bid document - E-tenders Haryana PHED

Transcription

bid document - E-tenders Haryana PHED
BID DOCUMENT
OFFICE OF THE EXECUTIVE ENGINEER PUBLIC HEALTH
ENGINEERING DIVISION NO 3,
BHIWANI, HARYANA
Up-gradation of Sewerage Facilities in Bhiwani Town (Under Esp Phase-II)
NAME OF WORK : DESIGN, CONSTRUCTION, ERECTION, TESTING AND
COMMISSIONING OF INTERMEDIATE PUMPING STATION AT JITUWALA
JOHAR AND 15 MLD SEWAGE TREATMENT PLANT BASED ON
ACTIVATED
SLUDGE
PROCESS
(SBR)
TECHNOLOGY
CYCLIC
INCLUDING
OPERATION & MAINTENANCE FOR 12 MONTHS DEFECT LIABILITY PERIOD
AND 5 YEARS THEREAFTER ON BHIWANI DADRI ROAD, BHIWANI TOWN
HARYANA.
Amount Rs. 1300.00 Lacs.
Public Health Engineering Department, Haryana
Public Health Engineering Building, Bays 13 - 20, Sector - 4, Panchkula
Ph. 0172 - 2564221 | Fax. 0172 - 2560237, 2583920, 2560270
Contractor
Witness
Executive Engineer
1
SECTION – 1
TENDER NOTICE
&
FORMS
Contractor
Witness
Executive Engineer
2
TENDER NOTICE
PUBLIC HEALTH ENGINEERING DEPARTMENT, HARYANA
The sealed tenders are invited on lump sum rate basis, as per particulars
mentioned below from the firm/agency/contractor enlisted/registered with any
State/Central Govt. department or Public Sector undertaking on the date of calling of
tender as per the eligibility criteria.
Sr.
No.
1.
Name of Work
Estimated Cost
DESIGN,
CONSTRUCTION,
ERECTION,
TESTING
AND
COMMISSIONING
OF
INTERMEDIATE
PUMPING
STATION
AT
JITUWALA JOHAR AND 15 MLD SEWAGE
TREATMENT PLANT BASED ON
CYCLIC
ACTIVATED
SLUDGE
PROCESS
(SBR)
TECHNOLOGY INCLUDING OPERATION &
MAINTENANCE FOR 12 MONTHS DEFECT
LIABILITY PERIOD AND 5 YEARS THEREAFTER
ON BHIWANI DADRI ROAD, BHIWANI TOWN
HARYANA.
` 1300.00 lacs
Time Limit
Closing Date of Sale of Tender
Date of Opening of Post
Documents
Earnest
Money
` 26.00 lacs
(Rs. In lacs)
Time of Successful
completion
15 months for completion
and 3 months for trial,
testing which can be
extended till prescribed
parameters are attained
(which ever is later) &
further
operation
&
maintenance
for
12 Months during defect
liability period and for 5
years thereafter.
12 Months for Completion of Work
+ 3 Months for Trial Running Period
+ 12 Months for Defect Liability Period
+ 5 Years for Operation and maintenance
Qualification
Eligibility criteria shall be as follows:1) The Bids from the joint ventures for acceptable as per the guideline attached.
2) Open to all agencies enlisted for the amount equal to or more than DNIT amount with
Department/ Board/ Corporation of Central Govt., any State Government, fulfilling the
following criteria :i) Average Annual financial turnover during the last 3 years, ending 31st March of
the previous financial year, should be at least 30% of the DNIT cost.
ii) Experience of having successfully completed similar * works, during last 7 years
ending last day of 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.
or
b. Two similar * completed works costing not less than the amount equal to 50%
of the DNIT cost or 50% of the capacity of the Plant.
or
c. One similar * completed work costing not less than the amount equal to 80%
of the DNIT cost or 80% of the capacity of the Plant.
Contractor
Witness
Executive Engineer
3
PRESS NOTICE
Public Health Engineering Department, Haryana
Public Health Engineering Division No.3, Bhiwani
Notice Inviting Tender
No. ________________ Dated:
1. Online bids are hereby invited on behalf of Governor of Haryana for the
works mentioned below:UPGRADATION OF SEWERAGE FACILITIES IN BHIWANI TOWN UNDER ESP PHASE-II. DESIGN,
CONSTRUCTION, ERECTION, TESTING AND COMMISSIONING OF INTERMEDIATE PUMPING
STATION AT JITUWALA JOHAR AND 15 MLD SEWAGE TREATMENT PLANT BASED ON CYCLIC
ACTIVATED SLUDGE PROCESS (SBR) TECHNOLOGY INCLUDING OPERATION & MAINTENANCE FOR
12 MONTHS DEFECT LIABILITY PERIOD AND 5 YEARS THEREAFTER ON BHIWANI DADRI ROAD,
BHIWANI TOWN HARYANA.
SNo.
of
work
1.
Estimated
Cost
Time Limit
Earnest Money
Tender Document Fee
Rs 1300.00
12 Months
Rs. 26.00 lacs
Rs. 20000/-
Lacs
2. 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.
3. Last Dates of various activities by bidder:i.
Downloading & Payment for tenders document :-__________.
ii.
Bid Preparation , EM Deposit, Submission of Bid- (Ist stage):- ___________
iii.
Submission of bid- (IInd & Final stage):- _____________
For
further
details
and
e-tendering
schedule,
visit
website
http://haryanaphed.etenders.in
For & on behalf of Governor of Haryana
Sd/
Executive Engineer
PHE Division No.3, Bhiwani
Contractor
Witness
Executive Engineer
4
*
Similar work is a single composite work comprising of construction of sewage
treatment plant of any capacity based on activated sludge process/SBR/UASB/MBBR
technology
on
turnkey
basis
including
any
other
masonary/RCC/Pipe
Line/Electrical/Mechanical Work covered in the same work.
For computing the cost of the completed work to the base year, the following
multiplying factor will be used for the cost of completed works so as to bring the financial
figures to a common base:
Financial year of work completed
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 applicants performance for each completed work should be certified by an
officer not below the rank of an Executive Engineer or equivalent on the proforma
enclosed and should be obtained in sealed cover.
4) The agency/contractor will have to get him enlisted in the department within 30
days from the date of award of work to the contractor/agency, if not enlisted earlier.
5) The agency shall have a tie up with a technology provider who shall be jointly and
severally responsible for providing, designing performance guarantee/key
equipments for SBR technology and submit the affidavit to the department
regarding the tie up with the technology provider. The technology provider must
have got successfully constructed and commissioned at least one Sewage
Treatment Plant of 15 MLD or above capacity based on SBR technology during the
last five years in India on the date of calling of tenders and enlisted with any State
Govt., Central Govt., Public Sector undertakings etc.
6) Technology provider should have registered office in India so that prompt services
are provided as and when required.
7) Firms/Contractor
who has been black listed by Govt. Semi Govt./Board/
Corporation shall not be eligible to bid for this work.
8) The tender shall be opened between __________ 17:01 hrs to _________ 17:00
hrs as per e-tendering process.
9) 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/contractors shall be liable to be debarred from
future tendering in Department and legal action will also be initiated and allotment is
liable to be cancelled besides black listing the contractors/firms.
10) All disputes concerning this work shall be within the jurisdiction of Bhiwani.
Contractor
Witness
Executive Engineer
5
11) Conditional Tenders, Tenders without Earnest Money, Tenders not furnished on
prescribed forms & Tenders by Post/Telegram & received after due date & time
shall not be entertained.
12) The firms/contractors shall give their rates for complete scope of work and give the
component wise cost. The rate of design, dewatering, Pile foundation, any royalties
and price escalation shall not be paid extra.
13) Department reserves the right to reject any/all the applications without assigning
any reason
14) For further details, terms & conditions please contact the office of the Executive
Engineer PHE Division No. 3, Bhiwani.
15) No mobilization advance shall be allowed.
16) In case of any variation in nomenclature /typing error in the online bid documents
and approved DNIT, the provision of approved DNIT will prevail in cases and bidder
shall have no claim , what so ever, on this account. In addition the work is to be
carried out as per latest BIS code provisions and the tenderer has to submit his
rates accordingly. Any variation in DNIT not consistent with BIS code provisions or
Water Supply manual the provision of BIS code with latest amendments and the
relevant sections of Water Supply manual will prevail.
Executive Engineer,
PHE Division No. 3, Bhiwani
Contractor
Witness
Executive Engineer
6
Guidelines for Joint Venture
1.
1.1
Following stipulations shall be applicable for joint venture (JV) of firms
(herein after called JV).
Separate Identity/Name should be given to the Joint Venture firm.
1.2
Number of members in a JV firm shall not be more than three.
1.2.1
One of the members of the JV firm shall be the lead member of the JV firm
who shall have a majority (atleast 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.
1.3
A member of JV firm shall not be permitted to participate either in individual
capacity or as a member of another JV firm in the same tender.
1.4
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
constituent member. However, in exceptional cases EMD in the case of
lead partner can be accepted subject to submission of specific request
letter from lead partner stating the reasons for not submitting the EMD in
the name of JV and giving written confirmation from the JV partners to the
effect that the EMD submitted by the lead partner may be deemed as EMD
submitted by JV firm.
1.5
(i)A copy of the MoU as per prescribed format shall be submitted alongwith
tender. No JV will be accepted after submission of the tender bid. Failure
to do so will be treated as breach of contract with consequent liability and
damages. The complete details of the members of the JV firm, their share
and responsibility in the JV firm etc., particularly with reference to financial,
technical and other obligations shall be furnished in the MoU.
(ii) Once
the
tender
is
submitted
the
MoU
shall
not
be
modified/altered/terminated during the validity of the tender. In case the
tenderer fails to observe/comply with the above stipulation, the full Earnest
Money amount shall stand forfeited in favour of the PHED. In case of
successful tenders, the validity of this MoU shall be extended till all the
contractual obligations as per the contract agreement are fulfilled.
Contractor
Witness
Executive Engineer
7
(iii) Approval for change of constitution of JV firm shall be at the sole discretion
of the Engineer-in-charge after approval of the competent authority. The
constitution of the JV firm shall not be allowed to be modified after
submission of the tender 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 currency of contract except when
modification become inevitable 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.
(iv) In case of award of tender to JV, a single Performance Guarantee will be
required to be submitted by JV firm as per tender conditions.
(v) 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 JV firm and
no splitting of guarantees amongst the members of the JV firms shall be
permitted.
1.6
(i)
Memorandum of Understanding and Agreement for Joint Venture
The Memorandum of Understanding between JV partners shall be
submitted alongwith the tender document.
(ii)
On issue of LOA, an agreement amongst the members of 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 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 of tenderer fails to observe/comply with
this stipulation, the full Earnest Money Deposit (EMD) shall be forfeited
and other penal actions due shall be taken against the partners of the JV
and the JV.
(iii) Authorized Member :- Joint Venture members shall authorize one of the
members on behalf of the Joint Venture firm to deal with the tender, sign
Contractor
Witness
Executive Engineer
8
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 action in respect of the said
tender/contract. This authorization shall be with further stipulation that it
shall be valid for the entire period of the completion/extended period of
the work including maintenance period. All notices/ correspondences with
respect to the contract would be sent to this authorized member of the JV
firm.
(iv)
The Joint Venture Agreement should invariably contain clauses related to
following subject/issues in the manner specified herein below.
I. Joint & Several Liability:- 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 Govt. or private property
during the course of execution of the contract or due to non-execution of
the contract or part thereof. Further the Technology provider shall be
jointly & severally responsible to the JV firm for his scope of work
mentioned in MOU.
II. Duration of the Joint Venture Agreement:- It shall be valid till all contractual
obligation as per contract agreement are fulfilled.
III. Notices and Correspondences: All notices/correspondences with respect to
the contract would be sent to this authorized member of the JV firm.
IV. Governing Laws: The Joint Venture Agreement shall be in all respect be
governed by and interpreted in accordance with Indian Laws.
V. All the members of the JV shall certify that they have not been blacklisted or
debarred by PHED or any other Ministry/ 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 the JV firm or
partnership firm in which they were members/partners.
VI. Assignability: No member of the Joint Venture 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.
Contractor
Witness
Executive Engineer
9
VII. Execution on Non-Judicial Stamp Paper: The Joint Venture 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.
i) The attested copies of documents in support of the Joint Venture should be
submitted.
ii)
In case of one or more parties to the Joint Venture Agreement are
partnership firm/s, the following documents should be enclosed.
(a) Notary certified copy of Partnership Deed.
(b) Consent of all the partners of the partnership firm authorizing one of the
partners to enter into the Joint Venture Agreement on a Stamp Paper of
appropriate value (in original).
(c) Power of Attorney for authorized signatory of JV partners.
(d) Power of Attorney in favour of one of the partners to act as lead partner of
Joint Venture.
iii)
In case of one or more members 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.
iv)
In case one or more members 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
a) of entering into the Joint Venture Agreement.
b) of authorizing Managing Director/one of the Director/ Manager of the
company to sign the Joint Venture Agreement.
c) of authorizing Managing Director/Director/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.
d) Copy of Memorandum and Articles of Association of the Company.
e) Power of Attorney (duly registered as per prevailing law) by the
Company authorizing the person to do/act.
Contractor
Witness
Executive Engineer
10
1.7
Credentials
Technical and financial capacity of the JV shall be adjudged based on
satisfactory fulfillment of the below mentioned clauses.
A.
Essential Qualifying Criteria:
“Average Annual financial turnover during the last 3 years, ending 31st
March of the previous financial year, should be at least 30% of the DNIT
cost.
Experience of having successfully completed similar work is a single
composite work comprising of construction of sewage treatment plant of
any capacity based on activated sludge process/SBR/UASB/MBBR
technology on turnkey basis including any other masonary/RCC/Pipe
Line/Electrical/Mechanical Work covered in the same work, works during
last 7 years ending last day of 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.
Or
b.
Two similar * completed works costing not less than the amount equal
to 50% of the DNIT cost or 50% of the capacity of the Plant.
Or
c.
One similar * completed work costing not less than the amount equal
to 80% of the DNIT cost or 80% of the capacity of the Plant.
*

Similar work is a single composite work comprising of construction of
sewage treatment plant of any capacity based on activated sludge
process/SBR/UASB/MBBR technology on turnkey basis including any other
masonary/RCC/Pipe Line/Electrical/Mechanical Work covered in the same work.
For computing the cost of the completed work to the base year, the
following multiplying factor will be used for the cost of completed works so as to
bring the financial figures to a common base:
Contractor
Financial year of work completed
Multiplying factor
One year old
1.10
Two years old
1.21
Three years old
1.33
Four years old
1.46
Five years old
1.60
Witness
Executive Engineer
11
Six years old
1.76
Seven years old
1.94
Note:
(i) Contractual payments received by a member in an earlier JV firm shall be
reckoned only to the extent of the concerned member’s share in that JV
firm for the purpose of satisfying compliance of the above mentioned
financial eligibility criteria in tender under consideration.
(ii) The Joint Venture shall qualify in all items of Essential Qualifying Criteria
to get short-listed
Contractor
Witness
Executive Engineer
12
PUBLIC HEALTH ENGINEERING DEPARTMENT, HARYANA
PUBLIC HEALTH ENGINEERING DIVISON NO. 3, BHIWANI
NOTICE INVITING TENDER
Online bids are hereby invited on behalf of Governor of Haryana for the following
work as mentioned below:Name of Work: - DESIGN, CONSTRUCTION, ERECTION, TESTING AND COMMISSIONING OF
INTERMEDIATE PUMPING STATION AT JITUWALA JOHAR AND 15 MLD SEWAGE TREATMENT
PLANT BASED ON CYCLIC ACTIVATED SLUDGE PROCESS (SBR) TECHNOLOGY INCLUDING
OPERATION & MAINTENANCE FOR 12 MONTHS DEFECT LIABILITY PERIOD AND 5 YEARS
THEREAFTER ON BHIWANI DADRI ROAD, BHIWANI TOWN HARYANA.
SNo.
of
work
1.
Estimated
Cost
Time Limit
Earnest Money
Tender Document Fee
Rs 1300.00
12 Months
Rs. 26.00 lacs
Rs. 20000/-
Lacs
Important Dates for the activities of the bidder:S.
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)
1. Tender
Start date & time
documents
can
be
downloaded
online
Expiry date & time
from
the
Portal:
http://haryanaphed.etenders.in by the Firms / Individual registered on the
Portal. For registration details, refer link “Guidelines to contractors for online
registration” on the home page of the portal.
2. As the Bids are to be submitted online and are required to be encrypted and
digitally signed, the Bidders are advised to obtain Digital Signature Certificate
(DSC) at the earliest considering the fact that the process may take at least a
weak. For obtaining Digital Certificate, the Bidders should follow point No. 3
under “Annexure-A - Conditions of e-tendering”.
Contractor
Witness
Executive Engineer
13
3. Key Dates
Sr.
Start Date Expiry Date
PHED Stage
Contractor Stage
No.
and Time and Time
Release of Tender
01/01/2013 02/01/2013
1
17:01
17:00
document
Downloading
of
Tender
02/01/2013 16/01/2013
2 Document & Payment of
17:01
17:00
Tender Document fees
Online bid preparation, Earnest
Money deposit, finalization of rates
& submissions of bids – First stage
(bid seal/ Hash Submission)
3
-
4
Technical
Financial Lock
5
-
&
6
02/01/2013
17:01
16/01/2013
17:00
16/01/2013
17:01
Submission of online bids- Final
17/01/2013
Stage (Re-encryption of bids)
17:01
Manual
Submission
of 02/01/2013
10:00
additional documents
17/01/2013
17:00
18/01/2013
17:00
18/01/2013
17:00
-
7
Open EMD & /PQ
bid
18/01/2013
17:01
21/01/2013
17:00
8
Eligibility criteria
evaluation
21/01/2013
17:01
22/01/2013
17:00
9
Open Financial /
Price-Bid
22/01/2013
17:01
23/01/2013
17:00
4. The Bidders can download the tender documents from the Portal :
http://haryanaphed.etenders.in. Tender Documents Fees has to be paid online
through payment gateway during the “Downloading of Tender Document &
Payment of Tender Document fees” stage and Earnest Money Deposit has to be
deposited through RTGS (Real Time Gross Settlement) / NEFT (National
Electronic Fund Transfer) in the name of Executive Engineer , Public Health
Engineering Division No. 3, Bhiwani bank account No. 910020034944570
in Bank name AXIS Bank & Bank IFSC CODE UTIB0000402. Following
particulars are to be given online at the e-tendering web portal of the
department.
1. Name of a/c holder from whose a/c payment for earnest money has been
made by the agency
2. A/C No.
3. Name of the Bank
4. Transaction ID
5. Date & time of transaction
6. Amount of Payment
Contractor
Witness
Executive Engineer
14
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.
5. The tender shall be submitted by the bidder in the following two separate
envelops online:
1. Earnest Money and all the documents in support of eligibility criteria - Envelope
‘ED’
2. Price Bid - Envelope ‘C I’
Note: Online Bidders shall submit the EMD through RTGS/ NEFT. EMD will
not be accepted in parts i.e. whole amount of EMD should be
deposited in one instance. Documents in support of eligibility
criteria shall also be submitted in Envelope ‘ED’. Price Bids are to be
submitted mandatory online and shall not be accepted in any
physical form.
Reference of the EMD is to be mentioned online.
In the first instance, the Envelop – ‘ED’ of all the Bidders containing the
statement of Earnest Money and documents supporting eligibility criteria shall
be opened online as well as physically. If the Earnest Money and eligibility of
bidder is found proper, the Envelop ‘C1’ containing financial bids shall be
opened online in the presence of such bidders who either themselves or through
their representatives choose to be present. The financial bid shall be opened
only if the bidders meet the eligibility criteria as per the Bid document.
The bidder will submit the necessary documents as under.
Envelope ‘ED’ – Earnest Money Deposit and eligibility criteria Envelope
Physical EMD Envelope – Photocopies in support of eligibility criteria and
photocopy of document of transaction made in support of deposit of Earnest
Money.
Online EMD Envelope—Reference details of the Earnest Money Deposit
instrument and scanned copy of documents supporting deposition of EMD and
eligibility criteria.
Envelope ‘CI’ – Price Bid Envelope
To be submitted mandatory online- “Information related to Price Bid of
the Tender”.
Contractor
Witness
Executive Engineer
15
The bidder can submit their tender documents as per the dates
mentioned in the schedule above.
CONDITIONS:1. Nit, if required, can be seen on any working day during office hours in office of the
undersigned.
2. Conditional tenders will not be entertained & are liable to be rejected.
3. The undersigned reserves the right to reject any tender or all the tenders without
assigning any reason.
4. The societies shall upload & produce a copy of the resolution of the Co-operative
department for e-tendering.
5. The tender without earnest money payment will not be opened.
6. The jurisdiction of court will be at Bhiwani.
7. 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.
8. 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
PHE Division No. 3, Bhiwani
Endorsement No.
Dated
A copy of above is forwarded to the following for information and wide publicity:
1. Deputy Commissioner, Bhiwani at Bhiwani
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
PHE Division No.3, Bhiwani
Contractor
Witness
Executive Engineer
16
ANNEXURE-A
CONDITIONS OF E-TENDERING
Instructions to Contractors on Electronic Tendering
1. These conditions will over-rule the conditions stated in the tender
documents, wherever relevant and applicable.
2. All the Contractors intending to participate in the tenders processed online,
are required to get registered for the Electronic
Tendering system on the Portal http://haryanaphed.etenders.in
For more details, please see the information in “Guidelines to Contractors
for online Registration” link on the Home Page. Contractor is required to
register on the portal as per the procedure defined in the guidelines. After
successful completion of the registration process by the contractor, a
registration no. and Company ID generated by the portal will be issued to the
contractor and the request for registration of the contractor will be
automatically sent to Nextenders India Pvt. Ltd. for approval. For the approval
of registration by M/S Nextenders (India) Pvt. Ltd, the contractor is required to
send a copy of the Enlistment Certificate and PAN Card along with the print of
the registration no. and company ID to Nextenders (India) Pvt. Ltd. Address:
M/s NexTenders (India) Pvt. Ltd. O/o PWD (B&R) Haryana, Nirman Sadan
Building, (Basement) Plot No.-1, Dakshan Marg, Sector-33, Chandigarh160020 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:
1. The
Bids submitted online should be encrypted and signed
electronically with a Digital Certificate to establish the identity of the
bidder bidding online. A digital signature certificate has two keys i.e.
Public Key and Private Key. Public Key is used to encrypt the data and
Private Key is used to decrypt the data. Encryption means conversion of
normal text into coded language whereas decryption means conversion
of coded language into normal text. These Digital Certificates are issued
by an approved certifying authority, by the controller of Certifying
Authorities, Government of India.
2. A Digital Certificate is issued upon receipt of mandatory identity proofs
and verification letters attested by the Notary Public / Charted Account
/ Any Gazatted Officer whose stamp bears emblem of Ashoka. Only
upon the receipt of the required documents, a digital certificate can be
issued.
Contractor
Witness
Executive Engineer
17
3. The contractors may obtain Class II B digital certificate from any
Certifying Authority or Sub-certifying Authority authorized by the
Controller of Certifying Authorities on the portal http://cca.gov.in. or
may obtain information and application format and documents required
for issue of digital certificate from one such certifying authority given
below which is :-
1. TATA Consultancy Serivces Ltd.
11th Floor, Air India Building, Nariman Point,
Mumbai-400021 website – www.tcs-ca.tcs.co.in
2. Sify Communications Ltd.
III Floor, Tidel Park, 4 Canal Bank Road, Taramani, Chennai600113. 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.
6. Website – www.ncodesolutions.com
7. 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
Contractor
Witness
Executive Engineer
18
[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
4. Bid for a particular tender may be submitted only using the digital
certificate, which is used to encrypt the data and sign the hash during
the stage of bid preparation and hash submission. In case, during the
process of a particular tender, the user looses his digital certificate (i.e.
due to virus attack, hardware problem, operating system problem), he
may not be able to submit the bid online. Hence, the users are advised
to keep their Digital Signature Certificates in safe custody.
5. In case of online tendering, if the digital certificate issued to the
authorized user of a firm is used for signing and submitting a bid, it will
be considered equivalent to a no-objection certificate/power of attorney
to that User. The firm has to authorize a specific individual via an
authorization certificate signed by all partners to use the digital
certificate as per Indian Information Technology Act 2000. Unless the
certificates are revoked, it will be assumed to represent adequate
authority of the user to bid on behalf of the firm for Public Health
Engineering Department, Haryana tenders as per Information
Technology Act 2000. The digital signature of this authorized user will
be binding on the firm. It shall be the responsibility of management /
partners of the registered firms to inform the certifying authority or Sub
Certifying Authority, in case of change of authorized user and that a
fresh digital certificate is procured and issued an ‘authorization
certificate’ for the new user. The procedure for application of a digital
certificate will remain the same for the new user.
6. The same procedure holds true for the authorized users in a
private/Public limited company. In this case, the authorization
certificate will have to be signed by the directors of the company.
4. Set up of machine
In order to operate on the electronic tender management system, a 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
Contractor
Witness
Executive Engineer
19
PHED website http://haryanaphed.etenders.in. Contractor may refer to
NIT in the office of Executive Engineer.
6. Opening of an Electronic Payment Account:
6.1 For purchasing the tender documents online, contractors are required to pay the
tender documents fees online using the electronic payments gateway
service as mentioned at S.No.8.
6.2 For the list of payments using which the online payments can be made, please
refer to the Home page of the Portal http://haryanaphed.etenders.in
7. Submission of Earnest Money Deposit:
7.1 Contractors have to deposit EMD into the account of the concerned Executive
Engineer through RTGS/NEFT. Earnest Money in parts either through
different banks or on different dates will not be accepted. EMD should be
deposited through RTGS / NEFT as consolidated amount in single
transaction so that there is no difficulty in accounting and also that there
is no ambiguity for relating a transaction to a particular tender.
7.2 Refund of Earnest Money Deposit to the unsuccessful bidders will be made
through cheque issued in the name of contractor / agency.
7.3 Payment of EMD may be made upto specified time of “Online bid preparation and
submission of bid- Ist stage” as per key dates schedule of tender. Scanned
copy of the proof i.e receipt of transaction of EMD should be uploaded while
submitting the tender. A photocopy of document of transaction made
should also be physically submitted in envelop ED.
7.4 If any agency withdraws its bid after “Submission of bids- Final Stage (Reencryption of bid)” then the Earnest Money Deposit of such agency shall be
forfeited.
8. Submission of Tender Document Fees:
The Payment can be made by eligible contractors online directly via Credit
Card / Internet Banking Account / Cash Card / Debit card. The
contractors have to pay for the tender documents online by making online
payment of tender document fees using the service of the secure electronic
payment gateway. The secure electronic payments gateway is an online
interface between contractors and credit card / online payment
authorization networks.
If the tenders are cancelled or recalled on any grounds, the tender
document fees will not be refunded to the agency.
9. Purchase of Tender Documents:
Contractor
Witness
Executive Engineer
20
Download of Tender Documents: The tender documents can only be
downloaded from the Electronic Tendering System on the Portal
http://haryanaphed.etenders.in
10. Submission of bids (Ist Stage) i.e. Bid Seal/ Hash submission:
Submission of bids will be preceded by submission of the digitally signed bid seal
(Hash) as stated in the tender time schedule (Key Dates) of the Tender.
Bidders should take note of any corrigendum being issued on the web
portal on a regular basis. They should view and note down the tender Hash
and ensure that it matches with their previous noted Hash before
confirming the rates. The bidder will not be able to change the rates after
the expiry time of this stage.
11. Generation of Super Hash:
After the time of submission of Bid Seal (Hash) by the bidders has lapsed, the bid
round will be closed and a digitally signed tender Super Hash will be
generated by authorized Haryana PHED official. This is equivalent to
sealing the tender box.
12. Submission / Re-encryption of bids (IInd & Final stage)
Bidders have to submit their encrypted bids online and upload the relevant
documents for which they generated the hash at the “Online bid
preparation and submission of bid- Ist stage” after the generation of Super
Hash within the date and time as stated in the Notice Inviting Tenders (Key
Dates). The electronic bids of only those contactors who have submitted
their bid seals (Hashes) within the stipulated time, as per the tender time
schedule (Key Dates), will be accepted by the System. A bidder who does
not submit his bid seal (Hash) within the stipulated time will not be allowed
to submit his bid after the permitted time as per key dates.
13. Key Dates:
13.1 The bidders are strictly advised to follow dates and time as indicated in the
Notice Inviting Tender. The date and time will be binding on all the bidders.
The bidders are required to complete the stage within the stipulated time as
per the schedule to continue their participation in the tender. All online
activities are time tracked and the system enforces time locks that ensure
that no activity or transaction can take place outside the start and end
dates and time of the stage as defined in the Notice Inviting Tender. The
bidder should check the status of a particular stage by following the below
mentioned procedure:-
1. Click on “Main” after login into the portal.
2. Select “Tender Search” and click on “Go”
3. Next screen will appear on the screen and click on “Search” button to view the
list of various tenders.
4. Select the tender whose status is to be viewed by clicking on the tender no.
5. Click on “Action page” button. The status of all the stages i.e. whether
“Pending” or “Completed” can be viewed.
Contractor
Witness
Executive Engineer
21
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 etendering process.
Other Information:
1. The intending bidders shall fill the lumpsum 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 Nonschedule 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 alongwith documents listed below:
i.
A list of all documents accompanying the sealed envelope containing the
tender documents.
ii.
Duly accepted power of Attorney in original along with its two certified
copies in the name of bidder or authorized representative to act on
behalf of the agency.
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.
Contractor
Witness
Executive Engineer
22
Name of work :-
DESIGN, CONSTRUCTION, ERECTION, TESTING AND COMMISSIONING OF
INTERMEDIATE PUMPING STATION AT JITUWALA JOHAR AND 15 MLD SEWAGE TREATMENT
PLANT BASED ON
CYCLIC ACTIVATED SLUDGE PROCESS (SBR) TECHNOLOGY INCLUDING
OPERATION & MAINTENANCE FOR 12 MONTHS DEFECT LIABILITY PERIOD AND 5 YEARS
THEREAFTER ON BHIWANI DADRI ROAD, BHIWANI TOWN HARYANA.
Approx Cost Rs. 1300.00 lacs
PRICE BID
1.1
General
(i)
The price Schedule shall be with reference to the Notice Inviting Tender, Instruction
to Bidders, Conditions of Contract, Scope of Work and Technical Specifications of
the Tender Documents.
(ii)
Each item in the price Schedule shall be individually priced and the same shall be
added up to the Bid Cost. No column in the price Schedule shall be left blank.
(iii)
The rates and prices in the price Schedule shall, except in cases separately provided
for, be deemed to cover all the contractual obligations under this contract.
(iv)
Break-up of Price (Table 1.4 (iii), (iv) & (v)) for different parts of work has been
mentioned only for the purpose of release of payment. Only the price quoted in
table 1.4(i) will be considered as quoted price.
(v)
In case of any discrepancy between the amount quoted in words and figures, price
quoted in words shall be considered as final and valid.
1.2
Validity of Offer
The Price Offer is valid for a period of 90 days from the opening date of price bid.
1.3
Taxes
The total price quoted by the bidder shall include sales tax, income tax, service tax, work tax and
all other Central Govt. and State Govt. taxes / duties/ royalties or octroi as applicable.
Contractor
Witness
Executive Engineer
23
1.4
Price Schedule
(i) Total Price
Sr. No.
Description
A-1
Designing, Construction, Erection Commissioning and Testing of Intermediate Pumping Station at
Jituwala Johar complete in all respect including non-clog submersible pumps, transformer, DG Set
and contingent all mechanical and electrical equipments, piping and instrumentation works of Main
Pumping Station complete in all respect and all other works contingent thereto.
Designing, Supply, Erection, Commissioning and Testing of non-clog submersible pumps and
contingent all civil, mechanical and electrical equipments, piping and instrumentation work at
existing under construction MPS complete in all respect and all other works contingent thereto.
Designing, Construction, Erection, Commissioning & Testing of 15 MLD capacity Sewage
Treatment Plant based on Cyclic Activated Sludge Process/SBR Technology with all civil,
mechanical, electrical equipments & instrumentation at Sewage Treatment Plant complete in all
respect and all other works contingent thereto.
Designing and Construction of RCC framed single/double storeyed office building, approach road,
street lights, staff quarter and platform for DG Set, transformer etc. including sullage carrier from
Sewage Treatment Plant to existing effluent channel complete in all respects and all other works
contingent thereto.
Operation and Maintenance
A-2
A-3
A-4
A-5
Amount in
Words and
Figures
a) Operation and Maintenance during defect liability period for 12 months after 3 months trial run
period
b) For 1st year operation and maintenance after defect liability period.
c) For 2nd year operation and maintenance after defect liability period.
d) For 3rd year operation and maintenance after defect liability period.
e) For 4th year operation and maintenance after defect liability period.
f) For 5th year operation and maintenance after defect liability period.
Total (A-1 to A-5)
Rupees : _______________________________________________________ only
(ii) Chlorine (The rate for supply of chlorine gas will not be considered for financial evaluation of the tender).
SNo
Description
Unit
1
Rate for Supply of Chlorine Gas
kg
Value
Rupees : _______________________________________________________ only
Date :
Contractor
Notes:(i.)
It is clarified that no material of any kind shall be issued by the department for execution of this work.
(ii.)
This price bid is to be submitted online only without any change & condition.
(iii.) Any condition given on this page shall not be considered and offer will be summarily rejected.
Contractor
Witness
Executive Engineer
24
MEMORANDUM
General Description (Name of work/ Contractor) ->
Name of Work :(a) Estimated Cost (as given in Notice Inviting Tender): - Rs. 1300.00 lacs
(b) Earnest Money (as given in Notice Inviting Tender): - Rs. 26.00 lacs
(c) Performance security (including earnest money) @ 3% of contract value, including earnest money.
(d) Retention money/ security deposit @ 2 % of gross amount of each bill (which will be deducted from bills).
This is in addition to performance security.
(e) Time allowed for the work from date of written order to completion 15 months.
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. 26.00 lacs deposited vide deposit at call in the name of Executive Engineer through RTGS 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 should I/we fail to commence the work specified in the above memorandum the said sum of
Rs. 39.00 lacs shall be retained by the Haryana Public Health Engineering Division No. 3, Bhiwani on account of the
security deposit specified in Clause I of the said conditions of contract should I/We withdraw or modify the tender
within four calendar months from the date of opening of tender, my/our earnest money will stand forfeited to the side of
Haryana Public Health Engineering Division No. 3, Bhiwani.
Dated the …………………… Day of ……………..20….
Witness ……………………..
Occupation …………………
The above tender is hereby accepted by me for and on behalf of Governor of Haryana.
Dated the …………………… Day of ……………..20….
Executive Engineer,
Public Health Engineering Division No. 3,
Bhiwani.
Contractor
Witness
Executive Engineer
25
CONDITIONS OF CONTRACT
This will be the Clause – 1
same percentage as The person/persons whose tender may be accepted (hereinafter called
that in the tender
the Contractor) shall permit the Executive Engineer, Haryana Public
Health Engineering Division No. 3, Bhiwani hereinafter called the
Engineer-in-charge at the time of making any payment to him for work
done under the Contract to deduct such sum as well (with the earnest
money deposited by him) amount to five percent of all moneys so
payable. Such deductions to be held by Govt by way of security
deposits.
Compensation of Clause – 2
delay
The time allowed for carrying out the work as entered in the tender
shall be strictly observed by the Contractor, and shall be reckoned from
the date on which the order to commence work is given to the
Contractor. The work shall throughout the stipulated period of the
Contract be proceeded with all due diligence (time being deemed to be
the essence of the Contract on the part of the Contractor) and the
Contractor shall pay as compensation an amount equal to one percent
which the Engineer-in-Charge may levy on the amount of the estimated
cost of the whole work as shown by the tender for every day that the
work remains un commenced or unfinished, after the proper dates. And
further, to ensure good progress during the execution of work the
Contractor shall be bound, in all cases in which the time allowed for
any work exceeds one month to complete one-fourth of the whole of
the work before one-fourth of the whole time allowed under the
Contract has elapsed, one-half of the work before 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-in-Charge, may levy on the said
estimated cost of the whole work for every day that due quantity of
work remains incomplete provided always that the amount of
compensation to be paid under the provisions of this Clause, shall not
exceed ten percent of the estimated cost of the work as shown in the
tender. The Superintending Engineer on representation in writing for
the Contractor may reduce the amount of compensation and his
decision in writing shall be final.
Clause – 3
In any case in which under any Clause or Clauses of this Contract, the
contractor shall have rendered himself liable to pay compensation the
Executive Engineer on behalf of the as best suited in the interest of
Government shall have power to adopt any of the following courses, as
he may deem best suited to the interests of Haryana Public Health
Engineering deptt..
Contractor
Witness
Executive Engineer
26
Action
when To rescind the Contract (of which rescission notice in written to the
whole
security Contractor under the hand of the Engineer-in-Charge shall be
deposit is forfeited conclusive evidence) and in which case the security of the Contractor
shall stand forfeited and be absolutely at the disposal of Government.
b) To employ labor paid by the Public Works Department & to supply
material to carry out the work or & part of the work debiting the
contractor with the cost of the labor & the price of the materials (of the
amount of which cost & price a certificate of the Executive Engineer
shall be final & conclusive, against the contractor) & crediting him
with the value of the work done, in all respects in the same manner and
at the same rates as if it had been carried out by the contractor under the
terms of his contract the certificate of Executive Engineer as to the
value of the work done shall be final & conclusive against the
contractor.
c) To measure up the work of the contractor, & to take such part there of
as shall be unexecuted out of his hands & to give to another contractor
to complete, in which case & expenses which may be incurred in
excess of the sum which would have been paid to the original
contractor of the whole work had been executed by him (of the amount
of which excess the certificate in writing of the Executive Engineer
shall be final & conclusive) shall be borne & paid by the original
contractor & may be deducted from any money due to him by
Government under the contract or otherwise or from his security
deposit.
In the event of any of the above courses being adopted by the Executive
Engineer, the contractor shall have no claim to compensation for any loss
sustained by reason of his having purchased or procured and materials, or
entered into any engagement for made advances on account or with a view
to the execution of the work or the performance of the contract. And in
case the contract shall be rescind under the provision aforesaid the
contractor shall not be entitled to recover or paid any sum for any work
therefore, actually performed under it is contract unless & until the
Executive Engineer will have certified in writing the performance of such
work & the value payable in respect there of, & be shall only be entitled to
be paid the value so certified.
Contractor remains
liable to pay,
compensation if
action not taken
under clause –3
Clause – 4: In any case in which any of the powers conferred upon Executive Engineer
by clause 3 hereof shall have become exercisable & the same shall not be
exercised, the not exercise there of 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 there of, he is declared liable to pay compensation
amounting to the whole of this security deposit & the liability of the
Contractor
Witness
Power to take
possession of or
require removal of
or sell contractor’s
plant,
Executive Engineer
27
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,
Bhiwani through the Executive Engineer, Public Health Engineering
Division, No.3, Bhiwani 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
Contractor
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
Witness
Executive Engineer
28
for
that claims not so included whatsoever be the circumstances.
District.
Final
Clause – 6 – Without prejudice to the rights of Government under any Clause
Certificate
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
intermediate
certificate to be
regarded as
advances
Clause 7 - No payment shall be made for work estimated to cost less than one
thousand, till after the whole of the works shall have been completed and a
certificate of completion given. But in case of works estimate to cost more
than One thousand the Contractor shall be submitting the bill thereof be
entitled to receive a monthly payment proportionate to the part thereof then
approved & passed by the Engineer-in-Charge whose certificate of such
approval and passing of the sum so payable shall be final and conclusive
against the Contractor. But all such intermediate payments shall be regarded as
payments by ways of advance against the final payments only and not as
payments for work actually done and completed and shall not preclude the
requiring of bad, unsounded and imperfect or unskillful work to be removed
and taken away and reconstructed or re-erected, or be considered as an
admission of the due performance of the Contract or any part thereof in any
respect, or the accruing of any claim, nor shall it conclude or any of them as to
the final settlement & adjustments of the account or otherwise or in any other
way or vary or affects the contract. The final bill shall be submitted by the
Contractor within one month of the date fixed for completion of the work
otherwise the Engineer-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) The deductions referred to in Clause 1 herein before or such part
thereof as may be due to the Contractor under this Contract shall be payable to
Contractor
Witness
Executive Engineer
29
the Contractor as under.
I.
50% of the Performance security and Security Deposit shall be
payable to contractor after testing & commissioning of the plant
including trial run for a period of 3 months or till prescribed
parameters are attained (whichever is later).
II. 50% of the balance Performance security and security deposit
shall be payable to the contractor after successful completion of
defect liabilities period of one year against equivalent amount of
Bank Guarantee submitted subsequently in five parts of equal
amounts, Each one to be released after successful completion of
each O&M year.
Clause 8- A bill shall be submitted by the contractor each month on or
Bill to be
before the date fixed by the Engineer-in-charge for all work executed in the submitted monthly
previous month & the Engineer-in-charge shall take or cause to be taken
the requisite measurement for the purpose of having the same verified &
the claim as far as admissible; adjusted if possible, before the expiry of ten
days from the presentation of the bill. If the contractor does not submit the
bill within the time fixed as aforesaid, the Engineer-in-charge may depute a
subordinate to measure up the said work in the presence of the Contractor,
whose counter signature to the measurement list will be sufficient warrant
& Engineer-in-charge may prepare a bill from such list which shall be
binding on the contractor in all respects.
Clause 9: - The contractor shall submit all bills in triplicate on printed
Bill to be on
forms to be had on application from the office of the Engineer-in-charge, & printed forms
the charge in the bill shall always be entered at the rate specified in the
tender or in the case of any extra works ordered in pursuance of those
conditions, & not mentioned or provided for in the tender at the rates
hereinafter provided for such works.
Clause 10: - If the specification estimate of the work provide for the use of
any special description of materials to be supplied from Engineer-incharge’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
Witness
Stores supplied by
the Government.
Executive Engineer
30
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.
Clause – 11: - The contractor shall execute the whole & every part of the
work in the most substantial & workman like manner & both as regard
materials and otherwise every respect in strict accordance with the Haryana
PWD specifications or otherwise as may be specifically provided for, the
contractor shall also confirm exactly, fully & faithfully to the designs,
drawings, and instructions in writing relating to the works signed by the
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.
Works to be
executed in
accordance with
specifications,
drawings, orders
etc.
Clause 11 (a): - The Engineer-in-charge shall have full powers at all times
to objects to employment of any workman, foreman or other employee on
the works by the contractor, and if the contractor shall receive notice in
writing from the Engineer-in-charge requesting the removal of any such
man or men from the work, the contractor to comply with the request
forthwith.
Removal of
employees,
workmen and
foremen.
No such workman, foreman or other employee after his removal from the
works by the Engineer-in-charge shall be re-employed or re-instated on the
works by the contractor at any time except with the previous approval in
writing of the Engineer-in-charge.
The contractor shall not be entitled to demand the reason from the
Engineer-in-charge for requiring the removal of any such workman,
foreman, or other employee.
Alterations in
specifications &
design do not
invalid contracts.
Contractor
Clause – 12: - The Engineer-in-charge shall have power to make any
alteration or omissions or additions to, or substitutions for the original
specifications, drawings designs & instruction, that may appear to him to be
necessary or advisable during the progress of the work & the contractor
shall be bound to carry out the work in accordance with any instructions
which may be given to him in writing signed by the Engineer-in-charge &
such alteration, omissions, additions or substitutions shall not invalidate the
Witness
Executive Engineer
31
Extension of time
in consequence of
alterations.
Rates for works
not in estimate or
schedule of rates
of the district.
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-incharge shall be conclusive as to such proportion. And if the altered,
additional of substituted work includes any class of work, for which no rate
is specified in this contract, then such class of work shall be carried out at
the rates entered in the schedule of item of the district, subject to the same
percentage above or below as for the items included in the contract, & if
such class or work is not entered in the schedule of item of the district then
the contractor shall within seven days of the date of his receipt of the order
to carry out the work inform the Engineer-in-charge if does not agree to his
rate, he shall give notice in writing be at liberty to cancel his order to carry
out such class of work, & arrange to carry to out in such manner as he may
consider advisable, provide always that the contractor or shall commence
work or incur any expenditure in regard thereto before the rates shall have
been determined as lastly herein before mentioned, than & in such case he
shall have been determined as lastly herein before mentioned, than & in
such case he shall only be entitled to be paid in respect of the work carried
out or expenditure incurred by him prior to the date of the determination of
the rates as aforesaid according to such rate or rates as shall be fixed by
Engineer-in-charge. In the event of a dispute the decision of the
Superintending Engineer, Public Health Engineering Circle Bhiwani shall
be final.
No compensation
for alteration in
restriction of
work to be carried
out.
Clause 13: - If at any time after the commencement of the work, the
Government shall for any reason whatsoever not require the whole work
thereof as specified in the tender to be carried out, the Engineer-in-charge
shall give notice in writing of the fact to the contractor who shall have no
claim to any payment compensation, whatsoever on account of any profit or
advantage, which he might have derived from execution of the work in full
but which he did not derive in consequence of the full amount of the work
not having been carried out, neither shall have any claim for compensation
by reason of any alteration having been made in the original specification,
drawings, design & instructions which shall invoice any curtailment of the
work as originally contemplated.
Action &
compensation
payable in case of
Clause 14: - If it shall appear to the Engineer-in-charge or his subordinate
in charge of the work, that any work has been executed with unsound,
imperfect or unskillful workmanship or with material of any inferior
Contractor
Witness
Executive Engineer
32
bad work.
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 not withstanding 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.
Clause 15: - All works under or in course of execution or executed in
pursuance of the contract shall at all times be open to the inspection &
supervision of the Engineer-in-charge and his subordinates and the
contractor shall at all times, during the usual working hours, and at all other
times at which reasonable notice of the intention of the Engineer-in-charge
or his subordinate to visit the work shall have been given to the contractor,
either himself be present for that purpose order given to the contractor’s
agent shall be considered to have the same force as if they had been given
to the contractor himself.
Work to be open to
Inspection
Clause 16: - The contractor shall give not less than five day’s notice in
writing to the Engineer-in-charge or his subordinate –in-charge of the work
before covering up or otherwise placing beyond the reach of measurement
any work in order that same may be measured & contract dimensions
thereof be taken before the same is so covered up or placed beyond the
reach of measurement & shall not cover or place beyond the reach of
measurement any work without the consent in writing of the Engineer-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.
Notice to be given
before work is
covered up.
Clause –17: - If the contractor or his work people or his servants shall
break, deface, injure or destroy any part of a building in which they may be
working or any building, road, fence, enclosure or grassland cultivated
ground continuous to the premises on which the work or any part of it is
Contractor liable
for damage done &
for imperfections
for 3 months after
Contractor
Witness
Contractor or
responsible agent
to be present.
Executive Engineer
33
being executed, or if any damage shall happen to the work while in
certificate.
progress from any cause whatever or any imperfections become apparent in
three month after the certificate final or other of its completions shall have
been given by Engineer-in-charge as aforesaid the contractor shall make
the same good at his own expense or in default the Engineer-in-charge may
cause the same to be made good by other workman, & deduct the expense
(of which the certificate of the Engineer-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.
Clause-18: - The contractor shall supply at his own cost all material except
such special materials if any may in accordance with the contract be
supplied from the Engineer-in-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-in-charge at the expense of the contractor & the
expense may be deducted from any money due to the contractor under the
contract, or from his security deposit or the proceed of sale thereof, or of a
sufficient portion thereof the contractor shall also provide all necessary
fencing & lights required to protect, the public from accident & shall be
bound to bear the expenses of defense or every suit, action or other
proceedings at law that may be brought by any person for injury sustained
due to neglect of the above precautions, & to pay any damages & cost
which may be awarded in any such suit, action or proceedings to any such
persons or which may with the consent of the contractor be paid to
compromise any claim by any such person.
Contractor to
supply ladders,
plant, scaffolding
etc.
And be liable for
damages arising
from nonprovision of lights
fencings etc.
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
Contractor
Witness
Executive Engineer
34
all losses, damages, cost & expenses which the government may suffer or
incur as a result of such claims.
Labor
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 Section
12, 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: - The contract shall not be assigned or sublet without the written
approval of the Engineer-in-charge.
Sum payable by
way of
compensation to
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
Contractor
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.
Witness
Executive Engineer
35
be considered as
reasonable
compensation
without reference
to actual loss.
Deductions of
amounts due to
The Government
on any account
whatsoever to be
permissible from
sums payable to a
contractor
sustained & whether or not any damage shall have been sustained.
Clause 22-A: - Any excess payment made to the contractor inadvertently or
otherwise under this contract or on any account whatsoever & any other
sum found to be due to the Government by the contractor in respect of his
contract or any other contract or work order of any to account may be
deducted from any sum whatsoever, payable by the Government the
contractor either in respect of this contract or any other work order or by
any other account by any other department of the Government.
Changes in
constitution of
firm
Clause 23: - In the case of tender by partners any change in the constitution
of the firm shall be forthwith notified by the Contractor to the Engineer-inCharge for his information.
Work to be under
direction of
Superintending
Engineer.
Clause 24: - All works to be executed under the Contract shall be executed
under the direction and subject to the approval in all respects of the
Superintending Engineer of the Circle for the time being who shall be
entitled to direct at what point and in what manner they are to be
commenced & from time to time carried on.
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
Contractor
Witness
Executive Engineer
36
case the work is already in progress, the contractor will proceed with the
execution of the work on receipt of the decision by the Executive
Engineer-in-charge as aforesaid, with all due diligence whether he or the
Governor of Haryana / his authorized agent requires arbitration as
hereinafter provided or not. If the Executive Engineer-in-charge of the
work has conveyed his decision to the contractor and no claim to
arbitration has been filed with him by the contractor within a period of
sixty days from the receipt of letter communicating the decision, the
said decision shall be final and binding upon the contractor and will not
be a subject matter of arbitration at all. If the Executive Engineer in
charge of the work fails to convey his decision within a period of sixty
days, after being requested as aforesaid the contractor may, within
further sixty days of the expiry of first sixty days from the date on
which request has been made to the Executive Engineer-in-charge
request the Engineer in Chief, that the matters in dispute be referred to
arbitration as hereinafter provided.
2. All disputes of differences in respect of which the decision is not final
and conclusive shall at the request in writing of either party, made in a
communication sent through Registered A.D. post, be referred to the
sole arbitration of any serving Superintending Engineer or Engineer in
Chief of Haryana Public Health Engineering Branch at the relevant
time. It will be no objection to any such appointment that the arbitrator
so appointed is a Government servant or that he had to deal with the
matters to which the contract relates and that in the course of his duties
as a Government servant, he had expressed his views on all or any of the
matters in dispute. The Arbitrator to whom the matter is originally
referred being transferred or vacating his office, his successor-in-office,
as such shall be entitled to proceed with the reference from the stage at
which it was left by his predecessor. In case the arbitrator nominated by
the Engineer in Chief is unable or unwilling to act as such for any
reason, whatsoever, the Engineer in Chief shall be competent to appoint
and nominate any other Superintending Engineer or Chief Engineer, as
the case may be, as arbitrator his place and the Arbitrator so appointed
shall be entitled to proceed with the reference.
3. It is also a term of this arbitration agreement that no person other than a
person appointed by the Engineer in chief Public Health Engineering
Branch shall act as arbitrator and if for any reason that is not possible,
the matter shall not be referred to arbitration at all. In all cases where the
aggregate amount awarded exceeds Rs. 25000.00 (Rupees Twenty Five
thousand only) the arbitrator must invariably give reasons for his award
in respect of each claim and counter-claim separately.
4. The arbitrator shall award separately giving his award against each
claim and dispute raised by either party including any counter-claims
individually and that any lump-sum award shall not be legally
enforceable.
Contractor
Witness
Executive Engineer
37
5. The following matters shall not lie within the purview of arbitration:
(a) Any dispute relating to the levy of compensation as liquidated damages,
which has already been referred to the Superintending Engineer and is
being heard or / and has been finally decided by the Superintending
Engineer in charge of the work.
(b) Any dispute in respect of substituted, altered, additional work / omitted
work / defective work referred by the contractor for the decision of the
Superintending Engineer In charge of the work if it is being heard or has
already been decided by the said Superintending Engineer.
(c) Any dispute regarding the scope of the work or its execution or
suspension or abandonment that has been referred by the contractor for
the decision of the Government of Haryana and has been so decided
finally by the Haryana Government.
6. The independent claim of the party other than the one getting the
arbitrator appointed, as also the arbitrator notwithstanding will entertain
counter-claims of any party that the arbitrator has been appointed at the
instance of the other party.
7. It is also a term of this arbitration agreement that where the party
invoking arbitration is the contractor, no reference for arbitration shall
be maintainable unless the contractor, furnishes to the full satisfaction of
the Executive Engineer In charge of the work, a security deposit of a
sum determined according to details given below and the sum so
deposited shall, on the termination of the arbitration proceedings, be
adjusted against the cost, if any, awarded by the arbitrator against the
claimant party and the balance remaining after such adjustment in the
absence of any such cost being awarded, the whole of the sum will be
refunded to him within one month from the date of the award.
Amount of Claims
Rate of security deposited
i. For claims below Rs. 10,000
2% of amount claimed
ii. For claims of Rs. 10,000 and above 5 % of amount claimed and below
Rs. 1,00,000
iii. 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
Contractor
Witness
Executive Engineer
38
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.
Fluctuation
Railway Freight
Contractor
11. The arbitrator shall be deemed to have entered on the reference on the
day he issues notices to the parties fixing the first date of hearing. The
arbitrator may, from time to time, with the consent of the parties enlarge
the initial time for making and publishing the award.
12. If also a term of arbitration agreement that subject to stipulation here in
mentioned the arbitration proceedings shall be conducted in accordance
with the provisions of the Arbitration Act, 1996 or any other law in
force for the time being.
Clause 26 (a): 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
Witness
Executive Engineer
39
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.
Action where no
specification
Clause 28: -
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.
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-inCharge.
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 Bhiwani.
Clause – 31: The terms and conditions of the agreement have been explained to me / us
and I / we clearly understand them.
Contractor
Witness
Executive Engineer
40
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.
Clause 39
The rates given are for the finished work inclusive of octroi, sales tax & excise duty etc. if any.
Clause 40
It will be the responsibility of the contractor to ensure that all trees at the site of work and in the
vicinity or their fruit etc. are not damaged by his labour or agent assessed at the cost of such damage,
if any, will be at the discretion of the Engineer-in-Charge and deducted from the bill of the
Contractor.
Clause 41
The contractor shall provide at his own cost separate latrine, bathing, enclosure and platform for use
of the men and women labour and keep them clean to the satisfaction of the Engineer-in-Charge. He
should also arrange at his own expense for clean drinking water, housing, medical facilities necessary
for the welfare of the labour employed at his work. In case of his failure The Government shall
provide the same at contractor’s cost. Any dispute regarding this will be settled by the Engineer-inCharge whose decision will be binding.
Clause 42
Any material left at the site of work after one month from the completion of the work shall become a
property of the Govt. and no payment shall be made for it.
Clause 43
The amount of work can be increased or decreased according to the requirement of the department
and no claim whatsoever on this account will be entertained.
Contractor
Witness
Executive Engineer
41
Clause 44
The Department reserves option to take away any items of the work or part thereof any time during
the currency of the contract and re-allot it to another agency with due notice to contractor without
liability or compensation.
Clause 45
It is not obligatory on the contractor to employ labour through employment exchange but he may
avail the facilities offered by the Employment Exchange in case he wises to do so.
Clause 46
No claim on account of fluctuation in prices due to war or any other cause will be entertained.
Clause 47
The contractor shall be liable to make good all damages caused by breakage from the moment of the
stores; pipes and fitting etc. are handed over to his charge.
Clause 48
No compensation whatever will be payable on account of any delay or default in the supply of
material mentioned in the “list of material to be issued to the contractor” by the Department and
consequent delay in the execution of work.
Clause 49
The contractor will inform the CMO about the employment of labourer on the work for carrying out
Malaria Surveillance.
Clause 50
Sales tax / Income Tax will be deducted from gross payment as per Government instructions.
Clause 51
The works covered by this contract are shown on plan, which have/has been signed by the contractor
and are/is annexed herewith.
Additional Conditions of Contract
Clause 52
The Engineer-in-Charge Haryana Public Health Engineering Department reserves the right of
negotiations as per policy approved by the state Government in case the prices quoted are felt to be
higher side. The negotiations will be carried out with 1st lowest contractors.
Conditions 53 : The Engineer-in-Charge can 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-inCharge by the 3rd party. The agency/contractor shall be bound by the report of 3rd party inspection
and shall take remedial measures of execution of work as per specifications in agreement. The
inspection and sample charges will be borne by department.
1. Appointment of Arbitrator
(i)
In so for as the Engg. Deptts. Are concerned, the Engineer-in-Chief, Chief Engineer will make
the Appointment of arbitrator at their. Own level in the cases, where the cost of the work
including interest dose not exceed Rs. 5.00 lacs. in each individual cases, the case involving more
than Rs. 5.00 lacs. shall be submitted to the Administrative Department for final approved for such
cases (involving more than Rs. 5.00 lacs.) the department shall, prepare panel of Arbitrator and
submit to the Administrative Department for final approved.
Contractor
Witness
Executive Engineer
42
(ii)
In order to avoid unjustified benefit to the contractor/Agency two or three Arbitrator may be
appointed for cases involving financial implication of more than Rs. 5.00 lacs. the possibility of
appointment of arbitrator other than the office of Department concerned should not be ignored,
especially in case of world bank project works the appointment of out sided arbitrator in respect of
the world bank project cases. Keeping in view the merit and circumstances of the case may also be
kept in view.
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, not withstanding 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 unauthorizedly 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, non payment 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 over time wages at the double
ordinary rate to their wages calculated by the hour.
Contractor
Witness
Executive Engineer
43
HARYANA PUBLIC HEALTH ENGINEERING DEPARTMENT
CONTRACTOR'S LABOUR REGULATION
1. Short title
These regulations may be called Haryana (1) Public Works Department
Contractor's labour Regulations.
2. Definition
In these regulations, unless otherwise expressed. or indicated the following words
and expressions shall have the meaning hereby assigned to them respectively, that is
to
say.
(1) Labour means workers employed by a Public W orks Department
contractors directly or indirectly a sub-contractor or other persons or by an
agent on his behalf.
(2) Fair wages means. whether for item or piece work. notif ied at the time of
inviting tenders for the work and where such wages have not been so
notified the wages prescribed by the Public Works Department for the
district in which the works done.
(3) Contractor shall include every person whether a sub-contractor or
headman or agent employing labour on the work, taken on contract.
(4) "Wages" shall have the same meaning as defined in the payment of
Wages Act and includes time and piece rate wages.
3. Display of notice regarded wages etc.
The contractor shall before he commences his work on contract, display
and correctly maintain and continue to display and correctly maintain a clean and
legible
condition at conspicuous places on the work notice in English and in the Local Language
spoken by the majority of the workers. giving the rate of wages which have been certified
by the Executive Engineer, the Superintending Engineer. the Chief Engineer or
Regional
Labour Commissioner as fair wages and the hours of work for which such wages
are
earned and a copy of such notices to the District Labour W elfare Officer.
4. Payment of Wages
(I) Wages due to every worker be paid to him direct.
(II) All wages shall be paid in current coin or currency or in both.
5. Fixation of Wage Periods
(I) The contractor shall fix the wage periods in respect of which the wages
shall be payable.
(II) No wage period shall exceed one month.
(III) Wages of every workman employed on the contract shall be paid before
the expiry of ten days after the last of the wage period in respect of which
the wages are payable.
(IV) When the employment of any worker is terminated by or on behalf of the
contractor the wages earned by him shall be paid before the expiry of
succeeding the one on which his employment is
terminated.
Contractor
Witness
Executive Engineer
44
(V) All payment of wages shall be made on a working day except the work is
completed before the expiry of the wages period in which case final
payment shall be made within 48 hours of the last working day.
Notes: - The terms working day means a day, on which the work on which the
labour is employed is in progress.
6. Wages Book and Wages S lip etc.
(i) The contractor shall maintain a wage book of each worker in such a form
as may be convenient but the same shall include the following particulars:
(a) Rate of daily or monthly wages.
(b) Nature of work f or 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 from the wage.
(f) Wages actually paid for each wage period.
(ii) 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.
(iii) The Executive E ngineer, may grant exemption from the maintenance of
Wage Book and Wage Slips to a contractor who in his opinion, may not
directly or indirectly employ more than 50 persons on the work.
7
Fine and deductions which may be made from wages
1
The wages of workers shall be paid to him without any deduction of any
kind except the following:
(a) Fines
(b) Deductions for absence from duty viz., from the place or places where by
the terms of his employment is required to work. The amount of
deduction shall be in proportion to the period for which he was absent.
(c) Deductions 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 deductions 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
be made until the worker has been given an opportunity of showing cause
against such fines or deductions.
3
. The total amount of fine which may be imposed in anyone wage period on
a worker shall not exceed an amount equal to half an anna in a rupee of
the wage payable to him in respect of that wage period.
4
No fine imposed on any worker shall be recovered from him by
installments, or af ter the expiry of 60 days from the date in which it was
Contractor
Witness
Executive Engineer
45
imposed.
8. Register of Fine etc.
1.. The contractor shall maintain a Register of fine and of all deductions for
damage or loss. S uch Register shall maintain the reason for which fine
was imposed or deduction for damage or loss was made.
2
The contractor shall maintain. both in English and local lndian Language, a
list approved by the Chief Labour Commissioner clearly stating the acts
and commissions for which penalty or fine may be imposed on workmen
and display it in a good condition at a conspicuous place on the work.
9. Preservation of Registers
The wage book, the wage slips and the Register of fines, deductions required to
be maintained under these regulations shall be preserved for 12 months after the
date of last entry made in them.
10. Power of Labour Welfare Officer to make Investigation Enquiry
The Labour Welfare Officer or any person authorised by the Government on their
behalf shall have to make enquiries with a view to ascertaining and enforcing due
and proper observance of the fair wage clause and provisions of these
Regulations. He shall be investigating into any complaint regarding the def ault
made by the contractor or sub-contractor in regard to such provision.
11. Report of Labour Welfare Officer
The Labour Welfare Officer or any other person authorised as aforesaid shall
submit a report of the result of his investigation or enquiry to the Executive
Engineer concerned, indicating the extent if any to which the default has been
committed and the amount of fine recoverable in respect of the acts of omission
and commission of the labourer with a note that necessary deduction from the
contractor's bill be made and the wages and other dues be paid to the labourers
concerned.
12. Appeal against the decision of Labour Welfare Officer
Any person aggrieved to the decision and recommendation of the Labour Welfare
Officer or other person so authorised may appeal against such decision to the
Regional Labour Commissioner within 30 days from the date of decision
forwarding simultaneously a copy of his appeal to Executive Engineer concerned
but subject to such appeal, the decision of the Labour Welfare Officer shall be final
and binding upon the contractor.
1. Representation of Parties
(I) A workman shall be entitled to be represented in any investigation or
inquiry under these regulations by
(a) An officer of a registered Trade Union to which he is a member.
(b) An officer of Federation of Trade Unions to which the trade union referred
it in clause (a) is affiliated.
(c) Where the worker is not a member of any registered union, an officer of
registered trade union connected with, or by any other workman employed
in the industry in which the worker is employed.
(2) An employer shall be entitled to be represented in any investigation or
inquiry under these regulations by :
(a) An officer of an association of employers of which he is a member.
Contractor
Witness
Executive Engineer
46
(b) An officer of an association of employees to which the association referred
to in clause (a) is affiliated.
(c) Where the employer is not a member of any association of employees by
an officer of an association of employers connected with or by any other
employer is engaged.
14. . Inspection of Books
The contractor shall allow inspection of Wage Book, the Wage Slips and Register
of Fines and deduction to any of his workers or his agent at a convenient time and
place after notice IS received or to the Labour W elfare Officer or any other person
authorised by the Government on his behalf.
15. Submission of returns
The contractor will follow the contract labour (Regulation and Abolition Act 1970)
and the contract labour (Regulations and Abolition Central Rule 1971) enforced by
Haryana Labour and Employment Department Memo No. 12 (26-78-4- Labour
dated 10-6-79).
The contractor shall submit periodical returns as specified from time to time.
16. Licensing of Contractor
Every contractor who employs or who employed on any day of the proceeding 12
calendar months 20 or more workmen is covered by the Act and is required to
obtain a license. The contractor should obtain the necessary license as required
under section 12 of contract labour (Regulation and Abolition Act 1970) before
commencing the work.
17. Amendments
The Haryana Government may from time to time amend these regulations on any
question as to application, interpretation or effect of these regulations The
decision of the Labour Commissioner to Haryana Government in that behalf shall
be final.
39
Contractor
Witness
Executive Engineer
47
SECTION – 2
PROJECT OBJECTIVE &
SCOPE OF WORK
Contractor
Witness
Executive Engineer
48
1. SCOPE OF WORK:
The scope of the work of the bidder under this project includes
DESIGN, CONSTRUCTION, ERECTION, TESTING AND COMMISSIONING OF INTERMEDIATE
PUMPING STATION AT JITUWALA JOHAR AT JITUWALA JOHAR DISPOSAL AND 15 MLD SEWAGE
TREATMENT PLANT BASED ON CYCLIC ACTIVATED SLUDGE PROCESS (SBR) TECHNOLOGY
INCLUDING OPERATION & MAINTENANCE FOR 12 MONTHS AND 5 YEARS THEREAFTER ON
BHIWANI DADRI ROAD, BHIWANI TOWN HARYANA.
1.0. Project: 1.1 Location:
Bhiwani Town is located in central part of Haryana on 28°-78’ latitude & 76°-30’ longitude the
average elevation is 214 Mtr. above M.S.L. Bhiwani is an important Railway Junction of RewariBathinda Hisar-Jaipur & Bhiwani Delhi & well completed by Road with Delhi (120 Km) Hisar (65
Km) The topography of the town is almost flat & General slope of the town is from north south.
1.2. Disposal Works:
At present untreated waste water from area is disposed off through Jitu Wala Johar Disposal Work
in the Katcha Sullage carrier near ROB Loharu Road, Bhiwani.
1.2 (a) Jitu Wala Johar Disposal Work

Road Level
= 215.56 m

Average Ground Level
= 216.00 m

Formulation Level
= 216.06 m

Water Table
= 214.17 m

Invert Level of incoming sewer
= 210.51 m

Size of incoming sewer
= 600 mm i/d RCC pipe NP-3
1.3. Proposed Site For Sewage Treatment Plant:
The Site for the proposed STP has already been acquired on Bhiwani-Dadri Road. Site plan is
enclosed along with this tender document. Other site details are as given below :

Average G.L. at proposed site
= 214.40 m

Water table
= 213.60 m

Invert Level of proposed feeding drain/sewer to MPS
Bed level of Katcha sullage carrier leading to near proposed STP= 214.80 m

Formation Level to be maintained at site
= 216.57 m

Level of the existing Dadri Road
=216.07 m

Bed Level of Bhiwani Ghaggar Drain
= 213.10 m

FSL of Bhiwani Ghaggar Drain
= 214.50 m

All the structures shall be structurally designed considering spring level as 214 m.
1.4. Estimation Of Sewage Flow:
The capacity of the proposed STP has been taken as 15.0 MLD with a peaking factor of 2.25 times
the average flow.
Contractor
Witness
Executive Engineer
49
1.5. Raw Sewage Characteristics:
For the design purpose of the proposed STP following parameters have to be adopted.
SNo Parameter
Value
Unit
1.
pH
7–8
2.
BOD5
250
mg/l
3.
COD
450
mg/l
4.
Suspended Solids
400
mg/l
5.
Foecal Coliform Count
1 x 107
MPN/100 ml
6
Total Kjeldahl Nitrogen (as N)
45
Mg/l
7
Ammonia Nitrogen (as N)
10
Mg/l
8
Total Phosphorous
5
Mg/l
1.6. Treated Sewage Characteristics:
Following norms for discharge of treated sewage are to be attained.
SNo Parameter
Value
Unit
1.
pH
6.5 – 8.0
2.
BOD5
<5
mg/l
3.
COD
<100
mg/l
4.
Suspended Solids
<10
mg/l
5.
Faecal Coliform Count
<1000
MPN/100 ml
6
Ammonical Nitrogen
<2
Mg/l
7
Total Nitrogen
<10
Mg/l
8
Total Phosphorous
<1
Mg/l
Note : If there is any presence of any heavy metal in the incoming sewage, the contractor is not
expected to provide any treatment for that metal. However, treatment for all the parameters as
defined above has to be provided at all times.
1.7. Scope of Work for Contractor:
The tender is for turn-key job where the responsibility of the contractor will include all preparatory
work, topographical and soil surveys, leveling and dressing of site, detailed design, manufacturing,
procurement, excavation works including dewatering & lowering of sub soil water if required,
disposal of all surplus earth at suitable site, civil works, installation of equipments, testing and
commissioning and operating during defect liability period of the plant for 12 months & 60 months
thereafter.
Contractor
Witness
Executive Engineer
50
The scope of work of the turn-key contract for the contractor shall include all preparation,
execution and testing works within the defined limits of the contract as per details given herein
after and will also includes: a) Submission of all documents required according to the contract.
b) Submission of a guarantee that the treated water will correspond to the table given above.
c) The contractor shall carry out detailed survey work and submit both soft and hard copies of
contour drawings with spot levels with 5m x 5m grid to the department. Necessary
information such as references to the location as proposed for the treatment plant by him
with respect to site boundary, pumping station and also existing plant.
d) Though the soil investigation report is annexed with this NIT; however the bidder shall
conduct detailed soil survey at the site with view to analyses the safe bearing capacity,
swelling properties, angle of friction, cohesion, the lateral resistance of the soil and the
general soil conditions, grain size, attire’s limits specific gravity etc. or any other test for his
satisfaction.
e) The Details of existing Intermediate Pumping Station at Jituwala Johar and Layout of
existing STP are attached for reference. The bidder shall submit his layout for the proposed
STP showing location and arrangement of all units taking into account the interfaces to the
other project compliments. The Layout of the STP shall be submitted on topographical
survey plan got done by the contractor at site and shall clearly show all existing structures /
buildings etc. The Layout Plan proposed by the contractor is subject to approval by the
Engineer-in-charge before opening of the price bid.
f) Process & hydraulic design of the complete Sewage treatment plant, location and
arrangement of all treatment plant units, taking into account the interfaces must be
submitted. The agency shall also submit kinetic calculations for the treatment process.
g) Preparation of detailed designs and drawings of all civil works, mechanical, electrical and
Electro-mechanical equipment on the basis of the approved process design, layout and
arrangement. The Contractor shall be fully responsible for the technical suitability of the
design based on the specifications, sound engineering practices, the relevant standard
designs and I.S. provisions. The designs and drawings too have to be approved by the
Engineer in Charge.
h) Preparation of the structural design and drawings (including reinforcement detailing) for all
the work. The contractor shall be fully responsible for the structural safety of the buildings.
These designs and drawings too if required by department have to be verified by a proof
consultant or an institution approved by the Engineer in Charge.
i)
The successful bidder shall follow the following procedure for submission of design &
drawings for approval by competent authority :
-
Detailed sizing calculations for all units, Technical specifications, G.A. Drawings of all
mechanical, electrical & instrumentation equipments at first stage.
Contractor
Witness
Executive Engineer
51
-
P & I Drawing, detailed plant layout with all mechanical & electrical equipments installed at
various/ different levels at second stage.
-
Detailed hydraulic calculations, by the successful bidder with all sections showing therein
head loss at all inlets & outlets in accordance with fixed level for effluent discharge & invert
level of influent sewer. Dead & Live loads shall also be furnished for structural design.
-
Detailed structural design with drawings.
-
Detailed working drawings showing there in all mechanical, electrical, instrumentation, civil
dimensions etc.
These drawings shall be submitted initially in triplicate & after approval shall be submitted
in six sets with CD.
The entire duration for above design & drawing process is included in the completion
period, for this process total 2 months have been ear marked.
j)
Final site clearance and leveling, excavation of the working spaces for all structures, trench
excavation for pipes and other ancillary works in all sorts of soil, refilling and disposal of
surplus earth at suitable site as directed by the engineer in charge.
k) Erection of all buildings, water retaining structures, channels and other civil engineering
structures.
l)
Manufacturing, shop testing, inspection, transportation to site, installation and testing of all
the hydraulic, mechanical, electrical and Electro-mechanical equipment.
m) Trial runs and testing of the complete plant, and commissioning.
n) Submission of ‘As Built’ drawings and preparation of O& M Manuals.
o) Operation, preventive maintenance and repairs of Pumping Machinery, Rising Mains
covered under scope of work and Sewage Treatment Plant for trial run period of 3 months
or longer till prescribed parameters are attained, which ever is later.
p) Operation, preventive maintenance and repairs of Pumping Machinery, Rising Mains
covered under scope of work and Sewage Treatment Plant up to the end of the defects
liability period of 12 months & 60 months thereafter.
q) Training of the operational staff for the plant.
r) The successful bidder shall also assist technically the Employer in obtaining N. O. C. from
Haryana State Pollution Control Board for discharging treated sewage water after
achieving prescribed parameters as mentioned above.
s) 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.
t)
Cost of shifting of poles, cable, pipe lines etc if required shall be borne by the contractor.
Contractor
Witness
Executive Engineer
52
u) All the connections such as electricity, water supply, sewage etc. should be arranged by
the contractor. All other cost related to obtaining such approval is in the scope of work. It
will be the total responsibility of contractors to obtain approval of entire electrical installation
from electrical inspector. No expenses will be paid by PHED Haryana on this account.
All the design & specifications required for the plant should be approved by the
technology provider before submitting to the department.
2.0
SCOPE OF WORK
1. Construction of IPS at Jituwala Johar Disposal for average flow of 9 MLD
2. STP of 15 MLD Capacity at Dadri Road
3. Effluent Channel for peak discharge
1) Intermediate Pumping Station:The proposed IPS is located at Jituwala Johar Disposal work. The sewage of the area is transported
to the IPS by gravity sewer/channel. The IPS shall include the following units: a) Inlet & Screen Chamber.
There shall be one receiving chamber constructed in RCC M-30 with minimum sizes as out lined in
attached sketch with 45 seconds hydraulic detention time at peak flow of 21 MLD for connecting
raw sewage line with main pumping station screen chamber.
Two coarse screening chamber/channel (one working & one stand by) Manually operated each
designed for peak flow shall be provided. The material of construction for screen shall be SS-316
flat having 40mm clear spacing between four bars each of 10 mm thickness & 50 mm depth,
designed at self scouring velocity i.e. between 0.8 MPS to 1.3 MPS to remove suspended or
floating matters in sewage is to be provided. The screening material will be removed manually &
lifted above ground.
b) Pump sump: It shall be a circular structure in two compartments constructed in RCC (M-30) in continuation to
screen chamber- having capacity not less than 10 minutes hydraulic retention time for average flow
of 9 MLD discharge. The inflow of sewage from screen chamber in this Sump shall full fill the
criteria of free fall & shall have sufficient & suitably designed liquid depth over pumps for continue
pumping of sewage. This pump sump shall be covered with suitable openings with gratings for
lowering, lifting of pumps; gas release for maintenance & movement of man/material. Each
compartment of this sump shall have CI, PVC coated foot steps/ rungs for access & maintenance.
Contractor
Witness
Executive Engineer
53
The width & length of this sump shall be minimum as per the sketch enclosed or as required for
installation of pumps with delivery duct foot bend, guide rail with chain & for vortex free
operation.
c) Pipe & Valves gallery: This gallery shall have minimum 3.0 meters width open to sky constructed in RCC (M-30) adjacent
& in front of pumps in sump with facility to drainage into sump & suitable for each pump delivery
line pressure indicator with gate value NRV & Sluice valve manually (Geared) operated with
dismantling joint between NRV & SV & suitable extra space for movement for repair &
maintenance of valves & common delivery header.
d) Delivery header: The delivery line of each pump & common header with in the pipe & valve gallery shall be in DI
double flanged & designed at velocity not more than the limits fixed/ free zed in technical data
sheets in this tender documents.
The rising main about 20 mtr. long from above pipe & valves gallery to existing Rising main will
be of DI with tyton rubber joints.
TABLE: Specification of submersible sewage pumps and other ancillaries for I.P.S. at Jituwala Johar,
Bhiwani Town Haryana.
S.No.
Pumps Details
Quantity
1.
Non-Clog Submersible sewage 4 Nos.
Capacity/Material Size
pumps
2.
Liquid
Sewage
3.
Discharge for Pumps
78 LPS
4.
Total head, MWC.
15.00
5.
Specific Gravity
1.03
Contractor
Witness
Executive Engineer
54
Contractor
Witness
Executive Engineer
55
2. STP at Dadri Road
The components of the Main Pumping Station (MPS) and STP at Dadri Road include in the
DNIT are as under.
(a) MPS:
(i) Structures with respect to the following are already existing/under construction at MPS
Dadri Road.
=> Inlet Chamber
=> Screens
=> Main Pump Sump
=> Valve chamber cum pipe gallery.
(ii) But all Civil, Mechanical and Electrical works i.e. Main Control, Transformer, DG Set,
Piping etc. related to installation and commissioning of following pumping machinery
are included in the scope of work.
Sr. No.
Pump Detail
Quantity
Size/ Material/ Size
1.
2.
Non-Clog Submersible sewage 5(4W + 1SB)
pumps
Liquid
Sewage
3.
Discharge for pump
360 M 3/h
4.
Total head, MWC
15
5.
Specific Gravity
1.03
6.
Pump motor HP/RPM
(i)
Rated temp. oC
Considering
1000
(Sync.) or 1500
RPM (Nom)
(ii)
Electric Supply
40
(iii)
Solid handling cap. In mm
3ph, 50Hz 415 V + 10%
RPM
=100mm
(iv)
Efficiency of pump
7.
Material of Construction
(i)
Casting
2 to 2.5% Ni. C.I.
(ii)
Impeller
SS(CF8M)
(iii)
Motor body
CI
(iv)
Seal cover
CI
(v)
Shaft (Chrome plated)
EN 8
(vi)
Fasterners/Foundation bold
SS-316
(vii)
Lower
SI Cr/SI Cr.
Contractor
65% or better performances
Curve shall be submitted.
Witness
Executive Engineer
56
(b) STP:Civil works.
i)
Inlet chamber
ii)
Fine Screen Chamber {1 Working (Mechanical) + Standby (Manual)}
iii)
Grit Chamber {1 Working (Mechanical) + 1 Standby (Manual)}
iv)
Distribution box/Splitter Box
v)
SBR Technology Reactors
vi)
Sludge Sump
vii)
DWPE Dosing Tank (Dewatering Polyelectrolyte Dosing Tanks)
viii) Sludge Pump House
ix)
Centrifuge Building
x)
Sludge Storage Platform
xi)
SBR Air Blower Platform
xii)
Motor Control Centre (MCC) Room, Program Logic Controller (PLC)
xiii) Process Piping & Drain piping
xiv) Stairs as per requirement
xv)
Railing along all the platforms and stairs
xvi) Painting White washing and allied works
xvii) External Sewerage system
xviii) Lowering of ground water table during construction if any.
xix.
Effluent Disposal pipe including end protectings
xx.
Chlorination Room, Chlorinnation Mixing Tank, tonner shed & contact tank etc.
xxi.
Roads & Pathways with proper drainage
Electrical and Mechanical work
i.
Mechanically Operated Fine Bar Screens
ii.
Manually operated Fine Bar Screens
iii.
Mechanical Detritor
iv.
Air Blowers (SBR)
v.
Waste Activated Sludge Pumps
vi.
Air Blowers (Sludge Sump)
vii.
Centrifuge Feed Pumps
viii.
Centrifuge units
ix.
Polyelectrolyte Agitator
x.
Polyelectrolyte Dosing Pumps
xi.
Manual Hoists for centrifuge unit & SBR MPS
xii.
Chain Pulley Block for Sludge Pump House
xiii.
Manual Valves for the plant
xiv.
Control gates (Sluice Gates) at inlet of screening chamber and sluice valves of inlet of
Sewer.
xv.
STP Main Electrical Panel
xvi.
Cabling
xvii.
Automation & control
xviii.
Instrumentation
xix.
Chlorination system
xx.
Street Lighting
xxi.
Fine Bubble Diffusers
xxii.
Stainless Steel Decanters
xxiii.
Surplus Activated Sludge Pumps
Contractor
Witness
Executive Engineer
57
SECTION NO.1: - PROJECT OBJECTIVE AND SCOPE OF WORK
1.0 PROJECT OBJECTIVE
With a view to improve the quality of environment for the residents of Bhiwani Public Health
Engineering Division intends to undertake the following works: DESIGN, CONSTRUCTION, ERECTION, TESTING AND COMMISSIONING OF
INTERMEDIATE PUMPING STATION AT JITUWALA JOHAR DISPOSAL AND 15 MLD
SEWAGE TREATMENT PLANT BASED ON CYCLIC ACTIVATED SLUDGE PROCESS
(SBR) TECHNOLOGY INCLUDING OPERATION & MAINTENANCE FOR 12 MONTHS
AND 5 YEARS THEREAFTER ON BHIWANI DADRI ROAD, BHIWANI
TOWN
HARYANA.
The offers shall be based on the bidder’s own design and operating philosophy which is to be based
on the cyclic activated sludge process/ sequential batch reaction process and should be within the
overall frame work and guidelines specified by PWD in the bid document and its specifications.
The bidder’s design for the following

Sewage Treatment Plants and automation for above shall be such that the project:
Shall be such that the project
Requires minimum land space,

Requires minimum energy for treatment of sewage,

Generates treated effluent which meets the parameter as specified and can be recycled if
required.
Planning of the entire system should be done in such a manner so as to optimize capital and
operational costs of treatment of sewage and maintenance of allied works.
1.1
BRIEF SCOPE OF WORK
The Scope of the work shall include but not be limited to the following: 
Design construction, supply, erection, testing and commissioning IPS and 15 MLD capacity
STP.

Preparation and submission of process, hydraulic, electrical, mechanical and piping design, all
civil, mechanical, electrical and piping drawing including architectural, construction and as
built drawings for approval of the department.

Construction of civil engineering works for all the units plus all the ancillary structure as
detailed in Civil specifications.

Supply, erection testing & commissioning of all the mechanical equipment as detailed in
Mechanical Specifications.
Contractor
Witness
Executive Engineer
58

Required sate development in dilating leveling and grading to improve the aesthetics and so
facilitate the vehicular movement and also including clearing the site of frees/shrubs, debris etc.

Works connected in respect of obtaining power supply to proposed STP from state electricity
department.

Supply, erection testing & commissioning of all the Electrical & Instrumentation equipment as
detailed in Electrical Specifications.

Supply, erection, testing & commissioning of all the piping & valves as specified in Civil
Specification.
UPGRADATION OF SEWERAGE FACILITIES IN BHIWANI TOWN UNDER ESP PH-II.
DESIGN, CONSTRUCTION, ERECTION, TESTING AND COMMISSIONING OF
INTERMEDIATE PUMPING STATION AT JITUWALA JOHAR AT JITUWALA JOHAR
DISPOSAL AND 15 MLD SEWAGE TREATMENT PLANT BASED ON CYCLIC
ACTIVATED SLUDGE PROCESS (SBR) TECHNOLOGY INCLUDING OPERATION &
MAINTENANCE FOR 12 MONTHS 5 YEARS THEREAFTER ON BHIWANI DADRI
ROAD, BHIWANI TOWN HARYANA.

Water proof cement painting to all units with oil painting with corrosive treatment to railing and
all MS, CI and GI works, every year during O&M period.

All the specifications are as per CPHEEO manual and relevant BIS standards.
Any other items of work which have not been specifically mentioned in specification but are
necessary for construction of the plant as per engineering practice and safety norms and operation
and guaranteed performance of the entire plant shall be deemed to be included within scope of
work of this specifications and shall be provided by contractor without any extra cost.
1.1.1 General
UPGRADATION OF SEWERAGE FACILITIES IN BHIWANI TOWN UNDER ESP PH-II.
DESIGN, CONSTRUCTION, ERECTION, TESTING AND COMMISSIONING OF
INTERMEDIATE PUMPING STATION AT JITUWALA JOHAR AT JITUWALA JOHAR
DISPOSAL AND 15 MLD SEWAGE TREATMENT PLANT BASED ON
CYCLIC
ACTIVATED SLUDGE PROCESS (SBR) TECHNOLOGY INCLUDING OPERATION &
MAINTENANCE FOR 12 MONTHS 5 YEARS THEREAFTER ON BHIWANI DADRI ROAD,
BHIWANI TOWN HARYANA.

Repairing & reconditioning of all the civil, electrical, mechanical units & equipments in the
concluding year of operation & maintenance with regular preventive and recommended
maintenance.
Contractor
Witness
Executive Engineer
59
Contractor
Witness
Executive Engineer
60
Contractor
Witness
Executive Engineer
61
The Project shall have following major units: 1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
Pumping Machinery
Inlet Chamber
Fine Screen Channels with suitable mechanical & manual coarse screens.
Mechanical Grit removal facility
Flow measurement arrangement only at the inlet of receiving chamber open channel
ultrasonic
Cyclic Activated Sludge Process/SBR Process Units
Sludge sump and pump housing
Mechanical sludge dewatering system
Air Blower unit with canopy on plat form.
Effluent Channel RCC NP3 of required capacity max upto 100 meters.
Interconnecting Piping
Sampling & test of material: - The Engineer-in-Charge shall have full authority that the
sampling of any material like RCC steel machinery etc. So drawn as per relevant BIS codes
will be got tested from NIT KKR/PEC Chandigarh/any reputed Govt. Institute. The charges
of the same shall be borne by the contractor.
Automation only of the complete SBR basis in STP to facilite its automatic operation using
PLC SCADA system and computer for control room.
1.3.1 Design Basic
Sewage Treatment Plant Capacity shall be:
Average Flow
Peak Factor
Peak Flow
Contractor
:
:
:
STP
IPS at Jitu Wala Johar
15 MLD
2.25 of average flow
34 MLD
9 MLD
2.25
21
Witness
Executive Engineer
62
Contractor
Witness
Executive Engineer
63
Contractor
Witness
Executive Engineer
64
3.0
SCOPE OF WORK FOR SEWAGE TREATMENT PLANT (STP)
3.1
CIVIL WORKS OF STP
1. Inlet Chamber
2. Fine Screen Chamber {1 working (mechanical) + 1 Standby (Manual)}
3. Grit Chamber {1 Working (Mechanical) + 1 Standby (Manual)}
4. SBR Technology Reactors
5. Sludge Sump
6. DWPE (Dewatering Polyelectrolyte) Dosing Tank
7. Sludge Pump Plate form
8. Centrifuge Building
9. Chlorination Room, Chlorination Mixing Tank, tonner shed & contact tank etc.
10. Sludge Storage Platform
11. Process Piping & Drain Piping
3.1.1 Inlet Chamber
Inlet Chamber will receive raw sewage from the Main Pumping Station through the common
header of raw sewage submersible pumps. RCC access platform minimum 1.0 m wide shall be
provided around the chamber: RCC staircase 1.0 m wide shall be provided for access from ground
level to the top of the unit.
Average flow
:
15 MLD
Peak factor
:
2.25
Peak Flow
:
33.75 MLD Say 34 MLD
Number of Units
:
(1) One
Detention period
:
30 sec on peak flow
Min Free board
:
0.5 m
3.1.2 Fine Screen Chamber
One mechanical working with one manual standby screens are proposed in the screen chamber.
RCC Platforms 1 m wide shall be provided at suitable level and location to enable operation of the
unit. The component / unit shall be designed for following :
Number of Units
:
1 Nos. Mechanical Working
+ 1 No. Manual Standby
Average flow for each screen
:
15 MLD
Peak factor
:
2.25
Design Flow for each screen
:
34 MLD
Approach Velocity at Average Flow (m/sec)
:
0.3
Contractor
Witness
Executive Engineer
65
Velocity through Screen at Average Flow (m/sec) :
0.6 maximum
Velocity through Screen at Peak Flow (m/sec)
:
1.2 maximum
Free board
:
Min 0.3 m on upstream side of the Screen
at maximum water level
Minimum Length
:
6m
The Mechanical and manual screen channels shall be controlled by C.I 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 opening of mechanical bar screen shall be 6 mm.
The angle of inclination of the manual bar screen with the horizontal shall be approximately 60
degrees. The manual bar screen shall be fabricated from 50 mm x 8 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.
3.1.3
Grit Chambers
One Working (Mechanical) and One Standby (Manual) mechanical grit chambers are proposed
after fine screen units. The mechanical grit chambers shall be Square Mechanical Detritus Tanks.
Each Detritus tank chamber shall have the following:
•
One tapered inlet channel running along one side with deflectors for entry of sewage into the
grit chamber. The minimum SWD of the units shall be adopted on the basis of design
requirement of the unit.
•
One tapered outlet channel for collecting the degritted sewage, which will overflow over a weir
into the outlet channel. Outlet channel of adequate size and shape to ensure that no settling
takes place.
•
One sloping grit classifying channel into which the collected grit will 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 matter return pump
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:
No of units
:
{1 Working (Mechanical) + Standby
(Manual)}
Contractor
Witness
Executive Engineer
66
Average Flow for each grit chamber
:
15 MLD
Peak Factor
:
2.25
Design peak Flow for each grit chamber
:
34 MLD
Type
:
Mechanical + Manual
Free Board
:
0.50 m
Side Water Depth
:
Min 0.7 m
Bypass arrangement with sluice gates shall be provided to bypass either of the grit
chambers for maintenance.
3.1.4 SBR Reactors with Diffusers
RCC Channel shall convey sewage from grit chambers into SBR Reactors. The channel shall
have provision of gates to control the continues flow into the SBR reactors. Minimum Two (2) SBR
Reactors each along with platforms, railings and Staircase are to be provided. 1 m wide plinth
protection consisting of CC 1:2:4, 50mm thick laid over 75mm thick CC 1:3:6 along with toe wall
shall be provided around the reactors.
The reactors shall have provision for installation of Recirculation and Surplus Sludge Pumps and
also pits for the same. The Decanting Mechanism shall be by motorized valve at the discharge
pipe. One Decanter for each Reactor shall be provided to remove water from the surface of the
basin. Provision shall be made for transfer of waste water from one reactor to another for the
purpose of maintenance of reactors through piping from RAS pumps along with provision of sluice
valves.
Design Criteria:
Average Flow
-
15 MLD
Peak Flow
-
34 MLD
No of Reactors
-
Minimum 2 Nos
Minimum HRT
-
14 hrs of Average flow
MLSS
-
3000 – 5000 mg/litre
F/M
-
0.08 – 0.15 d-1
DO level during Aeration Phase
-
Min 2 ppm
Free Board
-
Min 0.5 m
SWD
-
Max 5.5 m
SVI
-
< 120
Retention Time of anoxic zone
-
Min 30 minutes
Recirculation Ratio
-
20 – 30% of feed flow
Sludge Age
-
10 – 15 days
Sludge Yield
-
0.6 – 1.2 Kg Sludge/kg BOD Load
Cycle Time
-
4 to 8 hrs
Contractor
Witness
Executive Engineer
67
Oxygen Requirement
-
(Cyclic time / Aeration time)
x (1.2-2 kg O2 /kg BOD5 Load)
Decant Depth
-
Upto 2.4 m
Decant Volume
-
Not more than 30% of Volume of Reactor at
TWL
Waste Activated Sludge
-
Total Solids in System/Sludge Age.
3.1.5 Sludge Sump
The excess sludge from SBR reactors shall be pumped by SAS pumps into the sludge sump.
There shall be one common Sludge Sump for all reactors. The Sump shall be equipped with
coarse Bubble Air Grid made from stainless steel pipes to facilitate mixing of contents of sludge
sump on continuous basis.
Number of Units
:
1 (One) nos.
Free Board
:
0.5 m
Capacity
:
4 hr holding of average daily sludge production
3.1.6 DWPE Dosing Tank
Two number (One working + One stand bye) DWPE dosing tanks with provision of mixer shall be
provided.
Polymer dosing
-
0 - 1.5 kg / MT of dry sludge
Solution Strength
-
0.1 %
Capacity of each tank
-
Sufficient for 8 hours dosing
Tanks should have provision for slow speed mixer.
3.1.7 Sludge Pump House
Sludge Pump House shall be near sludge sump. This shall be RCC frame and brick masonry
structure. Minimum height of the pump house shall be 4 m from the plinth level. It shall be
provided with rolling shutter and doors and windows. A chain pulley block of adequate capacity
along with girder and pillar arrangement shall be provided.
The pump house shall be painted from inside and outside with approved colour and make as
directed by Engineer-In-Charge. The Pump house shall house –
-
Centrifuge Feed Pumps (Screw Type)
-
Air blowers for Sludge Sump
-
DWPE dosing pumps
Contractor
Witness
Executive Engineer
68
3.1.8 Centrifuge Building
Centrifuge Building to accommodate Centrifuge Units shall be constructed with sufficient floor
height above Ground Level to park sludge collection vehicle directly under the sludge discharge
line of centrifuge. The room shall have a RCC roof at a height suitable for installing a manually
operated gantry system. Minimum area of the building shall be 50 m2. It should be RCC framed
structure with the top roof also in RCC. A RCC staircase, minimum 1.0 metre wide, shall be
provided upto 1st floor.
3.1.9
Chlorination Room, Chlorine Mixing Tank, Tonner Shed & Contact Tank
The Chlorination System having components such as Tonner Shed (Equipped with 3 ton capacity
HOT Crane), Chlorination Room, Chlorine Mixing Tank and chlorine contact tank along with
suitable size in-let and outlet channels/ pipe shall be constructed. The sizes of various
components shall be designed in such a way to meet the desired effluent parameters as specified
in the tender document.
Decanted treated water from SBR Process shall be taken to chlorine mixing tank by RCC
channel/pipe. Chlorine solution (chlorine & water) of required concentration shall be added in the
chlorine mixing tank. From here, waste water shall pass on to chlorine contact tank. Baffles shall
be provided to achieve proper mixing and disinfection. The tank shall be constructed in M 30 grade
concrete and as per IS 3370. RCC platform, 1 m wide, as per specifications shall be provided.
The inlet and outlet pipe shall be designed for peak flow or decant flow, whichever is more.
Design Flow
:
maximum decant flow
No. of Units
:
One No. (1)
Detention Time
:
Minimum 20 minutes
Freeboard
:
0.5 m
The number of tonners provided shall be sufficient to hold 30 days chlorine dose required for
achieving the desired results. The tonner shed shall be of sufficient size to accommodate all the
tonners. Minimum area of tonner shed shall be 25 sqm. The chlorination room which shall house
the chlorinators & booster pumps shall be of sufficient size subject to minimum area 12 sqmt. The
Chlorine Tonner shed have a neutralization pit adjacent to it.
3.1.10 Sludge Storage Platform
A Platform of minimum 120 m² area shall be made at a suitable location within the plant area for
storage of sludge from centrifuge. Flooring of the platform shall be 75 mm thick PCC (1:2:4) laid
over 100 mm thick stone / brick ballast. Level of platform shall be at least 20 cm above the level of
approach road. Suitable arrangement shall be made to collect filtrate and disposal of the same in
the external sewerage system.
Contractor
Witness
Executive Engineer
69
3.1.11 Process Piping & Drain Piping
This shall include the interconnecting pipeline between different units of STP as given below:
SL NO
1.
FROM
TO
SBR Air Blowers: Discharge
MOC
Common Discharge Header
MS
SBR Reactors
MS
3.
4.
SBR Air Blowers: Common
Discharge Header
SBR Basins: Downcomers (Vertical)
Selectors: Air Header
5.
Selectors: Downcomers (Vertical)
6.
RAS Pumps: Discharge
Selectors
DI K-9
7.
SAS Pumps: Discharge
Sludge Sump Air Blowers:
Discharge
Sludge Sump : Downcomer and
laterals
Sludge Sump
DI K-9
Sludge Sump
MS
2.
8.
9.
SS 304
MS
SS 304
SS 304
10.
Sludge Sump
Centrifuge Feed Pumps:
Suction
DI K-9
11.
Centrifuge Feed Pumps: Discharge
Centrifuges
DI K-9
12.
DWPE Dosing Tanks
SS 304
13.
DWPE Dosing Tanks
Drain/Overflow
DWPE Dosing Pumps: Suction
Header
14.
DWPE Dosing Pumps: Discharge
Header
Centrifuge Inlet
SS 304
15.
SBR Reactors
Chlorine Mixing Tank
16.
17.
Concentrate from centrifuge
Drain Pipes for various units
Nearest Chamber
Nearest Chamber
18.
External Sewerage System
19.
Any other
SS 304
RCC Channel
/ RCC NP-3 /
DI K-9 Pipe
DI K-9
DI K-9
SW / RCC
NP-3 Pipe
Notes :
(a) All pipe networks shall be designed for peak flow.
(b) Combination of pipes and channels can be used for conveyance of waste water as per
requirement of site conditions.
(c) The sizes of pipes shall be calculated to meet following criteria
(i) Air pipe velocity range
12 - 18 m/Sec
(ii)Water/Waste water pipes
0.6 to 2.5 M/Sec
(d) Piping shall include specials like elbows, wyes, sluice valves and Non return valves etc
(e) Drain pipe for various units shall not be less than 80 mm dia.
Contractor
Witness
Executive Engineer
70
(f) Any other pipe not mentioned above but required for proper operation and functioning of the
plant is also included in contractor’s scope.
3.2
ELECTRICAL & MECHANICAL WORKS OF STP
1. Mechanically Operated Fine Bar Screens
2. Manually operated Fine Bar Screens
3. Mechanical Detritor
4. Air Blowers (SBR)
5. Fine Bubble Diffusers
6. Decanters
7. Return Activated Sludge Pumps
8. Surplus Activated Sludge Pumps
9. Air Blowers (Sludge Sump)
10. Centrifuge Feed Pumps
11. Centrifuge units
12. Polyelectrolyte Agitator
13. Polyelectrolyte Dosing Pumps
14. Manual Hoists for centrifuge unit, & Tonner shed & MPS
15. Chain Pulley Block for Sludge Pump House
16. Control gates (Sluice Gates) C.I
17. STP - Main Electrical Panel
18. Capacitor Bank/ APFCR Capacitor Panel
19. Cabling
20. Automation & Control
21. Instrumentation
22. Chlorination System
23. Laboratory Equipment
3.2.1
Mechanically Operated Fine Bar Screens
This includes supply, erection, testing and commissioning of 1 number Mechanical Fine bar
screen. This shall be provided in the screen chamber after the flow is received in the inlet
chamber.
The clear opening for mechanical screen shall be 6mm. The mechanical bar screens shall
be of 2 mm thick Stainless Steel (SS-304) flats. Conveyor Belt and chute arrangement
shall be provided to take the screenings.
Mechanical Bar Screen
Contractor
-
1 Number Working
Witness
Executive Engineer
71
3.2.2
Manually operated Fine Bar Screens
One number manual bar screen shall be provided as standby. The angle of inclination of
the manual bar screen shall be 600. The manual bar screen shall be fabricated from 50mm
X 8mm SS flats with 10mm clear opening the assembly shall be installed into the suitable
size SS 304 channels fixed to the main RCC structure in such a way that it can be installed
and removed as and when required.
Manual Bar Screen
3.2.3
-
1 Number Standby
Mechanical Detritor
This includes supply, erection, testing and commissioning of Mechanical Detritors,
Classifier and organic return pump with all the accessories of suitable size and capacity.
Mechanical Detritor
3.2.4
- 1 Working (Mechanical) + 1 Standby (Manual)
Air Blowers (SBR)
The air blower arrangement shall be capable of handling Total Water Level and Bottom
Water Level operation conditions, controlled by process sensors such as DO, temperature
and level. The air blowers shall be with canopy.
In one set of blowers, one blower shall be operated through Variable Frequency Drive (VFD)
and other blowers including standby shall be provided with soft starters.
The blowers shall be positive displacement (roots) type, and head for blowers shall be
decided on the basis of Standard Oxygenation Rate of diffusers and maximum liquid depth
in tank duly considering the losses governing point of delivery (diffusers) and the blowers.
Blowers shall be complete with motor and accessories like base frame, anti vibratory pad,
silencer, non return valve, air filter etc. as per requirements. Vibration due to operation of
blowers should not damage the structures. Further, blowers shall have acoustic enclosure to
ensure that the noise level at 3 m from blowers is below 80db. The blower room shall have
sufficient ventilation, lighting and working space. The room will be equipped with sufficient
capacity HOT (Min 1.5 times the weight of blower / motor) to facilitate removal of
blower/motor etc. for repairs. The room will also have rolling shutter.
The blower shall be operated through PLC on variable frequency drives and capable to
operate at different speeds as per requirement of the system.
The header / rising main shall be adequately supported at suitable intervals. The sub header
shall have auto valves to facilitate switch on aeration cycle from one reactor to other by PLC
operation. The header shall supply air to basin at various locations through air supply pipes.
Air supply pipe above water level shall be in MS and below water level it shall be in SS-304
for vertical down comers and UPVC for horizontal lateral. Junction between Horizontal sub
hadder and vertical air supply pipe shall be suitably protected against corrosion due to
dissimilar materials
Contractor
Witness
Executive Engineer
72
Blower Details :-
3.2.5
MOC
:
CI
Type -
:
Twin lobe roots type
Duty
:
As per design
Discharge Head
:
suitable
No. of units
:
Minimum 3 Nos. (2 W + 1 SB)
Fine Bubble Diffusers
Only fine bubble type, EPDM/PU membrane diffusers shall be acceptable in SBR Reactors
with adequate number of diffusers required as per detailed design of oxygen requirement.
Diffusers shall be fixed type, submerged fine bubble / fine pore, high transfer efficiency, low
maintenance, non-buoyant type. Diffusers shall be tubular (membrane) type made up of
silicon based rubber. In case tubular type diffusers are used, only top half surface area of
diffuser shall be considered for supply of air.
Material of construction for (entire under water system including accessories) shall be non
corrosive. Any support for under water system shall be of adjustable type and made of SS
304. Complete diffuser as a unit shall be assembled at the manufacturing factory level.
3.2.6
Decanters
The decanting mechanism shall of Stainless Steel (SS-304) and all the other accessories
such as gear box etc. shall be provided on the operating platform. The hydraulic discharge
capacity of the decanting mechanism shall be proportional to the selected basin area.
Each Decanter mechanism shall be inclusive of local control boxes with manual operation
selection and function buttons, communication to main PLC on SCADA base system by
DH485 or Ethernet. Rope driven decanters are not allowed.
3.2.7
Return Activated Sludge Pumps
Pumps Capacity and Head
:
As per requirements
Type
:
Submersible suitable for sludge
Liquid
:
Bio-sludge of 1 – 2% solids consistency
Specific gravity
:
1.05
Solid size handling
:
40 mm (Maximum)
Installation
:
Removable from the top of Tank Platform
Quantity
:
1 no. per reactor + 1 No reserve in store
Suitable lifting arrangement shall be provided to install / uninstall RAS pumps.
3.2.8
Surplus Activated Pumps
Pumps Capacity and Head
:
As per requirements
Type
:
Submersible suitable for sludge
Contractor
Witness
Executive Engineer
73
Liquid
:
Bio-sludge of 1 – 2% solids consistency
Specific gravity
:
1.05
Solid size
:
40 mm (Maximum)
Installation
:
Removable from the top of Tank Platform
Quantity
:
1 no. per reactor + 1 No reserve in store
Suitable lifting arrangement shall be provided to install / uninstall SAS pumps.
3.2.9
Air Blowers (Sludge Sump)
The blowers shall be positive displacement (roots) type, and head for blowers shall be
decided on the basis of maximum liquid depth in tank duly considering the losses
governing point of delivery and the blowers. Blowers shall be complete with motor and
accessories like base frame, anti vibratory pad, silencer, non return valve, air filter etc. as
per requirements. Vibration due to operation of blowers shall not damage the structures.
Blower Capacity & No.
:
1 Working + 1 Standby
Type
:
Twin Lobe, Root
Installation
:
Fixed.
3.2.10 Centrifuge Feed Pumps
Sludge Transfer Pumps shall be provided in Sludge Pump House to feed secondary Sludge
to Mechanical Dewatering Device. The pump shall be of screw type suitable for handling
biological sludge of 1 – 2% solids consistency.
Pumps Capacity and Head
shall not be less than
:
sufficient for handling total daily sludge
in 16 hours
Type
:
Screw Type
Liquid
:
Bio-sludge of 1 – 2% solids consistency
Specific gravity
:
1.05
Solid size
:
40 mm (Maximum)
Efficiency
:
more than 30%
Installation
:
Fixed.
Quantity
:
2 no. (1 W + 1S)
3.2.11 Centrifuge Units
The centrifuge shall be solid bowl centrifuge of co-current/countercurrent design. 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 and
its accessories shall be mounted on a common base frame so that entire assembly can be
installed on an elevated structure.
Contractor
Witness
Executive Engineer
74
Suitable drive with V- belt arrangement and turbo-coupling shall be provided along with
overload protection device. Centrifuge shall be with SS304 wetted parts.
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 noise
level shall be 85 db (A) measured at 1 m distance under dry run. The vibration level shall
be below 50 micron measured at pillow blocks under dry run condition. Adequate sound
proof shall be carried out the housing the centrifuges to ensure that the noise level at 5 m
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 or de-erect the centrifuge while one centrifuge is in
operation.
Other Key Requirements :
a.) The Centrifuge system should be so located that the dewatered sludge falls into
trolleys/ drums / bins directly without requirement of another material handling unit.
b.) The dewatered sludge should be truckable & should be suitable for disposal by open
body truck and should have a minimum solid concentration of 20% or more (measured as
dry solids w/w basis)
c.) The Centrifuge unit should have a 90- 95 % solid recovery.
d.) The centrifuge Centrate should not contain more than 1000 mg/l solids.
e.) The centrifuge should be capable of being operated at lower solid feed concentration in
case of maintenance.
Number of Centrifuges
:
2 Nos. (1 W + 1 SB)
Type
:
Horizontal
Operating Hours
:
16 hours per day maximum
Mixing arrangement
:
Online mixing of Dewatering Polyelectrolyte (DWPE)
and sludge
RPM
:
Maximum 2900
Dewatering polyelectrolyte Dosing system is to be provided to dose Poly Electrolyte
solution to the incoming sludge at entrance to the centrifuge.
3.2.12 Polyelectrolyte Agitator
The equipment shall include drive motor, direct coupling, impeller assembly, and such
other fittings, devices or appurtenances necessary for a complete operating installation.
The drive motor shall not exceed rpm of 1,500 and directly coupled with the gearbox. It
Contractor
Witness
Executive Engineer
75
shall be wired for 415 volts, 50 cycles, and three-phase service and shall be totally
enclosed, fan cooled, rated for severe chemical duty with a minimum service factor of 1:
1.5. The rotary speed of the impeller shall not exceed 100 rpm. Number = 1 W + 1 SB.
3.2.13 Polyelectrolyte Dosing Pumps
Dosing pumps 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.
Parameters
Number of pumps
1W+1S
Capacity of each pump
to suit each centrifuge requirement
Material of construction of wetted parts
SS 304 / PP
3.2.14 Manual hoist for Centrifuge unit, Blowers & Chlorine Tonner Shed
This includes supply, erection, testing and commissioning three way movement electrically
operated mechanism with all the accessories complete in all respects. The three way
movement shall be as : (i) Vertical, (ii) Longitudinal and (iii) Transverse
Electric Hoist of suitable capacity
:
3 Nos.
(1 for Blower room, 1 for centrifuge shed and 1 for chlorination toner shed).
3.2.15 Chain Pulley Block (for Pump House)
This includes supply, erection, testing and commissioning of adequate capacity Chain
Pulley Block with all the accessories. It should be compatible with the lifting chain of the
pump.
Chain Pulley Block of adequate Capacity
:
1 Nos.
3.2.16 Control Gates
Control gates shall be provided at following locations for flow control.
1) Upstream & downstream of screen channels – C.I
2) Upstream of grit bypass channel – C.I
3) Inlet to Mechanical Detritor – C.I
4) Inlet to the SBR Reactor (Auto) – CI
5) Any other location, as per process requirement
The gates shall be single faced non rising spindle, flush bottom closing, and wall mounted
flange back frame. C.I. sluice gates suitable for seating water head and mounting on the flat
face of a wall, water sealing at two vertical sides, top and bottom side of gate frame by
means of neoprene rubber seal fitted in gate aperture and having forced contact with gate
slide, to be provided with C.I. frame and shutter, SS 304 spindle to suit distances as
Contractor
Witness
Executive Engineer
76
specified in the bill of quantities. All fasteners shall be in SS 304 and anchor bolts, EPDM
rubber seals, SS 304 rubber seal retainer bars, CI stem guide bracket, SS 304 coupling, CI
manually operated head stock.
3.2.17 STP – Main Electrical Panel
This includes supply, installation, testing and commissioning of STP Main Electrical Panel
(MCC) housing individual starter panels for various loads complete in all respects with
suitable switchgear. It shall be provided with metering, ACB’s with S/C & O/L releases,
switch-fuse units, lamps, bus bars etc. The accessories used shall conform to the latest IS
codes.
1. Mechanical Screens
2. Mechanical Detritor
3. Classifier
4. Organic Return Pump
5. Air Blowers for SBR and Sludge Sumps
6. Submersible RAS pumps
7. Submersible SAS pumps
8. Centrifuge units
9. Centrifuge Feed Pumps
10. Dosing Pumps
11. Agitators
12. Decanters
13. Electric Actuators for Air Piping and Sluice Gates
14. Manual Hoist
15. Plate form Light and other requirements
16. Operations Building’s Light and other requirements
17. Toilet Block for Workers’ Light and other requirements
18. Street lighting.
19. Chlorination System
20. Any other
3.2.18 Capacitor Bank/ APFCR Capacitor Panel
Capacitor Panel is to be provided in order to improve the Power-Factor of the STP
electrical load. The panel shall be of suitable rating with Automatic Power factor Correction
Relay. The panel shall consist SFU of suitable rating. START/STOP Push buttons, Fuses,
Indicating Lamps for ON position provided separately for each Capacitor bank. Relay shall
be 6 stage suitable for 415V, 3 Phase, 115A, 50 Hz supply. PF meter shall be provided
with selector switch and LED’s along-with the relay. In addition it will consist of Push
Contractor
Witness
Executive Engineer
77
buttons for AUTO/MANUAL/ON/OFF operations. Panel shall be floor mounted made out of
14 CRCA steel sheets with IP-54 enclosure protection.
3.2.19 Cabling, Cable Trays and Junction Boxes
This includes supply, erection, testing and commissioning of L.T Power & Control cabling
required for inter-connecting all the control panels / LDB to their respective sources and
loads at STP. The cabling shall be complete in all respects. Civil works like construction of
cable trenches with angles, chequered plates etc. are also included in the scope. Cable
trays & junction boxes shall be installed to accommodate the cables wherever required. For
Indoor Cabling, Cable Trays or civil cable trenches shall be provided as suitable. Outdoor
cabling shall be directly buried underground as per norms. Cable Trays shall be GI ladder /
perforated type.
Power Cables shall be 1100V, XLPE insulated, PVC inner & outer sheathed, GI armoured,
Aluminium conductor. Minimum power-cable size shall be 3C x 4 sq mm.
Control Cables shall be XLPE insulated, PVC inner & outer sheathed, GI armoured, solid
copper conductor. Minimum control cable size shall be 1.5 sq mm
Power & Control Cables
:
LOT
Junction Boxes
:
LOT
Cable Trays
:
LOT
3.2.20 Automation and Control (PLC, PC etc)
PLC based automation system with application software based on Rockwell Automation to
control all pumps, valves, blowers, VFD, decanting mechanism, limit switches and probes of
SBR as per bidder’s design including I/Os with 20 % spares, power supplies, UPS, etc.
complete.
1. Stand
alone/
or
integrated
PLC
panel
having
Suitable
PLC,
HMI
and
MODEM/ROUTER.
2. Non contact type ultrasonic level transmitter on sump/ collection tank.
3. Digital energy meter along with CT’s and protective switchgears on each MCC which
shall be connected on MODBUS communication with PLC to have all parameters like,
Voltage, current, Power Factor, active and reactive power
4. Interfacing of PLC panel with MCC
-
HMI Panel to comprise of latest PC with 22” LCD monitor, printer, multimedia kit mouse,
RS-view, RS-links (gateway version), entire process and operator software with dynamic
flow charts, pictures, screens, alarms, historical trends, reports etc.
Contractor
Witness
Executive Engineer
78
-
SCADA based Automation system to monitor continuously in each tank the followings:
(a) Filling volume
(b) Discharge quantity
(c) DO-level
(d) Temperature
(e) Oxygen Uptake Rate
(f) Blower speeds
(g) Decanting mechanism
The components of Automation are
1
PLC-Cum-Control Panel
1
No
2
Online 2 KVA UPS with 1/2 Hour Battery Back-up
1
No
3
PC with SCADA, Printer & Desk
1
No
PLC / SCADA system shall be provided for following components of the plant :
a.
Mechanical Coarse Screens shall be controlled through PLC based on differential level
across the screen.
b.
Pumps for the proposed 15.0 MLD STP shall be controlled by PLC based on the
inputs from level transmitter in sump.
c.
Mechanical Fine Screens shall be controlled through PLC based on differential level
across the screen.
d.
Grit mechanism, grit classifier, grit wash pumps/organic return pumps shall be started /
stopped from PLC.
e.
SBR including blowers - complete operation through PLC.
f.
Chlorination system - Automatic changeover of chlorine tonners, feedback from
chlorine analyser, booster pump operation shall be done from PLC.
g.
Feedbacks of Sludge pumps, centrifuges, blowers for sludge sump, level in sludge
sump etc. shall be available in PLC. Operation will be done manually.
h.
Also, energy meters for each MCC shall be connected to PLC so that power
consumption can be monitored for each unit.
Contractor
Witness
Executive Engineer
79
3.2.21 Instrumentation
This includes supply, erection, testing and commissioning of various instruments
used. The details of the instruments are as follows:
Sr. No.
Instrument
Location
Quantity
1.
Level Transmitter
SBR Reactor
One for each reactor
2.
Sludge flow
meter
Inlet pipe of sludge
sump from SAS pumps
1
3.
Level Transmitter
Fine Screens
1
4.
Pressure
Gauges
Discharge of all Pumps
and Air Blowers
As per requirement
5.
Level Switch
Sludge Sump
1
6.
Variable
Frequency Drive
Blowers
As per requirement
7.
Variable
Frequency Drive
Decanter
As per requirement
8.
DO meter
SBR Reactor
One for each reactor
9.
Actuators for
valves & gates
Valves / Gates
As per requirement
Note : The above given quantities are the minimum quantities and may increase as per the
requirement for proper functioning of the plant.
3.2.22 Chlorination System:
Chlorination system covering chlorine tonners, chlorinator, piping, booster pumps, ejector,
trunions, lifting device with weighing scale, leak detection and leak absorption system,
safety equipments like canisters, gasmasks etc. and other ancillary shall be provided in the
chlorine house. It shall have sufficient ventilation as per the latest norms for safety purpose
with necessary lifting arrangement and HOT of minimum 3 T capacity, etc. complete.
Neutralisation Pit of sufficient capacity shall be provided at ground level to emergency use.
Flow
:
Maximum decant flow of concerned STP
Number of Chlorinators
:
2 (1W+ 1 S)
Type
:
Vacuum Type
Chlorine Dosing
:
As per requirement
Contractor
Witness
Executive Engineer
80
3.2.23 Laboratory Equipment
3.2.23.1
1
2
3
EQUIPMENT : The list of lab equipments to be supplied is as follows
PH Meter Digital
pH Range
: 0 to 14 pH
Milli Volt Range
: 0 to + 1999 mV
Accuracy
: 0.01 pH + 1 digit.
Reproducibility
: 0.01 pH
Temperature compensation
: 0 to 100o C
Power Supply
: 230 V + 10% 50 Hz
Accessories
: 2 Nos combined electrodes
Centrifuge
Maximum speed
: 3200 rpm
Maximum centrifuge force
: 1600 x G.
Maximum capacity
: 6 x 15 ml
Dissolved Oxygen Meter
The instrument should be capable of DO and temperature measurement in raw and treated
sewage water :-
4
Range
: 0 to 20 mg/1.
Temperature
: o to 60o C
Resolution
: DO – 0.1 ppm
Accuracy
: DO - + 0.3 ppm Temperature + 0.2o C
Temperature compensation
: 0 to 50o C
Censor
: DO – Amperometric (Gold / Silver)
Power
: 230 V + 10% 50 Hz
Temperature 0.1o C.
Chlorine Comparator
Comparator should have capacity to measure the residual chlorine from 0.1 to 2 PPM and
pH from 6 to 8.4 (phenol red indicator disk) by moveable disk arrangement.
5
Accessories :
Orthtolidie solution test tube brush and cover separate movable disk
6
Counter
Colony counter with digital display electrically operated suitable for bacterial plate count
complete with counting plates and lenses etc.
Contractor
Witness
Executive Engineer
81
7
Binocular Microscope
Binocular research microscope with built in illumination with variable transformer. Two `
pair eye pieces 5 x 10 and four objectives 5x, 10x, 45x, 100x, oild (springs).
8
Distilled Water Plant
Electrically heated with boiling chamber lid and cooling jacket, made of stainless steel,
provided with two automatic injection type heater, constant water level device, stout valve,
hanging brackets complete in all respects.
9
Power
: 220 – 230V AC
Capacity
: Approx – 4 L/Hr
Rating of Element
: 1.5 KW each
Water Bath (Serological)
Rectangular water bath should be completely made of copper, heavily tinned inside and
outside finished in enamel.
The cover should be chrome plated and should have 12 holes of 7.5 cm O concentric rings
(3 sizes of each hole) with lid.
The water bath should have built in constant level
arrangement and fitted with swan type ejection electric heaters.
10
Dimensions
: 40 cm x 30 cm x 9 cm
Rating
: 1.5 KW
Power
: 230 Volt AC
Accessories
: 2 M long cord with 3 Pin and adopter for power.
Electric Oven
Should be double walled with inner chamber of aluminium sheets and outer body made of
MS sheets. The gap should be filled with good quality glass wool for proper insulation,
space for inserting thermometer control system of the accuracy of +/- 1o C.
Temperature Range
10
: Room temperature to 250o C +/- 1o C.
Power
: 220-250 Volt AC
Chamber size
: 45 x 45 x 45 cm.
Autoclave
Autoclave should be vertical type, sturdy double walled construction with boiler made of
stainless steel 18 SWG, sheet and easy to operate. Outer shell should be made of mild
steel finished with enamel paint. The boiler and outer shell should have air insulation. Lid
should be made of stainless steel plate and tightened all round by wing nuts. Moulded,
jointless, gaskets should be made of neoprene rubber. It should be fitted with water level
Contractor
Witness
Executive Engineer
82
arrangements to indicate water position inside the boiler, pressure gauge, air/steam
release cock, spring loaded safety valve which can be set any selected point from 10 PSI
to 25 PSI +/- 3 psi and drain. ISI marked immersion type heating element heats the water
stream to desired temperature and pressure, supplied complete with SS basket, cord and
plug to work in 220 volts 50 cycles AC supply.
11
Chamber size (O x depth)
: 300 x 500mm
Load
: 2 KW
Incubator (1 No) for bacteriological tests
Incubator made of aluminum sheet , inner door of glass with 3 adjustable shelves with
temperature control system and accuracy of +/- 0/5o C. Double wall should have proper
glass wool insulation system, thermostatically controlled.
12
Size (w x d x h)
: 61 x 45 x 45 cm
Operating temperature
: 5o C above ambient to 60o C.
Power
: 220 – 250 Volts AC.
BOD Incubator
Suitable to work at 230 V with automatic control beating or cooling circuits according to
environmental temperature, made of mild steel all with enamel paint, inside chamber
should be anodized, adjustable shelves made of aluminum and full inner view glass doors.
Chamber capacity should be 286 L. Temperature control device German thermostat.
Chamber size
: 87 x 57 x 55 cm
Temperature Range : 5 - 50o C.
Operating sensitivity : +/- 0.5o C.
Forced air circulation to maintain uniform temperature with dial thermometer.
13
Magnetic Stirrer with HOT Plate
Magnetic stirrer with hot plate of 2 L capacity with separate stirring and temperature
controlled regulator for setting stirring rate and temperature complete with plug, 2M long
cord. Adapter and Teflon paddle 1” long (Rotor 3 Nos) capacity 2 liters, maximum speed
1200 rpm.
14
Analytical Balance
Analytical balance complete with case, weight box and beam of gun metal. Flat beam
sprayed with colorless cellulose lacquer edges are of best selected agates ground to
optical precision case finally polished with two side doors and counter poised front slide.
Case made of teak wood having sun mica base.
Capacity
Contractor
: 20 gm
Witness
Executive Engineer
83
15
Sensitivity
: 1/10 mg
Diameter of pan
: 3 inches slightly nickel chromium plate
Length of beam
: 5 inches
Watch glasses
: 2 Nos, light weight to be provided on each of the pan
Graduation
: Graduated in to 100 divisions with 0 in centre.
Electronic Balance
Readability
: 1 mg/10 mg
Weighing capacity
: 60 mg/310 mg
Repeatability
: 0.2 mg/0.5 mg
Linearity
: +/- 2 mg / +/- 10 mg
Stabilization
: 5 seconds
Power Supply
: 230 V AC +/- 10%, 50 Hz
Facility of piece counting, 0% weighing, display various weighing units, provision for
attachment of printer.
16
Vacuum pump single (with suction flask/Liter capacity)
Electrically operated should be compact and smooth in operation with effective cooling,
high power water vapor tolerance and guaranteed ultimate vacuum.
17
Air Displacement
: 150 L/Minute
Ultimate vacuum
: 10 microns Mcleod
HP of motor
: 0.5 or 1/3
Pump speed
: 375 rpm approx
Power supply
: 220/230 V AC
Refrigerator
Minimum 300 liters capacity of reputed make.
18
Muffle Furnace
Quick heating type light weight, fibre wool insulation to keep heat loss too low. Heating
chamber made of Ceramic Fibre Muffle, surrounding with canthal wire, max. Temp.
10000C, continuous working temp. 9300C Outer casing made of mild steel duly painted with
heat resistant paint, with plug & cord. Size of inner chamber 6"x6"x12".
19
Laboratory Thermometer
Mercury in glass yellow back, range:
- 10 to 500 0C
-
2 Nos
0
-
2 Nos
- 10 to 1100 C
Contractor
Witness
Executive Engineer
84
20
Stop Watch
Digital Display electronic hand held stop watch with extra facility for day date and time
reading 1/100 Sec.
21
Laboratory Retort Stand (3 Nos)
Rectangular heavy type with Rod, Base size 7" x 5" duly painted.
22
Pipette Stand (3 No)
Made of teak wood, polished.
23
Set of clamp & Boss Heads made of brass
-
2 Nos.
24
Burette clamp fischer type made of brass
-
1 No.
25
Stainless steel tongs
-
2 Nos.
26
Asbestos hand gloves size 14"
-
2 Nos.
27
Bottle cleaning brush nylon best quality
-
4 Nos.
28
Dissolved Oxygen Sampler
-
1 No.
29
Conductivity Meter
-
1 No.
30
C.O.D. Apparatus
-
1 No.
31
Filtration Assembly
-
1 No.
32
Kjehldahl Digester unit
-
1 No.
3.2.23.2
GLASSWARE : The list of glassware to be supplied is as follows
SNO
1
2
GLASSWARE
Gooch crucibles disc dia 40mm porosity G-3, Borosil R.
Vacuum flask i.e. filtration flask cap. 500 ml. with side tabular
Borsil R.
QTY
UNIT
2
m
2
No.
3
Evaporating dishes.
50
No.
4
Desiccator large with cover size 250mm Borosil R.
1
No.
5
Buchner Funnel cap. 80 ml. disc dia 40 mm porosity G-3.
2
No.
6
Measuring cylinder graduated Borosil R.
10000 ml capacity
2
No.
500 ml capacity
4
No.
100 ml capacity
6
No.
100 ml capacity
2
No.
50 ml capacity
2
No.
1000 ml capacity
2
Nos.
500 ml capacity
10
Nos.
100 ml capacity
15
Nos.
7
8
Burette with straight bore stop cock Borosil R.
Conical flask Borosil R.
Contractor
Witness
Executive Engineer
85
SNO
GLASSWARE
QTY
UNIT
8
Nos.
1000 ml capacity
4
Nos.
500 ml capacity
8
Nos.
100 ml capacity
8
Nos.
50 ml capacity
4
Nos.
12
No.
50 ml capacity
2
Nos.
20 ml capacity
2
Nos.
10 ml capacity
2
Nos.
5 ml capacity
2
Nos.
2 ml capacity
2
Nos.
20 ml capacity
2
Nos.
10 ml capacity
4
Nos.
5 ml capacity
4
Nos.
2 ml capacity
2
Nos.
1
No.
1000 ml. Capacity
2
Nos.
500 ml capacity
8
Nos.
250 ml capacity
8
Nos.
100 ml capacity
6
Nos.
50 ml capacity
2
Nos.
12
No.
16 Imhoff cones Borosil R
2
No.
17 Separating Funnel pear shape Borosil R capacity 250 ml.
2
No.
18 Filter Funnel dia 4" Borosil R.
8
No.
19 Plastic filter funnel dia 4".
1
Nos.
20 Labolene solution
3
Nos.
50 ml capacity
9
10
Volumetric flask
Reflux flask i.e. COD flask cap. 250 ml with B-24 joint Borosil R.
11 Volumetric pipettes i.e. Bulb pipette borosil R.
12 Serological pipettes i.e. graduated pipette Borosil R.
Orsat gas analysis Apparatus 4 test comprising of levelling
13
bottle, gas burette with outer jacket, four absorption pipettes, 4
test manifold, calcium chloride tube and rubber below. In wooden
case with slliding doors made from Borosil R.
14 Breaker Borosil R
15
Allhin Condenser length 400 mm with B-24 cone & socket
Borosil R.
Contractor
Witness
Executive Engineer
86
SNO
QTY
UNIT
4
Nos.
22 Glass rod 8mm dia length 12".
4
Nos.
23 Glass beads
1
No.
24 Connecting tube 'T'' shape
2
Nos.
10
Nos.
50
Nos.
21
GLASSWARE
Wash bottle polythene fitted with stopper & dlivery tube capacity
500 ml.
25 Sample bottle with screw capacity Borosil R.
Capacity 30 ml.
26 BOD bottles capacity 300 ml. Borosil R.
Notes
1.0
All aforesaid instruments should be supplied along with operation and circuit diagram
manual, dust cover, 2 M long cord and plug and related accessories required for the satisfactory
working of the instruments.
2.0
All necessary chemicals in sufficient quantity of reputed made shall be supplied and
maintained.
4.0
SCOPE OF WORK FOR OTHER WORKS COMMON TO MPS & STP
i)
ii)
Transformer & its Accessories (Substation) For prime movers with peak flow
conditions
Transformer Yard
iii)
Operations Building
iv)
Toilet Block for Workers
v)
Platforms and Stairs
vi)
Railings along all the Platforms & Stairs
vii)
Painting, White Washing and allied works
viii)
External Sewerage System
ix)
Lowering of ground water table during construction, if any
x)
External water supply system in the plant
xi)
Roads & Pathways
xii)
Plant Lighting
xiii)
Site Development
xiv)
Plant Utilities
xv)
Treated Effluent Disposal Channel
xvi)
Diesel Generating Set (For prime movers with 15 MLD as average flow for
MPS & STP).
xvii)
Contractor
Energy Meter
Witness
Executive Engineer
87
xviii) General Points
4.1
Transformer & its Accessories (Substation)
This includes supply, erection, testing and commissioning of transformer along with cabling
etc., of sufficient rating to serve the total electrical requirement of MPS and STP. The
transformer system shall be sufficient to cater the operation at peak load of following :
(a) Complete MPS load including screens, pump for 15.0 MLD STP.
(b) Complete 15.0 MLD STP operation at peak load.
All working drives of both STP as well as MPS with 10% extra shall also be considered
while calculating the capacity of transformer.
Suitable synchronization system shall be provided to synchronize the transformers, if
multiple in number. An existing 11 kVA power supply line passes along the road of the STP
site The contractor shall take connection from this 11 KVA line including provision of GO
switch, cabling, protection devices etc.
The components of this work for the bidder are as under:
A. Transformer & its Accessories for Main Pumping Station and Sewage Treatment
Plant
B. Electricity Department Panel (H.T. Panel + L.T. Panel)
C. Alarm Annunciation Panel
D. Cable Work
E. Earthing Work
The number of transformers along with their rating and other technical details
shall be supplied by the bidder in his technical bid.
4.2
Transformer Yard
A Transformer yard of sufficient size shall be constructed for placement of transformers
and accessories. This enclosure will be open from top but will have fencing all around up to
minimum height of 1.2 m. However the circuit breaker and metering panels shall be placed
inside the MPS panel room. The fencing shall be with MS angle complete & 10 mm SWG
galvanized iron wire chain link mesh. Provision of gate made of thick wire mesh shall be
made.
4.3
Operations Building
The Operations building shall be two storey RCC framed structure consisting of following :
Contractor
Witness
Executive Engineer
88
(i) Plateform for blower :
(ii) Admin Room :
Minimum Area = 50 sqm sludge pump + blower + Dosers 1
UPS + Dosing tank
Minimum area = 35 sqm
(iii) MCC Room :
Minimum Area = 50 sqm
(iv) PLC Room :
(v) Laboratory :
Minimum Area = 20 sqm
Minimum Area = 25 sqm
(vi) Toilet Block for officers : Minimum Area = 6 sqm
(vii) Chlorine room
Minimum Area = 15 sqm
st
(viii) Centrifug Bldg (G.F. + 1 Floor) Minimum Area = 84 sqm
(ix) H.T. Metre + VCB Room = 20 Sqm
(x) Operator room with toilet = 20 Sqm
(xi) Tomer shad = 20 Sqm
The Blower Room shall be on ground floor. Rest rooms can be on ground floor or on first
floor as per suitability and functional requirement.
The MCC room shall have panels for all the electric units of MPS and STP (as defined in
the respective scope of work of MPS and STP). The MCC and PLC rooms shall be so
arranged so that the operator sitting in PLC room can have good view and easy access to
the MCC.
The toilet block for officers shall be provided with following :
(a)
One white porelain Orissa pan minimum 580 mm long with flushing cistern of 10 litres
capacity.
(b)
Two number urinals of glazed vitreous china of size 610x400x80mm conforming to
BIS 2556(Part VI) with 25mm dia. GI waste pipe coupling.
(c)
One wash basin of size 510 mm x 400 mm in white porcelain with inlet, outlet and
overflow arrangements.
(d)
One mirror of size 400 mm x 600 mm wall mounted type fitted over wash basin.
(e)
One plastic liquid soap bottle
(f)
One chromium plated brass towel rail minimum 750 mm long.
(g)
All stopcocks, valves and pillar cocks shall be heavy-duty chromium plated brass.
(h)
All fittings such as “P” or “S” traps. Pipes, down take pipes etc.
The waste water from toilet shall be connected to external sewerage system so that waste
water is conveyed to the Main Pumping Station
A HDPE / RCC storage tank of minimum 1000 litres capacity shall be provided on roof for
conveying water to toilet and laboratory. A RCC staircase, minimum 1.0 metres wide, shall
be provided for access to roof.
Contractor
Witness
Executive Engineer
89
All internal lighting, internal water supply, sanitation and joinery shall be provided by the
contractor. The waste water from toilet block shall be connected to external sewerage
system so that waste water is conveyed to the Main Pumping Station.
PLC room and administrator room shall be provided with Air Conditioners (Split type) of 1.5
Ton capacity each.
4.4
Toilet Block for Workers
A separate toilet block shall be provided for workers / field staff with provision of lighting,
ventilation, water supply, sanitation and joinery. It shall consist of minimum 2 number
urinals, 1 WC, 1 bath room and 1 wash basin along with mirror, towel rail, stopcocks,
valves, pillar cocks, “P” or “S” traps etc. It shall be RCC framed structure. The waste water
from toilet block shall be connected to external sewage system so that waste water is
conveyed to the Main Pumping Station. A RCC staircase, minimum 1.0 metres wide, shall
be provided for access to roof. The toilet block shall receive water from the storage tank of
1000 litres provided on the roof of Operations Building. Minimum area for toilet block for
workers shall be 15 sqm.
Specifications of Blower Room, Operations Building and Toilet Blocks
Sno
Description of Items
Specifications
Flooring
1.
i Air Blower Room
Ironite flooring
ii Entrance Lobby, Stairs and Toilet Block
Marble Flooring (19mm to 25mm)
iii Admin Room, PLC Room / MCC Room Ceramic Tiles (Minimum Size 450mm
and Laboratory
to 450mm)
2.
Roof Water Proofing
Brick Bat Coba
3.
Plaster
i Walls both inside & outside
Cement mortar 1:4 12mm thick
ii Roof including cantilever
Cement mortar 1:3 12mm thick
4.
Painting
i External
Cement based paint
ii Internal
Synthetic Enamel
5.
Dado /Skirting
Same Material as on Flooring 2.10 high
in toilet block & 0.15 m high in all other
rooms/spaces
6.
Contractor
Doors & Windows
Aluminum
Witness
Executive Engineer
90
List of Furniture to be provided in Operations Building:S.No
Equipments
A.
Laboratory
B.
C.
D.
Contractor
Quantity
Executive Table
1 No
Revolving Table
1No
Visitor chair
4 Nos
Steel Almirah
1 No
Side Almirah
2 Nos
MCC Room
Executive Table
1 No
Revolving Table
1No
Visitor chair
4 Nos
Steel Almirah
1 No
Side Racks
2 Nos
Admin Room, PLC Room
Executive Table
1 No
Revolving Table
1No
Visitor chair
4 Nos
Steel Almirah
1 No
Side Racks
2 Nos
Computer Table
1 No
Printer Table
1 No
Revolving Chair
1 No
Local Panel and Blower Room
Visitor chair
4 Nos
Steel Almirah
1 No
Side Racks
2 Nos
Witness
Executive Engineer
91
Specification of Furniture:
(a)
Executive Table :
Godrej or Equivalent make table frame of 25 x 25 mm tubular section of 16 gauges ERW
MS pipe, with standard size to drawer on right side operate on precision made slides, using
22 gauge MS sheet. Tabletop of 18 mm thick particle board laminated with veneer top
(shade to be approved by EIC) and back panel having teal wood beading all around.
Drawers to be provided with suitable locking arrangement and with Godrej type handle.
Size 2135 mm x 865 mm x 735 mm (height).
(b)
Table:
Godrej or equivalent make table frame of 25 x 25 mm tubular section of 16 gauges ERW
MS pipe, with standard size two drawer on right side operate on precision made slides,
using 22 gauge MS sheet. Tabletop of 18 mm thick particle board laminated with veener
top(shade to approved by EIC) and back panel having teal wood beading all around.
Drawers to be provided with suitable locking arrangement and with Godrej type handle.
Size 1675 mm x 865 mm x 750 mm (height)
(c)
Computer Table:
Godrej or equivalent make table frame of 25 x 25 mm tubular section of 16 gauges ERW
MS pipe, ‘C’ class frame, designed with sliding keyboard on nylon rollers & table top and
sliding board of 18 mm pre laminated particle board with PVC topping.
Size 73 mm (W) x 88 mm (D) x 75 mm (H).
(d)
Printer Table:
Godrej or equivalent make table frame of 25 x 25 mm tubular section of 16 gauges ERW
MS pipe, ‘C’ class frame, designed on nylon roller. Table top and sliding board of 18 mm
pre laminated particle board with PVC topping.
Size 73 mm (W) x 77 mm (D) x 75 mm (H).
(e)
Revolving Chairs with Arms:
Godrej or equivalent make table frame of 25 x 25 mm Tubular pipe frame of 25 mm
diameter ERW MS pipe of 14 gauge having high back with push back system and PU
arms on five pronged base with ball coaster and pneumatic seat height adjustment.
Moulded PU foam on seat and back and covered with good quality tapestry, color and
quality of tapestry should be used as approved by EIC
Size : 66 mm (d) x 66 mm (w)
Height: 102.5 mm x 114.5 mm
Seat height: 44 mm 56 mm
Contractor
Witness
Executive Engineer
92
(f)
Visitor Chair:
Godrej or equivalent make chair made of 25 x 25 mm tubular pipe frame of 25 mm
diameter ERW MS pipe of molded PU foam on seat and back with upholstered seat and
back by good quality tapestry as approved by EIC.
Size: 46 mm (w) x 82 mm (h)
Seat height: 45mm
(g)
Steel Almirah:
Godrej or equivalent make office store well made from high quality CRCA steel of 20
gauges having anti rust treatment equipped with Godrej precision lock and four adjustable
shelves with powder coated finish of following size:
Big: 1270 mm x 765mm x 440 mm
(h)
Filling Cabinet:
Godrej of Equivalent 4 drawer Lateral filing cabinet made of premium quality CRCA
corrosion resistant steel of 20 gauges with 25 mm teak wood table top and powder
coated finish. Drawer should be moved on precision balls slide with anti tipping and anti
rebound mechanism provided with full length drawer pulls.
(i)
Ordinary Cane Chair:
Godrej or equivalent make made of 25 diameter tubular MS ERW pipe of 14 gauge
seasoned teak wood seat and back with canning without arms, cantilevered chair duly
polished and painted and using half round canning.
Size: 43 mm 9w) x 57 mm (d) x 88.5mm (h)
(j)
Side Racks:
Godrej or equivalent make made of 35 mm x 35 mm MS ERW angle section with five
shelves. Shelves material should be 20 gauge ERW MS sheet
5 tier: 1800 mm x 900 mm 375 mm
4.5
Platforms and Stairs
RCC platforms (minimum 1.0 m wide, unless specified otherwise) shall be provided at
sufficient locations for movement across all the units and for operation & maintenance of all
units.
RCC / MS staircase (minimum 1.0 m wide, unless specified otherwise) shall be provided to
access all the platforms provided/required for all the units above ground level. The tread
shall not be less than 250 mm and rise shall not be more than 160 mm.
Contractor
Witness
Executive Engineer
93
4.6
Railings
Railing shall be provided along all the platforms above the Ground level and staircases.
The railings shall consist of two Horizontal rows of 40mm i/d G.I. Pipe Class B supported
on vertical GI post 40 mm dia Class B at a spacing of 1.5 m c/c.
4.7
Painting, Whitewashing and Allied Works
All the internal surfaces of the walls, ceiling of the Blower, MCC / PLC Rooms etc shall be
painted with synthetic enamel paint. All the external surfaces of buildings shall be painted
with cement based paint.
Water Retaining Structures
The inner concrete surfaces of all the water retaining structures including channel shall be
painted (two coats) with approved make bitumen paint.
Pipes and specials
All the MS/DI/CI pipes & specials and other equipment shall be painted with two coats of
approved make anti corrosive paints.
4.8
External Sewerage System
The wastewater collected through down take pipes of grit chamber/screen channel / inlet
chamber & sludge pump house shall be carried through GSW / RCC NP3 pipe upto inlet
chamber of existing MPS.
In addition to this, the wastewater of Toilet/MCC/PLC room shall be carried to this pipe with
GSW / RCC NP3 pipe. Provision shall also be made for collection of sludge filtrate from
sludge platform and its connection to external sewerage system. Adequate number of
manholes shall be constructed as per drawing submitted by the bidder and approved by
Engineer-in-charge before execution of the work. The bedding and haunches of the GSW /
RCC NP-3 pipes shall be as per the specifications approved by the Engineer-in-charge.
4.9
Lowering of Ground water table during construction
The Ground water table, if encountered during construction shall be lowered sufficiently so
as to enable construction in dry conditions.
4.10
External water supply system in the plant
External water supply system shall be provided within the plant area to make available the
water for maintenance, cleaning, flushing and day to day use near various units such as
toilet, Laboratory, screening chambers, Grit Chambers, Dosing Pumps, Centrifuge unit, etc.
The system shall comprise of GI Class B connection of 2” dia, 6 kg/m² rating shall be taken
Contractor
Witness
Executive Engineer
94
from existing estate water line on main road outside STP area. This GI pipeline shall feed
the Overhead Storage Tank of Operations Building. Provision of service water to other
units of the STP such as centrifuge, screens, grit chambers, dosing pumps, etc shall also
be made by the contractor. All required Pumps, piping, specials and valves shall be
provided by the contractor.
4.11
Roads & Pathways
Roads shall be constructed so that all major units of STP are approachable to facilitate
carrying materials/ sludge/screenings/grit by truck. Similarly pathways shall be made
around all units for easy movement during operation and maintenance of the plant. The
reduced level of internal roads should be kept in accordance with the approach road to
STP area. The Roads shall be minimum 3.75 m wide and pathways shall be minimum 1.2
m wide. The length of roads and pathways shall be 250 mtr. and 150 mtr. respectively.
Specifications for Roads : CC 1:1½ :3 = 175 mm thick over PCC 1:4:8 =100 mm thick
Specifications for Pathways : CC 1:2:4 = 80 mm thick over PCC 1:6:12 =100 mm thick
4.12
Plant Lighting
The plant lighting including lighting poles, fixtures etc complete, is included in the scope of
work of the contractor. The contractor shall submit lighting plan to the EIC for approval and
the lighting work shall be as per the satisfaction of EIC. The plant area shall be fitted with
following minimum streets lights poles & fixtures :
1. 16 Nos 250 W metalide to be fixed on top of buildings or at suitable locations on 9.50 m
high tubular poles.
4.13
Site Development
The contractor shall develop the entire STP site consisting of removal of bushes, weeds
etc, grading and maintaining the site. Original horticulture work shall be done by the
department and the contractor shall maintain the same during completion O&M period.
4.14
Treated Effluent Disposal Channel
A RCC Channel/ RCC NP3 pipe of sufficient size from Chlorine Contact Tank outlet shall
be constructed. The channel shall be provided with adequate size and slope such that it is
able to carry peak flow or maximum decant flow (whichever is maximum). The channel
shall be terminated to the existing Bhiwani Ghaggar Drain (Ghaggar Drain). The total
length of treated effluent disposal channel shall be 75 M.
Contractor
Witness
Executive Engineer
95
4.15
Diesel Generating Set
This includes supply, erection, testing and commissioning of outdoor type, silent Diesel
generating sets. The DG set system shall be sufficient to cater the operation at peak load
of following:
(a) Complete MPS load including screens, pump for average flow of 15.0 MLD.
(b) Complete 15.0 MLD STP operation at peak load.
Manual change over switch shall be provided. The DG sets should be provided with
Acoustic Hood, Earthing arrangement, Cabling, etc complete. Suitable RCC foundation
shall be provided for the DG sets which shall be minimum 230 mm above Formation Level
of the site.
4.16
Energy Meter
An energy meter shall be provided for metering of the entire MPS and STP. The energy
meter shall be connected to PLC / SCADA for display / recording / data logging of energy
consumption of the complete plant and history data generation in PC.
4.17
General Points
The scope of work for electrical items shall also include following :
(a)
Wiring of substation and provision of standard safety equipments in the same as
approved by the Electricity Department.
(b)
The tenderer has to obtain from Electricity Department / any other approving
authority, all necessary approvals right from the approval of scheme sanction of load
to the releasing of power supply and bringing completion report from Electricity
Department. The department shall help the contractor in documentation to obtain
such approvals, however the responsibility to achieve the same lies with the
contractor. The contractor will be fully responsible to obtain regularized and functional
power connection from Electricity Department for proposed MPS and STP within time
frame stipulated in the tender. No time extension will be granted on this ground.
(c)
Provision of 1100 V grade LT XLPE insulated extruded inner and outer PVC
sheathed aluminum conductor, armored cable adequate sized from the transformer
up to PCC in the substation and up to MCC Panel up to the load point etc. complete
along with the end termination with gland and crimping type of lugs.
(d)
The main MCC panel shall comprise sufficient number of incoming feeders for
transformer; DG set etc and sufficient outgoing MCCB feeders for various loads in the
STP. These may include loads such as main pumps, valve actuators, degritter panel,
Manual hoist, EOT crane, instrumentation / control panels, plant lighting, area lighting
etc. Necessary metering, protections and indications shall be provided on the LV
switchboard.
(e)
Complete plant indoor and outdoor lighting system shall be provided, which shall be
controlled from lighting panels/switches installed in respective plant areas. The entire
Contractor
Witness
Executive Engineer
96
lighting system shall be as per the approved drawings with required Lux level as per
relevant IS codes. Lux level calculation should be submitted.
(f)
Complete plant indoor and outdoor Earthing and lighting protection system
comprising electrode pits and conductors shall be provided inside and outside the
plant to ensure proper system neutral Earthing and safety Earthing. The entire
Earthing and lightning protection system shall be as per the approved drawings and
IS codes / Indian Electricity Rules / Act.
(g)
LV capacitor bank, with control panel consisting of automatic power factor correction
(APFC) relay, shall be provided to improve the overall plant ‘PF’ up to a maximum of
unity.
(h)
Local Start/Stop push button stations shall be provided near those motors, which are
not controlled from a local console/panel.
(i)
All the motors shall conform to the requirements of latest editions of application Indian
Standards. The motors shall be squirrel cage, TEFC type and shall be rated for
continuous duty. The winding insulation shall be of Class ‘F’ while the temperature
rise shall be limited to that for Class ‘B’. The degree of protection of enclosure shall
be IP 54 for indoor motors and IP 55 for outdoor motors and IP 56 for outdoor motors
located near water bodies.
(j)
Complete electrical works within the terminal points comprising of the following:
i.
3 panel Ring Main Unit 11 KV SF6 gas filled with sufficient number of isolators.
ii. Transformer of suitable rating.
iii. LT Panel for the motors list/ sub panel as per requirement.
iv. Local Panels & Start Stop Push Button Stations.
v. Internal Illumination Lux levels indicated in the electrical specifications.
vi. External Illumination to the Lux levels indicated in the electrical specification.
vii. Power & Control Cables.
viii. Earthing with earthing pits.
5.0
GENERAL INFORMATION / CONDITIONS
1. Bearing Capacity : Bearing capacity test of the STP area has not been got done by
the department. However, the bidder may himself get the bearing capacity of the STP
area checked before submitting the bid. The successful bidder/contractor shall get the
bearing capacity of the plant area tested (in the presence of Engineer-in-charge or his
authorized representatives) and the design shall be based on the tested bearing
capacity. In case the results of bearing capacity test done by the contractor and done
by the department are in variance, the design value of bearing capacity shall be
decided by the Engineer-in-charge, keeping in view the test results of bearing capacity
reports got done by the contractor and the department. Any financial claim on account
Contractor
Witness
Executive Engineer
97
of difference in bearing capacity shall not be entertained afterwards. It is again
reiterated that the contractor shall be responsible for soundness, safety and stability of
all the structures. The worst spring level shall be ascertained by the agency and
approved by the Department.
2. All the structures are to be designed / built considering worst spring level. No pressure
release valves are allowed for release of uplift pressure.
3. Unless otherwise specified, the entire RCC structures are to be constructed in design
mix M-30 grade of concrete as per IS 456-2000, IS-10262-1982, SP-23 1982 IS:3370
with upto date correction slips and revisions.
4. RCC access platform, Staircase and Railings shall be provided as a necessary item to
all the units.
5. 1 m wide plinth protection consisting of CC 1:2:4, 50mm thick laid over 75mm thick CC
1:3:6 along with toe wall shall be provided around all the structures.
6. The minimum areas given for various buildings / sheds are the minimum requirement.
However, if for proper functioning and workability, greater area is required, then the
contractor has to provide the greater area within the same scope of work.
7. All the sluice valves with diameter equal to or more than 400mm shall be geared and
motorized.
8. Wherever sluice valves, or any other valve is to be installed below formation level of the
area, the associated haudi / valve chamber shall also be constructed by the contractor
within the scope of this contract.
9. The detailed technical specifications for all the items are covered in this part of the
tender documents. In case any item is not covered or missing, Haryana PWD
specifications and relevant IS codes shall have to be followed upon approval of
Engineer-in-Charge.
10. In case of any discrepancy between specifications laid down in this document and
Haryana PWD specifications / relevant IS codes, the decision of the Engineer-inCharge will be final & applicable.
11. Safety Equipments shall be provided by the Contractor at STP site 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 specials instructions.
12. Wherever reference is made to Indian Standard Specifications, the latest specifications
are applied.
13. The contractor shall use one of the approved makes as per availability in the list of
approved makes provided in this DNIT.
14. The scope of the work under the contract is deemed to include the following works. The
rates quoted by the contractor for the items in the BOQ shall include scope of work
Contractor
Witness
Executive Engineer
98
mentioned above and also the following works. Nothing extra shall be paid on these
accounts.
a. Physical inspection of the inlet sewer terminating at the last manhole of sewer line and
reconfirmation of invert level of the sewer at the site in consultation with Engineer in
Charge.
b. Carrying out & confirming the detailed topographical survey of the treatment plant site,
including the invert level of inlet sewer and establishing bench marks at least three
locations within the STP site.
c. The contractor will also provide luminous painted warning / caution notice boards with
flickering light arrangements at least 10 meters before the approach to the area of
working place on either side, where the work is in progress.
d. The sub-soil water can be met during excavation at the STP site location. The
Contractor is advised to carry out its own investigations and gather information on the
water table/subsoil conditions. The suitable and approved dewatering system should be
adopted for execution of work. Nothing extra shall be paid on this account.
e. The sub-soil water pumped will be drained off to the proper disposal points. Contractor
will have to make arrangements to dispose off the pumped sub-soil water to satisfaction
of Engineer in Charge and nothing extra for dewatering of sub-soil water drain etc. will
be paid. The contractor will have to carry sub-soil water at sufficient distance from the
site of work at his own cost. The sullage / storm water side drains will be kept cleaned
regularly to avoid unhygienic conditions in area. The instructions precautions /
procedure of the health department will be binding and no claim on any ground will be
entertained.
f.
The contractor will arrange sufficient number of diesel engine driven pumps for lowering
down the water table below the required excavation level to keep the excavation dry for
sufficient period of construction. Nothing extra shall be payable on this account.
g. If as result of excavation of trenches, the underground services such as water, mains,
electric-poles, cables, telephone cables and sewer lines etc., become exposed and unsupported it will be the responsibility of the contractor to make suitable & necessary
arrangement for supporting and to keep them functional such arrangement will be done
as per directions of the Engineer-in-Charge. No payment for supporting such utility
services will be made. Any damage caused to the above mentioned underground
services due to negligence of the contractor or otherwise shall be made good by the
contractor at his own cost.
h. The side slopes for excavation shall be decided by the contractor depending upon the
sub-soil, strata and availability of land. In case wider excavations are not possible due
to site conditions, close / open timbering shall be done by the contractor as per
direction of the Engineer in charge to prevent caving-in of the trenches.
Contractor
Witness
Executive Engineer
99
i.
The contractor shall have to make his own arrangements for labour camp site and its
hutments. On completion of work, these shall be removed by the contractor, failing
which the department will arrange to dismantle the same at the risk and cost of the
contractor and the dismantled material will become the property of the department for
which the contractor shall have no legal claim. The expenditure so incurred will be
recovered from the dues of the contractor. The contractor shall also be responsible for
keeping all hygienic conditions in his labour camp / hutments as desired by Local
Health Authorities.
j.
The contractor shall take all precautions for the safety of existing nearby/adjoining main
or lateral sewers and any damage to existing sewers or infrastructure shall be repaired
free of cost by the contractor.
k. The contractor will provide a board indicating the name of work, name of contractor,
name of division, cost of work, date of start, date of completion; telephone number etc.,
at site at his own cost and nothing will be paid by the department on this account.
l.
The contractor will be solely responsible for any mishaps, during the execution of the
work. The contractor must get his labour insured before the start of work, for the entire
period of completion of work.
m. The contractor shall not disturb/damage or pull down any hedge, tree, building etc
within the site or his area of operation without the written permission of the Engineer-inCharge.
n. The contractor shall at all the times during the progress of work take all requisite
precautions and use his best endeavors for preventing any riotous or unlawful behavior
by or among the workers and other employees at the work and shall preserve peace
and protection of the inhabitants and the security of property in the neighborhood of the
work.
o. If the contractor or his workmen break, deface, injure or destroy any part of building in
which they may be working, or any building, road, road curb, fence, enclosure, water
pipe, cables, drains electric or telephone post or wires, trees, grass or grasslands, or
cultivated ground contiguous to the premises on which the work or any part is being
executed or if any damage shall happen to the work while in progress, from any cause
whatsoever, the contractor shall make the same good at his own expense or in default
the Engineer-in-Charge may ask the same to be made good by other workman and
deduct the expense from any sums that may be due or at any time thereafter may
become due to the contractor, or from his security deposit thereof.
p. On completion of the work the contractor shall remove hutments failing which the
department will dismantle and clear the site at contractor’s risk and cost.
15. Construction Works : The contractor shall construct the civil units of the plant
(including intermediate) to accommodate all the units to fulfill the requirement of
Contractor
Witness
Executive Engineer
100
process design. There shall be adequate working space, accessibility considerations
like RCC stair, walkway with proper width, hand railing of steel work, adequate height
for pumping station etc. For buildings, there shall be additional items like ventilation and
lighting requirements, flooring and finishing as per the direction of Engineer-in-Charge.
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 Haryana PWD specifications unless otherwise mentioned in the document.
16. 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 finished, 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 higher quality
than the standards and codes specified will be acceptable subject to the Engineer’s
prior review and written approval. Difference between the 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 the 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.
17. Board :The Contractor at his own cost, shall provide sign boards at approved locations,
in English at the site of the works of approved size and design which provides (i) the
name of the Project, (ii) the name and addresses of the Employer, the contractor and
the consultant; (iii) the name and short description of Project, (iv) the amount of the
contract Price; and (v) 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-inCharge.
18. Assurance Programme/Sample Tests : Contractor shall be responsible to develop a
quality control program and do 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 forgoing,
the contractor 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
Witness
Executive Engineer
101
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 by the
contractor, and the contractor shall include sufficient provisions in his tendered rates to
allow for independent sampling and laboratory testing under the direction of the
Engineer-in-charge. The contractor shall furnish certified copies of all test reports to the
Engineer-in-charge within 3 days of completion of the specified tests.
The Contractor shall, within 14 days after the date of the issue of Letter of Acceptance,
submit to the Engineer-in-Charge for his consent a detailed description of the
arrangements for conducing 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 action as deemed fit will be taken against the contractor. PHED Haryana shall
carry out supervision and quality control and monitoring the progress of works.
19. Protection of utilities : The contractor is required to carefully examine the location of
the works and their alignments and to make specials 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.
20. Erection : Bidders to note that various items to be procured/executed under this contract
are subject to inspection by Haryana PHED or their authorized representatives at
manufacture’s premises. Cost of inspection shall be borne by contractor.
6.0
AS-BUILT DRAWINGS
After construction and commissioning of all civil works mentioned above, the contractor
shall submit the five complete sets (2 Nos CDs i.e. softcopy) of As-built Drawings to the
Contractor
Witness
Executive Engineer
102
department. The As-built Drawings are the Detailed Engineering Drawings showing the
actual details on which the Construction / Fabrication / Erection has been carried out. The
contractor shall have to obtain approval of the As-built Drawings from the department.
7.0
ACTIVITY BAR CHART
The successful bidder shall submit Activity Bar Chart, giving Time Schedule for each
activity. The construction activities shall be based on this Bar Chart, after it has been
approved by the department. Whenever there is a deviation from the approved Bar chart, a
revised Bar chart shall be submitted by the Contractor. During the construction duration the
updated Bar Chart shall be submitted to the Engineer-in-Charge every month.
8.0
CONTRACT LIMITS
I
75 M long Treated waste water outlet channel in RCC upto Bhiwani Ghhagar Drain
will be constructed by the contractor. Further channel is out of contractor’s scope.
II
Contractor shall store sludge on the sludge storage platform. Further disposal shall
also be the responsibility of the contractor. The dried sludge cakes shall be disposed
off by the contractor at 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.
The responsibility of sludge withdrawal and disposing off lies with the contractor
within the operation and maintenance period. The contractor should explore the
possibility promoting it as manure.
III
Electricity :
During the operation and maintenance for stabilization and maintenance period
electricity charges will be paid to the electricity department directly by the
department.
IV
During construction, water shall be arranged by the contractor itself. If supplied by
the department, recovery @ 0.5% of agreement cost will be made from the
contractor.
V
Collection & transportation of screening, Grit is the responsibility of the bidder.
VI
Disposal of scour flow from various units & waste water from toilet upto Main
Pumping Station.
VII
11 kVA HT line is passing near the boundary wall of the STP site. The contractor
shall take connection from to this HT line himself. All other works including HT, LT
cabling, GO switch, panels, substation, energy meter with CT / PT units, Electrical
Panels, distribution thereof will be in scope of contractor
Contractor
Witness
Executive Engineer
103
SECTION – 3
INSTRUCTION
TO
TENDERERS
Contractor
Witness
Executive Engineer
104
SECTION-3 : INSTRUCTIONS TO TENDERERS
1.0
INTRODUCTION
1.1 Name of Works
DESIGN, CONSTRUCTION, ERECTION, TESTING AND COMMISSIONING OF INTERMEDIATE
PUMPING STATION AT JITUWALA JOHAR DISPOSAL AND 15 MLD SEWAGE TREATMENT
PLANT BASED ON CYCLIC ACTIVATED SLUDGE PROCESS (SBR) TECHNOLOGY INCLUDING
OPERATION & MAINTENANCE FOR 12 MONTHS AND 5 YEARS THEREAFTER ON BHIWANI
DADRI ROAD, BHIWANI TOWN HARYANA.
1.2
Cost of Bidding
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.
1.3
Site Visits
(a) 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.
(b) 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.
1.4
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.
1.5
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.
1.6
Payment Terms
The terms of payments are defined in Section 17 (Price Bid) of this tender.
Contractor
Witness
Executive Engineer
105
2.0
BIDDING DOCUMENTS
2.1
Content of Bidding Documents
2.1.1
A set of Bid Documents issued for the purpose of Bidding includes the following Sections,
together with any Addenda thereto which may be issued and the proceedings of pre-Bid
meeting. The tender document consists of :
Section No
1
Tender Notice & Forms
2
Project Objective & Scope of Work
3
Instructions to Tenderers
4
Conditions of Contract
5
Letter of Tender
6
Basic Requirements of Department
7
Site Formats
8
Technical Specifications for Civil Works
9
10
11
2.1.2
Title
General Specifications for Electrical, Mechanical &
Instrumentation Works
Special Specifications for Electrical, Mechanical &
Instrumentation Works
Inspection Testing, Erection Commissioning of Mechanical &
Electrical Equipment of Plant
12
List of Approved Makes
13
Specification for Startup & Performance Run
14
Specification for Operation and Maintenance of Work
15
Bid Form
16
Technical Schedules
17
Price Bid
18
Bearing Capacity & Drawings
The Bidder is expected to examine carefully all instructions, conditions, forms, appendix to
Bid terms, specifications, annexure, schedules and specifications, plans in the Bid
Documents annexure of specification and plan shall be inspected in the office of Executive
Engineer and failure to comply with the requirements of Bid submission will be at the
Bidder’s own risk. Bidders, which are not substantially responsive to the requirements of
the Bid Documents, will be rejected.
2.1.3
The Bidder shall be deemed to have inspected and examined the site and its surroundings
and to have satisfied him before submitting his. Bid as to the nature of site conditions
having taken into account any information in connection therewith which may have been
Contractor
Witness
Executive Engineer
106
provided by or on behalf of Executive Engineer the extent and nature of work, the means of
communication with and access to the site, the accommodation he may require and in
general shall be deemed, to have obtained for himself, all necessary information as to the
risks contingencies and all other circumstances influencing or affecting his Bid.
2.2
Interpretation and Clarification of Bidding Documents
2.2.1
Bidders shall carefully examine the Bidding Documents and fully inform themselves as to
all the conditions and matters, which may in any way affect the work or the cost thereof.
Should a Bidder find discrepancies in or omission from the specification or other
Documents or should he be in doubt as to their meaning, he should at once address a
query to the Engineer-in-Charge in writing or by cable (Which is deemed to include telex/
fax transmission) to:
By Mail: The Executive Engineer, Haryana Public Health Engineering Division No 3,
Bhiwani.
The Executive Engineer will entertain and offer clarification to any such queries only of
these are received prior to or on the date fixed for the Pre-Bid meeting. Written copies of
the Executive Engineer’s response (including a description of enquires but without
identifying its source) will be sent to all prospective Bidders who have received the Bidding
Documents as an Addendum. Verbal information and/or clarification given by any
representative of the Executive Engineer shall not be binding on the Executive Engineer.
2.3
Amendment of Bidding Documents
2.3.1
At any time prior to the deadline for submission of Bids, the Executive Engineer may, for
any reason, whether at his own initiative or in response to clarification requested by
prospective Bidders modify the Bidding Documents by issuing Addenda. Addenda will be
issued in 2 copies.
2.3.2
Such Addenda will be sent in writing or by cable to all prospective Bidders who have
received the Bidding documents and will be binding upon them. The Bidders shall duly sign
and return the Addenda along with their Bids, which shall from a part of their Bids.
2.3.3
In order to afford prospective Bidder’s reasonable time in which to take such Addenda into
account in preparing their Bids, the Executive Engineer may at their discretion extend the
deadline for the submission of Bids.
2.3.4 No alteration whatsoever may be made in the text of the Bid form by the bidder. Any remark
or explanation should be set out in a covering letter. The contract form of agreement is
bound up with other Documents so that the Bidder may know what their liability and duties
are and the entire Bid form should be submitted to the Executive Engineer while submitting
the Bid.
Contractor
Witness
Executive Engineer
107
3.0
PREPARATION OF BIDS
3.1
Language of Bid
3.1.1
The Bid prepared by the Bidder and all correspondence and Documents relating to the Bid
exchanged by the Bidder and the Executive Engineer shall be written in English Language.
Supporting Documents and printed literature furnished by the Bidder with his Bid may be in
another language provided they are accompanied by an appropriate translation of pertinent
passages into English language. Failure to comply with the condition may disqualify a Bid.
For the purpose of interpretation of the Bid, the text in the English Language shall prevail.
3.2
Document Comprising the Bid
3.2.1
The Bid prepared by the Bidder shall comprise the following components.
(a)
Bid security furnished in the form of Earnest money.
(b)
Standard Form of Agreement.
(c)
Schedules of guarantees.
(d)
Schedules of prices
(e)
Schedules of supplementary Information, if any.
(f)
Performance guarantee
(g)
Documentary evidence established that the goods and services to be supplied by the
Bidder are eligible goods and services and conform to the Bidding Documents.
(h)
Annexure, if any.
(i)
A covering letter stating any other matter in relation to his Bid, which the bidder
considers, should be drawn to the particular notice of the Executive Engineer or the
Engineer-in-Charge.
(j)
General program for execution of the works.
Failure to furnish any of the above information may lead to the rejection of the offer.
3.3
Bid Prices
3.3.1
Unless stated otherwise in the Bidding Documents the Contract shall be for the whole
works as described in vol. II. Technical Specification based on the Schedule of unit rate
and prices submitted by the Bidder.
3.3.2
The Bidder shall fill in rate and prices for all items of works described in the schedule of
Prices. Items against which no rate or price is entered by the Bidder will not be paid for by
the Haryana Public Health Engineering Department, when executed and shall be deemed
to be covered by the other rates and / or prices quoted in the schedule of Prices.
3.3.3
All duties, taxes and other levies payable by the Contractor under the contract, or for any
other cause, shall be included in the rates and prices and total Contract price submitted by
the Bidder and the evaluation and comparison of Bid by Executive Engineer shall be made
accordingly.
Contractor
Witness
Executive Engineer
108
3.4
Currencies of Bid and Payment
3.4.1
The Bidder shall quote the unit rates and prices entirely in Indian currency. All payment to
the successful Bidder under the proposed contract shall be made entirely in Indian Rupees
(Rs)
3.5
Earnest Money Deposit; - As detailed in earlier paragraphs
3.6
Bid Validity
3.6.1
Bids shall remain valid and open for acceptance for a period of ninety (90) calendar days
after date of Bid opening.
3.6.2
In exceptional circumstance, prior to expiry of the original Bid validity period, the Executive
Engineer may request the Bidder for a specified extension in the period of validity. The
request and the responses there-to shall be made in writing or by cable or telex. A Bidder
may refuse the request without the forfeiting of his Bid Security. A Bidder agreeing to the
request will not be required nor be permitted to modify his bid but will be required to extend
the validity of his Bid Security correspondingly. The Provisions of Clauses regarding
discharge and forfeiture of Bid Security shall continuously apply during the extended period
of Bid Validity.
3.6.3
Failure to sign the Bid will result in rejection of the Bid.
3.7
Variations in Bid Conditions
3.7.1
Bidder shall submit offers, which comply fully with the requirements of the Bid Documents,
including the basic requirement for technical design as indicated in the Technical
Specifications.
3.9
Format and Signing of Bids
3.9.1
Each Bidder shall submit only one Bid. No Bidder may participate in the Bid of the other for
the same Contract in any relation whatsoever. The complete Bid shall be without
alterations, interlineations or ensures except those in accordance with instructions issued
by the Executive Engineer or as necessary to correct errors made by the Bidder in which
case corrections shall be initialed by the person or persons signing the Bid.
3.9.2
If a limited company or a limited corporation makes the Bid, a duly authorized person
holding power of Attorney for signing the Bid in which case a certified copy of the Power of
Attorney shall accompany the Bid shall sign it. Bids submitted by a joint venture of two or
more firms, as partners shall comply with the following requirements.
(a)
The Bid and in case of a successful Bid, the Contract Agreement shall be signed so
as to be legally binding on all partners.
(b)
One of the partners shall be nominated, as submitting a power of Attorney signed by
legally authorized signatories of all the partners shall evidence being in charge and
this authorization.
Contractor
Witness
Executive Engineer
109
(c)
The partner in charge will be authorized to incur liability and receive instructions for
and on behalf of any and all partners of the joint venture and the entire execution of
the Contract including the payments shall be done exclusively with the partner in
charge.
(d)
All partners of the joint venture shall be liable jointly and severely for the execution of
Contract in accordance with the Contract terms, and a relevant statement to this
effect shall be included in the authorization mentioned under (b) above as well as in
the Bid Documents and Contract Agreement (In case of successful Bid)
(e)
A copy of registered joint venture agreement confirming above aspects duly signed
by legally authorized signatories of all the partners in the presence of a magistrate of
an India Govt. Court of Law/ Notary Public on a stamp paper shall be submitted with
the Bid.
3.9.3
All witnesses and sureties shall be persons of status and probity and their full names,
occupations and addresses shall be stated below their signatures.
3.9.4
All signatures in the Bid Documents shall be dated.
4.0
SUBMISSION OF BIDS
4.1
Sealing, Marking and Submission of Bids
As detailed earlier in tender document.
4.2
Deadline for Submission of Bids.
As detailed earlier in tender document.
4.3
Late Bids
4.3.1
Any Bid received by the Executive Engineer after the deadline for submission of Bids
prescribed will be rejected and returned unopened to the Bidder.
4.4
Modification and Withdrawal of Bids
As detailed earlier in tender document.
5.1.3 Price Bid of those tenderers will not be opened whose Technical Bids are not acceptable.
5.2
Process to be confidential
5.2.1
After the public opening of bids information relating to the examination, clarification,
evaluation and comparison of bids and recommendations concerning the award of contract
shall not be disclosed to Bidders or other persons not officially concerned with such
process until the award of the contract to the successful bidder has been announced.
5.2.2
Any effort to influence the Executive Engineer’s personnel or representatives on matters
relating to Bids under study in the process of examination, clarification, evaluation and
comparison of Bids and in decisions concerning award of Contract, may result in the
rejection of the Bidder’s Bid.
Contractor
Witness
Executive Engineer
110
5.3
Clarification of Bids
5.3.1
To assist him in the examination, evaluation, and comparison of Bids, the Executive
Engineer may ask Bidders individually for clarification of their Bids including breakdown of
unit rates/prices. The request for clarification and the response shall be in the writing or
cable or Telex/ fax, but no change in the prices or substance shall be sought, offered or
permitted except as required to confirm the correction of arithmetical errors discovered by
the Executive Engineer during the evaluation of Bids in accordance with Clause 3.5.5.
5.4
Determination of Responsiveness
5.4.1
Prior to the detailed evaluation of Bids, the Executive Engineer will determine whether each
Bid is substantially responsive to the requirements of Bidding Documents.
5.4.2
For the purpose of this Clause, a substantially responsive. Bid is one which conforms to all
the terms, conditions and specifications of the Bidding Documents or reservation is one
which affects in any substantial way the scope, quality performance of the works, or which
limits in any substantial way, inconsistent with the Bidding Documents the Executive
Engineer’s rights or the Bidder’s obligation under the Contract and rectification of which
deviation or reservation would affect unfairly the competitive position of other Bidders
presenting substantially responsive Bids.
5.4.3
If a Bid is not substantially responsive to the requirement of the Bidding Documents it will
be rejected by the Executive Engineer and may not subsequently be made responsive by
the Bidder having corrected or withdrawn the non-confirming deviation or reservation.
5.4.4
The Executive Engineer may waive any minor informality or non-conformity or irregularity in
a Bid, which does not constitute a material deviation, or reservation in Bid providing that
the acceptance thereof does not prejudice to affect the relative ranking order of any Bidder
in the evaluation of Bids.
5.5
Correction of Error
5.5.1
The Executive Engineer for any arithmetical errors in computation and summation will
check bids determined to be substantially responsive. Error will be corrected by the
Executive Engineer as follows: (a)
Where there was a discrepancy between amount in figures and in words, the amount
in words will govern; and
(b)
Where there is a discrepancy between the unit rate and the total amount derived from
the multiplication of unit rate and the quantity, the unit rate as quoted, will govern and
the total amount will be corrected.
5.5.2
The total Bid price stated will be adjusted by the Executive Engineer in accordance with the
above procedure for the correction of errors, and with the concurrence of the Bidder shall
be considered as binding upon the Bidder. If the Bidder does not accept the corrected price
of his Bid, his Bid will be rejected and the Bid security will be forfeited.
Contractor
Witness
Executive Engineer
111
5.6
Revised Price Bid
5.6.1
Department also reserves the right to obtain revised commercial bid. For this the bidders
may revise their price bids by submitting ‘Revised-Price’ in a sealed cover within prescribed
time as intimated to tenderers.
5.6.2 It shall be the sole discretion of the department to obtain revised price bid or not.
5.7
Evaluation and Comparison of Bids
5.7.1
The Executive Engineer will evaluate and compare only those bids, which have been
determined to be substantially responsive to the requirements of Bidding Documents.
6.0
AWARD OF CONTRACT
6.1
Award Criteria
6.1.1
The Executive Engineer will award the Contract to the Bidder whose bid had been
determined to be substantially responsive to the Bidding Documents and who has offered
the lowest Lifecycle Cost of the Bid. The Public Health Engineering Department reserves
the right of negotiation as per policy approved by the State Government with the tender in
case the prices quoted are felt to be on higher side or otherwise. The negotiations will be
carried out with the first, second and third lowest contractors. The highest amongst them
will be called first and the lowest tenderer in the last. If during negotiation tenderer other
than lowest reduces his prices/ amount below then those of the lowest than lowest tenderer
will be counter offered this price/ amount and in eventuality of him not accepting the
counter offer the same shall be offered to second lowest and so forth. Tenderer who refuse
the counter offer will not have any right to the bid later on.
6.1.2
Executive Engineer’s right to accept any bid and to reject any or all the bids. The Executive
Engineer reserves the right to accept or reject any bid and to annul the bidding process
and reject all bids at any time prior to award of contract without thereby incurring any
liability to the affected bidder or bidders or any obligation to inform the affected bidder or
bidders of the grounds for the Executive Engineer’s action.
6.2
Notification of Award
6.2.1
Prior to the expiration of the period of Bid validity prescribed by Executive Engineer, the
Executive Engineer will notify the successful Bidder by cable or telex/fax to be confirmed in
writing by registered letter that his Bid has been accepted. This letter (hereinafter and in
the condition of the Contract called ‘Letter of Acceptance’) shall name the sum which the
Executive Engineer will pay to the completion, operation, maintenance and guarantee of
the works by the Contractor as prescribed by the Contract (hereinafter and in the condition
of the Contract called ‘The Contract Price’) No further correspondence will be entertained
by the Executive Engineer from the unsuccessful Bidders.
6.2.2
The Letter of Acceptance will constitute the formation of a Contract.
Contractor
Witness
Executive Engineer
112
6.2.3
Upon notification of award to successful Bidder the Executive Engineer will promptly notify
the unsuccessful Bidder that their Bids have been unsuccessful and return their Bid
security / Earnest Money.
6.3
Signing of Agreement
6.3.1 Within 30 days of the letter of Acceptance, the successful Bidder shall sign the Contract
Agreement with the Executive Engineer, Public Health Engineering Division No 3 Bhiwani.
Failing to execute the Contract Agreement within the said period may result in forfeiture of
Bid security and disqualification.
6.4
Security & Performance Guarantee
6.4.1
Security Deposit and Deduction
Security deposit and deduction will be 5% of the total agreement cost including 2% earnest
money, 1% security to be deposited within one week of allotment or otherwise to be
deducted from the first running bill and 2% performance guarantee to be deducted from
each running bill.
6.4.2
Release of security deposit and deduction
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 and
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 10% will be released after one year of satisfactory completion of
O&M period after defect liability period.
ii) 2nd Bank Guarantee of 10% will be released after two year of satisfactory completion of
O&M period after defect liability period.
iii) 3rd Bank Guarantee of 10% will be released after three year of satisfactory completion
of O&M period after defect liability period.
iv) 4th Bank Guarantee of 10% will be released after four year of satisfactory completion of
O&M period after defect liability period.
v) 5th Bank Guarantee of 10% will be released after five year of satisfactory completion of
O&M period after defect liability period.
6.5
Mobilization Advance:
No Mobilization advance shall be provided by the department.
6.6
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
Contractor
Witness
Executive Engineer
113
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.
7.0
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, understood the
scope of works include 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 and 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, 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 escalation in rates of materials or
labour in the rates quoted by me /us in this offer through out the period of
construction and completion of the works.
7. I/we undertake to complete the works and hand over the works within the
stipulated/ allotted time for the completion of the works in good workman like
manner.
8. I/we keep the validity of our offer for 90 days from the date of opening of the
price 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 uncleared 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.
Contractor
Witness
Executive Engineer
114
11. We shall commence the work on site within ………… from the award of work.
The contractor commence construction operations on site within …………. Days
there after except as may be expressly 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 ……………………
8.0
PERFORMANCE GUARANTEE
That I, ……………….. (Name and address of the contractor) as principal hereinafter called
Contractor, guarantee to the following:
1.
“DESIGN, CONSTRUCTION, ERECTION, TESTING AND COMMISSIONING OF INTERMEDIATE
PUMPING STATION AT JITUWALA JOHAR AT JITUWALA JOHAR DISPOSAL AND 15 MLD
SEWAGE TREATMENT PLANT BASED ON CYCLIC ACTIVATED SLUDGE PROCESS (SBR)
TECHNOLOGY INCLUDING OPERATION & MAINTENANCE FOR 12 MONTHS AND
THEREAFTER OPERATION & MAINTENANCE FOR 5 YEARS ON BHIWANI DADRI ROAD,
BHIWANI TOWN HARYANA.”
2.
That the contractor agrees to strictly adhere to the process hydraulics structural design
technical specifications drawing given by him with bid documents, its principal following the
details provided in the tender documents and approved by the Engineer in charge.
3.
The contractor agrees that the MPS & STP and its components shall be successfully tested
to give the desired results of treated effluent. The desired results are prescribed at Clause
1.6 Section-1 of the tender document.
4.
The contractor also agrees that he stands guarantee for proper performance of the plant to
give the desired results of treated effluent. The desired results are prescribed at Clause 1.6
Section-1 of the tender document.
5.
The contractor further agrees that he shall be responsible for these results upto the expiry
of Defect liability period and during complete Operation & Maintenance period. If the plant
does not give desired performance the contractor shall cause the same to such level at his
own cost at first notice served upon him in writing by the Engineer-in-Charge. In case, the
contractor fails to execute the corrective measures, the Engineer-in-Charge will be at
Liberty to get the shortcomings rectified at the risk and cost of the contractor. Also Penalty
as per Clause for Non performance of STP shall be imposed on the contractor till the time
plant does not give desired performance.
6.
The contractor agrees that the commissioning of the Plant means that all units have been
constructed and tested to the satisfaction of the Engineer in charge for desired end results.
Contractor
Witness
Executive Engineer
115
7.
The contractor agrees that the approval of design and drawings by the Engineer-in-charge
does not absolve the contractor from any of his responsibility to the soundness and
satisfactory performance of the structures, plant and it’s functioning.
8.
That the contractor guarantees against any construction or manufacturing defect due to
faulty workmanship for a period of 72 months from the date of commissioning of the plant &
during 6 years operation & maintenance period thereafter During this period the contractor
will replace/ repair the faulty equipment to the satisfaction of the Engineer-in-Charge at no
extra cost to the department’
9.
The Contractor agrees that water Tightness tests shall be carried out for all liquid retaining
structures to the full satisfaction of the Engineer in charge. The concrete surfaces shall not
be plastered or covered with any other external hydro insulation before carrying out such
tests. Incase of under ground structures back filling shall not be done before such tests.
Any defect or leakage noticed during such tests shall be immediately rectified by the
contractor in an approved manner and the structure shall be retested at no extra cost to the
department and the contractor will be responsible for 24 months after commissioning of
these works.
10.
The contractor agrees that all electrical erections are to get approved from Chief Electrical
Inspector, Haryana at the cost of contractor, as per rule.
11.
The contractor agrees that import license if required by the contractor shall be arranged at
his own cost.
12.
The contractor fully agrees to security deposit and deduction amount of 5% of contract
value to the Public Health Engineering Department and the same will be deposited &
returned as per Clause 6.4 i.e. “Security & Performance Guarantee”
Date at ……………………………………………………………….
This…………………Day of…………………………………………
Bidder………………………………………………………………..
By………………………
Title…………………………………………………………………
Address……………………………………………………………..
………………………………………………………………………
Contractor
Witness
Executive Engineer
116
SECTION – 4
CONDITIONS
OF
CONTRACT
Contractor
Witness
Executive Engineer
117
SECTION-4 : CONDITIONS OF CONTRACT
1.0
DEFINITIONS
In this contract as here in after defined, the following words and expressions shall have the
meanings hereby assigned to them (except where the context requires otherwise)
1.1
‘Owner’ means Haryana Public Health Engineering Department.
1.2
‘Employer’ means the party named in Section 2.1.1 that will employ the Contractor and the
legal successors in title to the employer, but not, except with consent to the Contractor, any
assignee of the employer.
1.3
‘Contractor’ means the person(s), firm or company whose tender has been accepted by the
Employer and who has concluded a contract with the employer to execute the works
included in the tender and contract agreement. This includes the contractor(s) personal
representatives, successors and assignees.
1.4
“Sub contractor’ means any person, firm or company other than the contractor named in
the contract for any part of the work, or any person to whom any of the works/part of the
works included in the contract has been sublet with the consent in writing of the Engineer,
and to sub contractor’s legal personal representatives, successors and permitted
assignees.
1.5
‘Tender’ means the bid.
1.6
‘Bidder’ means the contractor/agency who submits the bid against the invitation for bid.
1.7
Award means the written acceptance of bid by the Haryana Public Health Engineering
Department to the successful bidder.
1.8
Engineer/Engineer-in-Charge’ means the Executive Engineer, Public Health Engineering
Division No 3 Bhiwani, who is in-charge of execution of the works and administration of the
contract on behalf of the employer. The Engineer-in-Charge may assign his duties to his
sub-ordinates who assist him in execution of works and administration of the contract. His
subordinates shall be termed as Assistant Engineer, Junior Engineer as the case may be.
These subordinates shall be Engineer-in-Charge’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 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.
Contractor
Witness
Executive Engineer
118
1.9
‘Department’ means the Haryana Public Health Engineering Department. The words
department and Superintending Engineer and his representatives have been used
interchangeably at places and mean the same i.e. the engineer or his representatives.
1.10
Consultants means the consultant appointed by the Government for the purpose of
preparation of Design, DPR, Drawings, Tender Documents, construction, supervision at
appropriate level, advise in commissioning and carrying out start-up and monitoring of the
entire contract at Bhiwani Town.
1.11
‘Works’ means all items of Work to be Design, Construction, Supply, erection, Testing and
commissioned by the contractor, under the contract, testing and handing over the same in
complete manner compliance to provision of the contract.
1.12
‘Contract’ means promise to execute the ‘Works’ in accordance with the conditions of
contract, specifications, drawings, schedules, tender, the letter of acceptance and the
contract agreement.
1.13
Entire Works means design, construction, supply, erection, Testing & commissioning of
Main sewage pumping station & Sewage Treatment Plant, Operation & Maintenance
during defect liability period & two years thereafter covered under this tender document.
1.14
‘Site’ means the land and other places where the permanent works or temporary works
desired by the engineer are to be executed and any other lands and places provided by the
employer for working space or any other purpose as may be specifically designated in the
contract as forming part of the site.
1.15
Public Health Engineering Department shall mean Public Health Engineering Department
Haryana.
1.16
‘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.
1.17
The ‘contract sum’ means the sum identified in the contract for the completion of works as
per contract.
1.18
‘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.
1.19
‘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.
1.20
Deleted.
1.21
‘Portion of the work’ means a part of the work or section of the work.
Contractor
Witness
Executive Engineer
119
1.22
‘Sections of the works’ mean the sections into which the works are divided for the purposes
described and set out in the specifications.
1.23
Specifications and particular specifications mean the regulating guidelines contained in the
Haryana PWD specifications, Manual on Sewerage & Sewage 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.
1.24
‘Month’ means 30 days.
1.25
‘Day’ means calendar day.
1.26
‘Week’ means seven consecutive days.
1.27
‘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.
1.28
‘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.
1.29
‘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 labor or any other item which is required to complete the works.
1.30
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.
1.31
‘Temporary Works’ mean temporary works of every kind required in or about the execution
of works.
1.32
‘Permanent Works’ means the permanent works to be executed and maintained in
accordance with the Contract.
1.33
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 trial 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
Contractor
Witness
Executive Engineer
120
material used at the cost at his own cost excluding energy & P.O.L. charges which will be
borne by the department.
2.0
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
CAD
=
Computer Aided Design
CPHEEO =
Central Public Health and Environment Engineering Organization
CC
=
Cement Concrete
CI
=
Cast Iron
DPR
=
Detailed Project Report
E&M
=
Electrical & Mechanical
FSL
=
Full Supply level
GA
=
General Arrangement
GL
=
Ground level
GP
=
Generator Panel
HDPE
=
High Density Polyethylene
HRT
=
Hydraulic Retention Time
HFL
=
Highest Flood level
KWH
=
Kilo Watt Hour
KVA
=
Kilo volts Ampere
LP
=
Lightning Panel
MEP
=
Main Electrical Panel
MLD
=
Million Liters 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
MCC
=
Motor Control Centre
MCCB
=
Molded Case Circuit Breaker
MPS
=
Main Sewage Pumping Station
RCC
=
Reinforced Cement Concrete
RL
=
Reduced Level
RS
=
Rolling Shutter
SB
=
Stand By
Contractor
Witness
Executive Engineer
121
SBC
=
Soil Bearing Capacity
SS
=
Stainless Steel
TOR
=
Terms of Reference
T&P
=
Tools and plant
STP
=
Sewage Treatment Plant
TSS
=
Total Suspended Solids.
BOD5
=
Biological Oxygen Demand of 5 days.
COD
=
Chemical Oxygen Demand.
TOC
=
Total Organic Carbon.
MLSS
=
Mixed Liquor Suspended Solids.
MLVSS
=
Mixed Liquor Volatile Suspended Solids.
MPS
=
Main Pumping Station.
SBR
=
Sequential Batch Reactor.
3.0
GENERAL CONDITIONS OF CONTRACT
As per standard Performa of the Department. < To be attached >
4.0
ADDITIONAL AND SPECIAL CONDITIONS OF CONTRACT
4.1
ADDITIONAL CONDITIONS OF CONTRACT
All conditions of standard form of agreement shall form part of this agreement. In
addition to that, following additional conditions shall be applicable.
4.1.1
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.
4.1.2.
Time for full Completion Of Contract: -
4.1.2.1
Contract Time
The time allowed for carrying out the works shall be as stated in Notice Inviting
tenders of the tender document and shall be strictly observed by the contractor and
shall be rechecked from the date of the receipt of the written order to commence
the works.
The total contract time shall be 15 (fifteen) months for design construction and
commissioning of works. Thereafter, there will be a period of 3 months for startup of
Contractor
Witness
Executive Engineer
122
the plant during which the plant is expected to reach steady state condition. The
start up will be carried out by the contractor as guided by the engineer in charge
During the start up period the contractor will have to supervise the operation and
maintenance of the of the plant as described.
On completion of the plant, in case of non availability of electricity through HVPN,
the STP shall be commissioned through DG sets. The cost of Diesel shall be
reimbursed by the department on production of bills of actual consumption as per
hour meter reading. In case sewage is not available after completion of work, work
may be treated as commissioned.
4.1.2.2.
Force Majeure: 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.
4.1.2.3 Extension of time
No extension of time except under force majeure clause shall be allowed.
4.1.2.4 Engineer’s certificate of completion
Completion certificate shall be issued only on satisfactory completion of
construction and commissioning of works and achievement of desired results as
stipulated the in design specifications and performance guarantee given in the
DNIT.
4.1.3
Payments
The payments will be made as per provisions of the price schedule.
4.1.3.1 Revision of Rates
No claim on accounts of revision of taxes, duties labour and material rates fuel
lubricants equipments or any other reason that can influence the rates quotes shall
be entertained when the contract is operative.
4.1.4 Contractor’s Liability
4.1.4.1 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
Contractor
Witness
Executive Engineer
123
be made and the reasons for making them, and apply for instructions thereon.
Incase the/contractor shall not receive such instructions within 7 days proceed with
the work confirming to be provisions, regulations or by laws in question and any
variations in the drawings or specifications so necessitated shall be dealt with under
clause 4.1.8.2. The contractor shall give all notice required by the said acts
regulations or bylaws and pay all fees in connection therewith.
He shall also ensure that no attachments are made against materials or works
related to the contract. In every case to in this clause, the contractor shall protect
and indemnify, Government against any claim or liability arising from or based on
the violation of such law, ordinance, regular decree or attachment by him or by his
employees.
4.1.4.2 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.
4.1.4.3 Contractor dying, becoming insolvent, Insane or imprisoned.
(a)
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
to Public Health Engineering Department, there from, at appropriate rates to
the person or persons entitled to receive and give a discharge for the
payment.
(b)
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.
(i)
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.
Contractor
Witness
Executive Engineer
124
(ii)
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”.
4.1.5
Contractor to supply labor, plant, ladders, scaffolding:
4.1.5.1 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
enactments applicable to them and gives all notices and pay 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.
4.1.5.2 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
Contractor
Witness
Executive Engineer
125
the site of the works during the execution of the works and shall at all times be open
to the inspection of the Engineer. The Engineer on the completion of the works or
upon the stoppage of the works shall have an option of taking over any such
unused materials at prevailing market rates, with the provision that the price
allowed to the contractor shall not exceed the amount originally paid by him for the
same, as he (the Engineer) shall desire upon giving a notice in writing under his
signature and within 15 (fifteen days) of the completion of the works to that effect,
and all materials not so taken over by the Engineer shall cease to be the property of
the Public Health Engineering Department and the contractor shall have no 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.
4.1.5.3 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 labor 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.
4.1.5.4 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.
4.1.5.5
Experience of Labor 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
Contractor
Witness
Executive Engineer
126
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.
4.1.5.6
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 labor should be
engaged on works during night work.
4.1.5.7
Conduct of Labour
The contractor is solely responsible for the peaceful and orderly conduct of labor in
the neighborhood of work site. The Engineer-in-charge shall have full powers to
order the contractor to prevent undesirable labor 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 misconduct’s himself and is undesirable at site.
4.1.5.8
Labor Welfare
All facilities to the welfare of the labor shall be provided by the contractor at his cost
as per the existing labor laws, and as described in the tender documents.
4.1.5.9
The contractor shall make all arrangement for supply of safe drinking, bathing and
washing water to the labor, at his own expenses.
4.1.5.10
.Adequate first aid and medical facilities shall be provided.
4.1.5.11
Proper, Separate toilet facilities for Men and Women shall be provided.
4.1.5.12
Protective accessories like gumboots, gloves, goggles etc. as found necessary
shall be provided to the laborers.
4.1.5.13
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.
4.1.5.14.
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 labor 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.
4.1.5.15
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.
Contractor
Witness
Executive Engineer
127
4.1.5.16
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 cost.
4.1.5.17
Stud is to be purchased by the contractor for use on the works.
4.1.7
Drawings and specifications
4.1.7.1
Alteration in specification or drawings
As per clause 12 of conditions of contract
4.1.7.2
Action where no specifications are provided
In the case of any class of work of which there is not mention in the specification,
such work shall be carried out in accordance with the instructions and requirements
of the Engineer.
4.1.7.3
Deviations from drawings and specifications
No deviations or changes shall be made by the contractor himself without the
expenses approval of the Engineer, from the dimensions, sizes, material or
workmanship specifications of works etc. shown in the drawings, specifications,
instructions issued on the same by the Engineer or his authorized representative.
All the works shall be executed strictly according to the drawings, and specifications
using best quality of raw and finished materials and best workmanship to the
complete satisfaction of the Engineer.
4.1.7.4.
Copies of supply orders and other literature of articles procured from the
trade.
Copies of supply order and other literature of articles procured from the trade shall
be furnished to the Engineer. The technical literature, dimensional and material
specifications, guarantees of materials procured from the trade along with
operation, maintenance and installation manuals also should be submitted to the
Engineer in triplicate.
4.1.7.5
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.
4.1.7.6
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
Contractor
Witness
Executive Engineer
128
complete manner and handed over in a perfect workmanship manner, in good
working condition after testing to the complete satisfaction of the Engineer.
4.1.7.7.
Engineer’s rights in case of use of inferior materials, workmanship and plant.

4.1.7.8
As per clause 11 of conditions of contract
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 labor, 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.
4.1.8
Inspection, testing and miscellaneous
4.1.8.1
Access to the work
The Engineer-in-Charge, his superiors in Public Health Engineering Department or
his authorized representatives shall be provided with all facilities for access to the
site of works, lubrication shops, stores of materials, labor camps, testing shops and
other premises connected with the execution of works in any way at all time, for
inspection, supervision, examination of all related works.
4.1.8.2
Guarantees
Not withstanding the detailed drawings supplied and specifications given in the
tender, the contractor can not claim any relief from his responsibility towards the
performance of mechanical and electrical equipment and the whole functioning of
the works for which it is intended. The contractor is deemed to possess the above
knowledge absolutely, before tendering without any ambiguities or doubts which if
any may be got clarified from the Engineer and then only submit this tender.
4.1.8.3
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.
4.1.8.4
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
Contractor
Witness
Executive Engineer
129
items of work. Shoring and strutting work required for excavation, excavation in
difficult conditions of soil shall not be paid extra except in case the above items of
work are separately agreed to be paid as indicated in the bill of quantities.
4.1.8.5
Existing utility Services
The contractor at his own cost shall protect the existing electric, telephone, water
supply and sewerage utilities if met with during excavations by properly supporting
the same by singing or otherwise as required at site, without allowing for any
disruption of services. If any damage is caused to the above said public utility
services or any other properly the contractor shall be responsible to make good the
damages at his own cost to the entire satisfaction of the concerned owner of such
public utility service for private properly.
4.1.8.6
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.
4.1.8.7
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.
4.1.8.8
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.
4.1.8.9
Except with prior permission in writing of the Engineer, the contractor shall not
divert his plant labour, material to any other work, In granting such permission the
Engineer may inpose any condition as may be found necessary tio ensure that no
delays or interruptions are caused in execution of the works under the contract. The
contract shall not be entitled to any compensation resulting from such delays.
Contractor
Witness
Executive Engineer
130
Granting such permission shall not absolve the contractor from the responsibility of
completing the works as per time schedule specified in the contract.
4.1.8.10
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.
4.1.8.10.
Decision of the Engineer-in-Charge
Except where otherwise specified in this contract, the decision of the Engineer-inCharge 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 there of the contract
4.1.8.11.
Tests Inspection and rejection of defective materials and work
The contractor shall without extra cost provide samples and cooperate in the testing
of materials and inspection of work. The Engineer shall have access at all times to
the places above materials are being made for use under the contract, to determine
that manufacturer a proceeding in accordance with the drawings and specifications
and to the place of work.
The Engineer may reject at any stage, any work, which he considers being
defective in quality of materials or workmanship and he shall not be debarred from
rejecting, wrought materials by reason of this having previously passed them in an
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 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
Contractor
Witness
Executive Engineer
131
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 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.
4.1.8.12
Programme of Works
As soon as the letter of intent is issued to the contractor, he will submit to the
Engineer his program 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 programmers of works from time to time and he may
modify the same depending upon the exigencies of the work and stage of the
works.
4.1.8.13
Insurance
The contractor shall unless otherwise specified by the purchaser, insure the plant
and shall keep it insured against destruction or damage by fire, earthquake, flood,
storm under exposure to the weather, or through riot, civil, emotion, war or
rebellion, for the full value of the plant and materials until the plant is taken over.
Contractor
Witness
Executive Engineer
132
The insurance for the equipment shall cover the risks towards handling transit,
storage at the re- transporting up to erection, erecting, testing and commissioning of
the equipment at site. The contractor shall take the policy in the name of the
consignee of the department. The insurance shall be full and shall cover any loss or
damage in accordance and what is said above. The damage materials will be set
right or replaced by the contractor, free of cost, The claims arising out of the
Composite insurance Policy shall be deal with or handed by the contractor at his
own cost after receipt of preliminary damage/loss intimation given by the Engineer.
4.1.8.14
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.
4.1.8.15
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, labor and other arrangements of other
contract in neighboring and the project localities. In case of any difficulties amongst
the contractors, the Engineer shall direct the manner in which each contractor shall
conduct shall conduct his work so far as it affects others.
Contractor
Witness
Executive Engineer
133
4.1.9
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 smallscale 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 Department 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.
4.2
SPECIAL CONDITIONS OF CONTRACT
4.2.1
Contractor’s Design of Equipment
4.2.1.1
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.
4.2.1.2
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 should be carried out entirely to the satisfaction of the
Contractor
Witness
Executive Engineer
134
Engineer-in-Charge at no extra cost to Public Health Engineering Department. The
contractor shall not be allowed to change the price quoted.
4.2.2
Equipment Guarantee:
4.2.2.1
All the equipment supplied shall be guaranteed for entire Defect Liability Period and
Operation & Maintenance Period for completely trouble free performance. The
complete duration of Operation & Maintenance Period shall also be considered as
defects liability period for such equipment supplied under this contract.
4.2.2.2
All the equipment installed shall be thoroughly tested at the time of commissioning
the plant and all initial defects shall be rectified to the entire satisfaction of the
engineer. Damaged or non-working parts shall be replaced at no extra cost to
Public Health Engineering Department.
4.2.3
Training of the Public Health Engineering Department, Bhiwani, Haryana 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 staff engaged on operations and maintenance becomes proficient in
understanding and handing the equipment correctly, the contractor will have to
organize training program 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 program shall be formulated during the execution, which will be
binding on the contractor.
After successful Trial Run of the plant the tender shall have to give the following
document as a part of the scope of the work.
i)
6 complete sets of approved design & drawings of the work as executed for
structural, civil and architectural duly bound. Once set of drawing shall be
pasted on cloth.
ii) 6 sets of operational manual
iii) Supply of one model of the plant properly mounted and enclosed in 6 mm
plastic case in scale to be intimated by the engineer in charge.
4.2.4
Construction of Bar Chart
A construction bar chart up to the stage of commissioning of MPS & STP, testing
procedures shall be carefully studied. The bar chart also should compare well with
Contractor
Witness
Executive Engineer
135
the proposed machinery and plant to be used for construction under this contract.
The same bar chart shall be expanded into a detailed program of work.
4.2.5
To define terms and explain plans
4.2.5.1
The various parts of the contract are intended to be complementary to each other,
but should any discrepancy appear, or any misunderstanding arise as to the import
of anything contained therein, the explanation of the Engineer shall be final and
binding.
4.2.5.2
Whenever, in the specifications or on the drawings which re a part of this contract
or which may be furnished by the contractor for use on this work, the terms and
description of various qualities of workmanship, material. Structures, processes,
plant or other features of the contract described in general terms, the meaning of
fulfillment of which must depend on judgment then in all such cases the question of
fulfillment of such specification or requirements shall be decided by the Engineer
and said materials shall be furnished, said work shall be done, and said structures,
Process, plant or feature shall be constructed, furnished or carried on in full and
complete accordance with, his interpretation of the same and to Engineers full
satisfaction and approval, provided such interpretations is not in direct conflict with
the drawings and specifications and generally accepted good practice.
4.2.5.3
Matter shown either on the drawing or in the specifications shall be done and
furnished as it shown in both except where expressly excepted either in the
specifications or on the drawings, figured dimensions shall be in all cases be taken
in preference to scaled dimensions shall be in all cases be taken in preference to
scaled dimensions or measurements and detailed drawings consistent with general
drawings in preference to general drawings of the same part of the work.
4.2.6
Water, Electricity and other facilities
Contractor shall have to make, his own provisions for supply of water and electricity
from various agencies or from his sources for the execution of work.
4.2.7
Engineer to direct work and order alternations, modifications, deletions
4.2.7.1
The Engineer shall have the right to direct the manner in which all work under this
contract shall be conducted in so far as may be necessary to secure the safe and
proper progress and the specified quality of the work, and all work shall be done
and all material shall be furnished to the satisfaction an approval of the Engineer.
4.2.7.2
Additional drawings and explanations to exhibit or illustrate details may be provided
by the contractor. The written decision of the Engineer as to the true construction
and meaning of the drawings and explanations shall be binding on the contractor.
4.2.7.3
If at any time the contractors methods, materials or equipment appear to the
Engineer to be unsafe, insufficient or inadequate for securing the safety of the
workmen or the public, the quality or work or the rate of progress required, he may
Contractor
Witness
Executive Engineer
136
order the contractor to increase their safety, efficiency and adequacy, and the
contractor shall comply with such orders. If at any time the contractors working
force and equipment are, in the opinion of the Engineer, inadequate for securing the
necessary progress, as herein stipulated, the contractor shall, if so directed,
increase the working force and equipment to such and extent as to give reasonable
assurance of compliance with the schedule of completion. The failure of the
Engineer to make such demands sall not relieve the contractor of his obligations to
secure the quality, the safe conducting of the work and the rate of progress required
by the contract, and the contractor alone shall be and remain liable and responsible
for the safety, efficiency, and adequacy of his methods, materials, working force,
equipment and timely completion of job irrespective of whether or not he makes any
change as a result of any order or orders received from the Engineer.
4.2.7.4
The department/Engineer shall have the power to make any alterations in
omissions from, additions
to the original specifications, drawings, designs and
instructions that may appear to him to be necessary or advisable during the
progress of the work and the contractor shall bound to carry out the work in
accordance with any instructions that may be given to him in writing by the
Department/Engineer and such alterations, 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 and the similar rates as are specified in the
tender for the main work, unless such alterations are not similar to or derivable from
the items of work and form extra items.
4.2.7.5
The time for completion of the work shall be extended in the time proportion that the
altered, additional or substituted work bears to the original contract and the decision
of the Department shall be conclusive and binding on the contractor.
4.2.8
Contractor’s Supervision
4.2.8.1
The contractor shall, during the whole time the work is in progress, employ a
qualified engineer to be in charge of the works with adequate experience in
handling
of
jobs
of
this
nature
and
with
the
prior
approval
of
the
Department/Engineer. Sub Engineer shall be constantly in attendance at the site
during working hours. During Contractors/ Residents Engineers absence during
working hours, if unavoidable, and also beyond working hours, when it may be
necessary to give directions, orders may be given by the Engineer/Department and
shall be received and obeyed by the contractors superintendent or even foreman
who may have charge of the particular part of he work in reference to which orders
Contractor
Witness
Executive Engineer
137
are given. If requested to do so, the Engineer/Department shall confirm such orders
in writing. Any directions, instructions or notices given by the Engineers/Department
to him, shall be deemed to have been given to the contractor. The representative of
the contractor shall have all necessary powers to engage labour or purchase
materials and proceed with the work as required for speedy execution.
4.2.8.2
None of the Contractors superintendents, engineers, supervisors or labour should
be
withdrawn
from
the
work
without
due
notice
being
given
to
the
Department/Engineer, further no such withdrawals shall be made if in the opinion of
the department/engineer such withdrawals will jeopardize the required pace of
progress/successful completion of the work.
4.2.8.3
The contractor shall employ in or about execution of the works only such persons
as are careful, skilled and experienced in their respective trades. The department
shall be at liberty to object to and require the contractor to remove any persons
employed by the contractor, in or about execution of works who in the opinion of the
department/engineer misconducts himself or is incompetent or negligent in the
proper performance of his duties and all such persons shall not be employed upon
the works without prior permission of the department.
4.2.9
Setting out works
4.2.9.1
The contractor shall set out the works and shall be responsible for true and perfect
setting out of the same and for the correctness of the positions, levels, dimensions
and alignment of all parts thereof. If at any time any error shall appear during the
progress of any part of the work the contractor, shall at his own expense rectify
such error, if called upon to the satisfaction of the Engineer.
4.2.9.2
The contractor shall provide all facilities, instruments and attendance to the
Engineer or his deputed representative to check his work. Instrument brought by
the contractor shall be in good working condition and are subject to approval of the
engineer. Checking in part or full or any setting out or any line or level by the
engineer shall not in any way relieve the contractor of his responsibility for the
correctness thereof.
4.2.9.3
The contractor shall establish and maintain base lines and bench marks adjacent of
tilt: various sections of work. All such marks and stakes must be carefully preserved
by the contractor and in case of their destruction be him or any of his employees,
they will be replaced at the contractor’s expense.
4.2.10
Access
4.2.10.1
The Engineer, his representatives and the department shall at all reasonable times
have free access to the works and / or to the workshops, factories or other place
where materials are being prepared or constructed for the contract and also to any
place where the materials are laying from which they are being obtained, the
Contractor
Witness
Executive Engineer
138
contract shall give every necessary facility to the Engineer and his representatives
for inspection and examination and test of the materials and workmanship even to
the extent of discontinuing portions of the work temporarily or of uncovering or
taking down portions of finished work.
4.2.10.2
When finished work is taken down for the purpose of inspection, the contactor shall
stand all the expenses incidental thereto in the event that the work taken down is
found to be in accordance with the specifications. In the latter case, the replacing or
the covering up or the making good of any of the parts removed shall be paid for by
the Department at the Contract Prices for the items of work done and uncovering or
taking out of materials or parts shall be paid for on the basis of actual direct cost of
material, labour and incidental expenses plus reasonable plant charges except that
no percentage for the contractors profit shall be added to actual direct cost of
material, labour and incidental expenses. However, no extension of time will be
given for completion of works on this account. If the contractor shall fail to replace
any defective work or materials to be replaced and the expenses thereof shall be
deducted from the amount to be paid to the contractor.
4.2.10.3
If any work is to be done at a place other than the site of the works, the contractor
shall obtain the written permission of the Engineer for doing so.
4.2.11
Failure by the contractor to comply with the Engineers instructions.
If the contractor after receipt of written notice from the Engineer requiring
compliance with such further drawings and/ or the Engineers instructions fails within
seven days to comply with the same, the Engineer may employ and pay other
agencies to execute any such work whatsoever as may be necessary to give effect
thereto and all costs incurred in connection therewith shall be recoverable from the
contractor by the Department on a certificate by the Engineer as a debt or may be
deducted by him from any moneys due or to become due to the contractor.
4.2.12
Construction supervision and workmanship
4.2.12.1
The Department will engage his own supervisory staff of works as may be deemed
fit. The contactor shall afford the supervisors every facility and assistance for
examining the works and materials for checking and measuring the works and
materials. The supervisors shall have no power to revoke, alter, enlarge or relax
any requirement of the contractor, but may sanction only day work, additions,
alterations, deviations or omissions, or any extra work whatever as may be
authorized by the Engineer.
4.2.12.2
The supervisors will act as representatives of the Department and shall have the
power to give notice to the contractor or to his Foreman of non approval of any work
or materials, and such work shall be suspended or the use of such material shall be
discontinued, until the decision of the Engineer is obtained.
Contractor
Witness
Executive Engineer
139
4.2.12.3
The work shall be conducted under the general direction of the Engineer and is
subject to inspection by his supervisors to ensure strict compliance with the terms
of the Contract. No failure of the Engineer or his supervisors during the progress of
the work to discover or to reject materials, or work not in accordance with the
requirements of this contract shall be deemed as acceptance thereof or a waiver of
defects therein and no payment by the Engineer on partial or entire occupancy of
the premises shall be constructed to be an acceptance of the work or materials
which are not strictly in accordance with the requirement of this Contract. No
changes whatsoever to any provision of the specifications shall be made without
written authorization of the Department.
4.2.12.4
The contractor shall execute the whole and every part of the work in the most
substantial and workmanlike manner as regard material and in all other respects.
4.2.12.5
The provisional acceptance of sections of the work shall not be construed so as to
prevent the Engineer for requiring replacement of defective work that may become
apparent after the said provisional acceptance and shall not be construed in any
way on the basis for a claim of extra compensation for any cause whatsoever by
the contractor.
4.2.13
To remedy defective work and defects liability period
4.2.13.1
If the work or any portion thereof shall be damaged in any way excepting by the
acts of the Department, or if defects not readily detected by proper inspection shall
develop before the final completion and acceptance of the whole work, the
contractor shall forthwith make good, without compensation, such damage or
defects in a manner satisfactory to the Engineer/Department, hi no case shall
defective or imperfect work be retained.
4.2.13.2
Sixty calendar months from the date of successful completion of performance run of
the plant unless otherwise agreed in writing by the Department/Engineer will be
deemed as the “Defects Liability Period”, in case any defects in the work due to
wrong assumptions in designs, bad materials and/or bad workmanship develop in
the work before the expiry of this period, the contractor on notification by the
Department shall rectify or remedy the defects at his own Cost and he shall make
his own arrangements to provide materials, labour, equipment and any other
appliances required in this regard. In case even on due notification by the
Department, the contractor fails to rectify or remedy the defects, the department
shall have the right to get this done by other agencies and recover the cost
incurred, by deductions from any money due or that may become due to
Contractor.
Contractor
Witness
Executive Engineer
140
4.2.13.3
The Department may in lieu of such amending and making good by the Contractor,
deduct from any money due to the Contractor a sum to be determined by the
Department equivalent to the cost of amending such work and in the event of such
due payment becoming insufficient, recover the balance from the contractor
together with any expense to the Department may have incurred in connection with
such recovery.
4.2.13.4
The contractor shall remain liable under the provisions of
this clause
notwithstanding the passing by the Department of any certificate, final or otherwise
or the passing of any accounts.
4.2.13.5
The contractor shall see that the excavated material or debris from the work under
the contract shall be replaced at a place and in a manner, as designated by the
Engineer and he shall remove it from time to time as required by the Engineer so
that their shall not be any, interference or obstruction to the departments or other
Contractors work in the adjacent areas.
4.2.14
Night holiday working - Permission
4.2.14.1
The contractor is normally expected to work during day time only and is required to
complete the work in all respects as stipulated elsewhere. However, night work or
holiday work may be permitted in exigencies with prior approval of the Engineer.
4.2.14.2
Sufficient light shall be provided to safe guard the workers and the public and to
afford adequate facilities for property placing and inspecting the material when the
night work is in progress.
4.2.15
Force Majeure
Force Majeure is herein is defined as (1) any clause which is beyond the control of
the contractor or the Department, as the case may be, (2) natural phenomenon like
floods, drought, earthquakes and epidemics notified by the Government, (3) acts of
any Government authority, domestic or foreign, like war, declared or undeclared,
government priorities, quarantine, embargoes, licensing control or production or
distribution restrictions, (4) accidents and disruptions like fire and explosions, (5)
transportation delay to force majeure or accidents, (6) strikes, slowdowns, lockouts
and sabotage by the persons other than those under control of the contractor, (7)
riots and civil commotion, (8) Failure or delay in contractors/Departments source of
supply due to force majeure causes enumerated at 1 to 7 above.
4.2.16
Work in monsoon and dewatering
4.2.16.1
The construction and erection work may entail working in monsoon also. The
contractor must maintain labour force as may required for the job and plan execute
the construction and erection according to the prescribed schedule. No extra
working period or payment will be considered for such work in monsoon.
Contractor
Witness
Executive Engineer
141
4.2.16.2
During monsoon and other period it shall be the responsibility of the contractor to
keep the construction site free from accumulation of water at his own cost.
4.2.17
Penalty Clause for Non Performance of the STP
In case if the treated effluent quality whatsoever may be the reason does not satisfy
the standards given in this tender, the contractor will be penalized on double the
prorata basis in the form of deduction of payment admissible to him on the per day
basis desired from the quoted rates mentioned in price bid for that particular year of
O&M. Any recovery made by the Electricity Department on account of misuse &
nonfunctioning of any equipment of electricity will be deducted from the contractors
bill. The department reserves the right to get the sewage tested from any external
laboratory, charges for which shall be borne by the department. The contractor or
his authorized representative has to make himself available at the time of collection
of sample. If contractor or his representative fails to present himself, the sample will
be collected in his absence. The same thus collected shall be tested in the external
lab and it would be binding on the contractor to abide by the test results.
4.2.18
Other Special Conditions :
1. The cement will be arranged by the contractor/agency/firm at his own level. The
contractor /agency /firm may quote his rates accordingly
2. The cement will be arranged by the Contractor / Society / Agency / Firm at his
IS 8112 with latest amendments. The cement manufactured by mini Cement
Plant shall not be used. In case contractor is allowed by the department to use
PPC cement duly ISI marked & confirming to Is-1489 with latest amendments
then the recovery of Rs. 25/- per bag of 50kg cement be made as per
notification on revision of ceiling premium date 10.11.2011
3. The cement and steel shall be purchased from authorized distributor or
manufacturer or authorized Dealer
4. The cement arranged by the contractor / Agency will be brought at site and shall
be kept in the store maintained at site provided with dual locking system i.e 1st
key of lock with representative of the department and 2nd key of lock with
authorized representative of agency.
5. 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 the same and Executive Engineer in charge
or his authorized representative may check the actual receipt of cement at site.
6. The Engineer –in-Charge or his authorized representative may if need be also
send the cement for the testing to any Govt. Lab/reputed Lab. The sample of
the cement will be collected as per BIS specification in the presence of the
Contractor / agency or his authorized representatives. In case the cement is
Contractor
Witness
Executive Engineer
142
found as per ISI specification then the cost of testing will be borne by
Department but incase the cement sample fails to meet the BIS requirements,
then appropriate action as per contractor agreement will be taken. The cost on
the testing of cement along with any loss caused to Govt shall also be
recovered from the Contractor/agency and no claim in this respect will be
entertained
7. The stock of cement at site shall not be more than one month consumption and
only sufficient quantities shall be kept to ensure continuity of the work.
8. The cement consumption register showing date of cement brought at site by the
Contractor / agency and 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 and receipt of cement in the register
shall be initialed jointly by the authorized representative of the Contractor /
Agency and representative. The said register will be issued by office of
concerned Sub divisional engineer under his dated signature for each
agreement separately. The register will also contain the columns for work
executive against the cement issued.
9. Quality check register will be maintained at site and regular sampling of work
executive every month shall be recorded in the same.
10. The PHED Haryana reserves the right of negotiations as per policy approved by
the state Government with the tenderer in case the prices quoted are felt to be
on higher side or otherwise. The negotiation will be carried out with 1st, 2nd & 3rd
lowest contractors. The highest amongst them will be called first and lowest
tenderer in the last. If during negotiation tenderer other than lowest reduces his
prices / amount and in eventually of him not accepting the counter offered the
same shall be offer to second lowest and so forth, tenderer who refuses the
counter offer will not have any right to the bid later on.
11. 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 specification/
agreement and also quality control i.e drawl of sample testing & other items etc.
the report of the same would be submitted to Engineer-in-charge by the 3rd part.
The agency/contractor shall be bound by the report of 3rd party inspection and
shall take remedial measures for execution of work as per specifications in
agreement, the inspection and sample testing charges will be borne by
department.
12. The labour cess @ 1% of cost of work done by contractor shall be deducted
from bill.
Contractor
Witness
Executive Engineer
143
ESSENTIALITY CERTIFICATE
It is specifically clarified Department’s Engineer will assist if possible and permitted to do the
contractor to obtain any lawful exemptions from payment of Excise Duty or Import Duty or Sales
Tax or Income Tax or any other admissible exemption from any kind of Tax or Duty on plant and
materials which are to be incorporated as a part of the permanent works by issue of an
“Essentiality Certificate” in the format indicated as Annexure-I, which certified the estimated
quantities of materials that are to be incorporated into the works. The responsibilities for obtaining
any such exemptions from competent authorities will remain with contractor and Department’s
shall not in any way be responsible for admissibility of the claims or eligibility of the contractor.
Department’s will not bear any responsibility of financial or any other sort on behalf of such
issuance of certificate.
Contractor
Witness
Executive Engineer
144
ANNEXURE - I
TO WHOMSOEVER IT MAY CONCERN
ESSENTIALITY CERTIFICATE
This is to certify that the work of “DESIGN, CONSTRUCTION, ERECTION, TESTING AND
COMMISSIONING OF INTERMEDIATE PUMPING STATION AT JITUWALA JOHAR AT JITUWALA
JOHAR DISPOSAL AND 15 MLD SEWAGE TREATMENT PLANT BASED ON
CYCLIC ACTIVATED
SLUDGE PROCESS (SBR) TECHNOLOGY INCLUDING OPERATION & MAINTENANCE FOR 12
MONTHS AND 5 YEARS THEREAFTER ON BHIWANI DADRI ROAD, BHIWANI TOWN HARYANA.” has
been awarded to M/S _________________________________________________(Name of Contractor)
amount
of
Rs.________________________________(Rupees____________________________________________
__________________________________________________________________________) (Amount of
Contract Agreement) only, by the Executive Engineer Public Health Engineering Division No 3 Bhiwani
Haryana, India and their representatives, Executive Engineer, Public Health Engineering Division No 3
Bhiwani,
Haryana
and
being
implemented
from
_________________________
to
________________________.
It
is
certify
Contractor)
that
for
M/S_________________________________________________(Name
the
above
project
work
requires
to
of
purchase
_____________________________________________________________________(Quantity of
materials and name of material) for the work of “DESIGN, CONSTRUCTION, ERECTION, TESTING
AND COMMISSIONING OF INTERMEDIATE PUMPING STATION AT JITUWALA JOHAR AT JITUWALA
JOHAR DISPOSAL AND 15 MLD SEWAGE TREATMENT PLANT BASED ON
CYCLIC ACTIVATED
SLUDGE PROCESS (SBR) TECHNOLOGY INCLUDING OPERATION & MAINTENANCE FOR 12
MONTHS AND 5 YEARS THEREAFTER ON BHIWANI DADRI ROAD, BHIWANI TOWN HARYANA.”
It is further certified that the aforesaid material is required for the execution of the said project.
The validity of this certificate is from ________________________ to ____________________
(Construction duration as per Agreement)
Executive Engineer,
Public Health Engineering Division,
No.3 Bhiwani.
Contractor
Witness
Executive Engineer
145
SECTION – 5
LETTER
OF
TENDER
Contractor
Witness
Executive Engineer
146
SECTION -5 : LETTER OF TENDER
To
The Executive Engineer
Public Health Engineering Division No 3,
Bhiwani, Haryana
Phone:Fax :Name of Contract
UPGRADATION OF SEWERAGE FACILITIES IN BHIWANI TOWN. “DESIGN,
CONSTRUCTION, ERECTION, TESTING AND COMMISSIONING OF
INTERMEDIATE PUMPING STATION AT JITUWALA JOHAR AT JITUWALA
JOHAR DISPOSAL AND 15 MLD SEWAGE TREATMENT PLANT BASED ON
CYCLIC ACTIVATED SLUDGE PROCESS (SBR) TECHNOLOGY INCLUDING
OPERATION & MAINTENANCE FOR 12 MONTHS AND 5 YEARS THEREAFTER
ON BHIWANI DADRI ROAD, BHIWANI TOWN HARYANA.”
Dear Sir,
We have examined the Conditions of Contract, Employer’s Requirements,
Scheduled etc. of the above named works. We have examined, understood and checked these
documents and have ascertained that they contain no errors or other defects. We accordingly offer
to design, execute and complete the Works (including trial-run), remedy any defects therein,
operate and maintain during defect liability period and Operation and Maintenance for a period of
72 months before handing over in conformity with this Tender which includes all these documents
and the enclosed proposal, for the lump sum costs. Further we agree to extend the O & M
construct for a further period of 6 years, if desired by the department at out quoted rates and
present terms and conditions.
We agree to abide by this tender until………….(90 days after the latest date of
submission) and it shall remain binding upon us and may be accepted at any time before that date.
We acknowledge that the Appendix forms part of this Letter of Tender.
If this officer is accepted, we will provide the specified Performance Security,
commence the works as soon as is reasonably practicable by the Commencement date and
complete the works in accordance with the above named documents within the Time for
Completion.
This letter shall form a part o the agreement.
Signature
in the capacity of
Duly authorized to sign tenders for and on behalf of
Address:
Date:…………………………
………………………….
Company Seal
Contractor
Signature of Bidder
Witness
Executive Engineer
147
SECTION – 6
BASIC REQUIREMENTS
OF
DEPARTMENT
Contractor
Witness
Executive Engineer
148
SECTION : 6 DEPARTMENT REQUIREMENTS
1.0
GENERAL
1.1
GENERAL NOTES
The department requires that all goods and materials to be used in the works are
new unused, of the most recent or current models and incorporate all recent
improvements in design and material.
2.0
DESIGN, DRAWINGS, DOCUMENTS AND DATA
2.1
General Obligations
The contractor shall carry out, and be responsible for, the design of the works.
Design shall be prepared by qualified designers/professional who comply with the
criteria stated in the Department requirements. The contractor undertakes that the
designers shall be available to attend discussions with the Engineer-in-Charge at all
reasonable times during the contract period.
3.0
BASIC DESIGN PARAMETERS
The bidder is required to examine and check the Departments design criteria,
specifications etc., as included in the bid documents to confirm their correctness in
its bid and to assume full responsibility for them, thereafter.
4.0
SUBMISSION OF
DESIGN CALCULATIONS,
DRAWINGS
AND
OTHER
DOCUMENTS BY THE CONTRACTOR.
(a)
After signing the contract, within 28 days from the date intimated by the
Department to proceed with the work, the contractor shall supply to the Engineerin-Charge(Six) hard copies (along with workable soft copies in a CD) each of the
design calculations for the process and sizing of all components of the plant
including mechanical and electrical equipment, supported by flow diagrams, and
general arrangement drawings, reference catalogues/literature of manufactures,
other reference documents used for the design purpose, for approval of the
Engineer-in-Charge. The contractor shall incorporate all necessary comments of
the Engineer-in-Charge in the above design and drawings, if any, and shall resubmit further 6 (six) copies each of the revised design and drawings within 14
(fourteen) days for final approval of the Engineer-in-Charge. The contractor shall
thereafter submit 6(six) copies each of the approved design and 6(six) copies
each of the approved drawings together with one copy each of the reproducible
tracings and workable soft copies of all approved designs, calculations and
drawings. The entire cost shall be borne by the contractor. Drawing and tracing
papers shall be laminated and bound properly with civil, mechanical and electrical
drawings in separate bindings. The contractors shall also supply the following:
Contractor
Witness
Executive Engineer
149
1.
Layout diagram of Sewage Treatment Plant-2 plastic laminated boards of size
1.2mx0.75m.
(b)
Design calculations and drawings shall be submitted in sequence as per schedule
to be drawn and agreed upon mutually, immediately after submission of the
general arrangement drawing. The entire process of submission of all such
documents by the contractor in initial copies and final copies after approval of the
Engineer-in-Charge shall be completed within 90 days from the date of the work
order. These documents shall cover:

Site Plan.

Layout plan and hydraulic flow diagram, process design, P & I diagram

Architectural Drawings/Renderings.

GA Drawing of each/individual unit.

Detailed structural design and good for execution drawings pertaining to all
components of the plant and other associated works.

Wiring diagrams, pressure control, pumps and motor control gear
particulars.

Drawing showing the size position & other necessary details of all
mechanical and electrical equipment and fixtures

Details of foundations, position of opening etc. for the pumps, motors,
starting cubicles, LT/HT panels, etc.

Elementary diagram and manufacturers’ shop and part drawings for all
equipments.

Services like internal illumination and ventilation, building water supply,
sanitation and plumbing, service roads, lighting etc.

Power and control cable layout.

ANY
OTHER
DESIGN
AND
DRAWINGS
TO
FULFILL
PHED’S
REQUIREMENT.
4.1
Format of Drawings
All drawings submitted for approval shall be ISO standard size sheets. Every
drawing shall have a title block in the bottom right corner showing:
Public Health Engineering Department Haryana
Contractor
Contract No.
:
Contractor
:
Project
:
Drawing Title
:
Drawing Number
:
Revision Number
:
Date
:
Witness
Executive Engineer
150
Each drawing shall bear the signature of the Project Manger on behalf of the
contractor to the effect that the drawing whether his own or from any other source
has been checked by the Contractor before submission to the department.
Each revision shall be properly recorded to show the number, date, specific
description of revision(s) carried out, and signature of the Project Manager in the
revision block. The contractor shall be responsible for incorporating all the
comments issued by the Engineer-in-Charge.
4.2
Construction Documents
The contractor shall prepare Construction Documents in sufficient detail to satisfy
all regulatory approvals, to provide suppliers and construction personnel sufficient
instructions to execute the Works, and to describe the operation of the completed
works. The Engineer-in-Charge shall have the right to review and inspect the
preparation of Construction Documents, wherever they are being prepared.
Six copies of the construction documents shall, when considered ready for use, be
submitted to the Engineer-in-Charge for pre-construction approval. If the Engineerin-Charge notifies the contractor that such Construction Document fails to comply
with the Departments Requirements, it shall be rectified and submitted and
reviewed at the Contractor’s cost. Construction shall not commence prior to the
approval of the Construction Documents by the Engineer-in-Charge.
If the contractor wishes to modify any design or document, which has been
previously submitted for such pre-construction review, the contractor shall
immediately notify the Engineer-in-Charge and shall subsequently submit revised
documents.
If
the
Engineer-in-Charge
instructs
that
further
Construction
Documents. Error, omissions, ambiguities, inconsistencies inadequacies and other
defects shall be rectified by the Contractor at his cost.
The design, the Construction Documents, the execution and the completed works
shall comply with the Indian specifications, technical standards, building,
construction and environmental regulations, regulations applicable to the product
being produced from the works and the standards specified in the Departments
requirements, applicable to the Contractor’s Proposal and Schedules or defined by
law.
The contractor shall provide all design, calculations, drawings and all construction
documents in six hard copies, soft copies and workable CDs along with 6 sets of all
designs and drawings and 3 additional cloth mounted sets of all drawings for the
use of Engineer-in-Charge.
4.3
As Built Drawings
The contractor shall prepare, and keep up to date a complete set of laminated “As
Built” records of the execution of the works, showing the exact “as built” location,
Contractor
Witness
Executive Engineer
151
sizes and details of the work as executed, with cross references to relevant
specifications and data sheets. These records shall be kept on the Site and shall be
used exclusively for the purposes of this sub-clause. Two hard copies shall be
submitted to the Engineer-in-Charge prior to the Tests on Completion.
In addition, the contractor shall prepare and submit to the Engineer-in-Charge “As
Built Drawings” of the works, showing all works as executed. The drawings shall be
prepared as the works proceed, and shall be submitted to the Engineer-in-Charge
for his inspection. The contractor shall obtain the consent of the Engineer-in-Charge
as to their size, the referencing system, and other pertinent details.
Prior to the issue of substantial completion certificate, the contractor shall submit to
the Engineer-in-Charge one soft copy, workable CD, one full size original copy and
six printed cloth mounted copies of the relevant “As Built Drawings”, and any further
Construction Documents specified in the Departments Requirements. The works
shall not be considered to be completed for issue of substantial completion
certificate until such documents have submitted to the Engineer-in-Charge. Failure
in submission of “As Built” records shall attribute the delay in completion of the work
and issue of substantial completion certificate, on the part of the contractor.
4.4
Co-ordination Drawing
Coordination drawings shall be prepared and shall comprise composite section
drawings showing coordination of mechanical and electrical work to structural work.
The composite drawings shall be in sufficient detail to show overall dimensions of
ductwork, piping, conduit, and related items and clearance between structural
members, lighting and related features for review and approval of relative locations
of work in allocated spaces. The drawings shall indicate any conflicts of clearance
problems between various trades. Coordination drawings shall be submitted to
Employer’s Representative. Coordination drawings will not be submitted for
approval but for review only.
4.5
Equipment and Interconnection Diagram
Equipment room layout drawings shall be based on actual requirements of
equipment furnished and be consolidated for all trades, shall be to scale and shall
show all pertinent structural and penetration features and other items, such as
electrical cabinets, which affect available space. All mechanical and electrical
equipment including electrical conduits, accessories, ductwork and piping shall be
shown to scale in plan and also in elevation and / or section and resolve any
conflicts or clearance problems. Physical descriptions of the various mechanical
and electrical items shown on these drawing shall be submitted concurrently.
Contractor
Witness
Executive Engineer
152
4.6
Quality
Proof of quality of manufacture and reliability in field application. Such proof will
normally constitute evidence that the product/ equipment has been manufactured
by the manufacturer, or fabricator of the quality assured for a unit or item over a
period of time and has an established field service record. It shall include
installation locations, dates and year of operating service. If there is no experience
for an identical unit or item it may relate to a similar unit or item by the same
manufacturer.
4.7
Manufacturer’s Data
Manufacturer’s data shall include catalog cuts, broachers, circular, specifications,
equipment operations and maintenance manuals and other printed information in
sufficient detail and scope to verify compliance to the requirements.
4.8
Performance Data
Performance Data shall include certified copies of equipment responses and
performance characteristics as required.
4.9
Manufacturer’s Color Charts and Samples
Manufacturer’s Color Charts and samples of all applicable materials, products and
items of equipment required.
4.10
Parts and Special Tools Lists
a)
Parts list shall include a complete list of component parts of an item of
equipment together with an expanded view or equivalent means to identify
the parts.
b)
Special Tools lists shall include all tools and devices required for assembly,
disassembly, operation and maintenance of the equipment and an indication
of the use of each item.
c)
The lists shall further identify the sources of manufacture and supply of
consumable supplies and those parts, special tools and supplies that are
normally furnished with the purchase of the equipment or are specified to be
furnished.
d)
In additions, a list shall be provided showing items recommended by the
manufacturer to support normal maintenance based on the manufacturer’s
anticipated life cycle of the part for continuous normal operation.
4.11
Certificates of Compliance
Certificate of compliance shall include material or product manufacturers statement
that the supplied items or systems conform to the specifications.
4.12
Test Reports
Test reports shall be provided as required and as follows :
Contractor
Witness
Executive Engineer
153
a)
Shop tests shall show the results of required shop tests of equipment of
systems certified in writing by the manufacturer or its authorized
representative. However, department along with contractor is free to visit
and inspect the equipment and systems at manufacturing unit as and when
required. The cost toward such inspections shall be borne by the contractor.
b)
Field Test reports shall show the results of required filed tests and
compliance with approved procedures and shall be certified in writing.
4.13
Maintenance Instructions
Maintenance Instructions shall cover finish material including but not limited to hard
surfaced materials. Instructions shall include cleaning, tarnishing, dents and stains
from various chemicals.
4.14
CONSTRUCTION PHOTORGRAPHS
i)
Work shall include progress photographs for each work of construction
taken from minimum six view points each month made by a professional
photographer. Take one photograph from each view point.
ii)
Photographs shall show general extent of the works by both exterior and
interior views. Each view point will be selected and the number of monthly
repetitive photographs taken from exactly the same view point as decided
by the department.
iii)
Submit six 200mmx254mm glossy color prints of each photograph to the
department at the first of each month duly attached/pasted in the progress
report.
iv)
Title and month of each photograph per the department requirement. As a
minimum include on title: Project name, direction of view, and date when
taken.
v)
Video shooting during major constructions stages of plant or at least once
every month must be carried out by the contractor and shall be submitted to
the department.
5.0
QUALITY ASSURANCE
The contractor shall institute a quality assurance system to demonstrate
compliance with the requirements of the contract. Compliance with the quality
assurance system shall not relieve the contractor of his duties, obligations or
responsibilities.
Quality assurance shall include, but shall not be restricted to as noted herein.
The Quality Assurance system should ensure the quality and quantity continuously
through monitoring systems
as envisaged in Project Management and
Construction performa so as to give daily progress report, labour/manpower
Contractor
Witness
Executive Engineer
154
deployed, quantity executed on periodic basis, observations thereof through
following performa placed at the end of this subsection.

Bar bending schedule.

Pour Card

Post Concreting check ups

Form work check up

Tests of materials.
The above shall be conformed through records of precious materials viz. Cement,
steel, anti-termite chemicals, water proofing chemicals etc.
a)
The contractor’s provision and maintenance of a quality assurance program
in conjunction as approved by the department. The program shall provide
inspection and testing of products during fabrication and installation as
department may deem necessary to ensure that work in performed in
compliance with the contract. Such inspection and testing shall be
performed at no additional expense to the department.
b)
Inspection and testing required by the orders, laws, ordinances, rules and
regulations of local authorities.
c)
Provision of inspection and testing instruments and devices required to
ensure proper performance of quality assurance at the job site.
d)
Verification by certification that specified products meet requirements of
reference standards as specified in applicable codes/specification.
e)
Testing, balancing and adjusting of equipment as specified in applicable
codes.
5.1
QUALITY ASSURANCE IN GENERAL
i)
Maintain continuity of quality assurance surveillance throughout fabrication
of products and execution of work.
ii)
Submit details of quality assurance tests and methods inclusive of the
specification.
iii)
Perform inspection and testing in accordance with specified reference
standards, or as otherwise approved by the department.
iv)
Calibrate measuring and testing devices periodically against certified
standard equipment. Calibration shall be verified by inspection firm.
5.2
QUALITY ASSURANCE OF THE WORKS ON SITE
i)
Provide an assurance system to ensure quality assurance by phased
inspection as follows:
Contractor
Witness
Executive Engineer
155
Preparatory Phase Inspection
Perform inspections prior to commencement of each part of the works which
shall include a review of requirements with the supervisors directly
responsible for that part of the works. Such review shall be in the form of
written
statements of
the
processes to
be
followed
and
critical
characteristics, tests and similar evaluations which will be a part of
inspection procedures. Verify that products incorporated with that part of the
works which have been tested and applicable submissions have been made
for control testing. Verify that preceding work has been completed and
approved. Verify products incorporated with that part of the works conform
to submission data and Contract requirements and that necessary materials
and equipment are easily and readily available.
Continuing Inspection
Perform inspection on a continuing basis as each part of the works
commences and on a regular basis to ensure constant compliance with the
requirements :
ii)
Provide samples of materials to be tested in required quantities at locations
where testing is performed.
iii)
Provide labour, instruments, testing devices, facilities and required shelter at
the site :
a)
To determine ambient and material temperature by thermometers
with Celsius scale.
b)
To determine relative humidity of air and moisture content of
materials.
iv)
c)
To facilitate inspection and tests.
d)
For obtaining and handling of samples at site and plant.
Upon receipt of items at the job site, the Contractors quality assurance
representative at the site shall be responsible on receipt of items at the site
for noting damage suffered by them during transit and for directing that they
be replaced.
v)
The contractor shall be responsible for protecting and maintaining items on
the site free from damage during storage, erection, installation and
maintenance.
vi)
When it is discovered on inspection that work is proceeding with incorrect
materials or methods, ensure that corrections are immediately made and
that improperly complete work is replaced.
Contractor
Witness
Executive Engineer
156
5.3
QUALITY ASSURANCE OF OFF-SITE WORKS
i)
The contractor shall impose quality assurance methods at the location of
manufacture, fabrication and assembly of items to be incorporated in the
works to ensure that they conform to requirements of the Contract
Documents.
ii)
The
contractors
quality assurance
representative
off-site
shall
be
responsible for the release of items for transit to the job site.
iii)
In addition to the contractor shall provide notice to the department in writing
at least 4 weeks in advance of packing of every batch of product
components or assemblies so that the Employer or department and their
designated representatives may have opportunity at his/their choice of
inspection
nay such
product
components or assemblies prior to
transportation at the cost of the bidder.
iv)
the products requiring factory shop suppliers inspection are identified in
relevant specifications in the specific code.
v)
Acceptance of product components or assemblies prior to transportation
shall not imply final acceptance under the contract.
5.4
SCHEDULE OF QUALITY ASSURANCE OPERATIONS
Provide the department with a minimum of three copies of a schedule of quality
assurance operations, both on-site and off-site, to outline the procedures,
instructions and reports which will be used, as follows :
i)
Quality assurance organization.
ii)
Qualifications of quality assurance personnel.
iii)
Authority and responsibilities of each quality assurance person.
iv)
Schedule of inspections and tests with personnel assigned to each task and
duration of each task.
5.5
v)
Schedule of required services to be provided by inspection and testing firms.
vi)
Coordination required in order that quality assurance is integrated.
vii)
Test methods which will be utilized.
viii)
Methods of performing and documenting quality assurance operations.
TESTS REQUIRED BY JURISDICTIONAL AUTHORITIES
i)
The contractor shall be responsible for inspection and testing required by
jurisdictional authorities in conformance with the performance requirements.
If the Engineer-in-Charge so desires, he may delegate inspection and tesing
of materials or Plant by an independent body/agency. Any such delegation
shall be effected for this purpose shall be considered as an assistant of the
Contractor
Witness
Executive Engineer
157
Engineer-in-Charge. Notice of such appointment shall be given by the
Engineer-in-Charge to the Contractor.
5.6
QUALITY ASSURANCE REPORTS
i)
Document each test and inspection on a report and submit the report in
triplicate to the department.
ii)
Reports shall be in an approved format and shall certify off-site items
produced correctly for on-site work of installed correctly, as applicable.
Similarly the report shall certify items that are defective with a statement of
records on corrective measures taken.
iii)
Include on each report the purpose of the inspection or test, a description of
methods used, observations made and personnel involved.
iv)
The contractor shall also maintain in the approved format a long book of all
tests performed which shall include the date of test type of test and the
results of the test.
If inspection and testing procedures are sub-contracted to an approved inspection
and testing firm, only copies of test reports signed by the approved inspection and
testing
Contractor
Witness
Executive Engineer
158
SECTION – 7
SITE FORMATS
Contractor
Witness
Executive Engineer
159
Name of the Project
DAILY PROGRESS REPORT
S.No.
Activity
Contractor
Start
Date:
Finish
Quantity
Witness
Unit
Work done till
Work done on
Target
Target
Actual
Executive Engineer
Actual
Cumulative
work Overall
done
Target
Actual
Completion
160
DAILY PROGRESS REPORT
Name of Project
:
………………………………………………………………………………..
Client
:
M/S…………………………………………………………………………..
Contractor
:
M/S…………………………………………………………………………..
Name of Unit
:
……………………………………………………………………………….
Sr.No. Item Description
1
Excavation
2
Anti Termite Treatment
a)
Footing
3
PCC
a)
Footing
4
RCC
a)
Footing
b)
Pedestals
c)
Columns
d)
Plinth
e)
Walls
5
RCC M-25
a)
Pedestals
b)
Column
Contractor
Unit
Witness
Previous Qty
Work Done
Executive Engineer
Date……………………
Cum Qty.
Remarks
161
Sr.No. Item Description
6
Shuttering
7
Reinforcement
8
Water Proofing
9
Brick work in foundation
a)
Brick work in plinth
b)
Brick work in SS
10
Plastering
11
Flooring
a)
Mosaic
b)
Kota Stone
c)
CC Flooring
d)
Granite
12
External Finish
13
Painting
14
Doors and windows
a)
Aluminum
b)
Steel
Contractor
Unit
Witness
Previous Qty
Work Done
Executive Engineer
Cum Qty.
Remarks
162
BAR BENDING SCHEDULE
Name of Project
:
……………………………………………………………..
Client
:
M/S…………………………………………………………
Contractor
:
M/s…………………………………………………………
Name of Unit
:
DRG.No.
Date………………….
Member
Bar No. Dia of No. per No.
of Total
Cutting
Bars
Member member No. of Length
Bars
Calculated by
Contractor
Total
Length
Shapes
Checked by
Witness
Executive Engineer
163
POST CONCRETE CHECK LIST
Name of Project
:
Client
:
Contractor
:
Name of Building
:
Inspection Required on :
Concrete Element and Location :
Approved Drawing No.
Date:…………. Time……………..
:
Inspection Request No. :
Y=Yes, N=No and NA = Not Applicable
Date:…………. Time……………..
Sr.No. Name of the Activities
1
Concrete started on
2
Concrete completed on
3
Curing satisfactory
4
Cube strength
5
Concrete surface condition
6
Any repairing required
(k)
Contractors
Engineer
Engineer in charge
Remarks for Rectification
by
Engineer-inCharge
Concrete Quality Acceptable : Yes/No
INSPECTED BY
BY:
(Contractor’s Engineer)
(Engineer-in-Charge)
Name:
Signature & Date
Name
Signature & Date
Contractor
APPROVED
Witness
Executive Engineer
164
SLUMP TEST REGISTER
Name of Project
:
Client
:
Contractor
:
S.No.
Date/Time
Contractor
Mix/Grade of
Concrete
Location of
Concrete
Pouring
Witness
Slump in
mm
Contractors
Engineers
Sign.
Engineerin-Charge
Executive Engineer
165
BRICK TESTING REGISTER
(DIMENSIONAL TOLERANCE)
Name of Project
:
Client
:
Contractor
:
Date of Test
1.
Dimensions of Brick
Make…………………………….
Limits as per PWD specification for Class 10
Length of 20 bricks
Length
:
441 to 459 cm.
Width of 20 bricks
Width
:
218 to 226 cm.
Height of 20 bricks
Ht./thickness :
138 to 142 cm.
INSPECTED BY:
APPROVED BY:
(Contractor’s Engineer)
(Engineer-in-Charge)
Name:
Name:
Signature and Date
Signature and Date
Contractor
Witness
Executive Engineer
166
SECTION – 8
TECHNICAL
SPECIFICATIONS FOR
CIVIL WORKS
Contractor
Witness
Executive Engineer
167
TECHNICAL SPECIFICATIONS FOR CIVIL WORKS
1.0
GENERAL
This section deals with Civil construction of the entire plant, piping etc. complete
work under this contract.
i)
All the civil and structural works shall be carried out as per latest PWD
specifications with up to date corrections slips issued upto the date of
submission of tender unless otherwise specified herein. In case the PWD
specifications are not found applicable or inadequate, then the relevant BIS
specifications(latest version) on the date of submission of tender shall be
used.
ii)
All raw materials including cement and reinforcement/structural steel
wherever to be used by the contractor shall confirm the latest PWD
specifications. All mandatory tests as required by PWD specifications shall
be carried out and test certificates to be submitted to Engineer-in-Charge.
However, the contractor shall be fully responsible for required performances
of civil/structural work. Costs of such tests are to be borne by the contractor.
iii)
For testing of all materials, following shall be strictly adhered to a)
All the tests shall be done in laboratories approved by Department.
The contractor is required to take written approval from Engineer-inCharge, in this respect.
b)
Cement and Steel shall be of a make approved by the Department
as detailed out in respective material sections of this document.
2.0
MATERIALS
2.1
Cement
i)
The cement used shall be of 43 grade, unless otherwise stated separately
confirming to BIS specifications, ordinary Portland cement, as required in
the work only, from reputed manufacturers having a production capacity of
one million tones per annum or more, and as approved by Department,
Ministry of Industry, Government of India and holding license to use BIS
certification mark for their product, whose name shall be got approved from
Engineer-in-Charge. Supply of cement shall be taken either in silos or in 50
Kg. bags bearing manufacturer’s name and BIS marking.
ii)
The cement godown of the sufficient capacity should be constructed by the
contractor and at all time it should have a stock of minimum of 500 bags.
The contractor shall facilitate the inspection of the cement godown by the
Contractor
Witness
Executive Engineer
168
Engineer-in-Charge at any time. Storage of cement shall be as per PWD
specification.
iii)
Cement brought at site and cement remaining unused after completion of
work shall not be removed from site without written permission of the
Engineer-in-Charge.
2.2
Steel
(a)
Corrosion Resistant Steel and Structural Steel
i)
The contractor shall submit test certificate of the steel brought by him to site
of work. Also the sample of steel may be got tested by the Engineer-inCharge. The steel shall be ISI marked and Fe 500, BIS code 1786-1985)
from main producers such as SAIL, TISCO, RINL, IISCO TOR or as
approved by the Ministry of Steel. The steel reinforcement, structural steel
shall be brought to the site in bulk supply of 10 tones or more or as decided
by the Engineer-in-Charge, For small or occasional quantities of TOR steel
reinforcement bars that less than 10 MT, the Engineer-in-charge may
authorize the contractor to purchase the same from authorized dealers of
the approved manufactures. The contractor shall have to obtain and furnish
test certificates to the Engineer-in-Charge as per the provisions in this
regard in relevant PWD/BIS codes. Cost of such tests shall be borne by the
contactor. In case the test results indicate that the steel arranged by the
contractor does not conform to PWD/BIS codes, the same shall stand
rejected and shall be removed from the site of work by the Contractor at his
cost within a week
ii)
The steel reinforcement, structural steel shall be stored by the contractor at
site of work in such a way as to prevent distortion and corrosion. Bars of
different sizes and lengths shall be stores separately.
iii)
For checking nominal mass, tensile strength, band test, re-band-test etc.
specimen of sufficient length shall be cut from each size of the bar at
random at frequency not less than that specified below :-
Size of Bar
For consignment below For consignment over
100 tones
Under 10mm dia
100 tones
One sample for each 25 One sample for each 40
tones or part thereof.
tones or part thereof.
10mm to 16mm One sample for each 35 One sample for each 45
Contractor
Witness
Executive Engineer
169
Size of Bar
For consignment below For consignment over
100 tones
100 tones
dia
tones or part thereof.
tones or part thereof.
Over 16mm dia
One sample for each 45 One sample for each 50
tones or part thereof.
i)
tones or part thereof.
Steel brought to site and steel remaining unused shall not be removed from site
without the written permission of the Engineer-in-Charge.
2.3
Quarry Materials
The contractor shall be wholly responsible to identify the suitable sources for quarry
materials required for the works, such as earth, sand, stone, murrum etc. and to
make his own arrangements for collection and transportation of the material
irrespective of the leads and lifts required. The quarry thus identified by the
contractor should have proper license from the concerned Government. All
materials supplied by the contractor shall satisfy the requirements sets forth in the
Specifications and shall be subject to the approval of the Engineer-in-Charge. The
contractor shall take this into account while offering his rates, and no claims
whatsoever shall be entertained for extra costs on this account.
2.4
Precautions during Execution
i)
The successful tenderer shall comply all instructions in all respects issued
by the Department in respect of road maintenance and inter utility code of
conduct for excavating trenches across and along various roads and other
places. In case of non compliance he will liable to pay penalty for various
lapses as indicated below:
ii)
The contractor shall have to provide GI sheet barricading up to a minimum
height of 2 meters above ground level all around the site of excavation and
trenches as per direction of Engineer-in-Charge. Such barricading must be
provided before taking up the excavation work and must remain in position
till complete filling back of excavated trenches and resurfacing work, if any.
The GI sheets must be paid in red and white stripes with fluorescent paint.
iii)
Proper supporting of all underground services such as water mains, sewers,
cables, drains, water and sewer connections shall be provided by the
contractor without any additional cost. If the services/connections are
damaged the contractor will be responsible for the restoration of the same to
original specifications at his own cost.
iv)
The contractor shall provide necessary red flickering lights (blinkers) at all
roads and required places at night for diversion/smooth flow of traffic without
Contractor
Witness
Executive Engineer
170
any extra cost. He shall also provide necessary sign boards painted and
written with luminous paint for traffic diversion as per direction of Engineerin-Charge. The warning notice boards should be put at least 100metres
before the approach to the area on either side where the work is going on.
In addition proper lighting arrangement will be made for all excavations
works.
v)
Proposed alignment of rising mains are to cross cables, water mains and
other underground services. Contractor shall be required to work under
these constraints. Costs of such items are to be included in the bid of the
contractor.
vi)
As a result of excavation of trenches, the underground services (UGS) such
as water mains, electric poles/cables/telephone cable and sewer line etc.
may become exposed and unsupported. It will be the responsibility of the
contractor to make suitable and necessary arrangement for supporting such
UGS to keep them functional. Such arrangement will be done as per
direction of the Engineer-in-Charge. No separate payment for supporting the
services will be made by the department. Any damages caused to the above
mentioned underground services due to negligence of the contractor or
otherwise shall be made good by the contractor at his own cost. After laying
the pipe, the contractor shall have to construct masonry pillars, to support
the water lines/U.G.S before the temporary supports are removed and filling
of trenches is done.
vii)
If necessary, the excavation below sub soil water level shall be classified as
excavation in saturated soil. The trench shall be kept in dry condition during
the laying of pipe line and construction of manholes etc.
viii)
Existing drains shall not be blocked by excavated earth or any other
materials, the contractor shall ensure that sullage/storm water flow uninterrupt.
2.5
Rebound Hammer Test
As per PWD specifications Rebound Hammer Test for concrete is mandatory and
the same shall be carried out as per the provision. Rebound Hammer required for
conducting the test shall be procured by the contractor at his own cost for testing
and the same shall be made available at site as and when required by the
Engineer-in-Charge.
Contractor
Witness
Executive Engineer
171
2.6
Bar Bending Schedule
The contractor will be required to prepare the bar bending schedule prior to taking
up all the reinforcement cutting and bending works at site. No reinforcement work
will be allowed without the bar bending schedule.
Note : All the data and details as provided are indicative only and bidders are
advised to verify them before submission of their offer. No extra payments shall be
made against any discrepancy found anywhere in the bid document.
3.0
CIVIL AND BUILDING WORKS
3.1
GENERAL
This part of the specification covers the design loads to be considered and
specifications of material and workmanship for the civil works. Material used and
workmanship for the civil works of Sewage Treatment Plant, campus development,
civil works associated with pipe laying etc. to be done under the contract will adhere
to the provisions laid down in this chapter.
The bidder shall have to get Soil Analysis carried out for determining the Safe
Bearing Capacity (SBS) of the soil as per relevant code through a reputed firm. The
charges for the same shall be included in the offer.
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 any where in the tender
documents either for designing or execution, on account of fluctuation due to any
reason whatsoever.
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 contractor from the Engineer-in-Charge.
3.2
Design Considerations:
3.2.1
Design Submissions
The contractor shall be responsible for the safety of structures, correctness of
design and drawings, even after the approval for the same by Engineer-in-Charge.
Complete detailed design calculations of foundations and superstructure together
with general arrangement drawings and explanatory sketches shall be submitted to
the Engineer-in-Charge. Separate calculations for foundations or superstructures
submitted independent of each other shall be deemed to be incomplete and will not
be accepted by the Engineer-in-Charge.
The design considerations described hereunder establish the minimum basic
requirements of plain and reinforced concrete structures, masonry structures and
Contractor
Witness
Executive Engineer
172
structural steel works. However, any particular structure shall be designed for the
satisfactory performance of the functions for which the same is being constructed.
3.2.3
Design Loading
3.2.3.1
General
All buildings and structures shall be designed to resist the worst combination of the
following loads/stresses under test and working conditions : dead load, live load,
wind load, seismic load, stresses due to temperature changes, shrinkage and creep
in materials dynamic load, vehicular load and uplift pressure etc.
Dead Load
This shall comprise all permanent construction including walls, floors, roofs,
partitions, stairways fixed, service equipments and other items of machinery. In
estimating the loads of process equipment for the purpose of design, the empty
weight of the equipment including all fixtures and attached piping, but excluding
contents, shall be considered. Dead loads shall be taken as per relevant BIS codes.
Live Load
Live loads shall be in general as per BIS : 875. However, the following minimum
loads shall be considered in the design of structures:
a)
b)
Live Load
Building(non-plant)
:
350 kg/sqm.
Roof of Building Structures
:
150 kg/sqm.
Live load on floors supporting
:
1000 kg/sqm.
:
500 kg/sqm.
equipment as pumps, blowers,
compressors etc.
c)
Live load on all other floors and walkways
cable trench covers.
d)
Live load on roof of tanks/plant structure
:
250 kg/sqm.
e)
Live load on stairways
:
500 kg/sqm.
f)
Surcharge load for underground
:
As per actual condition.
:
As per manufacturers
Structures, if any.
g)
Equipment load
specification.
In the absence of any suitable provisions for live loads in BIS codes or as given
above for any particular type of floor of structure, assumptions made must receive
the approval of the Department/ prior to taking up the design work. Apart from the
specified live loads or any other load due to material stored, any other equipment
load or possible overloading during maintenance or erection shall be considered
and shall be partial or full whichever causes the most critical condition.
Contractor
Witness
Executive Engineer
173
Wind Load
Wind loads shall be as per BIS : 875
Earthquake Load
Earthquake load shall be computed as per BIS 1893 taking into consideration soil
foundation system, importance factor appropriate to the type of structure, basis
horizontal seismic coefficient/seismic zone factor and average acceleration
coefficient as applicable for zone v.
Dynamic Load
Dynamic Loads due to working of machines/equipments such as pumps, blowers,
compressors, switch gears, traveling cranes etc. shall be considered in the design
of structures as given by the manufacturers or in BIS code, which ever is more.
Vehicular Load
IRC Class AA (wheeled vehicle) loading shall be considered for design of structures
under or by the side of roads.
3.2.4
Design Conditions for Underground or Partly Underground Liquid Retaining
Structures.
Liquid retaining/conveying structures including the members covering the same
(such as roof of a chamber, channel etc.) shall be designed by un-cracked method
of design as per BIS: 3370 and 6494. Basement RC walls and slabs below ground
shall also be designed by un-cracked method of design as liquid retaining
structures. Shear shall be checked by working stress method as per BIS: 456.
Minimum temperature and shrinkage reinforcement shall be as per provision of
BIS:3370
All underground or partly underground liquid containing structures shall be designed
for the following conditions:

liquid depth up to full height of wall including free board : no relief due to soil
pressure from outside to be considered;

structure empty(i.e empty of liquid, any material, etc) : full earth pressure
and surcharge pressure wherever applicable, to be considered;

partition wall between dry sump and wet sump : to be designed for full liquid
depth up to full height of wall; i/e free board.

partition wall between two compartments : to be designed as one
compartment empty and other full including free board;

structures shall be designed for uplift in empty conditions with the water
table an due care should be taken for seasonal variation on higher side.
Factor of safety against uplift shall be 1.2.
Contractor
Witness
Executive Engineer
174

walls shall be designed under operating conditions to resist earthquake
forces from earth pressure mobilization and dynamic water loads;

underground or partially underground structures shall also be checked
against stresses developed due to any combination of full and empty
compartments with appropriate ground/uplift pressures below base slab.
The design shall be such that the minimum gravity weight (empty
conditions) exceeds the uplift pressure at least by 20%.

For design purpose, sub soil water level is to be considered as one meter
below the average natural ground level.
3.2.5
Foundations
Foundation depths and the type of footings shall be appropriately computed from
the parameters given in the soil report obtained during the soil testing by the
contractor and got reviewed and approved by department.
Earth fill above virgin ground level till formation level shall be taken as a surcharge
load and shall be added in the loads coming on foundations appropriately:
In some special cases, where contractor whishes to provide the footing in
continuation of the sloping floor and taking the wall footing to the minimum depths
as mentioned below is not possible, the shortfall in the founding depth shall be
made up by PCC fill of grade M-10.
i)
The minimum depth of foundations for all structures, equipments, buildings
and frame foundations and load bearing walls shall be as per the
recommendation of BIS provided adequate bearing pressure is available at
that depth.
ii)
Bearing capacity of soil shall be determined as per BIS: 6403.
iii)
Care shall be taken to avoid the foundations of adjacent buildings or
structure foundations, either existing or not within the scope of this contract.
Suitable adjustments in depth, location and sizes may have to be made
depending on site conditions./ No extra claims for such adjustments shall be
accepted by department.
iv)
A structure subjected to ground water pressure shall be designed to resist
floatation. The dead weight of empty structure shall provide a factor of
safety of 1.2 against uplift during construction and service.
v)
Where there is level difference between the natural ground level and the
foundations of structure or floor slab, this difference shall be filled up in the
following ways

In case of non-liquid retaining structures the natural top soil shall be
removed till a firm strata is reached (minimum depth of soil removed
Contractor
Witness
Executive Engineer
175
shall be 500mm) and the level difference shall be made up as per
specifications. However the thickness of each layer shall not exceed
150mm. The area of backfilling for floor slabs shall be confined to
prevent soil from slipping out during compaction.

In case of liquid retaining structures, the natural top soil shall be
removed as described above and the level difference shall be made
up with Plain Cement Concrete of M-10 grade.
vi)
Wherever the plinth level is above the ground level, a curtain wall shall have
to be provided from plinth level up to 300mm below ground level, but not
less than 1m in total height.
vii)
If pile foundations are used, the contractor shall conduct the initial routine
test as per IS 2911 at his own cost, to determine the safe load bearing
capacity of piles.
If pile foundations are considered desirable by the tenderer for some/all the units
the piles shall be bored cast-in-situ piles only. To verify the load carrying capacity of
the piles a minimum of two initial load tests shall be conducted and routine load
tests as required as per the relevant BIS code shall also be conducted. Soil report
should provide capacity of various dia of pile considering the lowest sub soil
condition.
3.2.6
Pressure Release Valve
Use of pressure release valves to reduce uplift pressure due to ground water table
shall not be allowed.
3.2.7
Design Requirements
3.2.7.1
General
The Civil and Structural design shall be carried out in accordance to BIS : 456, and
BIS: 3370 and other relevant Indian Codes. For the seismic forces, the structure
should be designed as per IS:1893 and all the factors as applicable for zone V.
Special care should be taken for design of base slab of Tanks having liquid depth
more than 5 meter such base slabs should be designed for a settlement of 40mm
before laying the mud mat concrete. The area for the base slab should be
compacted with coarse sand till 90% proctor density is achieved.
The following are the design requirements for all reinforced or plain concrete
structures.
a)
All blinding and leveling concrete shall be of minimum 100mm thickness of
concrete mix-M10, unless otherwise specified.
b)
Contractor
Liquid Retaining Structures/Buildings :
Witness
Executive Engineer
176
All structural reinforced concrete for liquid retaining structures or buildings
shall be of a minimum M30 grade with a maximum 20mm aggregate size.
c)
The minimum reinforcement in walls, floors and roofs of liquid retaining
structures in each of two directions at right angles shall be 0.3% using
HYSD bars.
d)
All buildings shall be provided with damp proofing for basement and floors
and water proofing for roofs as specified in specific requirements.
e)
Any structure or pipe line crossing below roads shall be designed for class
AA of IRC loading or as classified by the respective authority. NP-3 RCC
Pipe(with encases) shall be used below roads inside the plant.
f)
All pipes and conduits laid below the structural units such as PST, fST etc.
shall be embedded in reinforced concrete of grade M20 of minimum
thickness 150mm.
g)
3.2.7.2
Suitable admixtures may be used with the approval of engineer in charge.
Minimum Thickness
The following minimum thickness shall be used for different reinforced concrete
members, irrespective of design thickness.
i)
Walls for liquid retaining structures except at (x) below.
:150mm
ii)
Roof slabs for liquid retaining structures (other than flat
:125mm
slabs)
3.2.7.3
iii)
Bottom slabs for liquid retaining structures
:
125mm
iv)
Floor slabs including roof slabs, walkways,canopy slabs:
125mm
v)
Wall of cables/pipe trenches, underground pit
:
150mm
vi)
Column Footings
:
200mm
vii)
Parapets Chajja
:
100mm
viii)
Pre-Cast trench cover
:
75mm
ix)
Beams, columns
:
230mm
x)
Channels, launder
:
150mm
Minimum Cement Content:
The minimum cement content shall be as per the relevant IS code with latest
amendments.
3.3
Materials and Standards
The term “materials” shall mean all materials, goods and articles of every kind
whether raw, processed or manufactured and equipment of every kind to be
supplied by the contractor for incorporation in the works.
Contractor
Witness
Executive Engineer
177
Except as may be otherwise specified for particular parts of the works the provision
of clauses in “Materials and Workmanship” 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
and shall be at least equal to approved samples.
Materials and workmanship shall comply with the relevant PWD specification (with
amendments) current as on the date of submission of the tender.
Where the relevant standard provides for the furnishing of a certificate to the
Engineer-in-Charge, at his request, stating that the materials supplied comply in all
respects with the standard, the contractor shall obtain the certificates and forward it
to the Engineer-in-Charge.
The specifications, standards and codes listed below are considered to be part of
this bid specification. All standards, specifications, codes of practices referred to
herein shall be the latest editions including all applicable official amendments and
revisions as on the date of submission of the tender.
In case of discrepancy between two standards the provisions more stringent shall be
followed.
------------------------------------------------------------------------------------------------------BIS No.
Title
------------------------------------------------------------------------------------------------------4082
Recommendation on stacking and storage of construction
materials at site (first revision).
7969
Safety code for handling and storage of building materials.
1498
Classification
engineering
and
identification
purposes
(first
of
revision)
soils
for
general
(Amendments
2)
(Reaffirmed)
2682:1984
Chlordane
emulsifiable
concentrates
(second
revision)
(Amendment 1) (Reaffirmed 1994)
3764:1992
Excavation work – Code of safety (first revision)
6313(Part 2)
Code of practice for anti-termite measures in buildings: part 2
Pre-constructional chemical treatment measures (Reaffirmed)
875 (Part 1)
Code of practice for design loads (other than earthquake) for
buildings and structures: part 1 Dead loads – Unit weights of
building material and stored materials.
875 (Part 2)
Code of practice for design loads (other than earthquake) for
buildings and structures: Part 2 Imposed loads.
Contractor
Witness
Executive Engineer
178
875 (Part 3)
Code of practice for design loads (other than earthquake) for
buildings and structures: Part 3 Wind loads.
875 (Part 4)
Code of practice for design loads (other than earthquake) for
buildings and structures: Part 4 Snow loads.
875 (Part 5)
Code of practice for design loads (other than earthquake) for
buildings and structures: Part 5 special loads and load
combinations.
1080:1986
Code of practice for design and construction of shallow
foundations on soils (other than raft, ring and shell)
1904
Code of practice for design and construction of foundations in
soils: General requirements.
2950(Part 1)
Code of practice for design and construction of raft
foundations: part 1 Design.
2974 (Part I)
Code of Practice for design and construction of machine type
foundation: Part I foundation for reciprocating type machines.
2974(Part 2)
Code of practice for design and construction of machine
foundations: Part 2 Foundations for impact type machines
(hammer foundations)
2974(Part 3)
Design and construction of machine foundations – Code of
practice: Part 3 Foundations for rotary type machines
(medium and high frequency)
2974(Part 4)
Code of practice for design and construction of machine
foundations: part 4 foundations for rotary type machines of
low frequency.
2974(Part 5)
Code of practice for design and construction of machine
foundations: Part 5 foundation for impact machines other
than hammers (forging and stamping press, pig breakers,
drop crusher and jolter)
6403
Code of practice for determination of bearing capacity of
shallow foundations.
8009(Part 1)
Code of practice for calculation of settlement of foundations:
part 1 Shallow foundations subject to symmetrical static
vertical loads.
8009(Part 2)
Code of practice for calculation of settlement of foundations :
Part 2 Deep foundations subjected to symmetrical static
vertical loading.
Contractor
Witness
Executive Engineer
179
11089
Code of practice for design and construction of ring
foundation.
13094
Guidelines for selection of ground improvement techniques
for foundation in weak soils.
13301
Guidelines for vibration isolation for machine foundations.
SP 36(Part 2)1988
Compendium of Indian Standards on soil engineering : Part 2
Field Testing.
2720(Parts 1 to 41)
Methods of test for soils.
6452
Specification for high alumina cement for structural use.
6909
Specification for super sulphated cement.
8041
Rapid hardening Portland cement
8042
White Portland cement
8043
Hydrophobic Portland Cement
8112
43 grade Ordinary Portland Cement
13330
Sulphate resisting Portland Cement.
383
Coarse and fine aggregates from natural sources for
concrete.
432(Part 1 & 2)
Mild steel and medium tensile steel bars and hard drawn
steel wire for concrete reinforcement.
456
Code of practice for plain and reinforced concrete
516
Method of test for strength of concrete
650
Standard sand for testing of cement
1199
Methods of sampling and analysis of concrete
1343
Code of practice for Pre-stressed Concrete.
1566
Hard drawn steel wire fabric for concrete reinforcement.
1786
High strength deformed steel bars and wires for concrete
reinforcement.
2386(Part 1 to 8)
Methods of test for aggregates for concrete.
2502
Code of practice for bending and fixing of bars for concrete
reinforcement.
2595
Code of practice for radiographic testing.
2645
Integral cement waterproofing compounds.
3025
Methods of sampling and test (Physical and chemical) for
water used in industry.
3085
Method of test for permeability of cement mortar and
concrete
Contractor
Witness
Executive Engineer
180
3370(Part 1 to 4)
Code of practice for concrete structures for the storage of
liquids.
3466
Masonry Cement.
3812
Fly ash for use as pozzolana and admixture
4031(Part 1)
Methods of physical tests for hydraulic cement: Part 1
Determination of fineness by dry sieving.
5816
Method of test for splitting tensile strength of concrete
cylinders.
6452
Specification for high alumina cement for structural use.
7861(Part 1)
Code of practice for extreme weather concreting: Part 1
Recommended practice for hot weather concreting.
7861(Part 2)
Code of practice for extreme weather concreting: Part 2
Recommended practice for cold weather concreting.
8142
Method of test for determining setting time of concrete by
penetration resistance.
9012
Recommended practice for concreting.
9013
Method of making, curing and determining compressive
strength of accelerated cured concrete test specimens.
9077
Code
of
practice
for
corrosion
protection
of
steel
reinforcement in RB and RCC construction.
9103
Admixtures for concrete
9284
Method of test for abrasion resistance of concrete
10262
Recommended guidelines for concrete mix design.
13311(Part1)
Non destructive testing of concrete – Methods of test: Part 1
Ultrasonic pulse velocity.
13311(Part2)
Non destructive testing of concrete – Methods of test: Part 2
Rebound hammer.
SP 20 (S&T)
Handbook on masonry design and construction.
SP 21(S&T)
Summaries of Indian Standards for building materials.
SP 23 (S&T)
Handbook on concrete mixes(Based on Indian Standards)
SP 24(S&T)
Explanatory handbook on Indian Standard Code for plain and
reinforced concrete
Contractor
SP 34(S&T)
Handbook on concrete reinforcement and detailing.
3696(Part 1)
Safety code of scaffolds and ladders : Part 1 Scaffolds.
4014(Part1 & 2)
Code of practice for steel tubular scaffolding.
2116
Sand for masonry mortars.
2212
Code for practice for brick work.
Witness
Executive Engineer
181
2250
Code of practice for preparation and use of masonry mortars.
SP 25(S&T)
Handbook on caused and prevention of cracks in building.
1123
Method of identification of natural building stones.
1127
Recommendations for dimensions and workmanship of
natural building stones for masonry work.
1129
Recommendation for dressing of natural building stone.
1597(Part 1)
Code of practice for construction of stone masonry: Part 1
Rubble stone masonry.
3622
Specification for sandstone (slab and tiles)
4101(Part 1)
Code of practice for external facing and veneers: Part 1 stone
facing.
303
Plywood for general purposes.
4990
Plywood for concrete shuttering work.
6313(Part 1)
Code of practice for anti-termite measures in buildings: Part 1
Constructional measures.
6313(Part 2)
Code of practice for anti-termite measures in buildings: part 2
Pre-constructional
chemical
treatment
measures
(first
revision) (Amendments 3)
737
Wrought aluminum and aluminum alloy sheet and strip for
general engineering purposes.
883
Design of structural timber in building – Code of practice
1003 (Part 1)
Timber paneled and glazed shutters: Part 1 Door shutters.
1003 (Part 2)
Timber paneled and glazed shutters:
Part 2 Window and
ventilator shutters.
1038
Steel doors, windows and ventilators.
1081
Code of practice for fixing and glazing of metal (steel and
aluminum) doors, windows and ventilators.
1361
Steel windows for industrial buildings, ventilation blinds for
windows
1826
Venation blinds for windows.
1948
Aluminum doors, windows and ventilators.
1977
Structural steel (ordinary quality)
2062
Steel for general structural purposes.
2191(Part 1)
Wooden flush door shutters(cellular and hollow core type) :
Part 1 Plywood face panels.
2202 (Part 1)
Wooden flush door shutters(solid core type) : Part 1 Plywood
face panels.
Contractor
Witness
Executive Engineer
182
2202 (Part 2)
Wooden flush door shutters (solid core type) : part 2 Particle
board and hard board face panels.
3548
Code of practice for glazing in building.
3629
Specification for structural timber in building (first revision)
(Reaffirmed 1991)
4020(Part 1-16)
Door shutters, method of test.
4021
Timber door, window and ventilator frames.
4351
Specification for steel door frames.
4913
Code of practice for selection, installation and maintenance of
timber doors and windows.
4962
Specification for wooden side sliding doors.
5509
Fire retardant plywood
5539
Specification for preservative treated plywood.
6248
Specification for metal rolling shutters and rolling grills.
7205
Safety code for erection of structural steel work.
7452
Hot-rolled steel sections for doors, windows and ventilators.
12896
Classification of Indian timbers for door and window shutters
and frames.
2074
Ready mixed paint, air drying, red oxide zinc chrome, priming
809
Rubber flooring materials for general purposes.
1195
Bitumen mastic for flooring.
1196
Code of practice for laying bitumen mastic flooring
1197
Code of practice for laying of rubber floors.
1198
Code of practice for laying, fixing and maintenance of
linoleium floor.
1237
Cement concrete flooring tiles
1322
Bitumen felts for waterproofing and damp proofing.
1443
Code of practice for laying and finishing of cement concrete
flooring tiles.
1580
Bituminous compounds for water proofing and caulking
purposes.
1609
Code of practice for laying damp proofing treatment using
bitumen felts.
1661
Code of practice for application of cement an cement lime
plaster finishes.
Contractor
2114
Code of practice for laying in-situ terrazzo floor finish.
2571
Code of practice for laying in-situ cement concrete flooring.
Witness
Executive Engineer
183
3384
Specification for bitumen primer for use in waterproofing and
damp proofing.
3414
Code of practice for design and installation of joints in
buildings.
3461
Specification for PVC-asbestos floor tiles.
3462
Specification for un-backed flexible PVC flooring.
3478
Specification for high density wood particle boards.
3502
Steel Chequered plates.
3629
Specification for structural timber in building.
3670
Code of practice for construction of timber floors.
4443
Code of practice for use of resin type chemical resistant
mortars
4457
Ceramic unglazed vitreous acid resisting tile.
4631
Code of practice for laying of epoxy resin floor toppings.
4860
Acid resistant bricks
4971
Recommendations for selection of industrial floor finishes.
5318
Code of practice for laying of flexible PVC sheet and tile
flooring.
5389
Code of practice for laying of hardwood parquet and wood
block floors.
5491
Code of practice for laying of in-situ granolithic concrete
flooring topping.
9197
Epoxy resin, hardness and epoxy resin composition for floor
toppings.
9472
Code of practice for laying mosaic parquet flooring.
10440
Code of practice for construction of RB and RBC floors and
roofs.
459
Corrugated and semi corrugated asbestos cement sheets.
777
Glazed earthen ware wall tiles.
1414
Code of practice for fixing wall covering.
1661
Code of practice for application of cement and cement lime
plaster finishes.
1946
Code of practice for use of fixing devices in walls, ceilings
and floors of solid construction.
Contractor
2095
Gypsum plaster boards.
2098
Asbestos cement building boards.
2402
Code of practice for external rendered finished.
Witness
Executive Engineer
184
2441
Code of practice for fixing ceiling covering.
3630
Code of practice for construction of non load bearing gypsum
block partitions.
4671
Expanded polystyrene for thermal insulation purposes.
5390
Code of practice for construction of timber ceiling.
5509
Fire retardant plywood
7316
Decorative plywood using plurality of veneers for decorative
faces.
1322
Bitumen felts for waterproofing and damp proofing.
1346
Code of practice for waterproofing of roofs with bitumen felts.
1580
Bituminous compounds for water proofing and caulking
purposes.
1609
Code of practice for laying damp proofing treatment using
bitumen felts.
1834
Hot applied sealing compound for joint in concrete
2508
Low density polyethylene films.
2527
Code of practice for fixing rain water gutters and down pipes
for roof drainage.
2645
Integral cement water proofing compounds.
3037
Bitumen mastic for use in waterproofing of roofs.
3067
Code of practice for general design details and preparatory
work for damp proofing and waterproofing of buildings.
3384
Specification for bitumen primer for use in waterproofing and
damp proofing.
4365
Code of practice for application of bitumen mastic for water
proofing of roofs.
5871
Bitumen mastic for tanking and damp proofing.
6494
Code of practice for waterproofing of underground water
reservoirs and swimming pools.
7198
Code of practice for damp proofing using bitumen mastic.
7290
Recommendations
for
use
of
polyethylene
film
for
waterproofing of roofs
9759
Guidelines for dewatering during construction
13182
Waterproofing and amp proofing of wet areas in building
recommendations.
1172
Code of basic requirements of water supply, drainage and
sanitation.
Contractor
Witness
Executive Engineer
185
1239(Part 1)
Mild steel tubes, tubular and other wrought steel fittings: part
1 Mild steel tubes.
1536
Centrifugally cast (spun) iron pressure pipes for water, gas
and sewage.
1537
Vertically cast iron pressure pipes for water, gas and sewage
1592
Asbestos Cement Pressure Pipes
3114
Code of practice for laying of cast iron pipes
5822
Code of practice for welded steel pipes for water supply
1626(Part 1)
Asbestos cement building pipes and pipe fittings, gutters and
gutter fittings and roofing fittings L Part 1 (Pipe and Pipe
fittings)
2064
Selection, installation an maintenance of sanitary appliances
– Code of practice.
2065
Code of practice for water supply in buildings.
3076
Low density polyethylene pipes of potable water supplies;
sewage and industrial effluents.
4984
Specification for high density polyethylene pipes for potable
water supplies; sewage and industrial effluents.
4985
Specification for un-plasticized PVC Pipes for potable water
supplied.
7634(Part 2)
Code of practice of plastics pipe work for potable water
supplies : Part 2 Laying and jointing polyethylene(PE) Pipes.
7634(Part 3)
Code of practice for plastics pipe work for potable water
supplies : Part 3 Laying and jointing of UPVC pipes.
1916
Steel cylinder pipes with lining and coating.
4127
Code of practice for laying of salt glazed stoneware pipes.
12709
Glass fiber reinforced plastic pipes, joints and rings for
potable water supply.
3597
Concrete pipes-methods of test.
7319
Perforated concrete pipes.
NBC
National Building Code of India
SP35(S&T)
Handbook of water supply and drainage with special
emphasis on plumbing.
Contractor
277
Galvanized steel sheet(plain and corrugated)
458
Pre-cast concrete pipes(with and without reinforcement)
651
Salt glazed stoneware pipes and fittings.
782
Caulking lead
Witness
Executive Engineer
186
783
Code of Practice for laying of concrete pipes.
1626(Part 1)
Asbestos cement building pipes and pipe fittings, gutter and
gutter fittings and roofing fittings : part I (Pipe and pipe
fittings)
1726
Cast iron manhole covers and frames.
1742
Code of Practice for building drainage.
3006
Specification for chemically resistant glazed stoneware pipes
and fittings.
4111(Parts 1 to 5)
Code of practice for ancillary structures in sewerage system.
4733
Methods of sampling and test for sewage effluents.
12592 (Parts 1 & 2)
Pre-cast manhole covers and frames
2470 (Parts 1 & 2)
Code of Practice for installation of septic tank.
784
Pre-stressed concrete pipes.
1893
Criteria for earthquake resistant design of structures
4326
Earthquake resistant design and construction of buildingsCode of practice.
13920
Ductile detailing of reinforced concrete structures subjected
to seismic forces – Code of practice.
13935
Repair and seismic strengthening of buildings – Guidelines
2190
Selection, installation and maintenance of first aid fire
extinguishers – Code of practice.
3696 (Part 2)
Safety code of scaffolds and ladders : part 2 ladders
4912
Safety requirements for floor and wall openings, railings and
toe boards
10005
S.I units and recommendations for use of their multiples and
of certain other units.
6060
Code of practice for day lighting of factory buildings
3103
Code of practice for industrial ventilation
3483
Code of practice for noise reduction in industrial buildings
2440
Guide for day lighting of buildings
1200( 1 to 28)
Method of measurement of Building and Civil Engineering
Works
7973
Code of practice for architectural and building working
drawings
Contractor
962
Code of practice for architectural and building drawings.
13415
Code of safety for protective barrier in and around buildings.
8969
Safety code for erection of concrete framed structures.
Witness
Executive Engineer
187
In addition to the above referred codes, CPHEEO manual on sewerage and
sewage treatment and other relevant codes shall be applicable as per requirement.
Copies of all relevant codes, reference literature to be submitted to the Public
Works Department, Haryana.
3.4
Samples and Tests of Materials
The contractor shall submit samples of such materials as may be required by the
Engineer-in-Charge and shall carry out the specified tests directed by the Engineerin-Charge at the site, at the supplier’s premises or at a laboratory approved by the
Engineer-in-Charge. Samples shall be submitted and tests carried out sufficiently
early to enable further sample to be submitted and tested if required by the
Engineer-in-Charge. The cost of such test and material shall be borne by the
contractor and nothing shall be paid on this account.
4.0
EARTHWORK
4.1
GENERAL
Excavation may be involved in all types of soils including rock including saturated
soil, sub soil water or running sand including pumping or bailing out of water.
The contractor shall furnish all tools, plant instruments, qualified supervisory
personnel, labour, materials, any temporary works, consumables, any and
everything necessary, whether or not such items are specifically stated herein for
completion of the work in accordance with the Department’s Requirements.
The contractor shall survey the site before excavation and set out all lines and
establish levels for various works such as grading, basement, foundations, plinth
filling, roads, drains, cable trenches, pipelines etc. Such survey shall be carried out
by taking accurate cross sections of the area perpendicular to established
reference/grid lines at 10m in case of buildings and 30 m in case of roads and pipe
lines works intervals or nearer, if necessary, based on ground profile and thereafter
properly recorded.
The excavation shall be carried out to correct lines and levels. This shall also
include, where required, proper shoring to maintain excavations and also the
furnishing, erecting and maintaining of substantial barricades around excavated
areas and warning lamps at night.
Excavated material shall be dumped in regular heaps, bunds, riprap with regular
slopes and leveling the same so as to provide natural drainage. Rock/soil
excavated shall be stacked properly as approved by the Engineer-in-Charge. As a
rule, all softer material shall be laid along the centre of heaps, the harder and more
weather resisting materials forming the casing on the sides and the top.
Contractor
Witness
Executive Engineer
188
Top soil shall be stock piled separately for later re-use.
4.2
Cleaning
The area to be excavated/filled shall be cleared of fences, trees, plants, logs,
stumps, bush, vegetation, rubbish, slush, etc. and other objectionable matter. If any
roots or stumps of trees are encountered during excavation, they shall also be
removed. The material so removed shall be disposed off as approved by the
Engineer-in-Charge.
Where earth fill is intended, the area shall be stripped of all loose/soft patches, top
soil containing objectionable matter/materials before fill commences.
4.3
Excavation
Excavation for permanent work shall be taken out to such widths, lengths, depths
and profiles as are shown on the approved drawings or such other lines and grades
as may be agreed with the Engineer-in-Charge. Rough excavation shall be carried
out to a depth of 150mm above the final level. The balance shall be excavated with
special care. Soft pockets shall be removed below the final and extra excavation
filled up with material as approved by the Engineer-in-Charge. The final excavation
should be carried out just prior to laying the blinding course.
To facilitate the permanent works the contractor may excavate, and also backfill
later, outside the lines shown on the approved drawings or as agreed with the
Engineer-in-Charge. Should any excavation be taken below the specified
elevations, the contractor shall fill it up with concrete up to the required elevation at
no cost to the department.
Any undulation in ground level, loose pockets or extra excavation done at
“wherever necessary due to soft soil or low lying area shall be made good with M10
cement concrete and no extra claim shall be entertained on this account.
All excavations shall be to the minimum dimensions required for safety and ease of
working. Prior approval of the Engineer-in-Charge shall be obtained by the
contractor in each individual case, for the method proposed for the excavation,
including dimensions, side slopes, dewatering, disposal, etc. This approval shall not
in any way relieve the contractor of his responsibility for any consequent loss or
damage. The excavation must be carried out in the most expeditious and efficient
manner. Side slopes shall be as steep as will stand safely for the actual soil
conditions encountered. Every precaution shall be taken to prevent slips. Should
slips occur, the slipped material shall be removed and the slope dressed to a
modified stable slope.
Contractor
Witness
Executive Engineer
189
All loose boulders, detached rocks partially and other loose material which might
move therewith not directly in the excavation but so close to the area to be
excavated as to be liable in the opinion of Engineer-in-Charge, to fall or otherwise
endanger the workmen, equipment, or the work shall be stripped off and removed
from the area of the excavation. The method used shall be such as not to render
unstable or unsafe the portion, which was original sound and safe.
Any material not requiring removal in order to complete the permanent works, but
which, in the opinion of Engineer-in-Charge, is likely to become loose or unstable
later, shall also be promptly and satisfactorily removed.
4.4
Fill, Backfilling and Site Grading
4.4.1
General
All fill material shall be subject to the Engineer-in-charge’s approval. If any material
is rejected by the Engineer-in-Charge, the Contractor shall remove the same
forthwith from the site. Surplus fill material shall be deposited/disposed off as
directed by the Engineer-in-Charge after the fill work is completed.
4.4.2
Material
To the extent available, selected surplus soil from excavations shall be used as
backfill. Backfill material shall be free from lumps, organic or other foreign material.
All lumps of earth shall be broken or removed unless otherwise stated. Where
excavated material is mostly rock, the boulders shall be broken into pieces not
larger than 150mm size, mixed with properly graded fine material consisting of
murrum or earth to fill the voids and the mixture used for filling.
If fill material is required to be imported, the contractor shall make arrangements to
bring such material from outside borrow pits. The material and source shall be
subject to the prior approval of the Engineer-in-Charge. The approved borrow pit
areas shall be cleared of all bushes, roots of trees, plants, rubbish etc. Top soil
containing foreign material shall be removed. The materials so removed shall be
disposed of as directed by Engineer-in-Charge. The contractor shall provide the
necessary access roads to borrow areas and maintain the same if such roads do
not exist.
4.4.3
Filling in pits and trenches around foundations of structures, walls etc.
The spaces around the foundations, structures, pits, trenches etc. shall be cleared
of all debris and filled with earth in layers not exceeding 15cm, each layer being
watered, rammed and properly consolidated to the satisfaction of Engineer-inCharge. Earth shall be rammed with approved mechanical compaction machines.
Usually no manual compaction shall be allowed unless the Engineer-in-Charge is
satisfied that in some cases manual compaction by tampers cannot be avoided.
Contractor
Witness
Executive Engineer
190
The final backfill surface shall be trimmed and leveled to a proper profile to the
approval of the Engineer-in-Charge.
The filling shall be done after the concrete or masonry in fully set and done in such
a manner as not to cause undue thrust on any part of the structure.
4.4.4
Plinth Filling
Plinth filling shall be carried out with approved material such as soil, sand or murum
as in layers not exceeding 15cm, watered and compacted with mechanical
compaction machines. When filling reaches the finished level, the surface shall be
flooded with water, unless otherwise directed, for at least 24 hours, allowed to dry
and then the surface again compacted as specified above to avoid settlement at a
later stage. The finished level of the filling shall be trimmed to the level/slope
specified.
Compaction of large areas be carried out by means of 12 ton rollers smooth
wheeled, sheep-foot or wobbly wheeled rollers. In case of compaction of granular
material such as sands and gravel, vibratory rollers shall be used. A smaller weight
roller may be used only if permitted by the Engineer-in-Charge. As rolling proceeds,
water sprinkling shall be done to assist consolidation. Water shall not be sprinkled
in case of sandy fills.
The thickness of each unconsolidated fill layer can in this be up to a maximum of
300mm. The contractor will determine the thickness of the layers in which fill has to
be consolidated depending on the fill material and equipment used and the
approval of the Engineer-in-Charge obtained prior to commencing filling.
The process of filling the plinth, watering and compaction shall be carried out by the
contractor in such a way as not endanger the foundation, column, plinth walls etc.
already built up. Under no circumstances black cotton soil shall be used for plinth in
filling.
Rolling shall commence from the outer edge and progress towards the centre and
continue until compaction is to the satisfaction of Engineer-in-Charge, but in no
case less than 10 passes of the roller will be accepted for each layer.
The compacted surface shall be properly shaped, timed and consolidated to an
even and uniform gradient. All soft spots shall be excavated, then filled and
consolidated.
At some locations/areas, it may not be possible to use rollers because of space
restrictions etc. The contractor shall then be permitted to use pneumatic tampers;
rammers etc. and he shall ensure proper compaction.
Contractor
Witness
Executive Engineer
191
4.4.5
Sand Filling in Plinth and Other Places
Where backfilling is required to be carried out with local sand it shall be clean,
medium grained and free from impurities. The filled-in-sand shall be kept flooded
with water for 24 hours to ensure maximum consolidation. The surface of the
consolidated sand shall be dressed to required level or slope.
4.5
General Site Grading
Site grading shall be carried out as indicated in the approved drawings.
If no compaction is required, the fill may be deposited to the full height in one
operation and leveled. If the fill has to be compacted, it shall be placed in layers not
exceeding 200mm and leveled uniformly and compacted before the next layer is
deposited.
To ensure that the fill has been compacted as specified, field and laboratory tests
shall be carried out by the Contractor.
Field compaction tests shall be carried out in each layer of filling until the fill to the
entire height has been completed. The fill will be considered as incomplete if the
desired compaction has not been obtained.
The contractor shall protect the earth fill from being washed away by rain or
damaged in any other way. Should any slip occur, the contractor shall remove the
affected material and make good the slip.
4.6
Fill Density
Unless otherwise specified the compaction, where so called for, shall comply with
minimum 90% compaction by standard Proctor at moisture content differing not
more than 4% from the optimum moisture content. The contractor shall
demonstrate adequately by field and laboratory tests that the specified density has
been obtained.
4.7
Timber Shoring
The provisions of relevant BIS shall apply.
4.8
Dewatering
The contractor shall ensure at his cost that the excavation and the structures are
free from water during construction and shall take all necessary precautions and
measures to exclude ground/rain water/seepage water so as to enable the works to
be carried out in reasonably dry conditions in accordance with the construction
programme.
Sumps
made
for
dewatering
must
be
kept
clear
of
the
excavations/trenches required for further work. The method of pumping shall be
approved by the Engineer-in-Charge, but in any case, the pumping arrangement
shall be such that there shall be no movement of subsoil or blowing in due to
differential head of water during pumping. Pumping arrangements shall be
Contractor
Witness
Executive Engineer
192
adequate to ensure no delays in construction. The dewatering shall be continued
for at least (7) seven days after the last pour of the concrete. The contractor shall,
however, ensure that no damage to the structure results on stopping of dewatering.
The contractor shall study the sub-soil conditions carefully and shall conduct any
test necessary at the site with the approval of the Engineer-in-Charge to test the
permeability and drainage conditions of the sub soil for excavation, concreting etc.,
below ground level.
The scheme for dewatering and disposal of water shall be approved by the
Engineer-in-Charge. The contractor shall suitably divert the water obtained from
dewatering from such areas of site where a build up of water in the opinion of the
Engineer-in-Charge obstructs the progress of the work, leads to unsanitary
conditions by stagnation, retards the speed of construction and is detrimental to the
safety of men, materials, structures and equipment.
When there is a continuous inflow of water and the quantum of water to be handled
is considered in the opinion of Engineer-in-Charge, to be large, a well point systemsingle stage or multistage, shall be adopted. The contractor shall submit to the
Engineer-in-Charge, details of his well point system including the stages, the
spacing number and diameter of well points, headers etc., and the number,
capacity and location of pumps for approval.
If any foundation pits are filled due to accumulation of surface flow during the
progress of work or during rainy season, or due to any other cause, all pumping
required for dewatering the pits and removing silt shall be done without extra cost.
4.9
Rain Water Drainage
Grading in the vicinity of excavation shall be such as to exclude rain/surface water
drainage into excavated areas. Excavation shall be kept clean of rain and such
water as the contractor may be using for his work, by suitably pumping out the
same. The scheme for pumping and discharge of such water shall be approved by
the Engineer-in-Charge.
5.0
PLAIN AND REINFORCED CEMENT CONCRETE
5.1
GENERAL
Cement used shall be of minimum 43 grade Ordinary Portland Cement
All plain or reinforced cement concrete shall comply with the following specifications
unless specified otherwise:
a)
Lean/blinding concrete below foundations shall be in the following minimum
thickness and grades.
Contractor
Below all foundations/rafts unless mentioned otherwise-
100mm(M-10)
Below column footings, cable trenches
100mm(M-10)
Witness
-
Executive Engineer
193
b)
Structural concrete shall be of the following grades.
Mix
Type of Structure
---------------------------------------------------------------------------------------------M30
-RCC woks for all tanks holding sewage/sludge or treated
effluent.
M25
-
For all plant buildings.
---------------------------------------------------------------------------------------------Minimum cover to main reinforcement shall be as follows.
a)
Walls and foundation of Liquid retaining/Conveying structures.
i)
Sewage face/foundation/raft(top and bottom):
50mm
ii)
Other face
:
25mm
b)
Bottom cover of building foundation
:
75mm
c)
For other structures cover shall conform to the requirements of BIS:
456 & BIS: 3370.
d)
For proper cover, plastic cover block of different sizes shall be used
and ready made steel spacers shall be provided by the contractor.
Necessary lapping of the reinforcement shall be done as per BIS codes of practice
and tied with GI binding wire of required gauge as per IS codes of practice. Welding
of reinforcing bars shall not be done. Welding can be permitted by Engineer-inCharge in exceptional cases where due care will be exercised as per IS
specifications.
The Engineer-in-Charge shall have the right at all times to inspect all operations
including the sources of materials, procurement, layout and storage of materials,
the concrete batching and mixing equipment and the quality control system. Such
an inspection shall be arranged and the Engineer-in-Charge’s approval obtained,
prior to starting of concrete work. This shall, however, not relive the Contractor of
any of his responsibilities. All materials which do not conform to the specifications
shall be rejected. Volumetric mix concrete will not be allowed.
Materials should be selected so that they can satisfy the design requirements of
strength, serviceability, safety, durability and finish with due regards to the
functional requirements and the environmental conditions to which the structure will
be subjected. Materials complying with codes/standards shall generally be used.
Other materials may be used after approval of the Engineer-in-Charge and after
establishing their performance suitability based on previous data, experience or
tests.
Contractor
Witness
Executive Engineer
194
5.2
Foundation Bedding
All earth surfaces upon which or against which concrete is to be placed, shall be
well compacted and free from standing water, mud or debris. Soft or spongy areas
shall be cleared out and filled with either soil-cement mixture, lean concrete or
clean sand compacted as approved by the Engineer-in-Charge. The surfaces of
absorptive soils shall be moistened.
5.3
Repair and Replacement of Unsatisfactory Concrete
Immediately after the shuttering is removed, all defective areas such as honeycombed surfaces, rough patches, holes left by form bolts etc. shall be inspected by
Engineer-in-Charge who may permit patching of the defective areas or reject the
concrete work.
Rejected concrete shall be removed and replaced by the Contractor at no additional
cost to the employer.
For patching of defective areas all loose materials shall be removed and the surface
shall be prepared as approved by the Engineer-in-Charge.
Bonding between hardened and fresh concrete shall be done either by placing
cement mortar or by applying epoxy. The decision of the Engineer-in-Charge as to
the method of repairs to be adopted shall be final and binding on the contractor.
The surface shall be saturated with water for 24 hours before patching is done with
cement sand mortar. The use of epoxy for bonding fresh concrete shall be carried
out as approved by the Engineer-in-Charge.
5.4
Hot Weather Requirements
Concreting during hot weather shall be carried out as per BIS 7861 (Part I).
Adequate provision shall be made to lower concrete temperatures, which shall not
exceed 40 degree C at time of placement of fresh concrete.
Where directed by the Engineer-in-Charge, the Contractor shall spray non-wax
based curing compound or unformed concrete surface at no extra costs.
5.5
Cold Weather Requirements
Concreting during cold weather shall be carried out as per BIS:7861(Part II).
The ambient temperature during placement and upto final set shall not fall below 5
degree C. Approved antifreeze/accelerating additives shall be used where directed.
For major and large scale concreting works temperature of concrete at this of
mixing and placing the thermal conductivity of the form work and its insulation and
stripping period shall be closely moistured
Contractor
Witness
Executive Engineer
195
5.6
Testing Concrete Structures for Leakage
The contractor shall take special care for concrete for liquid retaining structures,
underground structures and those others specifically called for to guarantee the
finish and water tightness.
The contractor shall make all arrangements for hydro-test of structure as per
BIS:3370 part I for all tests or subsequently during the defects liability period and 5
years thereafter shall be effectively stopped either by cement/epoxy pressure
grouting, grunting or such other methods as may be approved by the Engineer-inCharge. All such rectification shall be done by the contractor to the entire
satisfaction of the Engineer-in-Charge at no extra cost to the department.
Hydrostatic test for water tightness shall be done at full storage level i.e. free board
as may be directed by the Engineer-in-Charge, as described below:
In the case of structures whose external faces are exposed, the requirements of the
test shall be deemed to be satisfied if the external faces show no sign of leakage or
sweating and remain completely dry during the period of observation of seven days
after allowing a seven day period for absorption after filling with water.
In the case of structures whose external faces are buried and are not accessible for
inspection, such as underground tanks, the structures shall be filled with water and
after the expiry of seven days after the filling; the level of the surface of the water
shall be recorded. The level of water shall be recorded again at subsequent
intervals of 24 hours over a period of seven days. The total drop in surface level
over a period for seven days shall be taken as an indication of water tightness of
the structure. The Engineer-in-Charge shall decide on the actual permissible nature
of this drop in the surface level, taking into account whether the structures are open
or closed and the corresponding effect it has on evaporation losses. Unless
specified otherwise, a structure whose top is covered shall be deemed to be water
tight if the total drop in the surface level over a period of seven days does not
exceed 20mm.
Each compartment/segment of the structure shall be tested individually and then all
together.
For structures such as pipes, tunnels etc. the hydrostatic test shall be carried out by
filling with water, after curing as specified, and subjecting to the specified test
pressure for specified period. If during this period the loss of water does not exceed
Contractor
Witness
Executive Engineer
196
the equivalent of the specified rate, the structure shall be considered to have
successfully passed the test.
5.7
Sand
Only good washed sand conforming to PWD specifications shall be used for the
concrete and masonry work. The sand will not contain more than 8% silt.
In all plain and reinforced concrete work coarse sand shall be used.
5.8
Shuttering
The centering and shuttering for all RCC and concrete work shall be of
steel/plywood as per PWD specification and as approved by the Engineer-inCharge. Joints shall be sufficiently tight to prevent loss of cement slurry from
concrete. All joints and holes in form work shall be caulked with putty, cloth or other
approved material. Care shall be taken to ensure that such filling is kept away from
reinforcement. All form work shall be leveled, aligned and all rubbish particularly
clippings, wood shavings, sand dust and adhered grout shall be removed from the
interior of the forms before the concrete is place.
All formwork shall be removed without causing shock vibration to the concrete.
Before the soffit and struts are removed, the concrete surface shall be exposed
wherever in order to ascertain that the concrete has sufficiently hardened.
Contractor shall submit and obtain approval of design calculations for centering and
shuttering for pump house.
No through bolts shall be permitted in the form work for liquid retaining structures.
Wall ties with plastic cones as per PWD specification shall be used.
The surface on the RCC/concrete work obtained after removal of shuttering shall be
smooth and without honey combing/pin holes, undulations and shall be such that it
does not require any plastering. If at all any pin hole/undulations are required to be
made good, this shall be done with cement mortar 1:2 using coarse sand and
finished smooth with steel trowel or as directed by Engineer-in-Charge.
6.0
STRUCTURAL STEEL WORK
6.1
GENERAL
As much fabrication work as is reasonably practicable, shall be completed in shops,
where steel work is fabricated.
All workmanship and finish shall be of the best quality and shall conform to the best
approved method of fabrication. All materials shall be finished straight and shall be
machined/ground smooth true and square where so specified. All holes and edges
shall be free of burrs. Shearing and chipping shall be neatly and accurately done
and all portions of work exposed to view shall be neatly finished. Tolerances for
Contractor
Witness
Executive Engineer
197
fabrication of steel structures conform BIS 7215. Tolerances for erection of steel
structures shall conform to BIS 12843.
6.2
Minimum thickness of metal – Corrosion Protection
Unless, otherwise specified, the thickness of steel section shall be governed as
below:
a)
Steel work exposed to weather
Where steel work is directly exposed to weather and if fully accessible for
clearing and repairing the thickness shall not be less than 6mm (excluding
corrosion allowance); and where steel is exposed to weather and is not
accessible for cleaning and painting, the thickness shall not be less than
8mm. This shall not apply for hot rolled sections covered by Indian
Standards.
b)
Steel work not directly exposed to weather
The thickness of steel work not directly exposed to the weather shall be not
less than 6mm. The thickness of steel in secondary members shall be not
less than 6mm. For hot rolled sections to Indian Standards, the mean
thickness of flange be considered and not the web thickness.
c)
The requirements(a) and (b) above does not apply to light structural work or
sealed box section or to steel work in which special provision against
corrosion has been made and also in case of steel work exposed to highly
corrosive fumes or vapor in which case the thickness shall be as approved
by the Engineer-in-Charge.
d)
Corrosion allowance of 2mm shall be taken over and above the minimum
thickness as mentioned above or design thickness.
6.3
Drawings prepared by the contractor
The contractor shall prepare all fabrication working and erection drawings for the
entire work. The drawings shall preferably be of one standard size and the details
shown there in shall be clear and legible.
All fabrication drawings shall be submitted to the Engineer-in-Charge for approval.
No fabrication drawings will be accepted for Engineer-in-Charge’s approval unless
checked and approved by the contractor’s qualified structural engineer and
accompanied by an erection plan showing the location of all pieces detailed. The
contractor shall ensure that connections are detailed to obtain ease in erection of
structures and in making field connections.
Fabrication shall be started by the contractor only after Engineer-in-Charge’s
approval of fabrication drawings. Approval by the Engineer-in-Charge of any of the
drawing shall not relieve the contractor from the responsibility for correctness of
Contractor
Witness
Executive Engineer
198
engineering and design of connections, workmanship, fit of parts, details, material
errors or omissions or any and all work shown thereon.
The drawing prepared by the contactor and all subsequent revisions etc. shall be at
the cost of the contractor for which no separate payment will be made.
6.4
Connections
Shop/field connections shall be as per approved fabrication drawings.
In case of bolted connections, taper washers or flat washers or spring washers shall
be used with bolts as necessary. In case of high strength friction grip bolts,
hardened washers shall be used under the nuts or the bolts heads whichever are
turned to tighten the bolts. The length of the bolt shall be such that at least one
thread of the bolt projects beyond the nut, except in case of high strength friction
grip bolts where this projection shall be at lest three times the pitch of the thread.
In all cases where bearing is critical, the unthreaded portion of bolt shall bear on the
members assembled. A washer of adequate thickness may be provided to exclude
the threads from the bearing thickness, if a longer grip bolt has to be used for this
purpose.
All connections and splices shall be designed for full strength of members or loads.
Column splices shall be designed for the full tensile strength of the minimum cross
section at the splice.
All members, likely to collect rain water shall have drain holes provided.
6.5
Riveting
Rivets shall be heated uniformly throughout their length without burning or
excessive scaling and shall be of sufficient length to provide a head of standard
dimensions. They shall, when driven, completely fill the holes and if counter sunk,
the counter sinking shall be fully filled by the rivet; any protrusion of the countersunk
head being dressed off flush if required.
Riveted members shall have all parts firmly drawn and held together before and
during riveting and special care shall be taken in this respect for all single riveted
connections. For multiple riveted connections, a service bolt shall be provided for
every third or fourth hole.
Wherever practicable, machine riveting shall be carried out by using machines of
the steady pressure type. All loose bored or otherwise defective rivets shall be cut
out and replaced before the structure is loaded and special care shall be taken to
inspect all single riveted connections.
Special care shall be taken in heating and riveting long rivets.
Contractor
Witness
Executive Engineer
199
6.6
Inspection
6.6.1
General
The contractor shall give due notice to the Engineer-in-Charge in advance of the
works being made for inspection. All rejected material shall be promptly removed
from the shop and replaced with new material for the Engineer-in-Charge’s
inspection. The fact that certain material has been accepted at the Contractor’s
shop shall not invalidate final rejection at site by the Engineer-in-Charge if it fails to
conform to the requirements of these specifications, to be in proper condition or has
fabrication inaccuracies which prevent proper assembly nor shall it invalidate any
claim which the employer may make because of defective or unsatisfactory
materials and/or workmanship
No materials shall be painted or dispatched to site without inspection and approval
by the Engineer-in-charge unless such inspection is waived in writing by the
Engineer-in-Charge. Cost of such inspections shall be borne by the contractor.
The contractor shall provide all the testing and inspection services and facilities for
ship work except where otherwise specified.
6.6.2
Material Testing
For fabrication work carried out in the same standard of supervision and quality
control shall be maintained as in shop fabricated work, inspection and testing shall
be conducted in a manner satisfactory to the engineer –in-charge inspection and
tests on structural members shall be as set forth below:If mill test reports are not available for any steel materials the same shall be tested
by the Contractor to the Engineer-in-Charge’s satisfaction to demonstrate
conformity with the relevant specification.
6.7
Tests on Wells
(a)
Radiographic Inspection
All full strength butt welds shall be radio graphed in accordance with the
recommended practice for radiographic testing as per relevant IS code.
(b)
Dimensions, Workmanship & Cleanliness
Members shall be inspected at all stages of fabrication and assembly to
verify that dimensions, tolerances, alignment, surface finish and painting are
in accordance with the requirements shown in the Contractor’s approved
fabrication drawings.
6.8
Test Failure
In the event of failure of any member to satisfy inspection or test requirement, the
contractor shall notify the Engineer-in-Charge. The contractor must obtain
permission from the Engineer-in-Charge before any repair is undertaken. The
Contractor
Witness
Executive Engineer
200
quality control procedures to be followed to ensure satisfactory repair shall be
subject to approval by the Engineer-in-Charge.
The Engineer-in-Charge has the right to specify additional testing as he deems
necessary, and the additional cost of such testing shall be borne by the contractor.
The contractor shall maintain records of all inspection and testing which shall be
made available to the Engineer-in-Charge.
6.9
Shop Matching
For structures like, bunkers, tanks etc. shop assembly is essential. For other steel
work, such as columns along with the tie beams/bracings may have to be shop
assembled to ensure satisfactory fabrication, obtaining of adequate bearing areas
etc. if so desired by the Engineer-in-Charge. All these shop assemblies shall be
carried out by the contractor.
6.10
Shop Assembly
(a)
The steel work shall temporarily shop assembled complete or as arranged
with the Authority so that accuracy of fit may be checked before dispatched.
The parts shall be shop assembled with sufficient numbers of parallel drifts
to bring and keep the parts in place.
(b)
In case of parts drilled or punched, through steel jigs with bushes resulting
in all similar parts being interchangeable the steel work may be shop
erected in such position as arranged with the Authority.
6.11
Packing
All projecting plates or bars and all ends of members at joints shall be stiffened, all
straight bars and plates shall be bundled, all screwed ends and machined surfaces
shall be suitably packed; and all rivets, bolts, nuts, washers and small loose parts
shall be packed separately in cases so as to prevent damage or distortion during
transit.
6.12
Inspection and Testing
(a)
The Engineer-in-Charge shall have free access at all reasonable items to
those parts of the manufacturer’s works which are concerned with the
fabrication of steel work and shall be afforded all reasonable facilities to
satisfy that the fabrication is being undertaken in accordance with the
specifications.
(b)
Unless specified otherwise, inspection prior to dispatch shall not interfere
with the operation of the work.
6.13
Site Erection
(a)
Contractor
Plant and Equipment
Witness
Executive Engineer
201
The suitability and capacity of all plant and equipment used for erection shall
be to the satisfaction of the Engineer-in-Charge.
(b)
Storing and Handling
All structural steel should be so stored and handled at the site that the
members are not subject to excessive stresses and damage.
(c)
Setting Out
The positioning and leveling of all steelwork, the plumbing of stanchions and
the placing of every part of the structure with accuracy shall be in
accordance with approved drawings and to the satisfaction of Engineer-inCharge.
(d)
Security during Erection
Safety precaution during erection shall conform to BIS 7205:1974. During
erection, the steel work shall be securely bolted or otherwise fastened and,
when necessary, temporarily braced to provide for all load to be carried by
the structure during erection including those due to erection equipment and
its operation.
No riveting, permanent bolting or welding should be done until proper
alignment has been obtained.
6.14
Field Connections
All field assembly by bolts, rivets and welding shall be executed in accordance with
the requirements of shop fabrication excepting such as manifestly apply to shop
conditions only. Where the steel has been delivered painted, the paint shall be
removed before filed welding for a distance of 50mm at least on either side of the
joint.
6.15
Painting after Erection
(a)
All the surfaces of structural steel shall be cleaned by sand blasting.
(b)
Before painting of such steel which is delivered, all surfaces to be painted
shall be dry and thoroughly cleaned form all loose scale and rust.
(c)
The specified protective treatment shall be completed after erection. All rivet
and both heads and site welds after de-slugging shall be cleared. Damaged
or deteriorated paint surfaces shall be cleaned. Damaged or deteriorated
paint surfaces shall be first made good with the same type of paint as the
sop coat. Where specified, surfaces which will be in contract after site
assembly shall receive a coat of paint(in addition to any shop priming) and
shall be brought together while paint is still wet.
(d)
Where the steel has received a metal coating in the shop, this coating shall
be completed on site so as to be continuous over any welds and site rivets
Contractor
Witness
Executive Engineer
202
and bolts; but subject to the approval of Authority, protection may be
completed by painting on site. Bolts which have been galvanized or similarly
treated are exempted from this requirement.
(e)
Surfaces which will be inaccessible after site assembly shall receive the full
specified treatment before assembly.
(f)
Site painting should not be done in frosty or foggy weather, or when
humidity is such as to cause condensation on the surfaces to be painted.
6.16
Marking of Members
After checking and inspection, all members shall be marked for identification during
erection. This mark shall correspond to distinguishing marks on approved erection
drawings and shall be legibly painted and stamped on it. The erection mark shall be
stamped with a metal dye with figures at least 20mm high and to such optimum
depth as to be clearly visible.
All erection marks shall be on the outer surface of all sections and near one end,
but clear of bolt holes. The marking shall be so stamped that they are easily
discernible when sorting out members. The stamped marking shall be encircled
boldly by a distinguishable paint to facilitate easy location.
Erection marks on like pieces shall be in identical locations. Members having
lengths of 7.0m or more shall have the erection mark at both ends.
6.17
Errors
Any error in shop fabrication which prevents proper assembling and fitting p of parts
in the field by moderate use of drift pins or moderate amount of reaming will be
classified by the Engineer-in-Charge a defective workmanship. Where the
Engineer-in-Charge rejects such material or defective workmanship, the same shall
be replaced by materials and workmanship conforming to the Specifications by the
Contractor, at no additional cost to department.
7.0
WATER SUPPLY AND SANITARY WORKS
7.1
Sanitary Installation
All Sanitary appliances including sanitary fittings, fixtures, toilet requisites shall be
of size, and design as approved by the Engineer-in-Charge.
All porcelain fixtures, such as washbasin, sink drain board, water closet pan, urinal,
“P” trap etc., shall have hard durable glazed finish. They shall be free from cracks
and other glazing defects. No chipped porcelain fixtures shall be used. The colour
and shades of fixtures must be got approved from department.
Contractor
Witness
Executive Engineer
203
Joints between iron pipes shall be made perfectly air and watertight by lead
caulking.
7.2
Indian Type Water Closet
This shall be the long pan pattern with separate footrests made of glazed
earthenware, glazed vitreous china or of glazed fire clay. The general requirements
shall conform to BIS : 2556(Parts III and X). Pans shall be provided with 100mm
vitreous china trap ‘P’ or ‘S’ type with a minimum 50mm water seal and 50mm dia.
Vent horn, Pan shall be laid at the correct location and level over a bed of cement
sand admixture. It shall be 1st quality WC, Orissa pan of size 580mmx440mm.
7.3
European Type Water Closet
Water closets shall be of glazed vitreous china as specified and shall be of “Double
Siphonic Type” conforming to BIS: 2556(Part VIII). The closets shall be of one piece
construction with approved plastic/bakelite seat and cover. Each water closet shall
have 4 fixing holes having a diameter of 6.5 mm for fixing to floor and shall have an
integral flushing rim of suitable type.
7.4
Urinals
Urinals shall be of the bowl pattern, either flat back or angle back type lipped in
front. They shall be of glazed vitreous china and of size 610x400x80mm conforming
to BIS 2556(Part VI) with 25mm dia. GI waste pipe coupling etc. The urinals shall
be of one piece construction. Each urinal shall be provided with not less than two
fixings holes of a minimum dia of 6.5mm on each side. Each urinal shall have an
integral flushing box rim of suitable type and inlet or supply horn for connecting the
flush pipe. The flushing rim and inlet shall be of the self draining type. It shall have a
weep-hole at the flushing inlet of the urinal. At the bottom of the urinal, an outlet
horn for connection to an outlet pipe shall be provided. The exterior of the outlet
horn shall not be glazed and the surface shall be provided with grooves at right
angles to the axis of the outlet to facilitate fixing to the uniform and smooth
throughout to ensure efficient flushing.
7.5
Flushing Cisterns
The flushing cisterns shall be automatic or manually operated high level or low
level, as approved by the Engineer-in-Charge. For water closets and urinals high
level cistern is intended to operate with minimum height of 125cm and a low level
cistern a maximum height of 30cm between the top of the pan and the underside of
the cistern. They shall be glazed vitreous china or of PVC as per BIS 774.
Automatic flushing cistern for urinals shall conform to BIS 2326.
Contractor
Witness
Executive Engineer
204
7.6
Wash Basins
a)
Wash basins shall be of glazed vitreous china as approved by the Engineerin-Charge and conforming to BIS 2556.
b)
Type
Size
Flat Back
630 x 450 mm
Flat Back
550 x 400 mm
Wash basins shall be of one piece construction, including a combined
overflow. All internal angles shall be designed so as to facilitate cleaning.
Each shall have rim sloping side towards the bowl on all sides except
skirting at the back. Basins shall be provided with single or double tap holes
as approved. The tap holes shall be square. A suitable tap hole button shall
be supplied if one tap hole is not required in installation. Each basin shall
have a circular waste hole to which the interior of basin shall drain. The
waste hole shall be either rebated or beveled internally with diameter of
65mm at top and a depth of 10mm to suit a waste plug having 64mm
diameter. Each basin shall be provided with a non ferrous 32mm waste
fittings. Stud slots to receive the brackets on the under side of the wash
basins shall be suitable for a bracket with stud not exceeding 13mm
diameter, 5mm high and 305mm from the back of basin to the centre of the
stud. The stud slots shall be of depth sufficient to take 5mm stud. Every
basin shall have an integral soap holder recess or recesses which shall fully
drain into the bowl. The position of the chain stay-hole shall not be lower
than the overflow slot. A slot type of overflow having an area of not less than
5sqcm. Shall be provided and shall be so designed as to facilitate cleaning
of the overflow. The departments requirements for waste plug, chain and
stay shall be the same as given for sinks.
c)
All the waste fittings shall be chromium plated, bottle trap shall conform to
BIS 5434. The chromium plating shall be of service grade no.2 conforming
to BIS 1068.
7.7
Sinks
a)
The sinks shall be of glazed vitreous china as approved by the Engineer-inCharge conforming to BIS 2556(Part V) and shall be of the following sizes.
450x300x150mm
600x450x200mm
b)
They shall be of one piece construction, including a combined overflow. The
floor of the sink shall gently slope towards the outlet. The outlet shall in all
cases be suitable for waste fitting having flange of 64mm diameter and the
Contractor
Witness
Executive Engineer
205
waste hole shall have a minimum diameter of 65mm at the bottom to suit the
waste fittings. The waste hole shall be either rebated or beveled having a
depth of 10mm. Each sink shall be provided with a non-ferrous 40mm dia
waste fitting. The sink shall have overflow of the weir type and the inverts
shall be 30mm below the top edge. Each sink shall be provided with a waste
plug of suitable dia chain and stay. The plug shall be of rubber or other
equally suitable material and shall be water tight when fitted. Plug chains
shall be of brass wire chromium plated. It shall have an overall length from
the collar to the stay of not less than 300mm. There shall be a triangular of
D shackle at each end, one of which shall be brazed to the plug and the
other securely fixed to the stay. The 150mm long shank of the waste shall
be threaded conforming to the requirements of BIS 2556 for sinks only. The
waste fittings and plug fittings shall be chromium plated. The chromium
plating shall be of service grade No.2 conforming to BIS 1068.
7.8
Stop Cock and Bib Cock
A bib cock (Bib tap) is a draw off tap with a horizontal inlet and free outlet an
stopcock (stop tap) is a valve with a suitable means of connections for insertion in a
pipeline for controlling or stopping the flow. They shall be of specified size and shall
be of the screw down type. The closing device should work by means of a disc
carrying a renewable non metallic washer, which shuts against water pressure on a
seating at right angles to the axis of the threaded spindle which operates it. The
handle shall be either crutch or butterfly type securely fixed to the spindle. The
cocks shall open in anti-clock wise direction. The bib cocks and stop cocks are
required to be chromium plated, the chromium plating shall be of service grade
No.2 conforming to IS 1068 in finish and appearance, the plated articles shall be
free from plating defects such as blisters, pits, roughness and shall not be stained
or discoloured.
These fittings shall be of brass heavy class, chromium plated (C.P) and of approved
manufacture and pattern with screwed of flanged ends as specified. The fitting shall
in all respects comply with the requirement of BIS 781. The standard size of brass
fittings shall be designated by the nominal bore of the pipe to which the fittings are
attached. A sample of each kind of fitting shall be approved by the Engineer-inCharge and all supplies made according to the approved samples.
All cast fitting shall be sound and free from laps, blow holes and fittings, both
internal and external surfaces shall be clean, smooth and free from sand etc.
Burning, plugging stopping or patching of the casting shall not be permitted. The
bodies, bonnets, spindles and other parts shall be truly machined and when
Contractor
Witness
Executive Engineer
206
assembled the parts shall be axial, parallel and cylindrical with surfaces smoothly
finished. The area of the water way of the fittings shall not be less than the area of
the nominal bore.
The fittings shall be fully examined and cleared of all foreign matter before being
fixed. The fittings shall be fitted in the pipe line manner. The joints between fittings
and pipes shall be made leak proof. The joints and fitting shall be leak proof when
subjected to a pressure test approved by the Employer’s Representative and the
defective fittings and joints shall be replaced or redone.
7.9
Cast Iron Soil Waste and Vent Pipes and Fittings
All cast iron pipes and fittings shall be of uniform thickness with strong and deep
sockets, free from flaws, air holes, cracks, sand holes and other defects and
conform to BIS 1536. The diameter approved shall be internal diameter of pipe. The
pipes and fittings shall be true to shape, smooth and cylindrical and shall ring
clearly when struck over with a light hand hammer. All pipes and fittings shall be
properly cleaned of all foreign material before being fixed.
All plug bends of drainage pipes shall be provided with inspection and cleaning
caps, covers, which shall be fixed with nuts and screws. Popes shall be fixed to the
wall by W.I or M.S holder bat clamps, unless projecting ears with fixing holes are
provided at socket end of pope. The clamps shall be fixed to the walls by
embedding their hooks in cement concrete blocks (1:2:4) 10cm x 10cm making
necessary holes in the walls at proper places. All holes and breakages shall be
made good. The clamps shall be kept 25mm clear of the finished face of the walls
to facilitate cleaning and painting of pipes.
C.I pipes and fittings which are exposed shall be first cleaned and then painted with
a coat of red lead primer. Two cots of zinc paint with white base and mixed with
pigment of required colour to get the approved shade shall be given over the base
primer coat.
The thickness of fittings and their socket and spigot dimensions shall conform to the
thickness and dimensions approved for the corresponding sizes of straight pipes.
The connection between the main pipe and branch pipes shall be made by using
branches and bends with access for cleaning. Floor traps shall be provided with
25mm dia puff pipe where the length of the waste is more than 1800mm or the floor
trap is connected to a waste stack through bends.
All cast iron pipes and fittings including joints shall be tested by a smoke test to the
satisfaction of the Engineer-in-Charge and left in working condition after completion.
The smoke test shall be carried out as stated under.
Contractor
Witness
Executive Engineer
207
Smoke shall be pumped into the pipe at the lowest end from a smoke machine
which consists of a bellow and a burner. The material usually burnt is greasy cotton
waste which gives cut a clear pungent smoke which is easily detectable by sight as
well as by smell if there is a leak at any point of the pipe line.
Water test and air test shall be conducted as stipulated in BIS 5329.
7.10
Galvanized Mild Steel (G.I) Pipes
The pipes shall be galvanized mild steel welded pipes and seamless screwed and
sockets types conforming to the requirements of BIS 1239, for medium Grade. They
shall be at the diameter (nominal bore) approved. The sockets shall be designated
by the respective nominal bores of the pipes for which they are intended. The pipes
and sockets shall be finished neatly, well galvanized on both inner and outer
surfaces, and shall be free from cracks, surface flaws, laminations and other
defects. All screws, threads shall be clean and well cut. The ends shall be cut
cleanly and square with the axis of the tube.
All screwed tubes and sockets shall have pipe threads conforming to the
requirements of BIS 554. Screwed tubes shall have taper threads while the sockets
shall have parallel threads.
The fittings shall be of galvanized or mild steel types complying with all the
appropriate requirements as approved for pipes. The fittings shall be designated by
the respective nominal bores of the pipes for which they are intended. The fittings
shall have screw threads at the ends conforming to the requirements of BIS 554.
Female threads on fittings shall be parallel and male threads (except on running
nipples and collars of unions) shall be tapered.
The pipes shall be cleaned and cleared of all foreign matter before being laid. In
jointing the pipes, the inside of the socket and the screwed end of the pipes shall be
oiled and rubbed over tight white lead and few turns of spun yarn wrapped around
the screwed end of the pipe. The end shall then be screwed in the socket, tee etc.
with the pipe wrench. Care should be taken that all pipes and fittings are properly
jointed so as to make the joints completely water tight and pipes are kept at all
times free from dust and dirt during fixing. Burrs from the joint shall be removed
after screwing. After laying, the open ends of the pipes shall be temporarily plugged
to prevent access of soil or any other foreign matter.
Any threads exposed after jointing shall be painted or in the case of underground
piping thickly coated with approved anticorrosive paint to prevent corrosion.
For internal work the galvanized iron pipes and fittings shall run the surface of the
walls or ceiling(not in chase) unless otherwise specified. The fixing shall be done by
means of standard pattern holder bat clamps, keeping the pipes about 1.5cm clear
Contractor
Witness
Executive Engineer
208
of the wall. Popes and fittings shall be fixed truly vertical/horizontal, when it is found
necessary to conceal the pipes, chasing may be adopted or popes fixed in the
ducts of recesses etc. provided there is sufficient space to work on the popes with
the usual tools. The popes shall not ordinarily be buried in walls or solid floors.
Where unavoidable, pipes may be buried for short distances provided adequate
protection is given against damage, but the joints in pipes shall not be buried. M.S
pipe sleeve shall be fixed at a place where a pipe is passing through a wall or floors
reception of the pipe & to allow freedom to expansion / contraction and
a
movement / maintenance. In case the pipe embedded in walls or floors.it should be
painted with anti-corrosive bituminastic paint of approved quality. The pipe should
not come in contract with lime mortar or lime concrete as the pipe is affected by
lime. Under the floors the pipes shall be laid in layer of sand filling or as approved
by the Engineer-in-Charge.
The work of excavation and backfilling shall be done true to line and gradient in
accordance with general requirements for earthworks in trenches for pipes laid
underground.
The pipes shall be laid on a layer of 10.0cm sand and filled upto 15cm above the
pipes. A sand cushion of 15cm on either side of the pipe shall also be provided. The
remaining portion of the trench shall then be filled with excavated earth. The surplus
earth shall be got rid of as directed. When excavation is done in rock the bottom
shall be cut deep enough to permit the pies to be laid on a cushion of sand 75mm
minimum.
The pipes and fittings after they are laid and jointed shall be subjected to
hydrostatic pressure test as approved by the Engineer-in-Charge and shall
satisfactorily pass the test. Pipe Line system shall be tested in sections as the work
proceeds, keeping the joints exposed for inspection. Pipes shall be slowly and
carefully charged with water allowing all air to escape. All draw off taps shall then
be closed and water pressure gradually raised to test pressure. Care shall be taken
to ensure that pressure gauge is accurate and preferably should have been
recalibrated before the test. Pump used having been stopped, the section of the
pipe line shall maintain the test pressure for at least half an hour. Any joints or pipes
found leaking shall be removed and replaced by the contractor.
The exposed pipes shall be painted with two coats of white paint over a ready
mixed priming coat and all underground pipes should be painted with two coats of
anti-corrosive bitumastic paint.
Contractor
Witness
Executive Engineer
209
7.11
Soak Pit
Soak pit shall be constructed at the location specified by the Engineer-in-Charge.
Earthwork excavation shall be carried out to the exact dimensions. Brick masonry
lining with open joints shall be constructed in the pit up to 150mm below the outlet
pipe line. Brick in cement mortar 1:6 shall be constructed above this level up to
ground. Well burnt brick aggregates of nominal size 40mm to 80mm and coarse
sand shall be filled within the chamber. Construction of pit lining and filling of the
brick ballast shall progress simultaneously.
7.12
Frame and Covers
Frame and covers for manholes shall be of required type and dimensions as per the
relevant drawings prepared by the Contractor. The following information shall be
clearly marked on each cover.
i)
Year of manufacture
ii)
Identification mark of the purchaser.
iii)
Sewers/Storm Water Drainage(SWD),
a)
D.I Cover
8.0
BUILDING WORK
8.1
BRICK WORK
8.1.1
Materials
Bricks used in the works shall conform to the requirements laid down in PWD
specification bricks shall be sound, hard, homogeneous in texture, well burnt in kiln
without being vitrified, hand/machine mouleded, deep red, cherry or copper
coloured, of regular shape and size and shall have sharp and square edges with
smooth rectangular faces. The bricks shall be free from pores, cracks, flews and
nodules of free lime. They shall have smooth rectangular faces with sharp corners
and shall be uniform in colour. Hand moulded bricks shall be moulded with a frog
and those made by extrusion process may not provided with a frog. Bricks shall
give a clear ringing sound when struck.
Brick shall conform and be tested as per relevant PWD specification.
8.1.2
Preparation of mortar
Materials
i)
Water
Water used shall be clean and reasonably free from injurious or deleterious
materials such as oils, acids, alkalis and salts. Quality of water shall confirm
to requirement of PWD specification for construction purposes.
ii)
Contractor
Cement
Witness
Executive Engineer
210
Minimum 43 Grade Ordinary Portland Cement shall be used and conform to
the requirements of BIS: 8112.
iii)
Sand
Sand for masonry mortars shall conform to BIS: 2116.
Mortars shall be prepared and tested as per BIS: 2250, Mixing of cement
mortar shall be done in a mechanical mixer.
8.1.3
Workmanship
Workmanship of brick work shall conform to BIS: 2212/PWD specification. All bricks
shall be thoroughly soaked in clear water for at leas tone hour immediately before
being laid. The cement mortar for brick masonry work shall be as specified in the
respective item of work prepared by the contractor. Brick work 230mm thick and
over shall be laid in English Bond unless otherwise specified. 100mm/115mm thick
brick work shall be laid with stretchers. For laying bricks, a layer of mortar shall be
spread over the full width of suitable length of the lower course. Each brick shall be
slightly pressed into the mortar and shoved into final position so as to embed the
brick fully in mortar. Only full size bricks shall be used for the works and cut bricks
utilized only to make up required wall length or for bonding. Bricks shall be laid with
frogs uppermost.
All brickwork shall be plumb, square and true to dimensions shown. Vertical joints in
alternate courses shall come direly one over the other and be in lie. Horizontal
course shall be leveled. The thickness of brick courses shall be kept uniform. In
case of one brick thick or half brick thick wall, at least one face should be kept
smooth and plane, even if the other is slightly rough due to variation in size of
bricks. For walls of thickness greater than one brick both faces shall be kept smooth
and plane. All interconnected brickwork shall be carried out at nearly one level so
that there is uniform distribution of pressure on the supporting structure and no
portion of the work shall be left more than once course lower than the adjacent
work. Where this is not possible, the work be raked back according to bond (and
not saw toothed) at an angle not exceeding 45 degree. But in no case the level
difference between adjoining walls shall exceed one meter. Brick work shall not be
raised more than one meter per day.
Bricks shall be so laid that all joins are well filled with mortar. The thickness of joints
shall not be less than 6mm and not more than 10mm. The face joints shall be raked
to a minimum depth of 10mm/15mm by raking tools during the progress of work
when the mortar is still green, so as to provide a proper key for the
plastering/pointing respectively to be done later. When plastering or pointing is not
required to be done, the joints shall be uniform in thickness and be struck flush and
Contractor
Witness
Executive Engineer
211
finished at the time of laying. The face of brickwork shall be cleaned daily and all
mortar droppings removed. The surface of each course shall be thoroughly cleaned
of all dirt before another course is laid on top.
During harsh weather conditions, newly built brick masonry works shall be
protected by tarpaulin or other suitable covering to prevent mortar being washed
away by rain.
Brick work shall be kept constantly moist on all the faces for at least seven days
after 24 hours of laying. The arrangement for curing shall be got approved from the
Engineer-in-Charge.
Double scaffolding having two sets of vertical supports shall be provided to facilitate
execution of the masonry works. The scaffolding shall be designed adequately
considering all the dead, live and possible impact loads to ensure safety of the
workmen, in accordance with the requirements stipulated in BIS:2750 and
BIS:3696(Part-I). Scaffolding shall be properly maintained during the entire period
of construction. Single scaffolding shall not be used on important works and will be
permitted only in certain cases as decided by the Engineer-in-Charge. Where single
scaffolding is adopted, only minimum number of holes by omizing a header shall be
left in the masonry for supporting horizontal scaffolding poles. All holes in the
masonry shall be carefully made good before plastering/pointing.
In the event of usage of traditional bricks of size 230mmx115mmx75mm, the
courses at the top of the plinth and sills as well as at the top of the wall just below
the roof/floor slabs and at the top of the parapet shall be laid with bricks on edge.
All brickwork shall be built tightly against columns, floor slabs or other structural
members.
To overcome the possibility of development of cracks in the brick masonry following
measures shall be adopted.
For resting RCC slabs, the bearing surface of masonry wall shall be finished on top
with 12mm thick cement mortar 1:3 and provided with 2 layers of Kraft paper grade
1 as per BIS:1397 or 2 layer of 50 micron thick polyethylene sheets.
Steel wire fabric shall be provided at the junction of brick masonry and concrete
before taking up plastering work.
RCC/ Steel beams resting on the masonary wall shall be provided concrete bed
bricks of 150 mm thickness , projecting 150 mm on either sides of the beam, duly
finished on top with 2 layer of Kraft paper Grade I as per BIS: 1397 or 2 Layers of
50 Microns thick polyethylene sheets.
Contractor
Witness
Executive Engineer
212
Bricks for partition walls shall be stacked adjacent to the structural member to pre
deflect the structural member before the wall is taken up for execution. Further, the
top most course of half or full brick walls abutting against either a de shuttered slab
or beam shall be built only after any proposed masonry wall above the structural
member is executed to cater for the deflection of the structural element.
Reinforced cement concrete transoms and mullions of dimensions as indicated in
the construction Drawings to be prepared by the contractor are generally required
to be provided in the half brick partition walls.
Where the drawings prepared by the contractor indicate that structural steel
sections are to be encased in brickwork, the brickwork masonry shall be built
closely against the steel section, ensuring a minimum of 20mm thick cement sand
mortar 1:4 over all the steel surfaces. Steel sections partly embedded in brick work
shall be provided with bituminous protective coating to the surfaces at the point of
entry into the brick masonry.
8.2
Uncoursed Random Rubble Masonry, in Foundation Plinth and Superstructure
8.2.1
Materials
Stones for the works shall be of the specified variety which are hard, durable, fine
grained and uniform in colour(for superstructure work) free from defects like cracks,
sand holes, patterns of soft/loose materials veins, other defects. Quality and work
shall conform to the requirements specified in BIS: 1597(Part-I). The percentage of
water absorption shall not exceed 5 percent as per test conducted in accordance
with BIS: 1124. The contractor shall supply sample stones to the Engineer-inCharge for approval. Stones shall be laid with its grains horizontal so that the load
transmitted is always perpendicular to the natural bed.
Cement-sand mortar for stone masonry works shall be as per BIS: 2250.
8.2.2
Scaffolding
Type of scaffolding to be used shall be as specified in the section of brick masonry.
8.2.3
Workmanship
For all works below ground level the masonry shall be random rubble uncoursed
with ordinary quarry dressed stones for the hearting and selected quarry dress
stones for the facing.
For all R.R masonry in superstructure the masonry shall be well bounded, faced
with hammer dressed stones with squared quoins at corners. The bushing on the
face shall not be more than 40mm on an exposed face and on the face to be
plastered it shall not project by more than 12mm nor shall it have depression more
than 10mm from the average wall surface.
Contractor
Witness
Executive Engineer
213
Face stones shall extend back sufficiently and bond well with the masonry. The
depth of stone from the face of the wall inwards shall not be less than the height or
breadth at the face. The length of the stone shall not exceed three times the height
and the breadth on base shall not be greater than three-fourths the thickness of wall
nor less than 150mm. The height of stone may be upto a maximum of 300mm.
Faces stones or hearting stones shall not be less than 150mm in any directions.
Chips and spalls shall be used wherever necessary to avoid thick mortar joints and
to ensure that no hollow spaces are left in the masonry. The use of chips and spalls
in the hearting shall not exceed 20 percent of the quantity of stone masonry. Spalls
and chips shall not be used on the face of the wall and below hearting stones to
bring them to the level of face stones.
The maximum thickness of joints shall not exceed 20mm. All joints shall be
completely filled with mortar. When plastering or pointing is not required to be done,
the joints shall be struck flush and finished as the work proceeds. Otherwise, the
joints shall be raked to a minimum depth of 20mm by a raking tool during the
progress of the work while the mortar is still greed.
Through or bond stones shall be provided in wall upto 600mm thick and in case of
wall above 600mm thickness, a set of two or more bond stones overlapping each
other by t least 150mm shall be provided in a line from face to back. Each bond
stone or a set of bond stones shall be provided for every 0.5 sqm. of wall surface.
All stones shall be sufficiently wetted before laying to prevent absorption of water
from the mortar. All connected walls in a structure shall be normally raised uniformly
and regularly. However if any part of the masonry is required to be left behind, the
wall shall be raked back (and not saw toothed) at an angle not exceeding 45
degree. Masonry work shall not be raised by more than one meter per day.
Complete work shall be protected from rain by suitable covering. Masonry work
shall be kept constantly moist on all the faces for a minimum period of seven days
for proper curing of the joints.
8.3
Coursed Rubble Masonry(First Sort) for Superstructure
8.3.1
Materials
The materials specification for the work shall be as specified in the section of
random rubble masonry above.
8.3.2
Scaffolding
Type of scaffolding to be used shall be as specified in the section of brick masonry.
8.3.3
Workmanship
All courses shall be laid truly horizontal and shall be of the same height in any
course. The height of course shall not be less than 150mm and not more than
Contractor
Witness
Executive Engineer
214
300mm. The width of stone shall not be less than its height. Face stones shall tail
into the work for not less than their height and at least 1/3rd the number of stones
shall tail into the work for a length not less than twice their height but not more than
three-fourths the thickness of the wall whichever is smaller. These should be laid as
headers and stretchers alternately to break joints by at lest 75mm. The face stones
shall be squared on all joints and bed; the bed joints being hammer or chisel
dressed true and square for at least 80mm back from the face and the side joints
for at least 40mm. The face of the stone shall be hammer dressed so that the
bushing shall not be more than 40mm on an exposed face and 10mm on a face to
the plastered. No portion of the dressed surface shall show a depth of gap more
than 6mm from a straight edge placed on it. The remaining unexposed portion of
the stone shall not project beyond the surface of bed and side joints.
No spalls or pinning shall be allowed on the face. All bed joints shall be horizontal
and side joints shall be more than 10mm in thickness. When plastering or pointing
is not required to be done, the joints shall be struck flush and finished as the work
proceeds. Otherwise, the joints shall be raked to a minimum depth of 20mm by
raking tools, during the progress of the work shall the mortar is still green.
Hearting shall consist of flat bedded stones carefully laid on their proper beds and
solidly bedded in mortar. The use of chips shall be restricted to the filling of
interstices between the adjacent stones in hearting and these shall not exceed 10
percent of the quantity of the stone masonry. Care shall be taken so that no hollow
spaces are left any where in the masonry.
The requirement regarding through or bond stones shall be as specified in clause
with the further stipulation that these shall be provided at 1.5m to 1.8m apart clear
in every course but staggered at alternate courses.
The quoins, which shall be of the same height as the course in which they occur,
shall not be less than 450mm in any direction. Quoin stones shall be laid as
stretchers and headers alternately. They shall be laid square on their beds, which
shall be rough chisel dressed to a depth of at least 100mm from the face. These
stones shall have a minimum uniform chisel draft of 25mm width at four edges, all
the edges being in the same plane.
8.4
Damp Proof Course
8.4.1
Materials and Workmanship
All the walls in a building shall be provided with damp proof course covering plinth
to prevent water from rising up the wall. The damp proof course shall run without a
break throughout the length of the wall, even under the door or other opening.
Damp proof course shall consist of minimum 50mm thick cement concrete of 1:2:4
Contractor
Witness
Executive Engineer
215
nominal mix with nominal reinforcement and approved water-proofing compound
admixture conforming to BIS: 2645 in proportion as directed by the manufacturer.
Concrete shall be with 10mm sown graded course aggregates.
The surface of brick work/stone masonry work shall be leveled and prepared before
laying the cement concrete. Side shuttering shall be properly fixed to ensure that
slurry does not leak through and is also not disturbed during compaction. The upper
and side surface shall be made rough to afford key to the masonry above and to the
plaster. Damp-proof course shall be cured properly for at least seven days after
which it shall be allowed to dry for taking up further work.
8.5
Miscellaneous Inserts, Bolts etc.
All the miscellaneous inserts such as bolts, pipes, plate embedment etc. shall be
accurately installed in the building works at the correct location and levels, all as
detailed in the construction drawings to be prepared by the Contractor. Contractor
shall prepare and use templates for this purpose, if so directed by the Engineer-inCharge. In the event, of any of the inserts are improperly installed, contractor shall
make necessary arrangement to remove and reinstall at the correct locations/levels
all as directed by the Engineer-in-Charge.
8.6
Wood work in doors, windows, ventilators and partitions
Timber to be used shall be first class Teak wood as per BIS:4021. Timber shall be
of the best quality and well seasoned by the suitable process before being planed
to the required sizes. The maximum permissible moisture content shall be from 10
to 16 percent for timber 50mm and above in thickness and 8 to 14 percent for
timber less than 50mm in thickness for different regions of the country as stipulated
in BIS:287. Timber shall be close grained, of uniform cooler and free from decay,
fungal growth, boxed heart, pitch pockets of streaks on the exposed edges, borer
holes, splits and cracks. Flush door shutters of the solid core type with plywood
face panel shall conform to BIS:2202(Part-1)
Transparent sheet glass conform to the requirements of BIS: 2835 or BIS:
2553(Part-1). Wired and figured glass shall be as per BIS: 5437. Builder’s hardware
for fittings and fixtures shall be of the best quality from approved manufactures.
Each wooden door shutter shall have a minimum of three hinges and two
fastenings like tower bolt, handle and latches, mortise lock etc. floor stoppers,
handles, kick plats etc. shall also be provided. Each window shutter shall have
minimum of 3 hinges and one fastening like tower bolt and one handle for opening
and closing.
Contractor
Witness
Executive Engineer
216
8.7
Steel Doors, Windows and Ventilators
Hot rolled steel sections for the fabrication of steel doors, windows and ventilators
shall conform to BIS:7452 which are suitable for single glazing.
Pressed steel door frames for steel flush doors shall be out of 1.25mm thick mild
steel sheets of profiles as per BIS:4351.
Transparent sheet glass shall conform to the requirements of BIS:2835. Wired and
figures glass shall be as per BIS:5437.
Builder’s hardware of fittings and fixtures shall be of the best quality from the
approved manufacturers.
Hot rolled sections shall confirm to BIS 7452 Fire check doors shall conform to
BIS:3614 Part 1 & 2. Steel windows for industrial buildings shall confirm to BIS
1361.
All steel doors, windows and ventilators shall be of the type as specified in the
respective items of work prepared by the contractor and of sizes as indicated in the
drawings prepared by the contractor. Steel doors, windows and ventilators shall
conform to the requirements as stipulated in BIS: 1038. Steel windows shall
conform to BIS: 1361 if so specified.
8.8
Aluminum Doors, Windows, Ventilators and Partitions
8.8.1
Materials
Aluminum alloy used in the manufacturer of extruded sections of the fabrication of
doors, windows, ventilators shall conform to designation HEP-WP of BIS: 733.
Transparent sheet glass shall conform to the requirements of BIS: 2835. Wired and
figured glass shall be as per BIS: 5437.
All aluminum doors, windows, ventilators and partitions shall be of the type and size
as specified. The doors, windows, ventilators shall conform to the requirements of
BIS: 1948. Aluminum windows shall conform to BIS: 1949; if so specified.
All aluminum units shall be supplied with anodized finish, the minimum anodic film
thickness shall be 0.015mm.
Doors windows and ventilators shall be of an approved manufacture. Fabrication of
the units shall be with the extruded sections, cut to correct lengths, mitred and
welded at the corners to a true right angle conforming to the requirements of
BIS:1948. Tolerance in overall dimensions shall be within + 1.5mm. The frames
and shutters shall be free from warp or buckle and shall be square and truly plane.
Punching of holes, slots and other provisions to install fittings or fixtures later shall
be made at the correct locations, as per the requirements.
Aluminum swing type doors, Aluminum sliding windows, partitions shall be as
specified.
Contractor
Witness
Executive Engineer
217
BIS: 1948 and BIS: 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
flazing 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/ad 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 BIS:4021. The outer
frame shall be of size 101.6x44.45x3.11mm rectangular tubular section of size for
sill member shall be 99.2x44.45x3.18mm including glazing of 5.5mm thick plain
glass PVC/Neoprene weather stripping screw less aluminum bidding fixer such as
lock, handle, tower bolt and self closing devise 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, ventilators under clause
7.6 shall also be applicable for this item work. Glazing beads shall be of the snap-fit
type suitable for the thickness of flazing proposed as indicted in the items of works
prepared by the contractor, a layer of clear transparent lacquer shall be applied on
aluminum sections to protect them form damage during installation. This lacquer
coating shall be removed after the installation is completed.
8.9
Steel Rolling Shutters
Rolled shutters shall be of an approved manufacture, conforming to the
requirements specified in BIS:6248.
The type of rolling shutter shall be self coiling type(manual) for clear areas upto 12
sqm., gear operated type(mechanical) for clear areas upto 35sqm. and electrically
operated type for areas upto 50sqm. mechanical type of rolling shutters shall be
suitable for operation from both inside and outside with the crank handle or chain
gear operating mechanism duly considering the size of wall/column. Electrical type
Contractor
Witness
Executive Engineer
218
of rolling shutter shall also be provided with a facility for emergency mechanical
operation.
Rolling shutters shall be supplied duly considering the type, specified clear
width/height of the opening and the location of fixing as indicated in the Drawings
prepared by the contractor.
Rolling shutters of approved make, made of 80x1.25mm MS laths interlocked
together through their entire length and jointed together at the end by end locks
mounted on specially designed pipe shaft with brackets, side guides and
arrangements for inside and outside locking with mechanical device chain and
crank operation for operating rolling shutters exceeding 10.00sqm. including spring
books, providing and fixing necessary 25.3cm long wire springs grade No.2 and MS
top cover 1.25mm thick(RS). Shutters shall be built up of interlocking laths 75mm
width between rolling centers formed from cold rolled steel strips. The thickness of
the steel strip shall not be less than 0.90nn for shutters upto 3.50m width and not
less than 1.20mm for shutters above 3.50m width. Each lath section shall be
continuous single piece without any welded joint.
8.10
Flooring
8.10.1
Base Concrete
The thickness and grade of concrete and reinforcement shall be as specified in
items of works prepared by the contractor.
Before placing the blinding concrete, the sub-base of rubble packing shall be
properly wetted and rammed. Concrete for the base shall then be deposited
between the forms, thoroughly tamped and surface finished level with the top edges
of the forms. Two or three hours after the concrete has been laid in position, the
surface shall be roughened using steel wire brush to remove any scum or laitance
and swept clean so that the course aggregates are exposed. The surface of the
base concrete shall be left rough to provide adequate bond for the floor finish to be
provided later.
8.10.2
Terrazzo Tile Flooring
Terrazzo tiles shall generally conform in all respects to standards stipulated in
BIS:1237. Tiles shall be of the best quality manufactured adopting hydraulic
pressure of not less than 14 N/mm2.
The type, quality, size, thickness, colour etc. of tiles for flooring/dado/skirting shall
be as specified.
The aggregates for terrazzo topping shall consist of marble chips which are hard,
sound and dense. Cement to be used shall be white cement with light colouring
pigments. The bidder mix shall be with 3 parts of cement to 1 part of marble powder
Contractor
Witness
Executive Engineer
219
by weight. The proportion of cement shall be inclusive of any pigments. For every
one part of cement-marble powder binder mix, the proportion of aggregates shall be
1.75 parts by volume, if the chips are between 1mm to 6mm and 1.50 parts by
volume if the chips are between 6mm to 25mm.
The minimum thickness of wearing layer of terrazzo tiles shall be 5mm for tiles with
chips of size varying from 1mm upto 6mm or from 1mm upto 12mm. This shall be
6mm for tiles with chips varying from 1mm upto 25mm. The minimum thickness of
wearing layer of cement/coloured cement tiles shall be 5mm. This shall be 6mm for
heavy duty tiles. Pigment used in the wearing layer shall not exceed 10 percent of
the weight of cement used in the mix.
Laying and finishing of tiles shall conform to the requirements of workmanship
stipulated in BIS:1443.
Tiling work shall be commenced only after the door and window frames are fixed
and plastering of the walls/ceiling is completed. Tiles which are fixed to the floor
adjoining the wall shall go 10mm under the plaster. Wall plastering shall not be
carried out upto about 50mm above the level of proposed skirting/dado.
8.10.3
Kota Stone Slab Work
8.10.3.1
Materials
The slab shall be of approved selected quality, hard, sound, dense and
homogeneous in texture, free from cracks, decay, weathering and flaws. The
percentage of water absorption shall not exceed 5 percent as per test conducted in
accordance with BIS:1124.
The slabs shall be hand or machine cut to the required thickness. Tolerance in
thickness for dimensions of tile work than 100mm shall be + 5mm. This shall be +
2mm on dimensions less than 100mm.
Slabs shall be supplied to the specified size with machine cut edges or fine chisel
dressed to the full depth. All angles and edges of the slabs shall be true and
square, free from any chipping giving a place surface. Slabs shall have the top
surface machine polished (first grinding) before brought to site. The slabs shall be
washed clean before laying.
8.10.3.2
Workmanship
The
type,
size,
thickness
and
colour/shade
etc.
of
the
slabs
for
flooring/dado/skirting shall be as specified in the respective items of works prepared
by the contractor.
The thickness of the slabs for dado/skirting work shall not be more than 25mm.
Slabs shall be so placed that the back surface is at a distance of 12mm. If
necessary, slabs shall be held in position temporarily by suitable method. After
Contractor
Witness
Executive Engineer
220
checking for verticality, the gap shall be filled and packed with cement sand mortar
of proportion 1:3. After the mortar has acquired sufficient strength, the temporary
arrangement holding the slab shall be removed.
8.10.4
Glazed Tile Finish
Glazed earthenware tiles shall conform to the requirements of BIS: 777. Tiles shall
be of the best quality from an approved manufacturer. The tiles shall be flat, true to
shape and free from flaws such as crazing, blisters, pinholes, specks or welts.
Edges and underside of the tiles shall be free from glaze and shall have ribs or
indentations for a better anchorage with the bedding mortar. Dimensional
tolerances shall be as specified in BIS: 777.
The total thickness of glazed tile finish including the bedding mortar shall be 20mm
in flooring/dado/skirting. The minimum thickness of bedding mortar shall be 12mm
for flooring and 10mm for dado/skirting work.
The bedding mortar shall consist of 1 part of cement to 3 parts of sand mixed with
just sufficient water to obtain proper consistency for laying. Sand for the mortar
shall conform to BIS:2116 and shall have minimum fineness modulus of 1.5.
Tiles shall be soaked in water for about 10 minutes just before laying. Where full
size tiles cannot be fixed, tiles shall be cut to the required size using special cutting
device and the edges rubbed smooth to ensure straight and true joints.
All the joints shall be cleaned of gray cement with wire brush to a depth of at least
3mm and all dust, loose mortar etc. shall be removed. White cement with or without
pigment shall then be used for flush pointing the joints. Curing shall then be carried
out for a minimum period of 7 days of the bedding and joints to set properly. The
surface shall then be cleaned using a suitable detergent, fully washed and wiped
dry.
8.10.5
PVC Sheet/Tile Flooring
PVC floor covering shall be of either unbaked homogeneous flexible type in the
form of sheets/tiles conforming to BIS: 3462 or homogeneous PVC asbestos tiles
conforming to BIS: 3461.
The surface of the sheet/tiles shall be free from any physical defects such as pores,
blisters, cracks etc. which affects the appearance and serviceability. Tiles/sheets
shall meet with the tolerance limits in dimensions specified in the BIS. Contractor
shall submit the test certificates, if so desired by the Engineer-in-Charge.
Each tile/sheet shall be legible and indelibly marked with the name of the
manufacturer of his trade mark, BIS certificate mark, and batch number.
The adhesive to be used for laying the PVC flooring shall be rubber based and of
the make as recommended and approved by the manufacturer of PVC sheets/tiles.
Contractor
Witness
Executive Engineer
221
PVC floor covering shall be provided over an under bed of cement concrete floor
finish over the base concrete or structural slab. It is essential that the sub-floor and
the under bed are perfectly dry before laying the PVC flooring. This shall be
ensured by methods of testing as stipulated in Appendix-A of BIS : 5318.
The surface of the under bed shall have toweled finish without any irregularities
which creates poor adhesion. Surface shall be free of oil or grease and thoroughly
cleaned of all dust, dirt and wiped with a dry cloth.
PVC sheets/tiles shall be brought to the temperature of the area in which they are
to be laid by stacking in a suitable manner within or near the laying area for a period
of about 24 hours. Where air-conditioning is installed, the flooring shall not be laid
on the under bed until the A/C units have been in operation for at least 7 days.
During this period, the temperature range shall be between 20 degree C and 30
degree C and this shall be maintained during the laying operations and also for 48
hours thereafter.
Metallic edge strips shall be used to protect the edges of PVC sheets/tiles which
are exposed as in doorways/stair treads.
Hot sealing of joints between adjacent PVC sheet flooring to prevent creeping of
water through the joints shall be carried out, using special equipment as per
manufacture’s instructions.
8.10.6
Granite Topping
Floor Hardener topping shall be provided either as integrally finished over the
structural slab/grade slab or laid monolithically with the concrete granolithic floor
finish on top of hardened concrete base of 40mm thickness.
Floor hardener of the metallic or non-metallic type suitable for the performance of
normal/medium/heavy duty function of the floor, the quantum of ingredients and the
thickness of topping shall be as specified in the respective items of work prepared
by the contractor.
For monolithic application with the floor finish/slab the thickness of the layer shall be
12mm. The topping shall be laid within 2 to 3 hours after concrete is laid when it is
still plastic but stiffened enough for the workmen to tread over it by placing planks.
The surface for the concrete layer shall be kept rough for providing adequate bond
for the topping. Laitance shall be removed before placing the topping. The topping
shall be screed and thoroughly compacted to the finished level. Trowelling to
smooth finish also to be carried out. After the surface has hardened sufficiently, it
shall be kept continuously moist for at least 10 days.
Contractor
Witness
Executive Engineer
222
The procedure for mixing the floor hardener topping shall be as per manufacturer’s
instructions.
Surface shall be prevented from any damages due to subsequent building
operations by covering with 75mm thick layer of sand.
8.10.7
Acid Resisting Brick/Tiling Work
The ceramic unglazed vitreous acid resisting tiles shall conform to the requirements
of BIS:4457. Acid resistant bricks shall conform to the requirements of BIS:4860.
The finished tile/brick when fractured shall appear fine grained in texture, dense
and homogeneous. Tile/brick shall be sound, true to shape, flat, free from flaws and
any manufacturing defects affecting their utility. Tolerance in dimensions shall be
within the limits specified in the respective BIS.
The tiles/bricks shall be bedded and jointed using chemical resistant mortar of the
resin type conforming to BIS:4832(Part II). Method of usage shall generally be as
per the requirements of BIS:4443.
The mortar joins shall be cured for a minimum period of 72 hours with 20 to 25%
hydrochloric acid or 30 to 40% sulphuric acid. After acid curing, the joints shall then
be washed with water and allowed to thoroughly dry. The joints shall then be filled
with mortar to make them smooth and plane. Acid curing is not required to be
carried out if epoxy or polyester and furnace type of resin is used for the mortar.
Resin mortars are normally self curing. The area tiled shall not be put to use before
48 hours in case epoxy, polyester and furnace type of resin is used for the mortar. If
phenolic or cashew nut shell liquid resin is used for the mortar, the area tiled shall
not be put to use for 7 to 28 days respectively, without heat treatment. This period
shall be 2 to 6 days respectively, if heat treatment is given with infrared lamp.
8.11
Epoxy Lining Work
The epoxy resin and hardener formulation for laying of joint less lining work in floors
and walls of concrete tanks/trenches etc. shall be as per the requirements of BIS:
9197.
8.12
Cement Plastering Work
The proportions of the cement mortar for plastering shall be 1:4 (one part of cement
to four parts of sand). Cement and sand shall be mixed thoroughly in dry condition
and then just enough water added to obtain a workable consistency. The quality of
water and cement shall be as per relevant BIS standards. The quality and grading
of sand for plastering shall conform to BIS : 1542.
Preparation of surfaces and application of plaster finished shall generally conform
to the requirements specified in BIS : 1661 and BIS : 2402.
Contractor
Witness
Executive Engineer
223
Plastering operations shall not be commenced until installation of all fittings and
fixtures such as door/window panels, pipes, conduits etc. are completed.
All joints in masonry shall be raked as the work proceeds to a depth of
10mm/20mm for brick/stone masonry respectively with a tool made for the purpose
when the mortar is still green. The masonry surface to be rendered shall be washed
with clean water to remove all dirt, loose materials etc. Concrete surfaces to be
rendered shall be roughed suitably by hacking or bush hammering for proper
adhesion of plaster and the surface shall be evenly wetted to provide the correct
suction. The masonry surfaces should not be too wet only damp at the time of
plastering. The sampness shall be uniform to get uniform bond between the plaster
and the masonry surface.
a)
Interior plain faced plaster
This plaster shall be laid in a single coat of 20mm thickness. The mortar
shall be dashed against the prepared surface with a trowel. The dashing of
the coat shall be done using a strong whipping motion at right angles to the
face of the wall or it may be applied with a plaster machine. The coat shall
bet trowelled hard and tight forcing it to surface depressions to obtain a
permanent bond and finished to smooth surface. Interior plaster shall be
carried out on jambs, lintel and sill faces, etc. as shown in the drawing and
as directed by the Engineer-in-Charge.
b)
Plain Faced Ceiling Plaster
This shall be applied in a single coat of 6mm thickness. Application of
mortar shall be as stipulated in above paragraph.
8.13
Water Proofing Admixtures
Water proofing admixtures shall conform to the requirements of BIS:2645 and shall
be of approved manufacture. The admixture shall not contain calcium chloride. The
quantity of the admixture to be used for the works and method of mixing etc. shall
be as per manufacturer’s instructions and as directed by the Engineer-in-Charge.
8.14
Painting of Concrete, Masonry and Plastered Surfaces
8.14.1
Materials
Oil bound distemper shall conform to BIS: 428. The primer shall be alkali resistant
primer of the same manufacture as that of the distemper.
Lead free acid, alkali and chlorine resisting paint shall conform to BIS: 9862.
Colour wash shall be made by addition of a suitable quantity of mineral pigment, not
affected by lime, to the prepared white wash to obtain the shade/tint as approved by
the Engineer-in-Charge.
Contractor
Witness
Executive Engineer
224
All the materials shall be of the best quality from an approved manufacturer.
Contractor shall obtain prior approval of the Engineer-in-Charge for the brand of
manufacture and the colour/shade. All materials shall be brought to the site of
works in sealed containers.
8.14.2
Workmanship
Contractor shall obtain the approval of the Engineer-in-Charge regarding the
readiness of the surfaces to receive the specified finish, before commencing the
work on painting. Painting of new surfaces shall be deferred as much as possible to
allow for thorough drying of the sub-strata.
The surfaces to be treated shall be prepared by thoroughly brushing them free from
dirt, mortar droppings and any loose foreign materials. Surfaces shall be from oil,
grease and efflorescence. Efflorescence shall be removed only by dry brushing of
the growth. Cracks shall be filled with Gypsum. Workmanship of painting shall
generally conform to BIS:2395.
8.15
White Wash
The prepared surfaces shall be wetted and the finish applied by brushing. The
operation for each coat shall consist of a stroke of the brush first given horizontally
from the right and the other from the left and similarly, the subsequent stroke from
bottom upwards and the other form top downwards, before the first cot dries. Each
coat shall be allowed to dry before the next coat is applied. Minimum of 2 coats
shall be applied unless otherwise specified. The dry surface shall present a uniform
finish without any brush marks.
8.16
Colour Wash
Colour wash shall be applied in the same way as for white wash. A minimum of 2
coats shall be applied unless otherwise specified. The surface shall present a
smooth and uniform finish without any streaks. The finished dry surface shall not
show any signs of peeling/powdery and come off readily on the hand when rubbed.
8.17
Cement Paint
The prepared surfaces shall be wetted to control surface suction and to provide
moisture to aid in proper curing of the pain. Cement paint shall be applied with a
brush with stiff bristles. The primer coat shall be a thinned coat of cement paint. The
quantity of thinner shall be as per manufacturer’s instructions. The coats shall be
vigorously scrubbed to work the paint into any voids for providing a continuous paint
film free form pinholes for effective water proofing in addition to decoration. Cement
paint shall be brushed in uniform thickness and the covering capacity for two coats
on plastered surfaces shall be 3 to 4 Kg/sqm. A minimum of 3 coats of the same
colour shall be applied. At least 24 hours shall be left after the first coat to become
Contractor
Witness
Executive Engineer
225
sufficiently hard before the second coat is applied. The painted surfaces shall be
thoroughly cured by sprinkling with water using a fog spray at least 2 to 3 times a
day. Curing shall commence after about 12 hours when the paint hardens. Curing
shall be continued for at least 2 days after the application of final coat. The
operations for brushing each coat shall be as detailed above.
8.18
Oil bound distemper
The prepared surfaces shall be dry and provided with one coat of alkali resistant
primer by brushing. The surface shall be finished uniformly without leaving any
brush marks and allowed to dry for at least 48 hours. A minimum of two coats of oil
bound distemper shall be applied, unless otherwise specified. The first coat shall be
of a lighter tint. At least 24 hours shall be left after the first coat to become
completely dry before the application of the second coat. Broad, stiff, double
bristled distemper brushed shall be used for the work. The operations for brushing
each coat shall be as detailed above.
8.19
Acid, Alkali Resisting Paint
A minimum of 2 coats of acid/alkali resisting paint shall be applied over the
prepared dry surfaces by brushing. Primer coat shall be as per manufacturer’s
instructions.
8.20
Acrylic Emulsion Paint
Acrylic emulsion paint shall be applied in the same way as for plastic emulsion
paint. A minimum of 2 finishing coats over one coat of primer shall be provided
unless otherwise specified.
8.21
Painting and Polishing of Wood Work
8.21.1
Materials

Wood primer shall conform to BIS : 3536.

Filler shall conform to BIS : 110

Varnish shall conform to BIS : 337

French Polish shall conform to BIS : 348

Synthetic enamel paint conform to BIS : 2932
All the materials shall be of the best quality from an approved manufacturer.
Contractor shall obtain prior approval of the Engineer-in-Charge for the brand of
manufacture and the colour/shade. All materials shall be brought to the site of
works in sealed containers.
8.21.2
Workmanship
The type of finish to be provided for woodwork of either painting or polishing, the
number coats, etc. shall be as specified in the respective items of work to be
prepared by the contractor.
Contractor
Witness
Executive Engineer
226
Primer and finish paint shall be compatible with each other to avoid cracking and
wrinkling. Primer and finish paint shall be from the same manufacturer.
Painting shall be either by brushing or spraying. Contractor shall procure the
appropriate quality of paint for this purpose as recommended by the manufacturer.
The workmanship shall generally conform to the requirements of BIS: 2338(Part I).
All the wood surfaces to be painted shall be thoroughly dry and free from any
foreign matter. Surfaces shall be smoothened with abrasive paper using it across
the grains and dusted off. Wood primer coat shall then be applied uniformly by
brushing. The number of primer coats shall be as specified in the item of work to be
prepared by the contractor. Any slight irregularities of the surface shall then be
made-up by applying an optimum coat of filler conforming to BIS:110 and rubbed
down with an abrasive paper for obtaining a smooth surface for the undercoat of
synthetic enamel paint conforming to BIS:2932. Paint shall be applied by brushing
evenly and smoothly by means of crossing and laying off in the direction of the
grain of wood. After drying, the coat shall be carefully rubbed down using very fine
grade of sand paper and wiped clean before the next coat is applied. At least 24
hours shall elapse between the application of successive coats. Each cot shall vary
slightly in shade and this shall be got approved by the Engineer-in-Charge. The
number of coats of paint to be applied shall be as specified in the item of work to be
prepared by the contractor.
All the wood surfaces to be provided with clear finished shall be thoroughly dry and
free from any foreign matter. Surfaces shall be smoothened with abrasive paper
using it in the direction of the grains and dusted off. Any slight irregularities of the
surface shall be made up by applying an optimum coat of transparent liquid filler
and rubbed down with an abrasive paper for obtaining a smooth surface. All dust
and dirt shall be thoroughly removed. Over this prepared surface, vanish
conforming to BIS:337 shall be applied by brushing. Varnish should not be
retouched once it has begun to set. Staining if required shall be provided as
directed by the Engineer-in-Charge. When two coats of varnish is specified the
prepared surfaces of wood shall be applied with the polish using a pad of woolen
cloth covered by a fine cloth. The pad shall be moistened with polish and rubbed
hard on the surface in a series of overlapping circles to give an even finish over the
entire area. The surface shall be allowed to dry before applying the next coat.
Finishing shall be carried out using a fresh clean cloth over the pad, slight
dampening with methylated spirit and rubbing lightly and quickly in circular motions.
Contractor
Witness
Executive Engineer
227
The finished surface shall have a uniform texture and high gloss. The number of
coats to be applied shall be as specified.
8.22
Painting of steel work
8.22.1
Materials

Zinc chrome primer shall conform to BIS : 2074

Synthetic enamel paint shall conform to BIS:2932

Aluminum paint shall conform to BIS : 2339
All the material shall be of the best quality from an approved manufacturer.
Contractor shall obtain prior approval of the Engineer-in-Charge for the brand of
manufacture and the colour/shade. All the materials shall be brought to the site in
sealed containers.
8.22.2
Workmanship
Painting work shall be carried out only on thoroughly dry surfaces. Painting shall be
applied either by brushing or by spraying. Contractor shall procure the appropriate
quality of paint for this purpose as recommended by the manufacturer. The
workmanship shall generally conform to the requirement of BIS: 1477(Part 2).
The type of paint number of costs etc. shall be as specified in the respective items
of work.
Primer and finish paint shall be compatible with each other to avoid cracking and
wrinkling. Primer and finish paint shall be from the manufacturer.
All the surfaces shall be thoroughly cleaned of oil, grease, dirt, rust and scale. The
methods to be adopted using solvents, wire brushing, power tool cleaning etc. shall
be as per BIS: 1477(Part-1) and as indicted in the item of work.
It is essential to ensure that immediately after preparation of the surfaces; the first
coat of red oxide-zinc chrome primer shall be applied by brushing and working it
well to ensure a continuous film without holidays. After the first coat becomes hard
dry, a second coat of primer shall be applied by brushing to obtain a film free from
‘holidays’. After the second coat of primer is hard dry, the entire surface shall be
wet rubbed cutting down to a smooth uniform surface. When the surface becomes
dry, the under cost of synthetic enamel paint of optimum thickness shall be applied
by brushing with minimum of brush marks. The coat shall be allowed to hard dry.
The under coat shall then be wet rubbed cutting down to a smooth finish, taking
adequate care to ensure that at no place the undercoat is completely removed. The
surface shall then be allowed to dry.
Contractor
Witness
Executive Engineer
228
The first finishing coat of paint shall be applied by brushing and allowed to hard-dry.
The gloss from the entire surface shall then be gently removed and the surface
dusted off. The second finishing coat shall then be applied by brushing.
At least 24 hours shall elapse between the application of successive coats. Each
coat shall vary slightly in shade and this shall be got approved by the Engineer-inCharge.
8.23
General requirements:
All the building and structure works shall generally comply with the following
Requirements:
(i.)
All building works shall be reinforced concrete frame work with concrete floors and
roofs.
(ii.)
All internal partition walls except for toilet shall be in 230 mm thick brick masonry built
in cement mortar 1:5 with transoms and mullions as in (2) above. Toilet partition walls
shall be in 115 mm thick brick masonry built in cement mortar 1:4 and shall have
transoms and mullions similar to (2) above and shall from panels not exceeding 1200
mm x 1200 mm in size.
(iii.) Toilet floor slab shall be filled with brick bat coba (broken bricks in lime) and provided
with waterproofing.
(iv.) The finished floor level in toilet areas shall be 25 mm below general finished floor
level else where in building.
(v.)
All staircase shall have 25 mm thick chequred mosaic tiles for treads and 25 mm thick
plain mosic tiles of approved shade for riser set in cement mortar or lime mortar to
give an overall thickness of 50 mm.
(vi.) All floor cut outs and cable ducts, etc shall be covered with pre cast concrete cover in
outdoors areas and mild steel chequered plates of adequate thickness in indoor
areas. All uncovered opening shall be protected with galvanized MS hand railing .
(vii.) All staircase shall be provided with SS galvanized and SS hand railing for protection.
(viii.) For the entire finished roof surface shall have adequate slope to drain quickly the
rainwater to rainwater down take inlet points.
(ix.) For roofing drainage, CI rainwater down takes with CI bell mouth and MS grating at
top shall be provided. For roof areas up to 40 sqm minimum two nos. 100 mm
diameter down take pipes shall be provided. For every additional area of 40 sqm or
part thereof, at least one no. 100 mm diameter down take pipe shall be provided.
Contractor
Witness
Executive Engineer
229
(x.)
Top roofing of chajjas and canopies shall be made water proof by providing a screed
layer of adequate slope or application of an approved roof membrane and sloped to
dram the rainwater.
(xi.) All doors, windows and ventilators shall have lintels above. Chaija protection to lintels
on external walls shall be such as to prevent the rainwater splashing into the building.
The minimum width of chajja for doors, windows, and rolling shutter shall be 750 mm,
600 mm, and 900 mm respectively.
(xii.) All windows and ventilators shall have 25 mm thick Tandoor/ Kota stone still bedded
in cement mortar (1:3)
(xiii.) All concrete channels and ducts use for conveying liquid shall have inside width, be
less than 500 mm. All open channels shall be provided with hand railing. All such
channels, which are more than 1000 mm above finished plot level, shall provided with
walkways for access.
(xiv.) Kerbs to be provided below the hand railing on the catwalks/pathways should be per
relevant sections of Factor Act.
(xv.) Wherever equipment and machinery are to be moved for inspection, servicer
replacement etc. suitable movable gantry of minimum capacity of 2 tons or more
required shall be provided with monorail and operating equipment.
(xvi.) The design of building shall reflect the climatic conditions existing on site. Prose
building shall be as far as is possible permit the entry of natural light.
(xvii.) The Laboratory, Chlorine House and office building shall be provided with a sink with
two drinking water taps of 20 mm size with adequate inlet and out connections.
(xviii.) The sidewalls of building shall, except those for storage and handling Chlorine gas
comprise at least 15% ventilation areas. Ventilated brick work louvers shall not be
used where the ingress of driven rain could affect plant or stored materials.
(xix.) All walkways, staircase, platforms etc, shall be minimum 1200 mm wide and will
provided with hand railing on one or both sides as required.
(xx.) All hardware fittings and fixtures for doors, windows and louvers (e.g. Hinges, locks,
latches, stay doorstops, door closers, floor springs) shall be heavy matching to the
size and weight of the door window/ventilator shutter. These operate easily without
hindrance secure properly without jamming require nominal maintenance durable
under prevailing site/ weather conditions.
(xxi.) Suitable steps and / or ramp with overhead RCC Canopy shall be provided as
requirement, at the entrances of the buildings.
(xxii.) 1000mm wide Plinth Protection (apron) shall be provided all around Building/ sheds.
Contractor
Witness
Executive Engineer
230
9.0
VALVE CHAMBERS
The valve chamber shall be provided to house the different valves. A leveling course of
150mm thick PCC(M-10) shall be provided at the base. The walls of chambers shall be
constructed in brick or grade specified in IS 456 and 150mm thick CC(M-20) shall be
provided in the chamber at the bottom.
The roof of valve chamber shall be of RCC two way slab with two clear opening of size and
covered with Ferro Cement cover sheet with cast iron frame and having lock and key
arrangement to facilitate removal of appurtenance by crane/chain pulley blocks for
maintenance through larger opening and valve operation through a smaller opening. The
walls shall be designed to withstand lateral earth pressures. The roof and slabs shall be
designed to withstand load as per IS:875. Pre-cast removable Ferro cement covers shall
be provided in the center portion of the chamber roof and a manhole size 900mm x 900mm
having locking arrangement is to be provided to provide access within the chamber.
The roof of scour valve chamber shall have manhole of size 900x900mm foe entry and
maintenance purpose.
Wherever longitudinal forces can occur due to closing of a isolating valve/scour valve,
these have to be taken into account by anchoring the valve either in an anchor block or
against the walls of the chamber. The same applies for reducers and tees installed in
chambers. The forces have to be calculated with the maximum pressure, which can occur
due to hydraulic, static or transient conditions. The minimum force has to correspond to a
pressure of 2 bar. The calculations for the dimensions and the type of such anchoring and
the clamps have to be approved by the Engineer-in-Charge. The backfill of the chambers
has to be compacted to required density.
Contractor
Witness
Executive Engineer
231
SECTION – 9
GENERAL
SPECIFICATIONS
FOR
ELECTRICAL,
MECHANICAL
&
INSTRUMENTATION
WORKS
Contractor
Witness
Executive Engineer
232
GENERAL SPECIFICATIONS FOR ELECTRICAL, MECHANICAL & INSTRUMENTATION
WORKS
1.0
GENERAL
All the E&M works shall be carried out as per latest department Electrical Specifications
with up to date corrections slips issued up to the date of submission of bid. In case the
department specifications are not found applicable and adequate than the relevant BIS
specifications shall be used. Further in case any of these are not applicable to particular
tools, Equipments and machinery, then the manufacturer’s specifications or their relevant
instructions shall be followed.
2.0
Lighting System
2.1
Drawings and Data
a)
The contractor shall furnish relevant descriptive and illustrative literature on lighting
fixtures and accessories dimensioned drawings/data for the respective lighting fixtures with
manufacture’s catalogue numbers.
b)
It shall be the responsibility of the contractor to work out a detailed layouts in order
to provided the level of installations as indicated under design Criteria and shall be
furnished for the approval of the Engineer-in-charge before commencement of installation.
General Requirements
The Lighting system includes the following items:i)
Lighting fixture complete with Lamps and accessories
ii)
Lighting system equipment

Light control switches, receptacle units with control switch units, lighting wires,
conduits and other similar items necessary to complete lighting system.
3.0

Lighting fixture supports and street lighting poles.

Lighting main distribution board, lighting panels.
iii)
Multi core cable for street, boundary and flood lighting
iv)
Provision of automatic on-off road switches through solar system.
Design Requirements
It shall be responsibility of the contractor to work out a detailed layout for different
units/areas in order to provide the levels of illumination as indicated in the design
requirement above. The contractor shall be responsible for measuring the levels of
illumination after installation and establish compliance with the specification.
i)
The Executive Engineer Public Health Engineering Division No 3 Bhiwani reserves
the right for pre-dispatch inspection of Equipment at the manufacture’s place in India or abroad by
the representatives of the board and consultants along with contractor or his/their representatives.
The total cost of to & fro by Air or any other better conveyance charges, wherever the air routes
Contractor
Witness
Executive Engineer
233
are not available, boarding and lodging etc shall be borne by the contractor. In case the
equipments are not found suitable for dispatch or whatsoever the defects may by and another
inspection is required that visit also shall be arranged and borne by the contractor. The department
shall not entertain any request on this account, even such inspection may be one or more, as may
be required, before the dispatch of the Equipments. The discrepancies of such equipments as
pointed out by the representatives of the department and the shall be rectified at the cost of the
contractor or the Manufacture and the department shall not hold any liability on this account, what
so ever may be.
ii)
A mutually agreed quality assurance plan will be developed which provides for
inspection and certification by department at specified times during the manufacture and
fabrication of such items. All coats for independent inspection or testing will be borne by
the contractor, and the contractor shall be fully responsible to ensure that adequate
provision are made in his tendered rates to cover independent inspections and testing for
the following equipments and machineries to be incorporated in the Permanent works
SNo
Name of the Equipment
1
Pumps
Stages of Inspection
1
Review of material test certificate for pump casing,
bowls, shaft, impeller bearings, columns pipe etc.
2
Review of heat treatment certificate if any
3
Dynamic balancing or rotating parts/impeller
4
Examination of the shaft
5
Hydro test of casing
6
Performance test at 49Hz and 50 Hz frequency
including vibration measurement covering following
tests
i) Capacity in LPM/LPS
ii) Delivery Head in mtrs
iii) Efficiency at the specified duty
iv) Power absorbed by the pump at the specified duty
v) N.P.S.H required.
vi) Maximum power required by the pump.
vii) Shut off Head of the pump
viii) Discharge of the pump when only on pump is
operated in the system.
ix) Delivery pressure when only on pump is operated in
the system
Contractor
Witness
Executive Engineer
234
SNo
Name of the Equipment
Stages of Inspection
x) Power absorbed by the pump when only one pump
is operated in the system
xii) Visual and dimensional check
xiii) Strip test
xiv) Speed test at 49 Hz and 50 Hz frequency
2
Motors
1.
Dynamic balancing of rotor and visual examination of
rotor assembly.
2
Visual inspection and testing of stator assembly.
3
Review of Test Certificate for conductor, Stator Coils,
shaft Bearings etc
4
Routine test no load x load test vibration measurement
as per IS
3
5
Verification of type test report
6
Visual and dimensional check.
Switch Gear and Electrical 1
Visual and dimensional check
Panels
2
Verification of bill of materials.
3
Functional Test.
4
H.V/I.R Test
5
Verification of type test reports
6
Voltage ratio, burden class, induced high voltage,
applied high voltage test for potential transformers
7
Current ratio, burden, class of accuracy, test for
current transformers.
8
Rate symmetrical breaking capacity, rated making
capacity, rated short time current, auxiliary voltage for
release coils, impulse with standard voltage test for
Switch Gear Panels.
9
4
Transformer
Test results of Relay provided.
Visual inspection dimensional check and verification of
bill of materials.
Iron losses and copper losses test at 90% of the rated
voltage 100% rated voltage and 110% of the rated
voltage.
Resistance voltage test at HV side and L.V side
Routine tests as per IS 2026
Contractor
Witness
Executive Engineer
235
SNo
Name of the Equipment
Stages of Inspection
Verification of type results, temperature rise, impulse
test, insulting oil test etc.
5
Capacitor
All routine and type test as per IS 2834 such as
sealing test, test for output / capacitance, insulation
resistance test between terminals. Containers and loss
angle measurements, test for efficiency of discharge
divide, test for dielectric loss angle, thermal stability
test, self healing test, voltage test between terminals.
6
Cables
1
Visual Inspection and dimensional check.
Routine test as per IS 1554
Insulation test, resistance test, current rating test, star
reactance test, star capacitance test, short circuit
current test, voltage drop test.
7
Valves
Visual and dimensional check
Review of material test certificate for valve body and
internal parts.
Operational smoothness.
Hydrostatic test/ leakage test as per applicable code.
8
Pipes & specials
1
Visual and dimensional check
2
Review of chemical and physical test certificates as
per the relevant Indian Standard specifications.
3
Hydrostatic pressure test as per the relevant Indian
Standard specifications.
4
Ultrasonic testing of welded joints for MS pipes
5
Checking the integrity of epoxy lining for MS pipes at
joints after laying and jointing pipes.
9
Penstock Gate
1
Visual and dimensional check.
2
Review of chemical and physical test certificates as
per the relevant Indian Standard Specification.
3
Hydrostatic pressure test as per the relevant Indian
standards specifications.
10
DG Set
4
Checking the integrity of epoxy lining.
1
Visual check up
2
All the manufacture test certificates shall be submitted.
If department desires any test, contractor shall arrange
Contractor
Witness
Executive Engineer
236
SNo
Name of the Equipment
Stages of Inspection
to perform the same at no extra cost
11
Compressor / Blower
1
Visual check up
2
All the manufacture test certificates shall be submitted.
If department desires any test, contractor shall arrange
to perform the same at no extra cost
12
Screening Equipment
1
Visual and dimensional check up
2
All the manufacture test certificates shall be submitted.
If department desires any test, contractor shall arrange
to perform the same at no extra cost
13
Aeration
Equipment
Diffuser
14
/ 1
2
Visual check up
Oxygen transfer capacity
Thickening / Dewatering 1
Visual and dimensional check up
Equipment
All the manufacture test certificates shall be submitted.
2
If department desires any test, contractor shall arrange
to perform the same at no extra cost
15
Sedimentation units
1
Visual and dimensional check up
2
All the manufacture test certificates shall be submitted.
If department desires any test, contractor shall arrange
to perform the same at no extra cost
16
17
EOT Crane
Actuators
1
Visual and dimensional check
2
Load test at 25% in excess of rated load
3
Test for deflection
4
Test for lifting speed.
1
Visual and dimensional check
2
Speed for actuation
3
All the manufacture test certificates shall be submitted.
If department desires any test, contractor shall arrange
to perform the same at no extra cost
18
Motors
and
Reduction 1
Gears
Visual and dimensional check
2
Test for speed
3
All the manufacture test certificates shall be submitted.
If department desires any test, contractor shall arrange
to perform the same at no extra cost
19
PLC,
Contractor
Automation
Field 1
Visual and dimensional checkup
Witness
Executive Engineer
237
SNo
Name of the Equipment
Stages of Inspection
equipments
Checking for suitability in terms of connecting, fitting,
along
with 2
SCADA system
auxiliary voltage, necessary change over contracts.
3
Test certificate of all equipment and performance of
equipment after connecting all controllers at local level
and at remote level through controller.
4
Display in terms of appropriate units and satisfactory
calibration . Any error shall be removed.
5
Coding and addresses of all inputs and outputs
6
Graphical representation alarm generation.
In addition to these the contractor shall carry out test of the other equipment in the presence of
Department engineers and shall submit test certificates for approval.
4.0
GUARANTEE
i
The Contractor shall guarantee all plant and machinery and their equipments
supplied under the contract, including erection and commissioning works, to be suitable for the
application for which it is designed, and against defects due to manufacture or poor workmanship
for a period of 72 months after the date of satisfactory completion of the stipulated trial run period.
The Contractor shall be responsible to replace, free of cost, the whole equipment or parts thereof
which may be found defective during this period, and to ensure the proper working of the
equipment during the guarantee period. In case the contractor fails to repair or replace by
defective equipment & machinery and equipment or part (s) thereof within 30 days from the date of
intimation of any defects by the Engineer-in-charge, the same will be done by the department /
Engineer-in-charge at the contractor’s cost
ii
If it become necessary for the contractor to replace or renew any defective portion
of the plant or equipment under this Sub-Clause, the plant and equipment, so replaced and the
work so renewed shall be guaranteed for a further period of 72 months from the date of
replacement or renewal. Only genuine spare parts are to be used under the supervision and with
approval of Engineer-in-Charge.
5.0
Certificates and Drawings for Electrical Installations.
The contractor shall furnish all the necessary data, drawings, layouts and test certificates
etc as may be required by the power distribution agency and the electrical inspectorate Authorities
in respect of all electrical installations and shall obtain any required approvals or clearances.
Necessary assistance will be given by the department in this respect. It would be obligatory on the
part of the Contractor to obtain such sanctions and approval of the electrical load from the
concerned authorities.
Contractor
Witness
Executive Engineer
238
6.0
Installation of Plants & Machineries
In case of all electrical & Mechanical Equipment, plant & Machinery and fittings etc the
tendered rate shall include the costs of supplying, installation/erection, fixing in position,
testing and commissioning etc at the site of work. No extra charges shall be payable on
this account by the department.
6 sets of completion drawings, complete set of equipment brochures, dimensional details
approved drawings installation manuals, pre commissioning tests, commissioning tests
required to be carried out, shall be kept & made available at site from inspection of
department officers. These sets will be given to Engineer-in-charge before commencement
of supply/erection of equipment.
Contractor
Witness
Executive Engineer
239
SECTION – 10
SPECIAL
SPECIFICATIONS
FOR
ELECTRICAL,
MECHANICAL
&
INSTRUMENTATION
WORKS
Contractor
Witness
Executive Engineer
240
SPECIAL SPECIFICATIONS FOR ELECTRICAL, MECHANICAL & INSTRUMENTATION
WORKS
1.0
1.1
MANUAL & MECHANICALLY OPERATED FINE BAR SCREENS
Manual Bar screen
The manual bar screen will be of opening not more than 10 mm for FINE screen and inclination
about 60° with respect to horizontal. Specifications for Manually raked screen shall be as under.
The trash screen shall be rectangular in shape. The screen shall be fabricated out of stainless
steel SS 304 of not less than 8 mm thick and 50 mm wide in section. The assembly (bars and
frames by using ISLC, 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.
1.2
Belt Conveyor
The conveyor shall be common to the mechanical and manual screens. The conveyor system
shall be a combination of a horizontal conveyor and upward inclined conveyor (if required) and
shall have a capacity to transfer the maximum screenings anticipated at the peak flow. The
conveyor provided for discharge of screenings shall be inter-locked with all the screenings
discharging on to the conveyor so that it operates when the screenings are discharged on to it and
stops automatically after a time lag when the screen stops discharging the screenings on top the
conveyor.
Conveyor type
Horizontal
Capacity
To handle screenings of peak flow
Speed
15 m / minute (maximum)
Type
Troughed
Belt
3 ply Z duck, 3 mm top, 1.5 mm
bottom, rubber cover CR M –24
1.3
Mechanical Bar Screens
GENERAL :
Mechanically operated step Screen completely made of Stainless Steel having 6 mm 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
materials 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 conveyor without employing any external mechanism / rake mechanism.
Contractor
Witness
Executive Engineer
241
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.
SCOPE :
Design, Supply, Installation, Testing & Commissioning of screening equipment consisting of
following:
Mechanized step screen having 6mm spacing between bars and suitable for installation at an
inclination of 40 degrees in channel.
Level sensing instrument connected to control panel for automatic operation of screen mechanism
and allied accessories.
Local control panel installed near screen.
Belt/screw conveyor to discharge the screened material of the screen to the waste bin.
SPECIFICATION :
Material of construction:
The fixed as well as movable bars, mechanism, support frame, fixings discharge 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 a 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 screenings from
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 pre-set limit and it 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
242
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 50Hz + 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 sensors.
Selector Switch to operate the screen on JOG mode
TESTING
The Fine bar screen shall be Factory assembled and subjected to following tests at the
manufacturer’s premises.
Dimensional Check: The overall dimensions of the screen shall be conforming to the approved
drawings.
Operational Test: The complete screen including its mechanism, Electro-motor/hydraulic operating
mechanism level probing system and control panel shall be integrated and mechanically operated
to verify free movement and satisfactory working.
2.0
2.1
MECHANICAL DETRITOR
Working Principle
A compact grit plant consists of a Square Grit Settlement Chamber with scrapers, reciprocating
type mechanical classifier, and organic return screw pump. The grit chamber is designed on the
principle of differential sedimentation.
By producing suitable conditions of flow and retention time, the grit particle contents in a sewage
flow can be separated from the putrescible organic matter and settled out of the flow by virtue of its
higher settling velocities leaving bulk of organic matter in suspension. The bottom scour velocity of
scraper is so adjusted that the organic particles, if settled any, are re-suspended back in the
sewage and the grit is pushed towards the opening of the classifier at the bottom level.
The Classifier, during its reciprocating action, washes the grit and pushes it towards the upper
delivery end of the classifier from where the washed grit is released on scrapers or trolleys for
further disposal. In the reciprocating classifier, there are no movable parts
under the sewage and thus there is very negligible wear of the components.
Contractor
Witness
Executive Engineer
243
The Organic return pump (screw pumps) returns the washed organic material from the grit back to
the grit chamber and the same is kept in suspension and passed on further for treatment.
2.2 Units of Mechanical Grit Removal System (Detritor)
The Detroiter mechanism for grit removal comprises of Detroiter proper, classifier and organic
return screw pumps. Detroiter tank is fitted with reciprocating classifier on one side in an inclined
position.
Detroiter mechanism will comprise of central drive located over RCC / MS bridge along with handrails and central drive shaft will be guided at the lower end in the guide bearing. Scrapers will be
connected to the lower end of the shaft and MS epoxy painted squeezes will be provided on the
scrapers in such a way so as to push the grit towards
circumference and subsequently to push through the opening to the bottom end of the classifier.
Detroiter drive shall be of suitable rating and overload protection by way of shearing pin
arrangement. Turning vanes for flow control in Detroiter shall be provided to obtain uniform
velocity gradient.
Classifier will have reciprocating rake mechanism driven through link mechanism for rendering
reciprocating action and link mechanism will be driven by suitable motor through geared drive.
Classifier will have raking stroke adjustment feature.
2.3 Organic return pump
Organic return pump will be located by the side of classifier so as to return organic back
to the Detroiter. The organic mixer will have specifically designed impellers to create washing
action and a suitable motor through worm gear drive will drive the mixer.
3.0
RETURN ACTIVATED SLUDGE PUMPS & SURPLUS ACTIVATED SLUDGE PUMPS
Return sludge pumps shall pump the return sludge from the SBR Reactor (main) to Selector Zone.
Surplus Activated Sludge Pumps shall pump the sludge to sump. Pumps shall be submersible type
of non –clog design. They shall be suitable for pumping soft solids of size 80 mm. Only pumps with
maximum 960 rpm shall be provided.
In addition to this, the pumps shall be fitted with a special
tearing system on the suction side for tearing soft solid material. The impeller shall be of a nonclog design with smooth passage and solid handling capability of 40-mm size. Maintenance-free
anti- friction bearing, deep grooved permanently greased filled ball bearings shall be provided to
take care of all the axial and radial forces at any point of operation. The pump installation design
shall be such as to facilitate automatic installation and removal of the pumps without having to
Contractor
Witness
Executive Engineer
244
enter into the sewage pit. 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. The cables must be leak tight with respect to liquids and firmly attached to the
terminal block. The motor shall be designed for non-overloading characteristics. There shall be
thermal protection against overheating of the motor winding. The pump design shall ensure that
seal does not come directly in contact with the liquid being pumped as well as cooling / lubrication
by oil is provided. The moisture sensor of the tripping unit shall be located inside the oil chamber.
The pump unit shall be supplied along with the special duck foot bend, flanged elbow, lifting chain
with shackles, enough guide wire / pipe, sufficient tough rubber sheeted water proof cable, as well
as stainless steel foundation bolts and nuts.
Alternatively pump unit can be with SS wire rope
guiding system and pedestal cart integrated with the discharge head.
Reverse Rotation
The pump shall be designed to operate safely in the reverse direction of rotation, due to
wastewater returning through the pump.
PUMP CONSTRUCTION
(a) Pump Casing
The pump casings shall be of cast iron and conform to IS: 210 Gr FG 260. The internal surfaces
shall be free of rough spots. The casing shall have centre line discharge.
(b) Impellers
The material of impellers shall be as specified and they shall be of the single vane type. They shall
be dynamically balanced. The leading edge of the vanes shall be rounded and cut back to prevent
rags, stringy material etc. from impinging on the impeller vanes.
(c) Pump Shaft
The pump shaft shall be hard chrome plated alloy steel or stainless steel. The shaft shall be of
one-piece construction.
(d) Pump Bearings
Pump bearings shall be of the antifriction type. The bearings shall be able to take normal axial
thrust loads due to unbalanced hydraulic loads on the impellers plus the weight of all rotating parts
of the pumps. Pump bearings shall be designed with a minimum life of 40,000 hours. The bearings
shall be grease lubricated for life and shall be maintenance free
(e) Guide Arrangement
The assembly may have C.I. pedestal, bracket, delivery bend, SS 316, guide rail pipe, upper guide
rail holder, etc complete. The pedestal and bracket may provide automatic coupling between pump
delivery and discharge bend. Alternatively, the guiding system can be with S.S. wire rope and the
pedestal cast integrated with the discharge bend.
Contractor
Witness
Executive Engineer
245
(f) Mechanical Seals:
A double mechanical seal of approved type shall be provided to prevent pumped liquid entering
into the motor winding. The seals shall be running in oil bath. The oil bath shall have moisture
sensors to sense water leakage. The sensors shall be used for tripping the pump and also for
alarm.
(g) Pump Balance:
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 set
forth in the latest edition of Indian Standards. At the operating speed, the ratio of relative speed to
the critical speed of the unit or its components shall be less than 0.8 or more than 1.3.
(h) Lifting chain
Each pump shall be provided with galvanized steel lifting chain of suitable capacity. One end of the
chain shall be attached to the pump and the other end fixed near the upper bracket for guide rail /
wire rope assembly, by means of GI D shackle. The chain shall have GI rings fixed at an interval of
about 1 meter for engaging the hook of the chain pulley block.
(i) Submersible Cable
Each pump shall be provided with submersible cables of equal length for power and control so that
the pump positions can be interchanged with each other. The cable shall be terminated in a
common weatherproof junction box.
(j) Moisture Sensor
The moisture sensor shall be provided in the oil chamber to detect the failure of the mechanical
seal.
(k) Motor
The motor shall be integral part of the pump. The enclosure for motor shall be IP-68. Each phase
of the motors shall be provided with thermistor. The motor winding shall be suitable for star
delta/soft starter. The motor shall be designed for minimum 10 starts/stops per hour, irrespective
of whether it is DOL start or otherwise.
Materials of construction:
Pump casing
: CI IS: 210 Gr FG 260
Discharge casing
: CI IS: 210 Gr FG 260
Impeller
: CF 8 M
Contractor
Witness
Executive Engineer
246
Shaft
: SS AISI 431
Mechanical Seal
: Silicon Carbide
Fasteners
: SS AISI 304.
Protective Coating:
The pumps shall be epoxy painted.
4.0
AIR BLOWERS (AERATION TANK)
The blowers shall be provided for providing adequate oxygen into the reactor tank for aeration.
The air requirements shall be calculated for summer and winter as well as mixing power at 15
Normal cum / minute per 1000 cum of tank volume and the higher duty installed. The summer
sewage temperature shall be taken as 38 degrees C and that in winter at 15 degrees C.
The blowers shall be capable of developing the required total pressure at the rated capacity for
continuous operation. The blowers shall be Twin lobe type. One number VFD drive shall be
provided with each set of blower. Directly coupled design shall be preferred. VFD motors shall be
suitably derated.
The blowers shall be provided with suction air filter, silencer, dead weight pressure relief valve and
pressure gauge and the air delivered shall be clean, dry and oil free. The blower noise level and
velocity of vibration shall be within 90 dB(A) and less than 4.5mm/s at a distance of 1.86 m
respectively. The blower shall be driven by squirrel cage induction motor
The speed of the blowers should not be more than 1500 RPM. The power rating of motor shall be
at least 10% above the maximum power requirement
by the blower. The kW of single blower shall not exceed 220 kW. The blowers shall be mounted at
a level necessary to avoid back flow or siphoning of sewage into the blower. The accessories shall
be complete with common base plate for blower and motor, suction and discharge connection, non
return valve, safety valve, pulley and V- belt guard, eye bolts etc.
Material of construction:
Casing
:
C I conforming to IS: 210 Gr FG 260
Rotor
:
Alloy steel
Shaft
:
Carbon steel C40/EN 24/19
Timing gear
:
Cast alloy steel
Pulley and gear side plates and cover:
CI conforming to IS 210 Gr FG 260
Parameter:
Type
Contractor
Twin lobe
Witness
Executive Engineer
247
Discharge pressure
To suit process requirement
Power transmission
direct drive preferred
Cooling
Air cooled
Code
BS 1571
Tests
No
Tests
Specs
1
Hydrostatic tests
Twice the maximum working pressure
2
Performance test
As per BS : 1571
3
Strip test
Clearances with tolerance limit
4
Mechanical balancing
ISO 1940 Gr. 6.3 or better
5
Visual Inspection
Before painting
5.0
FINE BUBBLE DIFFUSERS
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
manufacturer selected, subject to the condition that sufficient design calculations are attached
along with it and the manufacturer is a standard one having supplied the diffusers to various waste
water treatment plants for at lest two years. The membrane shall be EPDM with size equipment or
more than 500 mm.
5.1 Diffuser Elements
The diffuser elements shall be membrane type and resistant to such ingredients as hydrocarbons,
oil and grease. This shall afford a high oxygen transfer rate coupled with a minimal pressure drop
besides permitting simple erection onto the horizontal air manifold. They shall have minimal
coupling / attachments to the air manifold and shall have self-cleaning properties while in action.
The diffuser unit shall be of corrosion resistant material. The membrane diffusers shall permit
connection to the air manifolds of circular or 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 diffuser per element shall not exceed 60
Nm3/h/m2 of diffuser surface area when installed in the said aeration tanks.
The headers into which the diffusers are fixed shall be of standard UPVC pipe sections of suitable
inner bore and shape with custom fixtures of the diffuser elements as directed by the membrane
manufacturers. 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
Contractor
Witness
Executive Engineer
248
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 thereafter travel horizontally
onto the tank floor. Isolating valves of polypropylene shall be provided upstream of the coupling to
cut off the flow through the specified header for purposes of attending to the diffuser header and
also diffusers.
5.2
Air Supply Piping
The air piping from the blower to the basin header (above water) shall be of MS 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 plane so that they are not
clamped horizontally onto vertical sides of the walls. The clamping shall be so designed as to
permit. “in-situ” screw driven fittings. Breaking open concrete surfaces shall not be permitted. The
air vertical downcomers shall be of SS304 and horizontal Lateral of UPVC.
Two 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 choked one will be attended to and used as spare drop pipe.
6.0 STAINLESS STEEL DECANTERS
The decanting device shall be made of stainless steel. The device shall be capable of decanting
the waste water from top surface. The weir loading of the device shall be as per limit prescribed in
the CPHEEO waste water manual. Decanter mechanism shall be fully automated with PLC
SCADA with essential manual operation in case of failure of PLC SCADA.
7.0
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
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 shall run 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.
Contractor
Witness
Executive Engineer
249
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. They 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 point
(ii)
110 % of maximum power required by the pump from zero discharge to the runoff point
total head
Material of Construction
Type
Screw
Rotor
Alloy Steel / SS 316
Casing
CI
Stator
Synthetic Rubber
Shaft
SS 316
Base plate
CI / MS Epoxy painted
Fastener
SS AISI 304.
Parameters of Pump
Capacity
As per bidder
Head
To pump to Centrifuge
Efficiency
Minimum 30 %
Pump speed
960 rpm (maximum)
Ball passing size
40 mm minimum
Applicable code
Design
IS 6595
Performance
IS 9137
Testing
Material test certificate
Casing, Impeller, Shaft
Hydrostatic test
1.5 times shutoff head or twice the rated
discharge head whichever is greater
Performance test
IS 5120 and IS 9137 at full speed
Mechanical balancing
As per ISO 1940, Gr. 6.3 or better
Contractor
Witness
Executive Engineer
250
Visual inspection
Pump shall be offered for visual inspection before
shipment. The pump components shall not be
painted before inspection
Field Tests
Field performance tests required for satisfactory
operation
8.0
AIR BLOWERS (SLUDGE SUMP)
The blowers shall be provided for providing air mixing through Coarse bubble aeration in the
Sludge Sump. The blowers shall be capable of developing the required total pressure at the rated
capacity for continuous operation. The blowers shall be Twin lobe type.
The blowers shall be provided with suction air filter, silencer, dead weight pressure relief valve and
pressure gauge and the air delivered shall be clean, dry and oil free. The blower noise level and
velocity of vibration shall be within 90 dB(A) and less than 4.5mm/s at a distance of 1.86 m
respectively. The blower shall be driven by squirrel cage induction motor
The speed of the blowers shall be below 1500 rpm. The power rating of motor shall be at least
10% above the maximum power requirement by the blower. The blowers shall be mounted at a
level necessary to avoid back flow or siphoning of sewage into the blower. The accessories shall
be complete with common base plate for blower and motor, suction and discharge connection, non
return valve, safety valve, pulley and V- belt guard, eye bolts etc.
Material of construction:
Casing :
C I conforming to IS: 210 Gr FG 260
Rotor :
Alloy steel
Shaft :
Carbon steel C40/EN 24/19
Timing gear :
Cast alloy steel
Pulley and gear side plates and cover :
CI conforming to IS 210 Gr FG 260
Parameter:
Type
Twin lobe
Discharge pressure
To suit process requirement
Power transmission
Direct drive preferred
Cooling
Air cooled
Code
BS 1571
Tests
S.No.
Contractor
Test
Specs
1
Hydrostatic tests
Twice the maximum working pressure
2
Performance test
As per BS : 1571
Witness
Executive Engineer
251
9.0
3
Strip test
Clearances with tolerance limit
4
Mechanical balancing
ISO 1940 Gr. 6.3 or better
5
Visual Inspection
Before painting
CENTRIFUGE UNIT
Centrifuge shall be capable of handling sludge consisting of minimum 1% solids by weight. The
dewatered cake shall be based on minimum consistency of 20% to 25% by weight dry solids. 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 pond 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- belt arrangement and turbo-coupling shall be provided along with overload
protection device. The wetted parts of Centrifuge shall be stainless steel, 304. The tungsten
carbide lined conveyor 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 epicyclic-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. Interlocking with
centrifuge feed pump, polyelectrolyte dosing pump shall be provided. The noise level shall be 88
dB (A) measured at 1m distance under dry run. The vibration level shall be below 50 micron
measured at pillow blocks under dry run condition. Adequate sound proof shall be carried out for
the housing the centrifuges to ensure that the noise level at 5 m distance from the enclosure is
less than 75 dB (A).
10.0 CHAIN PULLEY BLOCK
Geared Chain Pulley Blocks shall be adopted.. The trolley and chain pulley block shall be hand
driven. The capacity of the trolley and 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 1 tonne. The
travelling trolley shall run on the lower flange of the rolled steel joist. The trolley shall have two
wheels on both sides of the 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
Contractor
Witness
Executive Engineer
252
prevent over travelling. The chain pulley block shall have frame housing gears load sheave, brake
unit, hand chain wheel and load chain wheel shall have hooks on both sides, one fixed with
travelling and other for the load. The frame shall be of welded construction.
The gears shall be of spur type incorporating 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 slings shall be about 3 m long.
The monorail shall be ‘I’ section. The exposed mild steel surfaces shall be enamel painted. The
fasteners shall 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.
11.0
AUTO VALVES
Valve Actuators
General
All actuators shall be motorized type and local controls shall be protected by a lockable cover.
Each actuator shall be adequately sized to suit the application and be continuously rated to suit
the modulating control required. The gearbox shall be oil or grease filled, and. capable of
installation in any position. All operating spindles, gears and head stocks shall be provided with
adequate points for lubrication.
The valve actuator shall be capable of producing not less than 1½ times the required valve torque
considering valve spindle jamming and shall be suitable for at least 5 continuous operation.
The actuator starters shall be integrally housed with the actuator in robustly constructed and totally
enclosed weatherproof housing. The motor starter shall be capable of starting the motor under the
most severe conditions. The entire electrical system shall be tropicalised.
The starter housing shall be fitted with contacts and terminals for power supply, remote control and
remote positional indication, and shall also be fitted with internal heaters so as to provide
protection against damage due to condensation. Heaters shall be suitable for single phase
operation. The heaters shall be switched “ON” when the starters are “OFF” and shall be switched
“OFF” when the starters are “ON”.
Each actuator shall be equipped as follows:
Contractor
Witness
Executive Engineer
253
(a)
AC electric motor with engage/disengage clutch mechanism of the dry type.
(b)
Reduction gear unit (with thrust bearing if required)
(c)
Torque switch mechanism
(d)
Limit switch mechanism
(e)
Geared hand wheel for manual operation of valve.
(f)
Valve position indicator – open/closed
(g)
Auto-Manual lever with suitable locking arrangement
(h)
Valve position transmitter
(i)
Reversing contactor starter complete with overload relays of suitable range and adequately
rated control fuses
(j)
Actuator with integral starter shall have selection between local/remote operation
(k)
Local control switch/push buttons
(l)
415 V/110 V AC control transformer
(m) A white lamp for supervision of main supply to be provided locally.
(n)
A potential free contact shall be provided to annunciate over-load trip/main supply failure
on remote panel
(o)
Provision for local as well as remote operation
Special Features
(a)
Two (2) nos. interposing relays for matching the control voltage of remote commands.
(b)
The motor shall be specially designed for valve operation, combining low inertia with a high
torque and with linear characteristics.
(c)
All motor actuators shall be provided with visible local valve position indicators mounted on
the actuator assembly itself.
(d)
The torque switch shall function to stop the motor on closing or opening of the valve, on
actuation by the torque when the valve disc is restricted in its attempt to open or close. A minimum
of two (2) torque switches, one for closing direction and one for opening direction shall be
provided.
(e)
The non-adjustable limit switches shall stop the motor and give indication when the disc
has attained the fully open or close position. Provision shall be made for indication of stuck or
jammed valve.
(f)
All wiring connections from the various switches shall be brought out on to separate
terminal box mounted on the valve, having liberal space for wiring and making connection.
(g)
The terminal box shall be suitable for outdoor use and shall be weather-proof and dust
tight.
Contractor
Witness
Executive Engineer
254
12.0 ELECTRIC HOISTS
The construction of the hoist, its components, the design, testing and commissioning shall conform
to IS 3832. 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 hoist shall be designed, supplied, installed and tested in conforming to the relevant
Indian standards.
12.1
Construction
A.
Frame
The frame is fabricated from steel sections and is of very robust construction. The traveling trolley
frame shall be made of rolled steel conforming to IS:2062. The side plates of trolley frame shall
extend beyond wheel flanges, thus providing bumper protection for wheels. The two side plates
shall be connected by means of an equalising pin.
B.
Rope Drum
Rope drum is of fabricated mild steel plate or seamless pipe and machined & grooved at working
surface accurately to receive the wire rope in single layer. The Drum is supported on anti-friction
ball / roller bearings.
C.
Rope Guide
A sturdy, specially designed rope guide is provided to guide wire rope in correct grooves while
fitting and lowering
D.
Gear box
Totally enclosed, oil bath lubricated gearbox houses the gears machined out of steel and teethed
on precision hobbing machines.
E.
Wire Rope
Extra flexible wire rope of best plough steel is used to provide a minimum FOS as per ISS: 3938.
The rated capacity of the rope should be 4-5 time the maximum load to be lifted.
F.
Cross Travel Trolley
The trolley wheel is provided by a separate motor and a separate totally enclosed greased packed
/ oil bath lubricated gearbox. The runner wheels are mounted on ball bearings and are adjustable
for various sizes of hoists.
G.
Bottom Block
Rope Sheaves of forge / fabricated steel are provided. The load hook that is of forged steel and
tested as per IS 3815, is supported on a Thrust bearing so that the load may swivel freely.
13.0 MAIN ELECTRICAL PANELS
Electrical Panels would be provided for feeding and controlling the various electrical loads.
Contractor
Witness
Executive Engineer
255
13.1
General Specifications
Material specifications are given below and bill of quantity for each equipment given in the
description against each item. It shall be the responsibility of the bidder to match the rating to the
various equipments. Under no circumstances will the rating of the Electrical Equipment be less
than that specified in bill of material for each equipment.
The Control Panels would be fabricated from 14SWG CRCA sheet, cubical type, floor mounting
and free standing, suitable for indoor installation with a separate base rolled channel of 40 x 75 x 9
mm section. All gland plates shall be manufactured to 3.15 mm thickness. Adequate bus bar
supports should be provided for better fault withstanding.
The Panel will be made dust and vermin proof by providing good quality gaskets on doors,
removable covers, gland plate etc. It will have a compartmental design, where in the incoming and
outgoing feeders, bus bars etc will be mounted in separate compartments having its own front
door. The Panel will be made extensible type; the main switch of each feeder will be inter-locked
with its front door so that the door can not be opened in the closed position of the switch. All the
live parts inside the panel would be covered with perforated sheet from the rear and with fiberglass
/ acrylic from the front as per the degree of protection specified.
The Panel will be completely wired internally with brought out terminal blocks for external wiring.
Due to heavy corrosive atmosphere in the surroundings, the sheet metal work of Panel will be
Powder coated of 60 Micron after going through 7-tank treatment with shade of RAL-7032 OF IS5. The construction method would conform to Indian Standards. The Panel height would not
exceed 2450mm and operating height will be limited to 2000 mm from finished floor to the top of
the cabinet. Cabinet doors will be equipped with concealed or detachable type hinges and with
flush or semi-flush., spring catch type, flush cylinder locks.
All joints and connections will be made by galvanized or cadmium plated high tensile strength
bolts, nuts and washers between feeder compartments between bus bar chamber and feeder
compartments & vertical partition between feeder compartments and cable alleys would be
provided in order to prevent short circuiting of Power and/or control terminals due to accidental
dropping of maintenance tools.
Access from front and top only will be limited to buses and cables. All other equipment will be
mounted on the front side and will be accessible from the front through he hinged doors, Selector
Switches, Ammeters, Voltmeters, and indicating Lamps, Push Buttons etc will be mounted on
doors. Opening of Bus Bar Chamber will be permitted with special tools only. Compartments door
will be interlocked against opening when the Air Circuit Breaker is in ‘ON’ Position. However it will
be possible to bypass this interlock for inspection purpose. Opening for natural ventilation will be
provided and will have screen of perforated sheet. All unpainted steel pats will be cadmium plated
to prevent rust corrosion. If these parts are moving elements, then they will be greased. Suitable
lifting lugs will be provided which will not leave any openings when removed separate Air Vent
Contractor
Witness
Executive Engineer
256
Boxes at least 2 Nos. will be provided on top of the panel for proper heat dissipation. Name Plates
will be provided for each piece of equipments such as lamps, push buttons, switches, ACB’s,
measuring instruments etc. mounted on the panel. Special warning plates will be provided on all
removable covers or doors giving access to cable or brushes, identification tag will be provided
inside the panel for switches, fuses etc. Engraved nameplates will be preferable of 3-ply (redwhite-red or black-white-black) lamicoid sheets. Size of the ‘Letter’ will be 5 mm height. ‘Screws’
and not adhesives will fasten nameplates. Sizes of ‘Letter’ of the main nameplates will not be less
than 20mm in height.
The Manufacturer will furnish the test certificates of the components where ever applicable.
13.2
Moulded Case Circuit Breaker (MCCB)
The MCCB (Moulded Case Circuit Breaker) will conform to the latest IEC947-2 & IEC 947-3 1989.
The Service Short Circuit Breaking Capacity (Ics at 415V AC) would be as specified at the
required level.
The MCCB will be Current Limiting type and comprise Of Quick Make – Break switching
mechanism, preferably Quick Break Contact system, are extinguishing device and the Tripping
unit, contained in a compact, high strength, heat resistant, flame retardant, insulating moulded
case with high withstand capability against thermal & mechanical stresses. All MCCBs will be
capable of defined overload adjustment. All MCCB’s rated 200A and above will have required
Magnetic short circuit pick up.
The Trip command will over ride all other commands. The MCCB will employ maintenance free
double break contact system to minimize the let thru’ energies and capable of achievements
Discrimination up to the full short circuit capacity of the downstream MCCB.
The manufacturer will provide all the technical information and I-t Characteristic curves. The
MCCB shall have distinct Line / Load connections.
The handle position will give positive indication of ‘ON’, ‘OFF’ or ‘Tripped’ thus qualifying to
Disconnection as per the IEC947-3 indicating the true position of all the contacts. In case of 4
Pole MCCB, the neutral will be fully rated and capable of suffering protection. The MCCB will
have protection against Overload, Short Circuit & Earth Fault, minimum breaking capacity of
MCCB will be 25 KA.
13.3
Volt and Ampere Meter with Selector Switch
96mm square, Voltmeters (0-500V) and Ampere Meters of suitable range of high quality industrial
‘A’ grade conforming to latest relevant IS specifications. The Voltmeter and Ammeter should be of
Panel type. Selector Switch shall be rotary type.
13.4
Indicating Lamps
Two Indicating Lamps green and red coloured will be oil and dust proof, LED type bulb rating
about 230V for showing ‘Pump Off’ and Pump Running’ respectively.
Contractor
Witness
Executive Engineer
257
13.5
Starter
For Motors upto 10HP Air Break Direct on line starter would be provided. For motor above 10HP
upto 50HP Star Delta starter shall be provided. For motors above 50 HP, Soft starters shall be
provided.
13.6
Contactors
The contactors should comply with the latest IEC947-4 and the corresponding IS13947-4
standards. They will have CPRI test Certificates. It would be manufactured by a company having
got ISO9001 approval.
The contactor would be rated for AC3 duty at 415V and 50HZ. The
Contactors would be fast closing and fast opening type. The making and breaking capacity values
of the contactors would be as follows (as per IEC947-4) :For AC3 Duty
Making Capacity more than 10 Ie
Breaking Capacity more than 8 Ie
For AC4 Duty
Making Capacity more than 12 Ie
Breaking Capacity more than 10 Ie
The Contactors would be capable of frequent switching and should operate without derating at 55
degree C for AC3 applications.
They should be climate proof as standard.
The coil of the
Contactor would have class H insulation to support frequent switching.
The rated voltage of the contactor will be equal or superior at 440V and rated insulation voltage
will be 690-1000V. The rated impulse voltage of the contactor would be 8KV.
The contactor will have 2 NO+2 NC Auxiliary Contact Block. The Contactor would be modular in
design and would be suitable for the addition of auxiliary contacts and other electrical auxiliaries
without any compromise on the performance or the operations of the contactors. The Contactors
from 4KW to 400KW will be designed to accept the respective auxiliary contact block range.
The contactor upto 80 A would have a mechanical life of more than 10 million operations.
Contactors from 95-550A would have mechanical durability of more than 10 million operations.
There will safety clearance distance on the front of the contactor.
In case of screw or lug
terminals, the terminals will be delivered in closed position resulting in safety during installation
time. All Contactors will be having terminal marking as per standards.
The thermal over load relay if used will be direct/separate mounting over the contactor without any
specific connections.
For Capacitor use, the Contactor would be suitable for Capacitor Duty i.e AC-4 Category as per
the required current ratings as per the cap. Banks.
Contractor
Witness
Executive Engineer
258
13.7
Over Load Relay
The overload relay would comply with the latest IEC947-4 and the corresponding IS13947- 4
standard. They will be having CPRI certification. They will be manufactured in an organization in
accordance with the requirements of ISO9001 standard.
The Relay would be direct contactor mounting type and should have the provision to be mounted
separately also.
The Over load Relay would be ambient compensated type and would be
operable up to 55oC. It will be design ed for utilization category AC3. the Relay will be tripping as
per the specified tripping curves given in the technical data. The overload Relay would have build
in phase loss and phase unbalance protection as per IEC947-4. The Over load Relay would be
capable to withstand up rated currents and inrush currents. The overload relay would have the
possibility to select manual / auto reset at site.
In case of screw clamp terminals or connectors they will be delivered in closed position resulting in
safety in wiring time. The rated operational voltage will be greater than or equal to 690V. The
rated impulse should be 6KV. All over load relays would have been subjected to variable ambient
conditions.
The Selection of the overload relay would be such that up to 93 A thermal bimetal over load relay
would be used and beyond ratings of 90A only CT operated overload relay would be used.
The Relays will have to assure protection of the connected equipment in case of overload and
partial single phase as per the characteristics.
Correct operation of over load relay contacts will be checked by pressing the test button on the
relay. A trip indicator. Will indicate the relay status. Reset following tripping would be automatic or
manual. This is selected by the user by toggle switch on relay. For ratings greater than 45 KW
reset will be manual & auto both.
The Over Load Relay will have potential free contact for indication / alarm purpose.
In combination with a contactor and a short circuit protective device the resulting motor starter will
be Type 1 or Type 2 co-ordinated conforming to IEC 947-4-1. Co-ordination will be in accordance
with tables tested and certified by the manufacturer of the respective switchgear.
13.8
Air Circuit Breaker
The ACB will conform to IEC 947-2 1989. The Service Short Circuit Breaking Capacity will as
specified and equal to the Short circuit Withstand values. The ACB will be provided for controlling
the in coming supply feeder or as required and specified in schedule. Shall be available in 3 or 4
Pole with left aligned mechanism, fixed or draw out, manually or electrically operated versions as
specified. ACB will be capable of providing short circuit, over load and earth fault protection (30 –
40 –50 %), Zone Selective Interlocking, thermal memory thru microprocessor based control unit
sensing the true RMS values to ensure accurate protection as per standards.
Contractor
Witness
Executive Engineer
259
The breaker would have at least 3 distinct positions from – Service / Test / Isolated/ Maintenance
within cradle. It should be possible to withdraw the breaker for testing while fitted on cradle.
Safety interlock must be provided to prevent the ACB from Falling out in a fully withdrawn position.
The ACB will be provided with a Door interlock. The contact would be copper and silver plated
alloy only with a feature of replacing the arcing contacts for enhancing the life of main contacts.
The ACB will have proper insulation as per the standards. All 4 pole ACBs should have fully rated
Neutral pole.
All electrical closing of breaker would be with Electrical motor wound stored energy spring closing
Mechanical indicator to provide. ON/OFF status of ACB.
For all ACB’s the Operating handle would be provided for charging the spring in continuous action.
The spring will be released with ON/OFF Push Button command in one operation at the correct
speed independent of operator speed. A direct Mechanical coupling would indicate the ACB in ON
to OFF position thus qualifying to disconnection as per the IS/IEC indicating the true position of all
the contact. One Set of NO/NC potential free contacts to be provided for operation on building
Management System. All accessories like shunt, under voltage releases shall be fitted to the ACB
to ensure the interlocking arrangements.
The manufacture will provide details of opening time and duration with temperature to ensure
discrimination and proper selection for feeders protection.
13.9
Safety Features
The safety shutter prevents inadvertent contact with isolating contacts when breaker is withdrawn
from the Cradle.
It should not be possible to interchange tow circuit breakers of tow different thermal ratings. There
would be a provision of positive earth connection between fixed and moving portion of the ACB
either thru connector plug or sliding solid earth mechanism. Earthing bolts must be provided on
the cradle or body of fixed ACB.
Arc Chute covers wherever necessary.
The incoming panel accommodating ACB will be provided with indicating lamps for ON-OFF
positions, voltmeter and ammeter of size not less than 96mm selector switches, fuses for potential
circuit and current transformers.
The cradle of the ACB shall be welded structure to ensure better mechanical strength to take care
of vibration & shocks at the time of fault in the circuit during abnormal conditions.
13.10 Protections
The Electro magnetic and thermal release or Microprocessor based unit with zone selective
interlocking, thermal memory would be provided on circuit breaker for short circuit, over current
and earth fault protection.
Contractor
Witness
Executive Engineer
260
Specific indication should be provided for over current and earth fault operation.
Protection Release would be CT operated and direct acting on the trip bar.
Under Voltage relays would be provided.
Minimum 6 No and 6 Nc Auxiliary contacts will be provided on each breaker.
Rated insulation voltage is 1000Volt AC.
13.11 Danger Plate
A Danger Plate of suitable size would be fixed on the front side of the Pump Controller.
13.12 Bus-bar
The bus bar shall be of electrolytic grade (E91E) Aluminium as per IS specifications. The current
carrying capacity should not be less than 0.8 A/mm2. Neutral bus bar should be rated for 50%
capacity. the bus bar shall be duly insulated with heat shrinkable colour coded sleeves in case of
links and droppers. However the main bus should be powder coated with black paint after proper
pre treatment of the Aluminium. The Vendor should have a in-house conductivity test facility &
primary current shall be conducted for temp. rise test.
The bus bar should be duly supported on fibre glass based finger type / pyramid type supports
with minimum glass contents25mm.
13.13 Single Phase Preventor
S.P.P. should be current sensing suitable for checking the Negative Sequence current having
built-in time delay relay up to 40 Millisecond, so that this may not trip while starting at NO load ,
shall be provided. Rating of CT’s, if required, may also be indicated.
13.14 Shop Tests required for Control Panel
The design of the Control Panels shall be type tested as per IS. 8623 and shall comprise the
following:
-
Verification of short time current withstand and peak current withstand of main and vertical
bus-bars.
-
Through fault withstand on power draw-out contacts with HRC fused in series.
-
Through faults withstand of control draw-out contract with HRC fuses in series.
-
Temperature rise tests on main busbars, vertical risers, power and control contacts.
Routine tests shall be conducted on each panel as per ISA. 8623 and shall comprise the following:
-
Inspection of panel including inspection of wiring and electrical operational tests where
necessary.
-
Insulation resistance test.
-
High voltage test of bus bars, power and control wiring.
-
Any other tests and checks not mentioned above but relevant to the panel.
Contractor
Witness
Executive Engineer
261
14.0
AUTOMATION AND CONTROL
PLC based automation system with application software based on Rockwell to control all
pumps, valves, blowers, VFD, decanting mechanism, limit switches and probes as per
bidder’s design including I/Os with 20 % spares, power supplies, UPS, etc. complete.
HMI Panel to comprise of up-to-date standard PC with monitor, printer, mouse, internet
-
connection, RS-view, RS-links (gateway version), entire process and operator software with
dynamic flow charts, pictures, screens, alarms, historical trends, reports etc.
SCADA based Automation system to monitor continuously in each tank the followings:
-
(a) Filling volume
(b) Discharge quantity
(c) DO-level
(d) Temperature
(e) Oxygen Uptake Rate
(f)
Blower speeds
(g) Decanting mechanism
The components of Automation are
1
PLC-Cum-Control Panel
1 No
2
Online 2 KVA UPS with 1/2 Hours Battery Back-up
1 No
3
PC with SCADA, Printer & Desk
1 No
15.0 CABLING
15.1 Scope
This specification covers design, manufacture, testing and supply of Medium Voltage PVC Cables
and High Voltage XLPE Cables.
15.2 Standards
The cables shall conform to latest edition of the relevant Indian Standard Specifications with
amendment upto the date of issue of Enquiry, particularly the following Standards: IS 1554
:
PVC insulated (heavy duty) electric cables for working voltages upto
and (Part 1) including 1100 Volts
IS 1554
:
PVC insulated (heavy duty) electric cables for working voltages from
3.3kV (Part 2) upto & including 11kV
IS 7098
:
Cross – linked polyethylene insulated PVC sheathed cables for
working (Part 1) voltage upto and including 1100 V.
IS 7098
Contractor
:
Cross – linked polyethylene insulated PVC sheathed cables for
Witness
Executive Engineer
262
working (Part 2) voltage from 3.3kV upto and including 33 kV
IS 7098
:
Cross – linked polyethylene insulated thermoplastic sheathed cables
for (Part 3) working voltages from 66 kV upto and including 220 kV
IS 8130
:
Conductors for insulated electric cables and flexible cords
IS 5831
:
PVC insulation and sheath of electric cables
IS 3975
:
Mild Steel wires, formed wires and tapes for armouring of cables
IS 2633
:
Methods for testing uniformity of coating of zinc coated articles
IS 3961
:
Recommended current ratings for cables PVC insulated and PVC
(Part 2) sheathed heavy duty cables
IS 10418
:
Drums for Electric Cables
A.
General
1.
This specification covers wires and cables for general construction.
2.
Provide new wire and cable manufactured within one year prior to installation. The wires &
cables shall be ISI marked and fulfil the standards mentioned here .The manufacturers
name, conductor size, insulation type, volt rating shall be as per IS standards.
3.
Where not otherwise specified or indicated, wire sizes are referenced to a capacity of 98
percent conductivity copper conductors. Do not install wire and cable having conductors of
other metal unless approval for any such changes is obtained in writing.
B.
Products
1.
Provide stranded conductors for 16 mm2 and larger, and solid conductors for 10 mm2 and
smaller. Stranded conductors in wire size smaller than 16 mm2 may be used where subject
to vibration or frequent flexing, and shall be used for control systems wiring.
2.
The conductors are made from annealed high conductivity copper. The conductor for
control cables shall be copper. Normally Copper conductors, upto size 10 sqmm are solid,
circular in cross section, and sizes above 10 sq. mm. are stranded. In case of single core
and twin core cables, they are circular in cross section while for 3 core and 4 core cables
conductors of cross section 50 sq. mm and above are normally sector shaped.
3.
Insulation
The conductors shall be insulated with the high quality PVC based compound.
as per I.S. specifications.
Contractor
Witness
Executive Engineer
263
4.
Inner Sheath
For all cables having two or more cores a common covering (inner sheath) is applied over
the laid up cores either by extruded sheath of non-vulcanised rubber compound or
wrapping of plastic tapes. Single core cables do not have inner sheath.
5.
Armouring
Armouring is applied over the inner sheath. In case of cables where diameter over the
inner sheath does not exceed 13 mm the armour consists of galvanised round steel wires;
above this size, normally the armour is of galvanised flat steel wires (strips).
6.
Outer Sheath
Over the armouring, or in case of un-armoured cables, over the inner sheath (for single
core cables over the insulation), a tough outer sheath of PVC is extruded. This is always
black in colour, for best resistance to outdoor exposure.
The manufacturer's name and trade mark alongwith the year/year code of manufacture are
embossed on the outer sheath; additionally in the case of HT cables the voltage grade is
also embossed, and the voltage grade along with the year/year code of manufacture. The
embossing script that repeats in such a way that every meter of the cable bears the same.
7.
Type Designation
Type designations of cables is based on the following alphabet nomenclature:
C-
Copper conductors - when first letter of type designation.
Y-
When at first or second or last place in type designation, it stands for PVC
insulation.
R-
Round steel wire armouring.
F-
Flat steel wire (strip) armouring. Number of cores, Conductors cross section,
Voltage grade are written in the usual manner. Cable shall be IS marked
8.
LT Cable
Cable shall comply with IS 1554 part I, cables shall be 650/1100 voltage grade. Joint in the cables
shall be permitted only if the length of the cable is more than standard drum size.
Execution
1.
Unless otherwise indicated or specified do not install Aluminium conductors of less than 4
Sqmm. For control conductors protected by 15 ampere or lower, 2.5 Sqmm copper
conductors shall be installed.
2.
Colour code power wire and cable for feeder and branch circuits is as follows, unless
otherwise required by local codes or the electrical utility company.
Phase
440V/230V
A
Red
B
Yellow
C
Blue
Contractor
Witness
Executive Engineer
264
Neutral
Black
Ground
Green
Splices and Termination
A.
Termination
Provide brass or copper indent type connectors or cables lugs crimping/solder type at both ends of
the cable. Aluminium or ferrous metal connectors are prohibited. Dowell's make conductivity
grease to be used while using crimping type cable lugs/sockets. All motors shall be connected
using copper or brass ring-torque terminals, brass bolts and nuts. The cable lugs/connectors shall
fit the conductor to which it shall be connected. The compression tool shall be equipped with a
ratchet attachment, which shall assure proper crimping pressure on the connectors.
Connections shall be made tight and insulated with PVC electrical tape of colour as per I.S.
Provide a compression type cable glands at each end to the cable. Glands shall be of nickel-plated
brass, with PVC shrouds over it. Before applying a PVC shroud, all bare metal shall be wrapped
with pressure-sensitive adhesive PVC tape.
Double compression H type nickel plated brass cable glands with PVC shroud over it shall be used
for termination of cable at flame proof junction boxes or flame proof P.B. station instead of single
compression type cable gland.
B.
Saddle and Clips
Saddles and clips shall be PVC covered or of G.I. Fixing screws shall be round head brass. Where
bolts are used nuts shall be of brass, square pressed type.
C.
Jointing Sleeves
Jointing sleeves shall be of brass with standard terminations. Solder type cable connectors/cable
sleeves shall be used to join the cable/conductors. Non corrosive flux only shall be used.
D.
Joints in Cables
Joints in cables shall be kept to a minimum and conductors shall be joined using solder ferrules or
Siemens make jointing compound. Joints shall be enclosed within standard adaptable boxes.
Siemens make tropolin type or equivalent shall be used. For preference straight through joints
shall be enclosed within brass jointing sleeves where joints are enclosed in other than brass
sleeves and are buried in the ground, bitumen base filling compound shall be used to completely
fill and seal the joint box after the cover is secured. Where joints are enclosed in brass sleeves
and are buried in the ground, the ends of the sleeves shall be plugged with plastic filling compound
before the glands are screwed into the sleeves.
Jointing shall be done by using Siemens make cable jointing kits taking due care as specified by
Siemens.
Contractor
Witness
Executive Engineer
265
E.
Identification of Conductors
Colour of the sleeves complying with I.S. shall be used to identify all conductors at terminations
and joint boxes.
F.
Test
Prior to shipment, cable manufacturer shall test and inspect each length of cable in accordance
with I.S. in presence of Engineer-in-charge or any other authorised personnel.
Openings, Chassis and Sleeves
A.
Products
1.
Sleeves for General Use
Use galvanised steel pipe
B.
Execution
1.
Provide openings, chases, cutting, patching, sleeves and other products, necessary to
permit the electrical raceways and cables to pass through the structure.
2.
Establish locations for openings, chases and sleeves sufficiently in advance of construction
to avoid cutting and patching. Perform any required cutting and patching for electrical work
and obtain approval for cutting prior to work being done.
3.
Repair damages to finished work and surfaces caused by cutting, to the satisfaction of the
Engineer-in-charge.
4.
Install sleeves wherever raceways of any type pass through walls or floors.
Earthing
A.
General
1.
Unless otherwise indicated, ground each single or poly-phase system neutral conductor at
source.
2.
Unless otherwise indicated earth, ground exposed non-current carrying metal components
of electrical equipment, cable trays, raceway system, cable grounding conductors armour
or shielding and enclosures shall be earthed.
3.
Maintain continuity of system and equipment grounds throughout the electrical installation.
Provide grounds, bushings and jumpers where normal metallic ground paths are
interrupted.
4.
Grounding shall comply with the Engineer-in-charge drawings and specifications, and with
the requirements of State and local Code enforcement bodies.
5.
Alternate grounding methods in accordance with good accepted practice for this type of
work which cover conditions not indicated on the approved drawings or described in these
specifications and which meet with the approval of the Engineer-in-charge shall be used in
order to secure a good substantial and permanent grounding system. Under no conditions
Contractor
Witness
Executive Engineer
266
shall the maximum ground resistance exceed five ohms when measured in accordance
with recommended standards.
B.
Products
1. Provide ground conductors and jumpers of copper/ GI wire size as required by relevant
code.
2. Provide GI pipe electrode 40 mm minimum diameter and 3400 mm minimum length.
3. Earthing for motor above 40 HP- 40 x 6mm Copper strip, push button station / Auxiliary
item 12 SWG Copper wire to be used.
4. For motor 40 HP and below-25 x 3mm Copper strip, push button station/ Auxiliary item 12
SWG Copper wire to be used.
5. Number of Earth pits shall be selected to keep overall earthing resistance of 1 ohm.
C.
Execution
1.
Provide ground grids with prior approval of Engineer-in-charge.
2.
Provide all interconnections, risers, cable, fittings and welding for grounding substations,
transformers and other equipment. Bonding jumpers shall be equal in cross section to the
corresponding ground connectors and attached by solderless lugs, compression
connections, or clamps providing bonding jumpers around all high voltage junction boxes.
3.
Minimum size ground conductor shall be 10 SWG-GI conductor, the conductor shall be
securely bonded to the conduit at each end.
4.
Ground the enclosures of electrical equipment with separate grounding conductor. Connect
to the nearest suitable ground point of the electrical ground system. Ground all metal noncurrent carrying parts of electrical equipment, cable tray, raceways, and bus supports.
5.
Ground all motors by running two separate equipment ground conductors and connected to
grid. At the motors connect the ground wire solidly to the frame with lugs.
6.
Provide a ground conductor from 110 and 240 volt ground terminals to associated outlet
boxes.
D.
Grounding
1.
Install ground conductors in the earth at least 450 mm. below grade.
2.
The earth pits shall be provided as per I.S. 3043 with GI pipe of 40 mm dia and 3400 mm
length and top of the pit shall be covered with chequered plate.
3.
Drill and tap equipment frames and attach ground connections with bronze cap screws.
4.
Underground taps or splices shall be completed with cadweld connectors.
5.
All conduits shall be rigid metallic galvanised. Where PVC or non- metallic conduit is
substituted underground, provide an additional equipment ground wire and increase
conduit size as required.
Contractor
Witness
Executive Engineer
267
6.
All equipment except lighting fixture and those rated above 230 V shall be grounded by two
separate connections as per I.S. 3043. For equipment rated 230 V below can be provided
with one ground connection.
7.
A ring main grounding system shall be followed. The main ring shall be GI flat of 50 mm x 6
mm size covered with hessian tape and bitumen at the joints. The submain ground
connections to panel boards, M.C.C. etc. shall be 25 mm x 6 mm GI flat.
8.
All joint to the ring main shall be welded and painted with bitumen. All connections at
ground bus and at equipment shall be bolted type.
9.
Grounding conductor shall be run alongwith Power / Control / Lighting cable.
10.
All equipment intended to be live shall have an effective ground connection in accordance
with Indian Electricity Rules and I.S. 3043.
11.
Suitable bond shall be provided between cable tray section and also conduit to make them
electrically continuous and shall be connected to Earthing System at two points.
12.
All 20 A receptacles, junction boxes, light fixtures shall be earthed suitably by 14 gauge
copper wire.
13.
Size of earthing conductor to be used for earthing of various equipment shall be as
per I.S. 3043.
16.0 POLYELECTROLYTE AGITATOR
The agitator equipment shall be provided along with independent supports. The drive motor shall
not exceed rpm of 1,500 and directly coupled with the gearbox. It shall be wired for 415 volts, 50
cycles, and three-phase service and shall be totally enclosed, fan cooled, rated for severe
chemical duty with a minimum service factor of 1: 1.5.
The rotary speed of the impeller shall not exceed 100 rpm.
The drive motor output shaft and the impeller rotary shaft shall be connected by a direct coupling
using such couplings 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 factor of 2.0 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 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 flow design. The inclined SS304
blades shall be bolted to the centre hub. The impeller assembly will be securely keyed to the shaft.
Each impeller shaft shall be solid SS304 shaft of suitable diameter designed to resist the applied
radial and axial thrust loads. Reinforced flanges at both ends will be used to attach the impeller at
Contractor
Witness
Executive Engineer
268
the bottom and to the rigid drive coupling at the top. All fasteners used in the assembly will be of
SS304. The rotating shaft is best designed as a 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.
17.0 POLYELECTROLYTE DOSING PUMPS
The Polyelectrolyte solution from the preparation tanks shall be pumped by the use of
Polyelectrolyte solution dosing pump to the Centrifuge.
These pumps shall be capable of pumping the upto 0.5 % Polyelectrolyte solution. There shall be
two pumps of which one shall be working and the other standby at any time.
Dosing pumps 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. The liquid end shall
be in SS 316.
Parameters
Capacity of each pump
to suit each centrifuge requirement
Material of construction of wetted parts
AISI SS 304
18.0
18.1
INSTRUMENTATION
Flow Measuring System
Flow measuring system shall consist of flow sensor/ transducers, flow computer and flow
transmitter.
Flow transducers shall be rugged in construction and shall be suitable for continuous
operation. Flow transducers shall have waterproof construction and shall be suitable for
installation in underground/ above ground pipeline.
To avoid the effects of disturbances in the velocity profile, a straight and uninterrupted run,
upstream as well as downstream from the location of the flow sensor shall be provided in
accordance with the requirements of the flow meter manufacturer.
The flow transmitter shall be suitable for field or panel mounting and shall accept an input from
the flow sensor. It shall process the input signal and provide 4-20 mA dc output
proportional to flow rate. The flow range shall be adjustable.
A zero span adjustment facility shall be provided for flow transmitter and indicator.
Flow measurement shall not be affected by physical properties of sewage viz., temperature,
pressure, viscosity, density etc., within given limits. Contractor shall provide compensating
electronic circuits if required. The overall accuracy of flow measuring systems shall be at
least ±1.0% of the measured value unless otherwise stated.
Contractor
Witness
Executive Engineer
269
2.18.1.1
Electromagnetic Flow meter
Full bore electromagnetic flow meter shall consist of flow sensors (i.e. flow tube), transmitter and
remote flow indicator cum integrator.
The flow meter shall have flanged connection and shall be inserted in the sludge line.
The flow computer/ transmitter shall be microprocessor based and shall have diagnosis
facility.
Remote flow indicator cum integrator shall be provided on the control panel.
To ensure full electromagnetic compatibility the flow tube flanges and transmitter housing
shall be connected earth.
18.1.2 Open Channel Flow Meter
Open channel flow measuring system shall consist of level transducer, flow computer and
flow transmitter. The level of the fluid in the flume shall be measured by the ultrasonic level
transducer. The level measured shall be used along with the physical characteristics of the
flume to compute the flow rate.
The level transducer shall be suitable for flange or bracket mounting as required and shall be
environmentally protected as per IP65. it shall have ambient temperature compensation and
adjustable datum setting facilities.
The design and application of ultrasonic level meter shall take into account the channel
construction, the material size, shape, environment, process fluid or material, the presence of
foam granules, size etc.
The installation shall avoid any degradation of performance from spurious reflections,
absorption, sound velocity variations, sensor detection area, temperature fluctuation, specific
gravity changes and condensation. For application where spurious reflections are unavoidable the
control unit shall be provided with facilities for spurious reflection rejection.
The structure required for supporting the level sensor, platform, railings etc. shall be in the
Contractor’s scope.
18.2
Level Measuring System
18.2.1 Ultrasonic Level Meters
Ultrasonic level measuring devices applied for liquid level measurement shall comprise a
transducer, control unit and remote indicator.
The transducer shall be suitable for flange or bracket mounting as required and shall be
environmentally protected to IP 65.
The design and application of ultrasonic level meters shall take into account the vessel or
channel construction, the material, size, shape, environment, process fluid or material, the
presence of foam granules, size etc.
Contractor
Witness
Executive Engineer
270
The installation shall avoid any degradation of performance from spurious reflections,
absorption, sound velocity variations, sensor detection area, temperature fluctuations, specific
gravity
changes
and
condensation.
For
applications
where
spurious
reflections
are
unavoidable the control unit shall be provided with facilities for spurious reflection rejection.
If turbulence exists, shielding, stilling tubes or other measures shall be provided to avoid
effects on the measurement.
18.2.2 Conductivity Level Switches
The electrodes used for conductivity level switches shall be stainless steel. Single electrode
systems (one electrode per holder) shall be used (except where their use is impractical) with
insulated electrodes such that only the tip of each electrode is exposed to the liquid at
the operating level.
Relay or control units operating with level electrodes shall have adjustable sensitivity.
Electrodes for use in fluids of low or variable conductivity shall be fitted with conductivity discs.
Where relay or control units are not mounted in control panel, they shall be provided with
surface mounting enclosures with a degree of protection to IP-54
for indoor locations or IP 65 for
outdoor location.
18.2.3 Ultrasonic Differential Level Measuring System
The ultrasonic type differential level measuring system shall consist of ultrasonic type level
sensors on upstream and downstream of screens, differential level computer / transmitter and
indicator.
The flow computer / transmitter shall be microprocessor based and shall have facility for
programming (i.e. adjustment of set points).
The ultrasonic transducer shall be suitable for flange or bracket mounting as required and
shall be environmentally protected as per IP-65. It shall have ambient temperature
compensation and adjustable datum setting facilities.
18.3
Pressure Gauges
Pressure gauges shall comply with BS 1780. Snubber shall be provided where the gauge is
subjected to pressure pulsations and / or vibrations. The internal parts of pressure guage shall be
of stainless steel material. In chlorine applications the diaphragm shall be silver or tantalum
for other fluids an appropriate diaphragm material shall be used. The pressure gauges shall
be provided with diaphragm seal arrangement.
The minimum diameter for round pressure gauges shall be 150mm unless specified otherwise or
where the gauge forms part of a standard item of equipment.
The accuracy of pressure gauges shall be ±1% over the operating range.
The zero and span of pressure gauges shall not change by more than ±0.1% of the span per °C
changes in ambient temperature.
Contractor
Witness
Executive Engineer
271
18.4
Surge Protection Devices
Surge protection devices (SPDs) shall be suitable for with standing the surge arising out of high
energy static discharge / lighting strikes and protect the instrument to which it is connected
against damage. SPDs shall provide protection through the use of quick acting semi
conductors like Tranzorb, zener diodes, varistors and an automatic disconnect and reset circuit.
SPDs shall be passive and shall require negligible power for operation. During the
occurrence of a surge it shall clamp on the allowable voltage and pass the excess voltage to the
ground. The SPD shall be self resetting to minimize the down time of the measurement loop.
SPDs shall be provided to protect devices transmitting and receiving analogue and digital
signals derived from field devices located outdoors.
The surge protection device shall be rated for surge rating of 10kA.
18.5
Cabinets for Field Instruments
Wall mounted cabinets shall be provided for enclosing transducer unit and associated
accessories which are mounted outside the main control panel. The cabinet shall be of die-cast
aluminum, field provided not less than IP-55 protection and shall be lockable. The cabinet
shall have facilities for earthing. A steel plate shall be provided inside the cabinet for
mounting instrument and accessories.
18.6
Alarm System
Alarms shall be initiated by
the opening or closing of volt-free contacts which shall remain
unchanged throughout the periods in which the alarm conditions exit. Alarm Circuits shall be cable
of conversion from open-healthy to open-alarm or vice versa by a simple modification after
installation requiring no additional parts or special equipment.
Each alarm shall initiate the operation of both visual and audible devices.
Audible devices in the
same room or area shall have distinguishable
sounds and
adjustable sound levels.
18.7
Matrix Type alarm Annunciators
The alarm annunciator shall be microprocessor based, modular, split type unit with alarm
windows mounted on the front door and electronic modules inside the panel. The weather
protection class for alarm annunciator shall be IP-54 of IS 13947, Part-I.
Each alarm shall initiate a visible and audible indication of the specified condition. Unless
otherwise specified, alarm indicators shall be grouped together in annunciator units each
having at least 20% spare ways. Alarm indicator lamps (Cluster LED type) and shall have
transparent screens engraved with appropriate legends. The legend area of each indication shall
not exceed 40mm high and 75mm wide.
When any alarm condition occurs, a condition device common to an alarm annunciator
system shall sound and the appropriate indicator shall flash on an off. The flashing rate shall not
be less than 2 Hz and shall not exceed 5 Hz. On pressing an accept pushbutton, the
Contractor
Witness
Executive Engineer
272
audible device shall be silenced and the flashing light shall become steady. The alarm
indicator shall remain illuminated until the alarm condition ceases and a reset pushbutton has
been operated.
The operation or acceptance of one alarm shall not inhibit the operation of the audible device or
the flashing of the appropriate alarm indicator if a further alarm condition occurs. At
unmanned locations alarms operated on two or more annunciators shall require acceptance at
each annuciator.
Alarms shall be accepted automatically and the appropriate audible device silenced after an
adjustable period of 1 to 5 minutes.
An integral ‘test’ pushbutton shall be provided to illuminate each lamp in the appropriate
group and to operate the audible device but shall not cause a spurious alarm condition on any
other annunciator.
Alarm circuitry shall be arranged so that spurious or transient alarm states persisting for less than
0.5 seconds do not initiate any action.
Alarm annunciator / indicator legends or labels shall be arranged with three lines of text as follows:
•
Topline
Location
•
Middle Line
Parameter
•
Bottom Line
Status
e.g.
reservoir 1
level high & level low
18.8
Direct Digital Controllers (DDC)
18.8.1 Design and Construction Requirements:
Standalone DDC panels shall be microprocessor-based, multi-tasking, multi-user, real-time digital
control processors. Each standalone DDC panel shall consist of modular hardware with plug-in
enclosed processors, communication controllers, power supplies, and input/output modules
with
connectivity
to
the
Network
Controller
through
a
RS485
or
Ethernet
communication bus.
The DDC’s should be application specific and should be located as near as possible to
the controlled equipment reducing cabling runs. The DDC’s should be able to control the
equipment connected to it on a standalone mode so that in case of failure of the first tier
network the DDC’s will be able to perform the minimum control functions assigned to it. The DDC’s
should have a inbuilt display on its facia with keypad to access all the information being
monitored by the DDC.
18.8.2 Programming:
All the DDCs should be equipped with electrically erasable PROMs and the control software for
the
DDC
can
be
downloaded
through
the
central
operator
workstation.
It
should
additionally provide a serial port for downloading and reconfiguring of software through a
Contractor
Witness
Executive Engineer
273
laptop locally. The control logic for the DDCs should be programmed through a user-friendly
graphic programming language with control algorithms like PID
loops, ladder logic,
sequencers etc inbuilt into the software.
18.8.3.
Input/Output point types:
Each DDC panel shall support the following types of point inputs and outputs:
Analog inputs shall monitor the following analog signals:
4-20 mA Sensors
0-10 VDC Sensors
1000ohm RTDs
Binary inputs shall monitor dry contact closures. Input shall provide filtering to eliminate false
signals resulting from input “bouncing.”
Counter inputs shall monitor dry contact pulses with an input resolution of one HZ
minimum.
Analog outputs shall provide the following control outputs:
4.20 mA – Sink or Source
0-10 VDC
Binary outputs shall provide SPDT output contacts rated for 2 amps at 24 VAC and they
shall not activate main contactors of starter thus avoiding burdening of relays.
18.9
Uninterruptible Power Supply (UPS)
The UPS shall be floor mounted, self contained and metal clad and shall be suitable for
operating on a non linear load.
It shall be front door accessible.
The UPS system shall be true ON-Line.
The ON LINE UPS shall be incorporating a six-pulse rectifier and pulse width modulation
inverter technology with 100% microprocessor control with built in static and manual bypass
switch.
The UPS shall incorporate a DC under voltage trip circuit to electrically trip the UPS in order to
protect the battery.
The noise level of the unit shall not exceed 60dB (A) at 1m from the UPS cabinet.
The output of the inverter shall be a sine wave having less than 5% THD for linear loads and less
than 4% to 50% non linear load. It shall be suitable for load power factor 0.8 lag.
The unit shall have dynamic response such that a 100% step load causes an output
voltage transient of less than ±4% with a recovery time of less than 4 ms.
For three phase output units the output voltage shall not very by more than ±1% for an
unbalance for 10%.
The load crest factor shall not be less than 3:1.
Contractor
Witness
Executive Engineer
274
The efficiency at full load and 0.8 power factor shall be greater than 88%.
Indicators to indicate
•
UPS status
•
UPS alarm conditions
The UPS shall provide a volt free contact output to indicate:
•
Warning. i.e low battery capacity
•
Fault
•
Static bypass in use.
The UPS shall have an overload capacity of 150% for 30 seconds and shall be protected in the
event of a short circuit of the output.
The batteries shall be housed, either within the UPS enclosure or within a separate matching
battery cubicle suitable for location adjacent to the UPS.
The batteries shall be maintenance free lead acid type sealed for life.
Terminals shall be shrouded to prevent accidental contact. The battery enclosure shall be
corrosion resistant and ventilated to prevent the build up of gases.
Warning notices shall be provided for wall mounting to warn of the presence of charge gases. The
battery supply of the UPS shall be via a fused load break switch dis-connecter circuit
breaker.
The battery recharge time to 90% of full charge shall be approximately ten times the
discharge time at full load.
The UPS battery shall have a back up of 30 minutes at full load and supported with inverter of
suitable capacity.
18.10 Testing / Inspection :
18.10.1 Tests on cables :
Check details are in accordance with the specifications. Check for physical damage, Continuity
Check, meggar test for insulation Connections.
No dark visible marks of armouring onto external surface.
18.10.2. Tests on electrical installation
Check all closing, tripping, supervision and interlocking of control devices. Check operation of all
alarm circuits.
Check CT polarities, give primary & secondary injection. Carry out relay calibration
18.10.3. Test on complete control system
On completion, the functioning of the complete system shall be tested to demonstrate its
correct operation in accordance with the Specification.
For control system testing, the contractor may provide temporary means to simulate operating
conditions, but the system will not be finally accepted until correct operation has been
demonstrated to the satisfaction of the Engineer when all the pumps are operating.
Contractor
Witness
Executive Engineer
275
The system shall be shown to operate correctly whatever the selection of duty and
standby equipment may be.
Conditions to be tested shall include:
•
Normal automatic operation.
•
Normal manual operation
•
Emergency manual operation
18.10.4 Commissioning Tests
Correct operation of controllers shall be verified by observing that the final control element moves
in the proper direction to correct the process variable as compared to the set point. All logic
sequences shall be verified to operate in accordance with the specifications.
All defects and malfunctions disclosed by test shall be corrected immediately. New parts and
materials shall be used as required and approved and tests shall be repeated.
A report certifying completion of validation of each instrument system indicating calibration values,
verification that the system performs as per requirements and any provisional settings made to
devices shall be provided. A format for commissioning checklist to be provided for approval before
performing the commissioning tests.
18.10.5 Final Operational Testing and Acceptance
Upon completion of instrument calibration and system validation, all systems shall be tested under
process conditions.
The testing shall include, but not limited to all specified operational modes, taking process
variables to their limits (simulated or process) to verify all alarms, failures, interlocks and
operational interlocks between systems and/ or mechanical equipment.
Any defects or malfunctions shall be immediately corrected using approved methods and
materials and the tests shall then be repeated.
Upon completion of final operational testing, a report shall be submitted, indicating that the total
control system provided meets all the functional requirements specified herein. This report
shall be made in the format approved by the Engineer. The Engineer shall certify this report and it
shall constitute final acceptance of the control system.
19.0
19.1
SUBMERSIBLE RAW SEWAGE PUMPS
General
The submersible sludge pump should be of single stage mono-block type with non clog design and
shall be suitable for pumping all kinds of sewage/sludge/storm water containing long fibers, plastic
pieces, cigarette butts, solid admixes etc. The pump should be capable of passing soft solids of
minimum 65 mm diameter and capable of dealing with the sewage / sludge with a specific gravity
of 1.05. Impeller shall be of single/double Vane with solid handling capacity of 65 mm dia. for
selected duty parameter.
Contractor
Witness
Executive Engineer
276
Maintenance free anti-friction deep grove, permanently grease filled ball bearings should be
provided and this should take care of all the axial and radial forces at any point of operation. The
pump installation design should be such as to facilitate automatic installation and removal of
pumps without having to enter into the sewage pit. Profile gasket should be provided in automatic
coupling system so as to avoid metal to metal contact between the pump and duck foot bend to
ensure leak proof joint.
The casing of pump set should be of CI as per IS 210 Gr FG 260 and CF 8M impeller. The pump
set shall be supplied along with the guide rail, duck foot bend, lifting chain with shackles, guidepipe, SS foundation bolts and nuts complete. The pump will have reputed make mechanical seal &
moisture sensor, thermistor for tripping of pump in case of any leakages or high temperature. It will
be provided with its electronic control unit for such protection.
For easy installation and removal of the pump, a single guide rail system shall be provided. This
being a permanent installation, a Pedestal and a Bracket should be provided to enable the pump
to be removed from sump without the necessity of removing any nuts and bolts. The pumps should
be provided with a reverse rotation trip feature to stop the unit instantly if connected to start in the
wrong direction.
Pump Details
Capacity /Size /Material
Submersible Sludge Pump
2 Nos.
Liquid
Sewage
Discharge in m3/hr of one pump
As per requirement
Total Pumping Head in m.
As per requirement.
Specific Gravity
1.05
Liquid Temp. 0C max.
40
Pump Motor RPM
Upto 1450
0
Motor rated temp. C
40
Electric Supply
3ph. 50 Hz, 415 V
Solid handling cap. in mm
65 mm
Material of Construction
Casing
CI IS 210 Gr Fg 260
Impeller
C.F 8M
Motor body
CI IS 210 Gr Fg 260
Shaft
SS 410
Fasteners / Foundation bolt.
SS 316
Lower Seal
Si Cr
Guide Rail System
CI with SS 304 Nuts, Bolts and
Contractor
Witness
Executive Engineer
277
Fasteners
Guide pipe
SS 304
Chain with shackles
SS 304
19.2
Reverse Rotation
The pump shall be designed to run safely in the reverse direction of rotation due to wastewater
returning through the pump. The pumps should be provided with reverse rotation trip feature for
instant stoppage on long electrical connection. The mechanical seals shall be suitable for running in
both directions without damage. The pumps should be provided with reverse rotation trip feature for
preventing running in opposite direction in case of wrong electrical connections i.e. interchange of
phase sequence.
19.3
Pump Construction:
1.
Pump Casing
The pumps casing should be of cast iron as per IS 120 Gr FG 260.. The internal surfaces should
be free of rough spots. The casing should have Centre line discharge. The finishing of the outer
surface should be uniform and smooth.
2.
Impeller
The material of impellers should be of Stainless Steel grade CF8M, of single/double vane, nonclog semi-open design. Additionally, a special contra-block cutting and tearing system should also
be incorporated on the suction side of the pump for disposing off soft materials like plastic
pouches, small jute pieces which is a very typical type of Indian sewage, and which would
otherwise clog the pump.
3.
Pump Shaft
The pump shaft should be hard chrome plated alloy steel (EN8). The shaft shall be of one-piece
construction.
4.
Pump Bearings
Pump bearings should be of the anti-friction type. The bearings should be able to take normal axial
thrust loads due to unbalanced hydraulic loads on the impellers plus the weight of all rotating parts of
the pump. Pump bearings shall be designed with a minimum life of 35,000 hours. The bearings
should be grease lubricated for longer life and shall be maintenance free.
Contractor
Witness
Executive Engineer
278
5.
Guide Rail Assembly
The assembly should have CI pedestal, however the fasteners and foundation nuts and bolts should
be of stainless steel with upper guide rail holder etc. The pedestal and bracket should provide
automatic coupling between pump delivery and discharge pipe.
6.
Mechanical Seals
Double mechanical seal should be provided to prevent pumped liquid entering into the motor
winding. The seals should be situated in the oil chamber to ensure proper lubrication. The sensor
will be used for tripping the pump and also for alarm. The face combination of lower mechanical
seal should be Silicon Carbide Vs Silicon Carbide and upper seal should be Carbon Vs Chrome
Steel.
Recommended Make: Burgemann
7.
Moisture Sensor
Moisture sensor or seal monitor should be provided in the oil chamber to detect the failure of the
mechanical seal. The sensor should trip the pump motor in the event of ingress of moisture into the oil
chamber.
8.
Lifting Chain
Each pump should be provided with SS 308 lifting chain of adequate strength. One end of the chain
shall be attached to the pump and the other end fixed near the upper bracket for guide rail assembly
by means of SS 304 Shackle. The chain shall have SS 304 rings fixed at an interval of about 1 m for
engaging the hook of the manual hoist.
A SS 304 Chain 5 m long shall be provided to hold the ring of shackles and another end shall be tied
to the platform being accessible to the operator.
9.
Fasteners
All pump fasteners should be in stainless steel SS 304.
10.
Foundation Nuts & Bolts
All foundation Nuts & Bolts should be in stainless steel SS 316.
11.
Protective Coating
The pumps should be epoxy coated.
12.
Pump Balance
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 set forth in the latest edition
of Indian Standards. At the operating speed, the ratio of relative speed to the critical speed of the unit
or components there of, shall be less than 0.8 or more than 1.3.
Contractor
Witness
Executive Engineer
279
13.
Submersible Cable
Each pump shall be provided with submersible cables of equal length for power as well as control
so that the pump position can be interchanged with each other. The cable shall be terminated in a
weatherproof junction box, which should be located outside the main pump sump. Cable between
junction box & control panel can be non-submersible type. Power cables should be selected so as to
carry at least 1.5 times the full load current at existing Power Factor of 0.8.
14.
Spare Parts
Each installed pump should be supplied with one impeller duly machined, one set of mechanical
seals, one set of wear rings (if applicable), and one set of O-rings and gasket, bearing set, set of
fasteners.
19.4
Performance Tests
1.
Shop Test
Each assembled pump shall be shop tested by the manufacturer to determine the following
characteristic within the operating range as specified in the schedule.
a. Head Capacity Curve
b. Brake Horsepower Curve
c. Efficiency Curve
d. NPSHR Curve
e. Balancing (Impeller only)
f. Vibration (Bare pump on no load)
g. Total Power consumed.
All tests shall be conducted in accordance with the requirements of the latest Indian Standards. In the
event of any pump failing to meet the specified test requirements, it shall be rejected. Each pump
performance shall be documented by obtaining concurrent readings showing motor voltage and
amperage, pump suction head and pump discharge head. Such readings shall be documented for
atleast five pumping conditions. One test shall be at the shut off head. These tests shall be carried out
through reputed and authorised agencies with the involvement of CMC officials. After it has been
demonstrated to the satisfaction of the Engineer-in-charge that the pumping equipment complies with
these specifications the Engineer-in-charge In-charge shall be furnished with the Manufacturer's Test
Certificates for the following.
Hydraulic test on casing.
●
Routine test certificates on motor including HV test, Megger test, slip test, temp. rise test.
●
Material test certificates certifying the grades of the materials used.
Type Test ON /OFF for the motors shall be carried out by the Engineer-In-Charge.
2.
Field Test
General operational check shall be carried out after installation and before commissioning.
Contractor
Witness
Executive Engineer
280
19.5
Submersible Motor:
19.5.1
General
The motor should be an integral part of the pump. The enclosure for motor shall be IP-68. Each
phase of the motors shall be provided with thermistor or Bimetallic Electromechanical Temperature
Detectors. The motor winding shall be suitable for Star – Delta Starter. The motor should be designed
for minimum 10 starts per hour, irrespective whether it is star-delta start or otherwise. The rating of
the motor shall be designed for 20% extra power margin at duty point & 15% at the lowest head.
19.5.2
Scope
This specification covers the design and manufacture of squirrel cage induction motors required for
wastewater treatment plant. Contents of this specification are integral part of the contract documents.
For other details refer specifications for motors (wherever applicable). The motor shall operate
satisfactorily at all operating levels in Sludge Sump.
19.5.3
References
Unless they are at variance with the clauses of this specification, the squirrel cage induction motors
and their components shall comply with the applicable Indian Standards listed below. Where Indian
Standards do not exist, the relevant British or German (VDE) Standards shall apply.
IS
325
Three phase induction motors
IS
1231
Dimensions of three phase, foot mounted induction motors
IS
2223
Dimensions of flange mounted AC induction motors
IS
2253
Types of construction of mounting arrangement of rotating electrical
machine
IS
4691
Degrees of protection provided by enclosures for rotating electrical
machinery
IS
4889
Methods of determination of efficiency of electrical machines
IS
4722
Rotating electrical machines
IS
4029
Guide for testing 3 phase induction motors
19.5.4
a.
Operating Conditions
Ambient Conditions
Motors shall be suitable for operating satisfactorily in humid and corrosive atmospheres found in
sewage treatment plants. If not scientifically mentioned therein, a maximum ambient temperature of
40 0C and an altitude not exceeding 300 meters above mean sea level, shall be taken into
consideration.
b.
Frequency and Voltage Fluctuations
Motors will be required for continuous, satisfactory operation at rated output under the following
conditions:
a.
At rated frequency with voltage variations of + 10% of nominal value.
Contractor
Witness
Executive Engineer
281
b.
At rated voltage with frequency variations of + 3% of nominal value.
c. With a simultaneous and combined variation in frequency and voltage of + 7.5% from the
nominal values but with frequency variation not exceeding + 3%.
c.
Starting
Unless otherwise specified motors shall be designed for Star Deltastarting across full line voltage.
Motors shall be designed for re-start under full load after a momentary lack of voltage, with the
possibility of the restored supply voltage being 100% out of phase with respect to the motor residual
voltage. The minimum starting torque should be 140% of Full Load Torque, with minimum torque
during running up shall be 100% of Full Load Torque and minimum starting torque shall be 200% of
Full Load Torque.
The submersible pump motors shall be designed for minimum 10 starts per hour.
d.
Direction of Rotation
The motors 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 end.
e.
Noise
The noise level shall be within the permissible limit as specified in the Indian Standard.
f.
Performance
1.
Starting Current
For squirrel cage motors working in the voltage range of 360 V - 420 V the starting current shall be
limited to 6 times the full load current.
2.
Torque Characteristics
For motors working in the voltage range of 360 V - 420 V, the minimum starting torque shall be 140%
for full load torque, with minimum torque during running up 100% FLT and minimum starting torque
200% FLT.
19.5.5
General Requirements and Construction Details
The motor should be dry, squirrel cage type, suitable for 3 phase 415V supply, continuous duty
with Class F insulation. Winding of the motor should be impregnated by resin in order to achieve
required thermal withstanding capacity. Motor should have integral cable port and cable entry
should be sealed. The cable must be leak-tight in respect of liquids and firmly attached to the
terminal block. The motor should be designed for non-overloading characteristics. There should be
thermal protection against overheating of motor winding. Motor should be sealed against entry of
liquid being pumped by using two mechanical seals. The lower seal provided should have silicon
carbide Vs silicon carbide face combination. Pump design should ensure that seal does not come
directly in contact with liquid being pumped as well as cooling/lubrication by oil is provided.
Moisture sensor of the tripping unit should be located inside the oil chamber.
Contractor
Witness
Executive Engineer
282
A.
Windings
All motors shall be provided with Class F insulation. The windings shall be so treated as to resist the
action of corrosive agents as may be present in the atmosphere of sewage treatment plant and that
tend to dissolve the insulation.
Windings shall be adequately braced to prevent any relative movement during operating conditions
and in this respect, particular attention is drawn to the stator windings of Star – Delta squirrel cage
motors. Adequate insulation shall be provided between coils of different phases, which lie together.
Star/ delta starting is required, as shown on drawings, the motors windings shall be fully insulated for
delta connection.
The rotor shall be balanced to provide a low vibration level and a long life for the bearings.
B.
Shaft Extension
Motors shall be provided with a single extended shaft with key way and key as per requirements.
C.
Lifting Hooks
All motors shall be provided with lifting arrangement of adequate capacity.
D.
Terminals, Terminal Boxes and Cable Entries
The ends of the windings shall be brought out into a terminal box. The terminals shall be of adequate
size. The terminal box shall be housed in the motor housing itself. The cable entries should be sealed
to prevent water seepage into the terminal box/ motor winding.
E.
Phase Marking
Appropriate phase markings as per IS 325, 1978 shall be provided inside the terminal box. The
markings shall be non-removable and indelible.
F.
Motor Casing
The motor enclosure shall be IP 68. The housing shall be of C.I. air-filled and water-tight. The housing
shall be coated with epoxy after applying primer coating.
G.
Bearing and Lubrication
Motors shall have grease-lubricated ball or roller bearings. In all cases, the bearing shall be chosen to
provide a minimum operating life of 40,000 working hours. Bearing shall be adequate to absorb axial
thrust. The bearing shall be maintenance free with grease fill for life.
H.
Special Tools and Spanners
Each rating and frame size of motor shall be provided with 2 sets of any special tools required for
dismantling and maintenance of the motor.
I.
Name Plates
A nameplate as required under IS 325 shall be provided on each motor.
J.
Test and Test Certificates
The motor shall be tested in accordance with IS 325 and IS 4029. Eight copies of the test report
should be submitted for approval.
Contractor
Witness
Executive Engineer
283
K.
Fasteners
All fasteners shall be SS 316
19.5.6 Instrumentation
A. Float switches
In each pump sump, 1 ultrasonic level switch with transmitter is to be provided for automatic start /
stop of the pumps. Also low level and high level signal is to be transmitted to the Main Electrical
Panel Room.
20.0 EXHAUST FANS
The fans shall be as per IS 2312 and the blades shall of mild steel dynamically balanced to avoid
noise and vibration. The blade and its carriers shall be securely fastened to avoid loosening in
operation and shall have a SS AISI guard as a grill inside and a 10 sq mm mesh screen to
safeguard birds from getting sucked in. The duty of the fans shall be calculated to ensure 3 to 10
air changes per hour in the command area depending on requirement.
Materials of Construction
Casing
M.S. as per IS 2062
Impeller
Cast Aluminium
Test
As per IS 2312
21.0 STREET LIGHTING SYSTEM
Scope of Work
The street lighting for the road shall be designed as per IRC, I.S. Codes and specifications and
National electric code. The street lighting shall be designed with average illumination (E.A.V) of 30
lux and minimum illumination of 12 lux and uniformity ratio of 0.4. For the junctions, the average
illumination level should be kept move.
Scope of work covered under this tender shall be supply of the necessary equipment, installation,
erection,
testing
and
commissioning
of
the
Street
Lighting
system
as
per
the
drawings/specifications, but not limited to following: Indian Standard Specifications
The particular specification for the work is as detailed hereinafter. These specifications shall be
read in conjunction with the relevant Indian Standard, Chief fire officer’s recommendations and the
obtainable local practice as detailed in various regional handbooks of practice and the work shall
be executed accordingly. Where the specifications in any of the standards are at variance with the
Specifications detailed herein, the most stringent amongst them shall govern. Contractor shall
ensure that execution of total work is in accordance to this.
Scaffolding
All scaffolding and ladders required for the proper execution of the work shall be provided by the
nominated subcontractor.
Contractor
Witness
Executive Engineer
284
Measurements
The mode of measurements for shall be as per provisions of the relevant Indian Standards. The
nominated subcontractor shall provide all the measuring tapes and other accessories necessary.
Guarantee
Equipment and the installation shall be guaranteed for a period of one year for defective materials
or workmanship from the date, the plant and installation has been finally taken over. The
Nominated Sub-contractor shall rectify the defects or replace defective materials at his own cost
during the guarantee period.
Approvals
The Nominated Subcontractor shall arrange to obtain necessary statutory approvals / drawing
approval including following before starting the work:All statutory approvals from:
Electrical Inspector (Engineer)
Electric supply company
Workmanship
Good workmanship and neat appearance are the prerequisites for compliance with the various
sections of these specifications. Work shall be carried out in accordance with the statutory rules
and local regulations in force and conform to relevant I.E Rules and I.S. Specifications.
Tools and Spare Parts
The contractor shall obtain himself all special tools and tackle required for erection and assembly
of the equipment covered by the contract himself.
All other materials such as foundation bolts, nuts etc. required for the installation of the plant shall
be supplied and included in the Contract.
Tenderer shall quote separately for spares recommended by him for two years operation of each
type of equipment covered by these specifications.
Earthing Stations
The earthing stations required for establishing an equipment earthing grid shall consist of
Galvanised Steel or copper pipe / plate into ground. The minimum depth, type of electrode, soil
treatment shall be shown on drawings and in accordance with I.S. Code of Practice 3043-1966
complete with masonry chamber, watering pipe C.I. cover etc. The number of earthing stations
shall be as shown on the drawings
Earthing of feeder pillar shall be done by 2 nos. of 25 x 6 mm GI strip connected to earth stations
as per IS-3043.
Earthing of lighting pole shall be done as per specification of pole and drawing enclosed.
Testing: The following earth resistance values shall be measured with an approved earth meggar and
recorded: -
Contractor
Witness
Executive Engineer
285
1.
Each Earthing Station
2.
Earthing System as a whole ( shall be less than one ohm)
3.
Earth Continuity conductors.
Lighting Poles and junction box
Lighting Poles shall be steel tubular type as per drawing enclosed and as per bill of materials.
Lighting Poles shall be complete with fixing bracket and junction box as per enclosed drawing and
bill of materials. Junction box shall be suitable for loop-in and loop-out of three cables of 4c x 25
sq.mm.
The lighting poles shall be coated with bituminous preservating paint on inside as well as on the
embedded outside surface. Exposed outside surface shall be coated with two coats of metal
primer.
The galvanised sheet steel junction box for the street lighting poles shall be completely
weatherproof confirming to IP-55 made of 14 SWG sheet steel and provided with lockable door,
fixing bracket and HRC fuse mounted on the fuse carrier and fuse base assembly.
Wiring from junction box at the bottom of the pole to the fitting at the top of the pole shall be
included in the installation charges of the pole.
Earthing of the pole shall be carried out by 4# SWG GI wire as per enclosed drawing.
Lighting Fittings And Accessories
SCOPE OF SPECIFICATION:
This specification covers the design, material specification, manufacture, testing, inspection,
delivery to site and installation & commissioning of lighting fittings and their associated
accessories.
CODES AND STANDARDS:
The lighting fittings and their associated accessories such as lamps/ tubes, reflectors, housings,
ballasts, etc. shall comply with the latest applicable standards as specified. Where no standards
are available, the supply items shall be backed by test results, shall be of good quality and
workmanship & any supply items which are bought out by the Contractor shall be procured from
approved manufacturers acceptable to the Engineer.
PRODUCTS
Lighting Fittings - General Requirements
i)
Fittings shall be designed for continuous trouble free operation under atmospheric conditions
as specified (in Sections B & C of project information) without reduction in lamp life or without
deterioration of materials and internal wiring. Outdoor fittings shall be weather-proof and
rain-proof type.
ii)
The fittings shall be designed so as to facilitate easy maintenance, including cleaning,
replacement of lamps / starters etc.
Contractor
Witness
Executive Engineer
286
iii)
Connections between different components shall be made in such a way that they will not
work loose by small vibration.
iv)
For each type of lighting fitting the Contractor shall supply the utilization factor to indicate the
proportion of the light emitted by the bare lamps which falls on the working plane.
v)
All fittings shall be supplied complete with lamps suitable for operation on a supply voltage
and the variation in supply voltage.
vi)
The fittings and accessories shall be designed to have low temperature rise.
The
temperature rise above the ambient temperature shall be as indicated in the relevant
standards.
vii)
All mercury vapour, metal halide lamp and sodium vapour lamp fittings shall be complete
with accessories like lamps, ballasts, power factor improvement capacitors, starters
wherever applicable, etc. These shall be mounted as far as possible in the fitting assembly
only. If these cannot be accommodated inside, then a separate metal enclosed box shall be
included to accommodate the accessories and in addition with a fuse and a terminal block
suitable for loop-in, loop-out connections.
Outdoor type fittings shall be provided with
outdoor type weather-proof box.
viii) All fluorescent lamp fittings shall be complete with all accessories like ballasts, power factor
improvement capacitors, lamps, starters and capacitors for correction of stroboscopic effect.
ix)
Each fitting shall have a terminal block suitable for loop-in, loop-out and T-off connection by
250/440V, 1 core , PVC insulated Cu conductor cable upto 4 sq.mm in size unless otherwise
specified. In hazardous areas, the termination at the fittings shall be suitable for 1100V,
PVC, armored cables of sizes specified and terminals shall be of stud or clamp type. The
internal wiring should be completed by the MANUFACTURER by means of stranded copper
wire and terminated on the terminal block.
x)
The mounting facility and conduit knock-outs for the fixtures shall be as specified.
xi)
All hardware used in the luminaire shall be suitably plated or anodized and passivated for
use in chemical industrial and power plants.
Earthing
i)
Each lighting fitting shall be provided with an earthing terminal suitable for connection to the
earthing conductor.
ii)
All metal or metal enclosed parts of the housing shall be bounded and connected to the
earthing terminal so as to ensure satisfactory earthing continuity throughout the fixture.
Painting / Finish
i)
All surfaces of the fittings shall be thoroughly cleaned and degreased. The fittings shall be
free from scale, rust, sharp edges and burrs.
Contractor
Witness
Executive Engineer
287
ii)
When enamel finish is specified, it shall have a minimum thickness of 2 mils for outside
surface and 1.5 mills for inside surface.
The finish shall be non-porous and free from
blemishes, blisters and fading.
iii)
The housing shall be stove-enamelled / epoxy stove-enamelled-Vitreous enamelled or
anodized as indicated on flame-proof fittings is prohibited.
iv)
The surface shall be scratch resistant and shall show no sign of cracking or flaking when
bent through 90o over
v)
" dia mandrel.
The finish of the fittings shall be such that no bright spots are produced either by direct light
source or by reflection.
Street Lighting Fittings
i)
Street lighting fittings shall be suitable for mercury vapour lamps, fluorescent tubes or sodium
vapour lamps and shall be of the cut off, semi-cut off or non-cut-off type as specified.
ii)
The fittings shall be of the tope entry/ side entry /post top/ suspension type as specified.
i)
The means for attaching the fittings shall be designed to sit the weight of the fitting and
shall ensure that the strength of the connection is adequate to withstand a wind speed of 150
Km/h equivalent to the following wind loads on the projected surface of the fitting in relation
to its mounting height: Mounting Height
ii)
Wind Load
Less than 8 m
-
15 N/m2
8 to 16 m
-
20 N/m2
Above 16 m
-
24 N/m2
The size of threads, length of threads, socket bores of various types of fittings mentioned in
8.2 above shall comply with relevant standards specified.
v)
The fittings shall be designed such that the glare value is controlled below an acceptable
level. The light distribution patterns of cut-off, semi-cut off and non-cut-off fittings shall be as
per relevant standards specified.
vi)
The required control gear such as ballast and capacitor shall be provided integral with the
fitting. The housing shall be of cast aluminium stove-enamelled and provide with anodized,
mirror or polished aluminium reflectors. The covers shall be of transparent acrylic sheet and
neoprene gasket shall be provided for sealing the unit for outside atmosphere.
Lamp/Starter Holders
i)
Lamp holders shall comply with relevant standards. They shall have low contact resistance,
shall be resistant to wear and shall be suitable for operation at the specified temperature
without deterioration in insulation value. They shall hold the lamps in position under normal
condition of shock and vibration met with in normal installation and use.
Contractor
Witness
Executive Engineer
288
ii)
Lamp holders for the fluorescent lamps shall be of the spring loaded bi-pin rotor type. Live
parts of the lamp holder shall not be exposed during insertion or removal of the lamp or after
the lamp has been taken out. The lamp holder contacts shall provide adequate pressure on
the lamp cap pins when the lamp is in working position.
iii)
Lamp holders for incandescent and mercury vapour lamps shall be of bayonet type upto
100W and Edison Screw type for higher Wattage lamps.
iv)
Starter holders for fluorescent lamps shall conform to the standards specified. All material
used in the construction of the holder shall be suitable for tropical use.
v)
The starter holders shall be so designed that they are mechanically robust and free from any
operational difficulties. They shall be capable of withstanding the shocks met within normal
transit, installation and use.
Ballasts
i)
The ballasts shall be designed, manufactured and supplied in accordance with the relevant
standards. The ballasts shall be designed to have a long service life and low power loss.
ii)
Ballasts shall be mounted using self locking, anti-vibration fixings and shall be easy to
remove without demounting the fittings. They shall be in dusting, non-combustible
enclosures.
iii)
The ballasts shall be of the inductive, heavy duty type, filled with thermosetting, insulating,
moisture repellent polyester compound filled under pressure or vacuum. Ballasts shall be
provided with tappings to set the voltage within the range specified. End connections and
taps shall be brought out in a suitable terminal block, rigidly fixed to the ballast enclosure.
The ballast wiring shall be of copper wire. They shall be free from hum. Ballasts which
produce humming sound shall be replaced free of cost by the CONTRACTOR.
iv)
Separate ballast for each lamp shall be provided in case of multi-lamp fittings, except in the
case of 2 x 20 watts fittings.
Starters
i)
Starters shall have bimetal electrodes and high mechanical strength.
starters shall be
replaceable without disturbing the reflector or lamps and without the use of any tool. Starters
shall have brass contacts and radio interference capacitor.
ii)
The starters shall generally conform to the relevant standards.
Capacitors
i)
The capacitors shall have a constant value of capacitance and shall be connected across the
supply of individual lamp circuits.
Contractor
Witness
Executive Engineer
289
ii)
The capacitors shall be suitable for operation at supply voltage and shall have a value of
capacitance so as to correct the power factor of its corresponding lamp circuit to the extent of
0.95 lag or better.
iii)
The capacitors shall be hermetically sealed preferably in a metal enclosure to prevent
seepage of impregnant and ingress of moisture.
Lamps
i)
The fluorescent lamps shall be `Day-light colour' type unless otherwise specified and shall
be provided with features to avoid blackening of lamp ends.
ii)
Mercury or sodium vapour lamps shall be of high pressure, colour corrected type.
iii)
The constructional features of gas discharge lamps for special applications as stated or for
instant start fluorescent lamps if specified, shall be clearly brought out in the bid.
iv)
The lamps shall be capable of withstanding small vibrations and the connections at lead in
wires and filaments/ electrodes shall not break under such circumstances.
v)
Lamps / tubes shall conform to relevant standards and shall be suitable for supply voltage and
frequency specified.
Spare Parts
i)
Unit prices of the items shall be quoted together with catalogue numbers.
ii)
The unit prices shall not however be limited to the above items. The CONTRACTOR may
recommend additional spare items and quote the unit prices of the respective items.
Tests And Test Reports
Type tests, acceptance tests and routine tests for the lighting fittings and accessories covered by
this specification shall be carried out as per the relevant standard for the respective fittings and
their accessories.
The Manufacturer’s type and routine test certificates shall be submitted for tests conducted as per
relevant standards for the fittings and accessories. The TENDERER shall submit with his proposal
copies of available test certificates of the fittings offered.
22.0
CHLORINATION SYSTEM
SNo
Material Description
A.
Tonners/ Trunions
i
Empty chlorine tonners
Contractor
Qty
30 days of chlorine
Witness
Executive Engineer
290
SNo
Material Description
Qty
dose
ii
Trunions
----do----
B
Gas Piping
1.
Auxiliary valve with yoke
2 nos
2.
Copper tube
2 nos
3.
Manifold valve
2 nos
4.
Gas pressure gauge
2 nos
5.
Isolating valve for PG
2 nos
6.
Gas filter
2 nos
7.
Wall manifold with dripleg, heater, built-in filter, header valve.
2 nos
8.
Mild steel piping for gas under pressure with pipe and specials
As per requirement
C
Chlorinator Capacity(as per requirement )
1.
Vacuum Regulator
2 nos
2.
Automatic vacuum switchover unit
1 no
3.
Floor cabinet chlorinator with gas flow meter gate valve
2 nos
4.
Ejector
2 nos
5.
PVC vacuum manifold with 2 PVC ball valve.
1 no
6.
5/8” Vacuum tube 3/8 inch vent tube
As per requirement
D
Water Booster Pumpset:
Water booster pump complete with electric drive motor of 2 Set
suitable capacity mounted on a common base plate with
coupling.
Pump capacity ( as per requirement)
Motor rating :
( as per requirement)
E)
Water Side Piping
1.
Gate Valve
As per requirement
2.
Non Return Valve
As per requirement
3.
Y- Strainer
As per requirement
4.
Water pressure gauge with isolation cock
As per requirement
5.
Water Piping in GI (C Class) comprises with specials
As per requirement
F
Solution Side Piping
1.
PP ball valve
2
2.
PP Non return valve
2
Contractor
Witness
Executive Engineer
291
SNo
Material Description
Qty
3.
PVC Diffuser
1
4.
Rigid PVC Pipe of suitable size with specials
As per requirement
G.
Chlorine Gas Detector for one point (tonner shed)
1.
Indicator Alarm unit with digital readout
1
2.
Gas Sensor
1
3.
Audible Hooter
1
H)
Safety Equipment
1.
Self contained air breathing apparatus c/w 30 minute duration 2
air cylinder with full face mask, demand valve pressure
regulator, carrying case
2.
Canister Gas Mask
2
3.
Protective clothing Comprises
1 set
- PVC overall
- Safety goggle
- Safety helmet
- Pair of Gloves
4.
Ammonia Torch
5.
Emergency Repair kit for toners
6.
Emergency Shower & eye wash fountain
I)
Material Handling Equipment
1.
3 T Capacity lifting bar for toners
2.
3 T capacity crane type weigh scale
J)
Electric Panel/Cable
1.
Electric Panel for chlorination system
2)
Electric Cables
K)
Mandatory Spare Parts
1.
Maintenance kit for vacuum regulator, chlorinator, ejector
1
2.
Copper tube
2
3.
Impeller, shaft bush for pump
4.
Electrolyte solution for gas sensor
5.
Lead Washers
L)
Chlorine Gas Leak absorption Equipment
100M
As per requirement
FRP Half Hoods
Two (2) Nos
Caustic Solution tank in PP-FRP complete with solution inlet, One (1) No
Contractor
Witness
Executive Engineer
292
SNo
Material Description
Qty
gas inlet, overflow, drain, manhole and PP diffuser.

Tank Capacity
:
5m3
Caustic solution pump in polypropylene c/w electric drive motor One (1) No.
(415V/50HZ/3Ph/2900 RPM) mounted on a common base
plate with coupling.
Air blower having impeller and inside casing in MS with FRP One (1) No
lined directly mounted on a electric motor shaft.
(415V) 50HZ/3Ph. 2900RPM)
PP/PVC air duct piping between hood, chlorination room and As per requirement
blower inlet.
PP/PVC air duct piping between blower discharge and to
caustic tank.
PP piping for caustic solution comprise of
Lot
2-PP ball valve
1-PP NRV
1- PP V- Strainer
1-Pressure gauge with PP ball valve for caustic solution 12MPP piping.
Gas sensor (2 for FRP hood and one for chlorination room)
Three No.
The list of equipments as well as, the detail of components, is indicative only, the contract shall be
required to provide complete chlorination system along with safety devices as approved by
Engineer-in-charge.
23.0
23.1
1.
DIESEL GENERATING SET
GENERAL
It will be complete responsibility of successful agency to carry out following Work without any
extra cost. If any minor Work other than the considered items in required being carried out
without any extra cost, which may please be noted.
2.
The successful agency will be responsible to operate the D.G. Sets. The agency should take
care of the required operation and maintenance of D.G. sets during power failures in coordination with regular maintenance and repair agency or as specified by Engineer-incharge.
Contractor
Witness
Executive Engineer
293
3.
The agency is required to provide Diesel for the D.G. Sets as per the requirements. The
diesel tank should be full / 90% capacity at all times. No laps on any accounts shall be
tolerated. The payment of the same will be paid as per actual after producing required
documents such as diesel consumption/cash memo etc.
4.
The manual operation required for the D.G. Sets is also included in this scope. The
successful agency will have to operate the D.G. Sets in coordination with the Haryana State
Electricity Board (HSEB) and other Electrical departments.
5.
The agency is to bring adequate diesel required for the DG Set. They should operate the
D.G. Set at least 10 minutes in a day and keep the D.G. set in full working condition at all
times.
6.
The D.G. Set is to be provided in fully automatically operative condition. However, in case of
any emergency, if the D.G. Set is not operating in its automatic mode, then the operator
should be in a position to operate the D.G. Set in manual mode.
7.
It will be the responsibility of the successful agency to obtain the necessary
approval/sanctions from concerned authorities like HSEB, Pollution Control Board etc. before
commissioning of the D.G. Set and same shall be submitted to Engineer-in-charge within the
stipulated Contract period.
9.
Successful agency will also be responsibility for carrying out comprehensive maintenance of
total installation under Contract. This also included the replacement/ repairs of any defective
parts and fuel and oil required, so as to ensure the required operation schedule.
23.2
SPECIAL REQUIREMENT
1.0
GENERAL
1.1
The entire electrical Work shall be carried out in accordance with specification without
any extra cost. The Work shall conform to relevant Indian standard, Indian Electrical
Acts and requirements of local electricity board.
1.2
For supervision, Contractor must depute qualified electrical engineer with sufficient
experience for similar type of Work.
1.3
The Contractor shall employ only experience and licensed electrical / wiremen for the
Work. Only licensed electrical Contractor are allowed to Work.
1.4
When the electrical installation is complete, the same shall be tested as per I.S. code,
i.e. Regulations in front of Engineer-in-Charge and result are to be submitted in four
sets.
1.5
The Contractor shall carry out all minor civil works connected with electrical Work. The
Contractor shall repair and make good damage caused to the civil structure while
carrying out the electrical works.
1.6
The foundation for panel board grouting of frames in wall etc is required to be carried
out by the agency.
Contractor
Witness
Executive Engineer
294
2.0
SCOPE
2.1
Supply, installation, testing and commissioning of D.G. set of desired rating, Auto
transfer panel and power and control cabling Work and sound proof Enclosure
(Acoustic canopy).
2.2
The scope of Work also including the operation and maintenance of the D.G. set
during the defect liability period as well as operation & maintenance period. It also
includes any breakdown maintenance / replacement of defective parts and providing
required manpower for daily operation of same round the clock or completely as per
the requirement of Engineer-in-charge.
2.3
DRAWING & SPECIFICATION
Drawing and specification shall be followed and if any deviation from the same is
necessary to make the Work conform to the requirement, the same shall be called to
the attention of the Engineer. If any discrepancy between specification, Drawing and
BOQ is noticed the same shall be informed to the Engineer-in-charge before execution
of the Work and higher standard among the three will take precedence.
3.0
SHOP DRAWINGS
3.1
The Contractor prepares detailed shop drawing and submits for the approval of the
Engineer before commencing the Work. The shop drawings showing all setting out
details and physical dimensions of all complements in the system like conduits and
cable, routes, location if HT & LT pane's, D.G. sets AMF panels, sound proof canopy
and fixing details. Work shall not be commenced without the approval from the
Engineer for each working drawings. The drawing should include circuit diagram of
the AMF panel.
4.0
BROCHURE AND DATA
4.1
The Contractor shall submit to the Engineer-in-Charge four copies of all brochures,
Manufacturer description data and similar literature. One copy will be returned to the
Contractor after approval.
5.0
SCALE
5.1
Electrical layout plans shall be drawn to scale as established on drawings and shall
indicate the size and location of all equipment and accessories herein. The
Contractor shall obtain all dimensions preferably at the building and check those
plans for interference with the building structure and other plans for interference with
the building structure and other equipment.
6.0
APPROVAL
6.1
The engineers approval of such drawings, schedule, brochures, etc. will be an
approval of general details and arrangements only and shall not relieve the
Contractor from responsibility for deviation from drawings or specifications unless he
Contractor
Witness
Executive Engineer
295
had, in writing, called the Engineer attention to such deviations at the time of
submission, nor shall it relieve the Contractor from responsibility for errors or
commissions of any kind in the shop drawings when approved.
7.0
STORAGE
7.1
All materials and requirements shall be stored properly to the satisfaction of the
Engineer so that physical handling and climatic conditions do not affect the
equipment.
8.0
CUTTING & PATCHING
8.1
Cutting, patching and reading shall be kept to the minimum. Whenever this is
required, advance approval of the Engineer shall be obtained before cutting and
patching Work is taken up during the installation of Work. Those shall be
subsequently finished properly to the satisfaction of the Engineer. Care shall be
taken to prevent spreading of dust and debris and for protection of equipment and
finishes.
9.0
PROTECTION
9.1
All Work equipment and material shall be protected at all times to prevent
obstruction, damage or breakage. All equipment shall be covered and protected
against water, dust and sand as well as chemical and/or mechanical damage. At the
completion of the Work, all equipment shall be thoroughly cleaned and delivered in
a perfect unblemished and working condition.
10.0
TESTING & COMMISSIONING
Testing and commissioning of complete electrical, accessories/equipment/ installations
shall be carried out in the presence of Engineer-in-charge/ HSEB officials as per the
required norms/ directives at Manufacturers place and at site.
11.0
The Contractor shall furnish all labour and materials called for in this specification and
accompanying drawings and shall install the system complete in every respect. Only
license approved electrical Contractor/Sub Contractor are permitted to execute the
Work.
12.0
GUARANTEE
The Contractor shall furnish guarantee on all equipment and appliances. This shall
include guarantee against defects in workmanship or material in any part or accessory.
If any defects are found, the Contractor at no additional cost shall replace the defective
part or Work.
23.3
GENERAL SPECIFICATION
1.
INTENT OF SPECIFICATION
This specification is intended to cover the design engineering manufacturing,
fabrication. Assembly, testing at Manufacturer Work/delivery properly packed for
Contractor
Witness
Executive Engineer
296
2.
transport, transportation up to site, erection, testing and commissioning at site
suitable design capacity of D.G. Set. The D.G. Set shall run with HSD oil and shall
be supplied complete with all the accessories described below for safe and trouble
free commercial operation, in manner accepted to the department.
CODES & STANDARD
The design, manufacture, shop testing, erection and commissioning of compression
ignition diesel Engines and accessories shall conform to the standards and codes, with
latest revisions in addition to the relevant standards and manufactures own standards.
3.
SCOPE OF WORK
The scope of Work includes design, manufacture, supply, transport to project site,
handing erection testing and commissioning of Diesel Engine driven Generating sets in
conformity with the specification given herein and the schedule of quantities.
The scope of Work covers the design, Manufacturer; testing supply of suitable capacity
D.G. set which including the following:
a)
Alternator along with its excitation system auxiliaries, circuits, control panel,
metering and protection circuits.
b)
Diesel engine along with its accessories and starting system.
c)
Flexible / semi flexible couplings.
d)
Common heavy-duty channel for base frame supported by anti-vibration damper
at bottom.
e)
Cooling arrangements etc.
f)
Exhaust piping with heavy-duty residential type silencer, insulation of exhaust
piping and etc height of piping as per pollution control regulation.
g)
Starting lead Acid batteries with battery charger having trickle and boost
charging arrangements complete with Ammeter with switch and voltmeter with
fuse and switch to read battery voltage, starting motor, fuel oil, service tank,
fuel oil piping etc.
h)
All control and power wiring between D.G. set, control panel batteries, safety
controls, pumps and AMF panel etc.
i)
First fill of fuel oil, lubricating oil; etc including cleaning and flushing out of the
system after the test at manufacture facility.
j)
Fuel and oil for testing, trials runs and up to commissioning
k)
Obtaining all licenses, approval from local authorities including but not limited
to any or all of the following:
1) Haryana State Electricity Board (HSEB)
2) Pollution Control Board.
3) Fire Department of the local Fire Brigade.
4) Municipal Corporation.
Contractor
Witness
Executive Engineer
297
All requirement offered shall be provide design and reliable in operation. Diesel Generator set
capacity specified is at site condition.
Both engine and generator shall be rated for continuous duty at full load and have an overload
capacity of 10% for an hour in 12 Hr. operations. The excitation system shall be designed to
maintain the rated voltage constant even if a load of 150% of rated load is imposed on the
Generator for duration of 15 Sec. Tendered to indicate power consumed by auxiliaries along with
quotation.
The Tenderer shall specify in detail all equipment offered including auxiliaries, associated piping,
cabling based on typical layout
23.4
PAINTING, PACKING AND TRANSPORT
All metal surfaces shall be thoroughly cleaned of scale, rust and grease, etc. prior to painting.
Cleaned Surface shall be given two coats of primer and prepared for final painting. Final finish
shall be free from all sorts of blemishes.
The equipment shall be shipped to site suitably packed to present any damage. Each package
shall have labels to show purchaser name, purchase order and equipment number, suitable lifting
lugs, etc. shall be provided and lifting points shall be clearly marked on the package. Packing
shall be suitable for storage at site for a minimum period.
23.5
TEST AND INSPECTION
The owner or his authorized representative may visit the works during manufacture or equipment
to assess the progress of Work as well as to ascertain that only quality raw materials are used for
the same. He shall be given all assistance to carry out the inspection.
Detailed test procedure along with the facilities available at Contractor works shall be furnished as
and when called for. Owner representative shall be given minimum four-week advance notice for
witnessing the final testing. The Contractor shall furnish test certificate including test records and
performances curves, etc.
The Contractor shall prepare and submit detailed shop drawing depicting the general arrangement
of D.G. Sets, connected accessories, fuel tank, fuel oil piping, pumps, control panels, single line
electrical diagrams for power and controls, exhaust piping, chimney, foundation details, etc. within
10 days of award of Work.
23.6
OPERATION & MAINTENANCE MANUALS SPARE PARTS, TOOLS ETC.
The Contractor shall furnish operation and maintenance manuals in triplicate after installation of
the D.G. Set. One set of special tools required shall be supplied at the time of handing over of the
set to the Corporation. The price of these special tool set is deemed to be included in the rates
quoted by the Tenderer. The bid letter shall list out such tools that will be handed over to the
Corporation.
Contractor
Witness
Executive Engineer
298
23.7
COMPLETION DRAWING
On successful completion of the installation and before issuance of the certificate of virtual
completion, the Contractor shall prepare and submit to the owner "as built completion" drawings
of the entire installation.
The completion drawings shall include:
a) Layout of D.G. St and accessories.
b) Exhaust piping arrangement.
c) Fuel oil tank and piping.
d) Electrical single line diagram, control wiring single line diagram, cable layout, panel GA
drawings, etc.
e) Location of earth pits and Earth conductor with sizes.
23.8
TESTING
1.
The following test shall be conducted on each alternator and D.G. Set.
2.
Factory Test
i)
Routine Tests.
ii)
High Voltage Test.
iii)
Short circuit Current Test.
iv)
Instantaneous short-circuit withstand test.
v)
Insulation resistance test.
These tests shall be conducted as per the requirements of the original test certificates shall
be furnished to the department.
3.
Site Tests
After the erection and wiring and earthing for DG set, the following tests shall be conducted:
i)
Insulation resistance of the generator.
ii)
Speed, no load voltage and full load voltage regulation.
iii)
Frequency at no load, half load and full load.
The readings shall be observed with calibrated meters. Only one meter shall be used for the
tests. The reading shall properly tabulated and submitted in triplicate to the Engineer-incharge.
4.
Testing of Controls
All the safety controls and protective devices of the DG set shall be tested for correct
calibration and operation. The result of the tests shall be tabulated and submitted in
triplicate.
23.9
OPERATION
DG set with individual Auto Transfer starting facilities is required to provide electric power to the
essential loads in the events of failure of normal power supply or when normal supply is switched
off under abnormal conditions like fire. When normal power fails or is tripped manually, the D.G.
Contractor
Witness
Executive Engineer
299
set should start automatically and restore electrical supply for essential loads. It should have
provision to start all the equipments one by one so as to reduce higher starting current. The DG
set shall also run continuously to supply power to the loads till restoration of normal power
supply.
A potation free Contract (NO) closing on under voltage will be made available by means of a
suitable control cable at the Auto Transfer control panel to indicate failure or absence of normal
supply. The DG set shall start on receipt of this signal with an adjustable time delay of 0.5 secs,
the time shall be of self - reset type.
The starting time of each of the DG set should be as less as possible, but not exceeding 15 sec.
to come on load. In case the first starting operation is not successful, two more attempts with
preset time intervals should be attempts; the particular set should be locked out. When an
engine speeds up and alternator develops desired voltage in frequency, generator circuit
breakers will be switched on.
23.10
INSTALLATION
The Contractor shall carry out the installation of the DG sets including but not limited to the
following:
a)
Installation of the DG Set, testing, commissioning, alignment, mounting along with AVM
pads on ready floor, foundation to be made by the Contractor and the cost shall be
included in the rate for supply and installation of the D.G. set.
b)
Installation of fuel oil system complete with day tank and Lube oil system with necessary
piping, valves, fittings, supports, etc.
c)
Installation of air intake system, exhaust gas system complete with residential type
silencer, expansion bellows, etc. and necessary piping, valve, fitting. Supports etc.
d)
Installation of Auto Transfer Switch and any other electrical panel.
e)
The Contractor to supply and install the required 8" dia MS exhaust pipe upto the required
height (as stipulated by Pollution Control Board Authorities) above the building in which the
D.G. set are housed. The scope also includes providing insulation.
f)
Installation and charging of battery along with leads, battery stand, etc.
23.11
CAPACITIES
The capacity of each of the D.G. set shall be suitable as per design of STP. Both the engine and
Generator shall be rated for continuous duty at full load and have an overload capacity of 10% for
an hour in 12 hours operation. The excitation system shall be designed to maintain the rated
voltage constant even if a load of 150% of rated load is imposed on to the Generator for duration
of 15 secs. Tenderer shall indicate power consumed by auxiliaries along with the Tender
document.
Contractor
Witness
Executive Engineer
300
23.12
DIESEL ENGINE
The engine shall be suitable for continuous operation to develop design capacity of DG set at site
conditions as mentioned above.
The diesel engine shall be indoors type, multi cylinder, totally enclosed, continuous duty, direct
fuel injection, series Turbo charged compression ignition, complete with its self-contained
lubricating system. The lube oil system shall be provided with Engine Driven Lube Oil Pump only.
Following accessories shall be supplied with the engine and the quoted rate for supply and
installation of DG set shall be deemed to have included for the accessories described below:
a)
Air filter Air restriction gauge.
b)
Lube oil filter.
c)
Fuel oil filter.
d)
Coupling.
e)
Day service Tank.
f)
Fly wheel with Guard.
g)
Corrosion Resister.
h)
Scroll type fuel injection system.
i)
Residential type silencer.
j)
Electronic governor.
k)
Starter motor.
I)
Instrument panel.
m)
Laid Acid Battery.
n)
Exhaust Bellows.
o)
First fill of lube oil
23.12.1
DAY FUEL TANK
The fuel oil day tank shall be provided with gauge glass, filling, drainage and vent connections with
valves. Fuel Transformer pump between Engine & Day tank should by engine driven only.
23.12.2
LUBRICATING OIL SYSTEM
The Lubricating oil for engine lubrication shall be collected in the oil pan located at the bottom of
the cylinder block. From oil pan, the lubricating oil shall be let off to a separate lube oil sump, if
required. From the oil pan or from the oil sump the lubricating oil shall be drawn by engine driven
lubricating oil pump through foot strainer (in the oil sump) and then Through oil filter of suitable
capacity . The lube oil pump shall be of Gear type and Engine driven only and the entire assembly
should be filter inside the sump. All the inter connecting oil piping together with valves, fittings,
hangers, supports, etc. shall be provided by Contractor.
23.12.3
AIR / EXHAUST SYSTEM
Exhaust gas Driven Turbocharger shall be fitted to each bank and each turbocharger shall have its
own self-contained lubricating oil system. Ai shall be normally supplied and ducted to the turbo-
Contractor
Witness
Executive Engineer
301
charger of low & high pressure one. Air from the Turbocharger compressor passes to the after
cooler and then to the engine manifolds. The cooler shall be of Tabular constructed with aluminium
bronze MS and cat-Iron water Boxes. An Engine Drive water ump shall cool it.
The engine turbo charging system including exhaust and intake Manifolds, valve timing and
arrangement of the cylinder Head shall be designed for optimum performance at High boost
pressure with subsequent high specific Engine Power output.
23.12.4
GOVERNING SYSTEM
Electronic governing system shall be provided with the necessary sensors. The governor shall be
suitable for operating without external power supply ad shall be provided with adequate speed
control system.
23.12.5
FLYWHEEL
The Contractor shall be responsible for determining and providing the necessary flywheel effect.
The flywheel shall be both statically and dynamically balanced and capable of rotating at 125% of
rated speed without injury. Flywheel guards shall be furnished.
23.12.6
ENGINE COOLING SYSTEM
Radiator shall be offered by the Contractor to cool the water received from the engine or any other
cooling system as specified by Engineer-in-charge.
23.12.7
ENGINE STARTING SYSTEM
Manual Electrical starting arrangements of the engine in case of power failure shall be provided.
The system will consist of DC starter motor mounted on turning gear will receive power from the
set of 24V DC Batteries.
23.12.8
FUEL OIL SYSTEM
The fuel used for the DG set shall be High-speed diesel (HSD) only. The day tank shall be filled
manually by operating Hand pump. In order to transfer fuel from day tank to engine has to be
done through fuel transfer pump which should be engine driven only.
23.13
ALTERNATOR
The generator shall be driven by the diesel engine as described in this specification and shall
match the same in all respects. The generator shall also conform to 15 4722 or equivalent.
23.13.1
1.
TESTS
Equipment shall be tested to conform to the appropriate standard and the following tests
shall be conducted in the presence of purchasers.
2.
Functional tests, continuity tests and high voltage test on control panel to establish the
performance called for in the specification.
3.
Power frequency voltage test on switchgear and mechanical / electrical operation check.
4.
Routine test for alternator as per IS 4722.
5.
Over speed test (1.2 times the rated speed for 2 minutes).
Contractor
Witness
Executive Engineer
302
6.
Transient response tests for sudden application and rejection of loads of 25°/0/ 50%, 75%,
and 100% of rated capacity.
7.
Wave from test (type test result are acceptable ).
8.
Please sequence test.
9.
Vibration test.
10.
Noise level test
11.
Dimensional and alignment.
23.14 DG WITH STANDERD MANUAL CONTROL PANEL
DG set shall be supplied with standard manual control panel. This panel shall be floor mounting,
free standing, dust tight, vermin proof/ sheet metal enclosed, cubicle type. Cable entry to the
control panel shall be from the top or bottom (depending upon site condition) for power and control
cable, outgoing cable, of auxiliary equipment and outgoing cable to power center.
1.
The panel shall be free standing, fabrication from 14/16SWG CRCA sheet metal enclosed,
dust and vermin proof type with a hinged door and having a degree of protection IP 52 as per
IS 2147 unless otherwise specified. The panel shall be powder coated with Siemens gray
color shade after completing 7-tank pre-treatment process. Curing shall be by baking. Finish
shall be structural finish (70-80 microns). Power and control equipment shall be segregated
inside the Panel as far as practicable. The maximum height of the operation handle /
switches shall not exceed 1000 mm and the minimum height sha'l not below 300 mm. All
hardware shall be made corrosion resistant and bolts, nuts and washer shall be made of
galvanized zinc passivated cadmium plated high quality steel. Unless otherwise specified the
panel shall be suitable for bottom cable entry. Necessary glands shall be provided with
panel.
All auxiliary devices for control, indication, measurement and alarm such as push buttons
control/selector switches, indicating lamps, metering instruments, annunciation, etc. shall be
mounted on the front door of the panel. Adequate number of potential free contact shall be
provided in the control panel for any remote control, monitoring of the generator set.
2.
All switches shall be load-break, heavy-duty type. All fuses shall be non-deteriorating HRC
cartridge pressure filtered, link type. The Contractor shall be air break type having AO3 duty
rating. Thermal overload relays shall be three elements, positive acting, ambient temperature
compensated type with adjustable setting range and built in protection feature against single
phasing. All control/selector switches shall be rotary back connected type having cam
operated contact mechanism with knob type handle 'STOP' push buttons shall be stay put
type.
3.
Wiring for power, control and signaling circuits shall be done with PVC insulated copper
conductors having 1100V grade insulation. Minimum size of control wires shall be 2.5 mm.
Contractor
Witness
Executive Engineer
303
"ELEMEX" type terminals shall be acceptable for wires upto 10
sq mm size and for
conductors larger than 10 sq mm bolted type terminals with crimping lugs shall be provided.
A minimum of 10% spare terminals shall be provided on each terminal block.
4.
An adequately sized earth bus shall be provided in the panel for connection to the main earth
grid. All non-current carrying metallic parts of the mounted equipment's shall be earthed.
Doors and movable parts shall be earthed using flexible copper connections.
5.
Engraved nameplates shall be provided for all devices mounted on the front of the panel.
Nameplate or polyester adhesive stickers shall be provided for ach equipment mounted
inside the panel.
The AMF control panel shall be provided with, but not limited to the following devices:
23.15 STANDERD MANUAL CONTROL PANEL:
The Manual Panel shall have provision such that on switching over to DG supply; it shall not put all
the drives into operation on load at a time. But the same shall be put into operation one by one
with suitable time lag. The panel shall be Cubical type, floor mounted, dust and vermin proof
control panel with hinged doors, CAM type doorknob, undrilled bottom gland plate, load manager
each fitted with:
>
Suitable rating Amps 4 phase 36KA MCCB - Similar to MD's make Cat No.25606 with
frame size of DPX 630, S-l, Electronic type - 2 NOS.
>
Shunt Release 220V A.C coil similar to MDs make, Cat No.26164 & frame size of DPX630 - 2 Nos.
>
Remote control front operated, motor operated similar to MDs make - Cat No.26144 &
frame size of DPX-630 - 2 Nos.
>
Auxiliary contacts similar to MDs make Cat No.26160 & frame size of DPX-630 - 2 Nos.
>
Spreader lines similar to MDs make Cat No.625008 & frame size of DPX-630 - 4 Sets.
>
Electronic control unit automatic supply inverter similar to MDs make of Cat No.26196 &
frame size DPX-630 - 1 No.
>
Digital Ammeter of adequate rating with selector switch & CTs - 1 No.
>
0 - 500V digital voltmeter with selector switch & CTs. - 1 Set
>
RYB indicating lamp - 2 sets.
>
MCCB ON/OFF indicating lamp - 2 sets.
>
2 No. + NC Auxiliary contactor 220V ac - 2 Nos.
>
Frequency meter.
>
Digital hourly running meter.
>
KW meter, Digital.
>
KWH meter, Digital.
>
Current transformers of suitable ratio of class 1 for metering.
>
3 Nos. current transformers of suitable ratio of Class-I for metering.
Contractor
Witness
Executive Engineer
304
>
4 Pole ALB Microprocessor based EDO type contact operated by charging motor and
incorporated with shutter Assembly, shunt release etc.
>
Micro switch for service position, Test service, 3 indicators for DG ON/OFF/TRIP.
>
CT for above ACB's
>
Copper Bus Bar (TPN) of adequate rating.
Mains supply Monitor to identify low voltage/complete failure and initiate necessary single for
operation of automatic control gear.
>
1 Set Window Annunciation's with audio visual alarm & Trips for:
i)
High Water Temp.
ii)
Low lubes Oil pressure.
iii)
Over speed stop
iv)
Set fails to start.
>
1 No. Electronic Hooter.
>
1 Set push button hooter accept/fault clear.
>
1 No. Control switch (ON/OFF - for DG Manual control)
>
1 No. Mode Selector Switch (AUTO/MANUAL/aEST/OFF)
>
1 Set Indicating Lamps for s Load on Set', ' Load on Mains' etc.
>
1 No. Battery Charger consisting of:
Transformer
Rectifier
D.C. ammeter
D.C. voltmeter
Charger selector switch (TRICKLE/BOOST/OFF)
Lamp for battery charging indication.
>
1 Set Instrument fuses.
>
1 Set Bus bars of adequate capacity.
>
1 No. of Automatic Transfer Switch fixed version (750 Amps).
The AMF panel shall be provided with, but not limited to following:
Sr. No.
Description
Range / Rating
Allen Bradley make for A, V,
KW, KWH, KVA Rand P.F.
Freq. KVA, Parameters.
16 Amps.
16 Amps.
1.
Load manager with CTS
2.
3.
Voltage choosing switch (Alt/manual/Load)
4.
Mode selector switch (Auto Manual/ Test)
16 Amps.
5.
Battery charge switch
16 Amps.
6.
Current Transformers
1250/5A, CL1
Contractor
Voltage selector switch
Witness
Executive Engineer
305
Sr. No.
7.
Description
800/400 Amps 4 pole MCCB 36KA with 0/C,
S/C shunt release remote control, front
operated auxiliary contact block & spreader link.
Range / Rating
MDS make
8.
Line Voltage Monitor
-
9.
Auxiliary Contactors
6A, 230V.
10.
AC Timer ON/OFF Delay
230V. A.C.
11.
DC timer
24 Volts D.C.
12.
Hooter
24 Volts D.C.
13.
Charging Resistor
14.
Battery charger transformer
15.
Battery charger rectifier
25A, 200V
Over current Earth fault
English Elect CDG3/Type
Microprocessor based.
16.
17.
100 DHMS : 200 W
Automatic transfer switch fixed version
electronic control unit & supply inverter
mounting plate.
360VA 230V
MDS make
23.16 INDICATING LAMPS AND PUSH BUTTONS
SNo Description
Range / Rating
1.
Load Mains
230 A.C.
2.
MAINS Healthy
230 A.C.
3.
Set fails to Start
24V D.C.
4.
D.G. ON
230V A.C.
5.
Low oil pressure Trip
24V D.C.
6.
High Water Temperature Trip
24V D.C.
7.
Engine over Speed Trip
24V D.C.
8.
Load on Set
230V A.C.
9.
D.C Supply on
24V D.C.
10.
DIODE Test Lamps
Start
Stop
Test Acknowledge
Contractor
Witness
Executive Engineer
306
SNo Description
Range / Rating
Reset
ALT ACB Close/Trip
DIODE Lamp Test
11.
Protective relay functions to be provided
Over Voltage
Under Voltage
Over Frequency
Under frequency
Over Current
Reverse Power
23.17
TECHNICAL PARTICULARS AND INSTALLATION
The Technical particulars of the DG set offered shall be furnished in the format indicated in the
Data Sheet.
TECHNICAL PARTICULARS FOR DIESEL GENERATOR AND ACCESSORIES
SR. NO.
PARTICULARS
DATA
Make of Diesel Engine
Model No. of engine
Power rating of the Engine
Gross Engine BHP
Gross engine KW
Radiation fan Power
No. of Cylinders
Bore & Stroke
Displacement
Compression Ratio
BMEPof the Engine
Direction of Rotation
Aspiration of Engine
Piston speed of the Engine
Max Over speed allowed
Contractor
Witness
Executive Engineer
307
SR. NO.
PARTICULARS
DATA
Friction HP lost
Mech Eff. Of the engine
Thermal Eff of the engine
EXHAUST SYSTEM
Exhaust System back pressure
Noise reduction silencer
Exhaust Gas Flow Rate
Exhaust Gas Temp.
LUBE OIL SYSTEM
Lube Oil sump capacity
Filter type
Oil Temp Max.
Filter type
Filtration capacity in microns
Filtration system
Engine Lube Oil Consumption
Lube Oil consumption @ 100% load
Lube Oil consumption @ 75% load
Lube Oil consumption @ 25% load
Lube oil change period
Recommended Lube oil
DERATION DETAILS
Deration of the Engine - Altitude @
Normal
DerationTemp.
of the Engine - Altitude @ 50
Degree
DerationC.
of the Engine-Temp.
Deration of the Engine Humidity
INTAKE SYSTEM
Air Intake restriction - with clean
element
Air intake restriction - with dirty
element
Filtration capacity in microns
Contractor
Witness
Executive Engineer
308
SR. NO.
PARTICULARS
DATA
Max intake manifold temperature
Intake manifold pressure
Combustion air inlet flow rate
FUEL SYSTEM
Fuel system type
Filter type
Filtration capacity
Priming pump (HP) manual
Max head on transfer pump
Fuel filter change period
Max lift of fuel transfer pump
Fuel transfer pump flow
24.0 TRANSFORMER & ACCESSORIES
Transformer shall be of suitable rating along with HT VCB, gang operated switches, Heat
shrinkable cable boxes, H.T. cabling & other required accessories.
24.1
Specifications
11000/433 volts. 3 phase 50 Hz., copper wound, oil immersed naturally cooled (ONAN), delta/star
connected, non-sealed type, no loss, core type, out door, floor-mounting, step down, continuously
rated, distribution transformer conforming to I.S-2026-1977 with up to date amendments.
Transformer must be complete with oil conservator, drain valve, dehydrating breather,
uni-Directional rollers, explosion vent, bucholz relay, filter valve, tank, earthing terminals within and
diaphragm plates, thermometer pocket with 100 mm dial type thermometer with control contacts,
MRP & RSD completer with radiator fins, lifting lugs, air release and oil filling plug, magnetic oil
level gauge with min &max level marking marshalling box.
Additional externally brought out
neutral bushing for earthing should be provided +5 %, + 2 ½ %, -2 ½ %, -5%, -7 ½ %, -10%, 12.5%, -15% tapping on HT side with nine positions ON-load tap changing switch
with position
indicator locking device with lock and keys must be included. The transformer should be complete
with first filling of transformer oil. The material of construction should be such that it should give
lower core losses, higher efficiency, better regulation and long years of trouble free service. The
impedance volts must be clearly specified. The temperature rise shall not exceed 50 oC in oil
considering ambient temperature of 450 C, considering ambient temperature maximum at 50o C
and minimum as –5o C as per IS-2026 Part I
Contractor
Witness
Executive Engineer
309
The efficiency and losses of transformer at various loads must be specified.
Standard Rating & Electrical Characteristics
Rated HT Voltage
11 KV
Rated LT Voltage
433V
Frequency
50 HZ
No. Of Phases
3
Connection (HT)
Delta
Connection (LT)
Star
Vector group
DYN-II
Type of cooling
ONAN
Taps from - 15% to +5% in 8 steps
The tap changing shall be carried out with transformer ON load with RTCC and AVR in various tap
positions. Tap positions shall be numbered as per rating and terminal marking plates.
24.2
Winding Connections And Vectors
The winding wire shall be copper with double paper cover insulation representing class B
insulation as per IS 1180, No strip conductor wound on edge shall have a width exceeding 3 times
its thickness. During winding HV & LV windings shall be provided with vertical ducts and spacers
for free circulation of oil so that a very low temp. gradient between copper and oil is ensured and
chances of excessive local heating are eliminated. The tow windings shall be so placed that they
remain electro magnetically balanced under all conditions of services.
The primary winding shall be connected DELTA and secondary winding as STAR (vector symbol
DYN-II), so as to produce a positive displacement of 30
0
from the primary to secondary winding
and brought out to separate insulated terminal.
24.3
Terminal Arrangement And Bushing
The high and low voltage terminals shall be outdoor porcelain bushing type for bare copper
connection. The bushing rod with at least 3 nuts and 2 washers shall be of brass. Each terminal
including the neutral shall be distinctly marked on both primary and secondary sides in accordance
with IS-1180 (Part-1) 1981 with up to date amendments.
The HV Bushing shall conform to IS-2099-1973 and IS-1180 with up to date amendments. The LV
bushing shall be as per IS-7421/74 with up to date amendments.
All porcelain used in the bushing shall be homogenous free from other flaws effecting its
mechanical strength or dielectric quality. These should be well vitrified, tough and impervious to
moisture. A minimum phase to phase external clearance of live parts i.e. 75 mm for LV bushings
and 255 mm for HV bushings shall be obtained with the bushings mounted on the transformers.
24.4
Core
The core shall be constructed from cold rolled grain oriented silicon steel laminations of grade 41,
at least one side of each lamination shall be coated with hot oil proof insulating material such as
Contractor
Witness
Executive Engineer
310
oxide silicate. The lamination shall be held rigidly by a steel framework.
The core shall be
provided with lifting lugs for lifting the complete core and coil assembly of transformer without
transmitting the stresses to the, laminations.
The flux density should not be more than 1.6
2
tasle/m . Laminations used should be free from burns and rust at the edges and finally assembled
core is free from distortion.
24.5
Tank And Mounting Arrangement
The main tank of the transformer shall be made of good quality tested rolled steel sheet and
painted outside with IP55 protection, inside of the tank should be painted with 2 coats of
Zincromated primer.
24.6
Lock Nuts
Bolts and nuts shall be provided with lock washers or lock nuts, split pins shall be used for the
purpose of lock nuts.
24.7
Vibration And Noise
The manufacturer will ensure that the noise level is not more than 5DB above the NIMA standard
publication
24.8
Transformer Oil
The transformer oil used in the transformer shall conform to IS-335 / latest edition with up to date
amendments.
24.9
Rating And Terminal Marking Plate: -
These shall be non-detachable plates.
24.10
Limits of temperature rise
The temp. rise shall not exceed the limits of 500 C for transformer windings and 400C (measured
by thermometer) in top oil when tested in accordance with IS 2026 Part II-1977. Hot spot temp. not
to exceed 950C when calculated over an annual weighted temp. rise mentioned above will have to
be satisfied by the manufacturer by carrying out heat run test at the lowest tap by feeding loses
corresponding to rated current at this tap proportional to guaranteed max. loss at normal tap
Losses and Impedance Values
The No Load Losses and No Load Current shall not exceed the values given in the following table
No load losses
(Fixed Loss)
AS PER IS CODE
Load losses at
0
75 C(Watts)
AS PER IS – CODE
No load
current
3% of rated current
The above losses are max. allowable without any tolerance on positive side.
Impedance:- the %age impedance at 750 C shall be 5% (without any +ve tolerance.
Over flux in the core shall be limited to 12.5%.
Contractor
Witness
Executive Engineer
311
The current density on H.V. side should not be more than 3 A/mm2 and that on LV side 3.2 A/mm2.
The current density in the tow windings should as for as possible be equal in order to have min.
copper loss.
Schedule of Technical Particulars should also be given alongwith bid as per Appendix ‘A’ Fitting
should be provided as per Appendix ‘B1 & Appendix B2’.
APPENDIX – A
SCHEDULE OF TECHINICAL PARTICULARS TO BE
FURNISHED BY THE MANUFACTURER
1. Name of the manufacture
2. Service
3. kVA rating:
a) HV winding
b) IV winding
c) LV winding
4
KVA
KVA
KVA
Rated voltage :
a) HV winding
b) IV winding
c) LV winding
KV
KV
KV
5
Rated frequency
Hz
6
Number of phases
7
Connections:
a) HV winding
b) IV winding
c) LV winding
8
Connection symbol [ IS : 2026 ( Part – IV) – 1977*] :
a) HV-IV
b) HV-LV
9
Tapping:
a) Range
b) Number of steps
c) For high voltage variation/ For intermediate
Voltage variation/ for low voltage variation.
10 Reference ambient temperatures:
a) Maximum ambient air temperature
b) Maximum daily average ambient air temperature.
c) Maximum yearly weighted average ambient temperature.
d) Maximum ambient air temperature.
e) Maximum cooling water temperature.
11 Type of cooling.[ IS : 2026 ( Part II ) – 1977*]
12 Temperature – rise. [ IS : 2026 (Part II ) – 1977*]:
a) Top oil
b) Winding
Contractor
Witness
C
C
C
C
C
C
C
Executive Engineer
312
13. Total loss at rated voltage at principal tapping and rated frequency.
KW
14. Component losses:
a) No load loss at rated voltage on principal tapping and at rated frequency.
b) Load loss at rated current at principal tapping at 750 C
15. Impedance voltage at rated current for the principal tapping:
a) HV – IV
b) HV – LV
c) IV – LV
16. Reactance at rated current and rated frequency:
a) HV – IV
b) HV – LV
c) IV – LV
17 No load current at rated voltage and rated frequency.
18 Input to cooling plant
19 Insulation level [ IS : 2026 ( Part III ) – 1977 *]:
a) Separate source power- frequency voltage withstand:
i)
HV winding
ii)
IV winding
iii)
LV winding
b) Induced over voltage withstand:
i)
HV winding
ii)
IV winding
iii)
LV winding
c) Full wave lightning impulse withstand voltage:
i)
HV winding
ii)
IV winding
iii)
LV winding
d) Switching impulse withstand voltage :
i)
HV winding
ii)
IV winding
iii)
LV winding
20 Stabilizing/ Tertiary winding :
a) Rated voltage
b) Normal rating
c) Normal rating ( expressed as percent of main winding
Rating in the case of stabilizing winding)
d) Delta closed inside/outside ( in the case of
Stabilizing winding)
21 Efficiencies at 75 C at unity power factor:
a) At full load
b) At ¾ full load
c) At ½ full load
22 Regulation at full load at 75 C:
a) At unity power factor
b) At 0.8 power factor lagging
23 Equipment for ONAN or ONAF /ONAN cooling :
a) State:
i)
Radiators on main tank
ii)
Separate cooler bank
b) State ONAN rating in case of mixed cooling
24 Equipment for OFAF/ODAF cooling :
a) State:
i)
Radiator bank
ii)
Separate enclosed type coolers
Contractor
Witness
kW
kW
Percent
Percent
Percent
Percent
Percent
Percent
Percent
kW
kVrms.
kVrms.
kVrms.
kV rms.
kV rms.
kV rms.
kV Peak
kV Peak
kV Peak
kV Peak
kV Peak
kV Peak
kV
kVA
Percent
Percent
Percent
Percent
Percent
Percent
Executive Engineer
313
25
26
27
28
29
30
b) State OFAN/ODAN, ONAF, ONAN rating ( kVA)
Whichever is/are applicable in case of mixed cooling:
i)
OFAN/ODAN
ii)
ONAF
iii)
ONAN
Number of coolers or cooler banks per transformer.
Rating of each cooler or cooler bank.
In case of OFF circuit voltage variation, state (a) or (b):
a) Off circuit tap switch
b) Off circuit links
Details of on – load tap – changer :
a) Make
b) Type
c) Rating :
i)
Rated voltage
ii)
Rated current
iii)
Step voltage
iv)
Number of steps
d) Control
e) Auxiliary supply details
f) Voltage control
g) Parallel operation
h) Protective devices
i) Approximate overall weight
j) Approximate overall dimensions
k) Approximate overall quantity of oil
Terminal arrangement :
a) High voltage
b) Intermediate voltage
c) Low voltage
d) Neutral
Approximate masses:
a) Core and winding
b) Tank fittings and accessories
c) Oil
d) Total mass
31 Approximate quantity of oil required for first filling
32 Approximate overall demensions:
a) Length
b) Breadth
c) Height
33 Despatch details:
a) Approximate mass of heaviest package
c) Approximate dimensions of largest package:
i)
Length
ii)
Breadth
iii)
Height
34 Untanking height
35 Reference Standards
kg
mm
liter
kg
kg
kg
kg
liters
mm
mm
mm
kg
mm
mm
mm
mm
APPENDIX – B
FITTINGS
B-1.
The fittings as given below shall be provided:
Contractor
Witness
Executive Engineer
314
S.No.
Item
Transformer to which fitted
1
2
3
4
5
6
7
Inspection cover
Rating plate
Terminal – marking plate
Two earthling terminals
Lifting lugs
Drain cum sample valve with screw plug
Dehydration breather with Silica Gel
one
one
one set
one set
one set
one
1 No.( 800 gms)
8.
9.
10.
11
12.
13.
14.
Oil – level indicator indicating 0%,30% & 98%
Thermometer pocket
Oil – filling hole with cover
Conservator with drain plug
Air release device
Jacking lugs
Filter valve with plug
one
one
one
one
one
one set
one set
B-2.
The additional fittings as given below may be provided, along with offer:
S.No.
1. Rollers
Item
Remarks
Details of rollers to be stated
with the offer.
Type to be stated with offer.
To be stated with offer.
Details of requirement to be
stated with offer.
Details to be stated with
the offer.
Type to be stated with offer.
Type to be stated with offer.
2. Thermometer
3. Additional thermometer pockets
4. Winding temperature indicator
5.
Explosion vent
6.
7.
Gas –and Oil – actuated relay
Skids
24.11
Specifications of OLTC
On load Tap changer suitable for application at all locations of 11 kV, 3 phase , Star or Delta
connected transformers. It is a linear gear, requiring a potentiometric tapping arrangement with a
Wander lead. The Tap Changer has a max. of 9 positions so that it can be applied to a winding of
8 steps, to give 9 different voltages. The functions of the tap selector and diverter Switch are
combined in a selector switch. The Selector Switch and its integrally mounted stored energy type
Driving Mechanism, are housed in a sheet steel tank, with a Flange suitable for mounting on a port
on the Transformer tank. Leads can be brought out of the transformer through a Port Flange
mounted, oil tight , Terminal Barrier Board, which is part of the Tap changer supply. The Tap
changer must be connected to a conservator, through an Oil Surge Protective Relay. The Oil
Surge Protective Relay forms part of Tap changer Supply. The Tap changer must be filled with oil
by the Transformer Manufacturer. The Tap changer must conform to Type tests and Routine tests
as per IS : 8468.
24.11.1
Contractor
Technical Data :
Witness
Executive Engineer
315
Rated Voltage
:
11KV
Maxm. System Voltage
:
12 KV
No. of positions
:
9
No. of Phases
:
3
Maxm. Continuous current
:
200 A
Maxm. Operating step voltage
:
300 V
:
6000V
Maxm. Operating voltage over
Tapping range
Maxm. Continuous voltage to ground
:
12,000V
Maxm. Continuous voltage
Between phases
:
12,000V
Peak emergency current
:
450 A
Time per tap change
:
4-6 Sec.
Weight of Tapchanger without oil
:
370 Kgs.
Weight of Tapchanger with oil
:
610 Kgs.
Oil content
:
230 Lts.
Transition switching time
:
50 milli.secs.
24.12
Automatic Voltage Regulating Relay
Automatic Voltage Regulating Relay designed for maxm. Operational simplicity for regulating the
secondary voltage of power transformers with On Load Tap Changer. The dead band(band width)
can be set by setting the nominal value adjustment (NVA) to the required value (110V+10%) &
then setting the L & R Limits around the NVA within 0.5 V to 5 V.
The desired time delay can be set up on the front panel and the control action will take place only
if the voltage continues to remain outside the dead band after the time delay has elapsed. For
voltage corrections requiring more than one tap change, time delay is initiated again before further
tap change. The relay is reset automatically after the voltage is brought within the selected dead
band, the time delays is effectively reduced to provide a voltage time integral response of the
regulator.
Operation of the Raise Control Relay is automatically inhibited when the voltage falls below the
specified under voltage limit or it falls. One pair of normally open relay contacts are provided to
effect the tap changer during Raise and Lower operation and to trigger an alarm in case of under
voltage/ P.T fail conditions.
24.12.1
Contractor
SPECIFICATIONS: -
Witness
Executive Engineer
316
Auxiliary supply
:
110 V/ 230V AC + 15% 50Hz, 15 VA
PT Supply( Regulating
:
110V + 10%, 50Hz.,1.5VA
:
1 Nominal value adjustable (NVA) between
Voltage )
Sensitivity ( Dead Band )
And Nominal value Range
+10% of 110V and readable on DPM.
:
2 L setting adjustable between 0.5v to 5v above the
NVA and readable on DPM.
:
3 R ` Setting adjustable between 0.5v to 5v below the
NVA and readable on DPM.
:
Time delay setting
4 Actual PT voltage also readable on DPM.
:
Fixed (voltage independent) time delay
continuously adjustable from 10 to 120 seconds.
Time delay Resetting
:
Instantaneous
resetting
with
voltage
deviation
occurring in opposite direction.
Under voltage Blocking
:
Internal blocking at 80% of NVA Restoration at 85% of
NVA (other values available on request)
Controls Relays
:
One pair of normally open potential free contacts of
rating 5A at 250V AC of 24V DC resistive load for
each lower, raise and under voltage control relays.
Control Operation
:
Single Pulse operation with 5 seconds (appeox.) on
time.
Operating Temperature
:
O – 500C.
Size
:
Panel cutout dimensions 330 x 135mm Depth 260mm
approx. Mounting Hole dimensions
360mm + 2mm x 100mm + 2mm ( ¼” Ø x 4).
24.13
VACUUM CIRCUIT BREAKERS: -
VCB Breaker panel ,630A, 350MVA, 11kV with IDMTL Relays ( O/C & E/F) and Auxiliary Relays.
Panel with C.T., P.T. Ammeter & voltmeter. The VCB should conform to routine test as per IEC 56
and IS 13118. The panel along with breakers should conform to routine test as per IS 3427 and
IEC 298.
Technical Specification
Type
:
M – 500
Rated voltage
:
12kV
Rated current
:
1250Amps
Rated Symmetrical Breaking
:
25 kA
Current (RMS) capacity
Contractor
Witness
Executive Engineer
317
Short time current with stand
:
26.2kA
:
65.5kA
Rated insulation Level
:
28/75kV
Operating Sequence
:
0-0.3 sec.
(RMS) capacity.
Rated Making Current (Peak)
Capacity.
-CO-3min – CO
Auxiliary Switch Contacts
:
8 NO + 8NC
25.0 VARIABLE FREQUENCY DRIVE
The drive should be designed to meet the following specifications:
NEMA ICS 3.1 – Safety standards for Construction and Guide for Selection, Installation

and Operation of Adjustable Speed Drive Systems.
IEC 146 – International Electrical Code.

Input Power

The drive should be self adjustable to accept an input supply voltage of AC, 3 phase &
neutral of 415 V ± 10%, 50 C/s ± 5%.
Environment

Storage ambient temperature range: -10 to 50 degree centigrade.
Operating ambient temperature range: 5 to 50 degree centigrade without derating.
Output Power

The output voltage should be adjustable from 0 to rated input voltage. The output frequency
range should be adjustable from 0 to 100Hz. The inverter section shall produce a pulse width
modulated (PWM) waveform using latest generation techniques.
Control Logic
The drive should be programmable or self-adjusting for operation under the following
conditions.
 Operate drive with motor disconnected.
 Controlled shut down, when properly fused, with no component failure in the event of an
output phase to phase or phase to ground short circuit and annunciation of the fault
condition.
 Adjustable PWM carrier frequency within a range of 2-25kHz. Selectable Sensor less
Vector or V/Hz mode.
Contractor
Witness
Executive Engineer
318
 Selectable for variable or constant torque loads. Selection of variable torque shall provide
115% of rated VT current for up to one minute. Selection of constant torque shall provide
150% of rated CT current for up to one minute.
 Multiple programmable stop modes including – Ramp, Coast, DC-Brake, Ramp-to-Hold
and S-curve.
 Multiple acceleration and deceleration rates.
 All adjustments to be made with the door closed.
Power Conditioning
The drive should be designed to operate on an AC line which may contain line notching and
up to 10% harmonic distortion. An input isolation transformer shall be required for protection
from normal line transients and the K factor shall be 4.0 or less.
PF shall after rectification if required for lower frequencies shall not be lower than 0.95.
Features
Interface
The drive shall provide a removable Human Interface Module with integral display to
show drive operating conditions, adjustments and fault indications. The display should
be removable under power without causing a fault and shall be visible and operable
without opening the enclosure door. The module also shall provide LED indication of
drive direction and commanded direction. The display should be capable of remote
mounting by means of cable connection up to 10 meters (33ft) from the drive and shall be
capable of being used as a hand-held terminal.
Control Mode
Programming shall provide the ability to select sensor less vector or v/hz mode. The
sensor less vector mode shall use the motor nameplate data plus motor operating data,
such as IR drop, nominal flux current and flux up time. The volts per hertz mode shall be
programmed for squared, cubed, straight line, pre programmed or full custom patterns.
Current Limit
Programmable current limit shall be from 20% to 160% of constant torque rating. Current
limit should be active for all drive states; accelerating, constant speed and decelerating.
The drive shall employ Pl regulation with an adjustable gain for smooth transition in and
out of current limit.
Acceleration/Deceleration
Accel/Decel setting shall provide separate adjustments to allow either setting to be
adjusted from 0 seconds to 3600 seconds.
A second set of remotely selectable
Accel/Decel setting shall be accessible with Control interface option. An adaptive current
limit circuit shall be disabled in programming for fast acceleration of low intertia loads.
Contractor
Witness
Executive Engineer
319
Speed Regulation
The programmable speed regulation modes shall include the following:

Open Loop

Slip Compensation with 0.5% speed regulation

Droop – Negative Slip Compensation with 0.5% speed regulation

Traverse Function

Closed loop encoder feedback with 0.1% speed regulation

Process PI control
Speed Profiles
Programming capability shall allow the user to produce speed profiles with linear
acceleration/declaration or “S-Curve” profiles that provide changing accel/decel rates. SCurve profiles shall be selectable for fixed or adjustable values.
Adjustments
The digital interface should be used for all set-up, operation and adjustment settings. All
adjustments shall be stored in nonvolatile memory (EEPROM). No potentiometer
adjustments shall be used. The drive shall provide EEPROM memory for factory default
values.
Process Pi Control
The internal process Pl regular shall have both proportional and integral gain adjustments
well as error inversion and output clamping functions. The feedback shall be configured
for normal or square root functions.
If the feedback indicates that the process shall be moving away from the set point, the
regulator shall adjust the drive output until the feedback equals the reference. Process
control shall be enabled or disabled with a hardwire input.
Transitioning in and out of process control shall be tuned for faster response by preloading
the integrator. Protection should be provided for a loss of feedback or reference signal.
Fault Reset/Run
The drive shall provide up to nine automatic fault reset and restarts following a fault condition
before locking out and requiring manual restart.
The automatic mode should be not applicable to a ground fault, shorted output faults and
other internal microprocessor faults. The time between restarts shall be adjustable from 0.5
seconds to 30 seconds.
Skin Frequencies
Contractor
Witness
Executive Engineer
320
Three adjustable set points that lock out continuous operation at frequencies which may
produce mechanical resonance shall be provided. The set points shall have a bandwidth
adjustable from 0Hz to 15 Hz.
Run On Power Up
A user programmable restart function should be provided to automatically restart the
equipment after restoration of power after an outage. A maintained 2-wire start input shall be
provided for this function.
Line Loss Restart
This programmable function shall select the reconnect mode of the drive after recovery from
a line loss condition. The reconnect modes shall be – Last Speed.
Speed Search, Track Volts, or Use Encoder. Disabling this feature will force the drive to start
from zero hertz.
Fault Memory
The last four faults as well as operating frequency drive status and power mode shall be
stored at the time of fault. Information should be maintained in the event of a power loss.
Overload Protection
The drive shall provide Class 20 motor overload protection. Overload protection should be
speed sensitive and adjustable for motors with speed ranges of 2:1, 4:1 and 10:1.
A
viewable parameter shall store the overload usage in percent. An alarm bit shall be used to
adjust a process to eliminate an overload trip.
Auto Economizer
This feature automatically shall reduce the output voltage when the drive shall be operating
in an idle mode (drive output current less than programmed motor FLA).
The voltage should be reduced to minimize flux current in a lightly loaded motor thus
reducing kW usage. If the load increases, the drive shall automatically return to normal
operation.
Terminal Blocks
Separate terminal blocks shall be provided for control and power wiring.
Flying Start
The drive should be capable of determining the speed and direction of a spinning motor and
adjusts its output to “pick-up” the motor at the rotating speed. The flying start feature should
be operable with or without encoder feedback.
Reference Signals
The drive should be capable of the following input reference signals:
 Digital pulse input
 Digital MOP
Contractor
Witness
Executive Engineer
321
 Remote potentiometer
 Serial
 0 – 10 V DC
 HIM (program/Control panel)
 4 – 20 mA
The remote potentiometer should be also programmable to be used as a trim pot for the 0 –
10V DC or 4 – 20 mA signals. Programmable gain adjustments for both upper and lower
setting shall allow for system calibration.
The analog inputs shall be programmable for
normal, inverted or square be root operation.
Loss Of Reference
In the event of loss of the 4 – 20 mA reference signal, the drive should be user
programmable to the following:
 Fault and stop
 Alarm and maintain last reference within 10%
 Alarm and go to preset speed
 Alarm and go to minimum speed
 Alarm and go to maximum speed
 Active for Process Pl reference or feedback
Operator Devices
The drive shall provide an option for Start, Stop, Jog. Reverse and Speed Control as an
integral part of the Human Interface Module.
Control Interface
All control interface cards shall provide input terminals for access to fixed drive functions that
include start, stop, external fault, speed, and enable.
Four additional inputs shall be to be programmed to one of 24 different input Modes for
functions such as reverse, preset speed access, jog, second accel/decel time access,
process trim, speed/troque, and local control selection.
Inputs shall be programmable to configure the drive for standard 3-wire, 2-wire, EC, 4-20 mA
DC and serial operation requirements.
Contractor
Witness
Executive Engineer
322
SECTION – 11
INSPECTION TESTING,
ERECTION
COMMISSIONING OF
MECHANICAL &
ELECTRICAL
EQUIPMENT OF PLANT
Contractor
Witness
Executive Engineer
323
INSPECTION TESTING, ERECTION COMMISSIONING OF MECHANICAL & ELECTRICAL
EQUIPMENT OF PLANT
1.0
Scope
The bidder’s/contractor’s scope cover the design, shop testing, supply, transport,
storing at site, erection, testing and commissioning of all electrical and instruments
required for the plant, as per enclosed General Specification, Specific Requirement,
typical power distribution scheme and typical control system architecture.
Where there is any contradiction between General Specification and Specific
requirements mentioned in this document, the specific requirements will rule the
project requirement.
2.0
Design Basis
2.1
The Bidder/Contractor shall strictly follow the typical power distribution single line
diagram which is to be proposed by him and approved and accepted by
department.
The bidder shall visit the site to satisfy himself about availability of voltage level, its
condition, its probable route, etc. before quoting. The department will provide 415V,
3 Phase electrical power at one point within the premises. From this point onwards
the successful bidder shall extend 1 supply to MCC room (Motor Control Centre).
2.2
Bidders shall follow the BIS guideline for voltage rating of motors while designing
and selection of electrical motors. All motors of 100 HP/75KW and above shall be
provided with RTD’s (at least two RTD’s)
2.3
All motors shall be provided with class-F insulation and their temperature rise shall
be limited up to Class-B. All motors above 100 HP(75 KW) shall be provided with
RTD’s(at least two RTD’s per winding) earth leakage protection, comprehensive
micro process based protection having locked current/over load, negative phase
sequence relay, under load, over current, earth fault, start Nos., transit currents etc.
2.4
All LT cables shall be designed and selected after considering a minimum de-rating
factor of 0.65. Exact de-rating shall be calculated taking into consideration designed
ambient temperature; grouping and minimum size as per fault level calculation of
main generating station and upto all distribution points.
2.5
Bidder shall carry out the earth resistivity test on his own and based on this result
they should design the total earthing system to maintain a overall resistance value
less than one ohm.
2.6
The electrical and instrumentation in gas handling area like etc. shall be flame proof
type and adhere to CPCB norms.
Contractor
Witness
Executive Engineer
324
2.7
Noise level(db levels & insertion level) inside and outside blower room shall be
strictly as per latest amended pollution control board norms applicable at installation
time. Whatever extra equipments required like scrubber, acoustic shall be provided
to meet statutory guide lines as well as building should be able to accommodate all
equipments.
2.8
The control system and instrumentation for the total plant shall be provided as per
typical control system architecture provided with this tender.
2.9
LT cable/control cable/lighting cable inside the plant shall be done on overhead
cable tray mounted on steel structure etc.
2.10
Measuring instruments shall be provided by bidder as per standard measurement
scheme enclosed herewith.
2.11
LT capacitor bank shall be provided with automatic power factor correction system.
Its panel shall incorporate timer circuit to allow capacitor to discharge at minimum
50 V before re-energisation of any individual bank.
2.12
Capacitor bank shall consist of many small capacitors so that banks can be in
circuit as per system p.f requirement with the help of Automatic Power Factor
Correction relay. Minimum 0.95 p.f will be maintained at power distribution agency
meter on H.T side. Capacitor bank calculations submitted along with bid shall also
take into consideration the transformer impendence. Each capacitor should be able
to switch ON either in manual or auto mode independently.
3.0
Bidder’s Obligation
Bidder shall provide preliminary details for the items given below. However, if
department requires any further details during technical bid evaluation stage, the
bidder shall provide the same.
3.1
Load List(as per enclosed typical format)
3.2
Maximum demand in KVA with duration(period) of the plant.
3.3
Minimum demand in KVA with duration(period) of the plant.
3.4
Normal demand in KVA of the plant.
3.5
Detailed bill of material for electrical as well as instrumentation scope of work.
3.5
P & I diagram of the total plant.
3.6
Instrument index (as per enclosed typical format)
3.7
Input/Output List (as per enclosed typical format)
3.8
Instrument Data sheet foe each tag No.
3.9
Interlock logic diagram.
3.10
Control system architecture.
3.11
Instrument air requirement.
Contractor
Witness
Executive Engineer
325
3.12
Uninterrupted power supply(UPS) capacity requirement.
3.13
UPS capacity and it’s battery backup calculation sheet.
3.14
Lighting fixture capacity and quantity calculation.
3.15
Single line diagram for LT Power(main panel) LT distribution boards.
3.16
Single line diagram for lighting and small power.
3.17
Cable schedule of total plant, along with voltage, drop calculation and deratings.
3.18
Operating power factor of each equipment.
3.19
Power factor improvement capacitor calculation.
3.20
LT Panel Board(Department, MCC etc.) Data Sheets.
3.21
LT Cable, control cable, telecommunication cable Data Sheet.
3.22
UPS Data Sheet.
3.23
Battery and Battery Charger Data Sheet.
3.24
ACSR Conductor Data Sheet.
3.25
Guaranteed Power
3.26
Bus Duct Data Sheet
3.27
Power mounted Isolator Data Sheet.
3.28
Maximum Power Consumption of the plant per day.
3.29
Minimum Power Consumption of the plant per day.
3.31
Battery Charger Capacity Calculation Sheet.
3.32
Battery Capacity Calculation Sheet.
3.33
Motor List(as per typical format enclosed herewith)
3.34
Control Valve sizing calculation sheet.
3.35
DDC sizing calculation sheet.
3.36
GA drawings of all electrical panels like MCC, Battery chargers and batteries, AC
distribution board, DC distribution boards, UPS and its batteries, Pole mounted
Isolators, Lighting Arrestors etc.
3.37
Typical drawings of earthing station.
3.38
A drawings of all analyzers, control room equipments.
3.39
Typical drawing cable laying under the ground.
3.40
Typical structural drawing showing LT cable tray for power, control etc. in outdoor
areas.
3.41
Layout for each section, layout with appropriate clearance as per IER and
appropriate clearance for maintenance.
3.42
Control room layout.
3.43
Room size and quantity for total plant electrical and instrumentation work.
3.44
List of Safety Items.
Contractor
Witness
Executive Engineer
326
4.0
INDIAN STANDARDS/OTHER INTERNATIONAL STANDARDS
For the benefit of bidders, a few Indian Standards and Codes of practices and other
international
standards
are
listed
below.
Unless
otherwise
noted,
equipment/devices/accessories/installations/testing etc. shall comply with relevant
standards/codes mentioned herein. Where Indian Standards are not available
equipment/devices etc. complying with relevant British or IEC standard, the latest
revision/edition shall govern. Bidders are advised to include in their bid a list of
equipment/devices and corresponding standards to which they conform. Translation
in English of standards, which are available in other languages, shall be furnished
along with the bid, in such cases the English translation shall govern.
4.1
LIST
OF
IS
&
OTHER
INTERNATIONAL
CODES(FOR
ELECTRICAL
EQUIPMENT/ACCESSORIES)
1.
IS 5
-
Colours for ready mixed paints and enamels
2.
IS3
-
Three phase induction motors.
3.
IS 374
-
Electric ceiling type fans and regulators.
4.
IS 694
-
PVC insulated cables for working voltages
upped and
including 1100V.
5.
IS 722
-
AC electricity meters.
6.
IS 1248
-
Direct acting indicating analogue electrical
measuring
instruments and their accessories.
7.
IS 1271
-
Thermal evaluation classification of insulating
material.
8.
IS 1293
-
Plugs and socket outlets of rated voltage
upped and including 250 V and rated current upped and including 16A.
9.
IS 1364
-
Hexagon head bolts, screws and nuts of
product grades A and B
10.
IS 1534
-
Ballast’s for fluorescent lamps.
11.
IS 1554
-
PVC insulated(heavy duty) electric cables.
12.
IS 1777
-
Industries luminaries with metal reflectors.
13.
IS 1913
-
General and safety requirements for
luminaries.
14.
IS 2086
-
Carrier and bases used in rewire able type
electric fuses
for voltages upped 650V.
Contractor
Witness
Executive Engineer
327
15.
IS 2223
-
Dimensions for flange mounted AC induction
motor.
16.
IS 2253
-
Designation for type of construction and
mounting
arrangement of rotating electrical machines.
17.
IS 2254
-
Dimensions of vertical shaft motors for pumps.
18.
IS 2259
-
Methods of tests for determination of
insulation
resistance of solid insulating materials.
19.
IS 2419
-
Dimensions for panel mounted indication and
recording
electrical instrument.
20.
IS 2544
-
Porcelain post insulators for system with
nominal
voltages greater than 1000V.
21.
IS 2551
-
Danger notice plates.
22.
IS 2667
-
Fitting for rigid steel conduits for electrical
wiring.
23.
IS 2705
-
Current transformers.
24.
IS 2713
-
Tubular steel poles for overhead power lines.
25.
IS 2834
-
Shunt capacitors for power systems.
26.
IS 3156
-
Voltage transformers.
27.
IS 3231
-
electrical relays for power system protection.
28.
IS 3725
-
Resistance wire, tapes and strips for heating
elements.
29.
IS 3854
-
Switches for domestic and similar purposes.
30.
IS 3961
-
Recommended current rating for cables.
31.
IS 4029
-
Guide for testing 3 phase induction motors.
32.
IS 4691
-
Degree of protecting provided by enclosure for
rotating
electrical machinery.
33.
IS 4728
-
Terminal marking and direction rotation for
rotating
electrical machinery.
34.
IS 4889
-
Method for determination of efficiency of
rotating electrical machines.
Contractor
Witness
Executive Engineer
328
35.
IS 5216
-
Guide for safety procedures and practices in
electrical works.
36.
IS 5578
-
Guide for marking for insulated colours.
37.
IS 6098
-
Method of measurement of air borne noise
emitted by
rotating electrical machinery.
38.
IS 6875
-
Control switches(switching devices for control
and auxiliary circuits, including contractor
relays) for voltage upped and including 1000V
AC and 1200 V
DC.
39.
IS 7098
-
Cross- linked polyethylene insulated PVC
sheathed cables.
40.
IS 8623
-
LV switchgear and control gear assemblies.
41.
IS 828
-
Circuit breakers for over current protection for
house hold and similar installations.
42.
IS 10322
-
Luminaries.
43.
IS 12729
-
General requirement of switchgear and
controller.
44.
IS 13032
-
MCB boards for voltage upped and including
1000V AC.
45.
IS 13947
-
Low voltage switcher and controller.
46.
IS 732
-
Code of practice for electrical wiring
installations.
47.
IS 3043
-
Code of practice for earthing.
48.
IS 3646
-
Code of practice for interior illumination.
49.
IS 10118
-
Code for practice for selection, installation and
maintenance of switchgear and control gear.
50.
IS IEC 309
-
Plugs,
socket
outlets
and
couplers
for
industrial purpose.
51.
IS 2026
-
Transformers.
52.
IS 13118
-
Vacuum circuit breakers.
For all other process equipments and instruments contractor shall follow IS/ISO
specifications and submit a copy of the same.
5.0
CLEARANCE FROM STAUTORY AUTHORITIES
Bidders shall note that the successful bidder shall be responsible for obtaining
statutory clearance from all the relevant bodies (such as electrical inspector, safety,
Contractor
Witness
Executive Engineer
329
Pollution Control Board, Fire Insurance and Explosive Department Authorities etc.).
Payment in respect of feeds, deposit, etc. of such bodies shall be made by
successful bidder Department shall assist the contractor in obtaining such
clearances expeditiously by way of issue of introductory letters to relevant bodies
but this will not absolve the contractor from his responsibility of obtaining in writing
clearances mainly from Electrical inspector, Chief Explosive Officer, Pollution
Control board or any other local/central authority entirely at his own cost. No extra
sum will be paid for these services.
6.0
CONTRACTOR’S LICENCE:
6.1
It
shall
be
the
responsibility
of
the
contractor
to
obtain
necessary
license/authorization /permit for work for his personnel from the licensing board of
the state. The persons deputed by the contract’s firm should also hold valid permits
issued or recognized by licensing board of the state where the work is to be carried
out.
7.0
WORKMANSHIP:
The contractor shall ensure workmanship of good quality and shall assign qualified
supervisor/engineers and competent labour who are skilled, careful and
experienced in carrying out similar works, departments shall reserve the right to
reject non competent persons/s employed by the contractor, if the workmanship is
found unsatisfactory.
8.0
POWER DISTRIBUTION PHILOSOPY
The bidder shall design the power distribution scheme for this site on the basis of
following guidelines and single line diagram. Voltage drop from transformer output
to the last point in electrical distribution shall not be more than 5%. Voltage drop in
any cable for installed load or any single circuit for installed load shall not be more
than 2%. Only aluminum conductor with PVC insulation armored cables shall be
used for size 2.75mm2 and above. All power cables upto 2.75mm2 shall be copper
conductor PVC insulated armoured cables.
8.1
An indoor substation shall be planned to house switchgears for incoming and
outgoing power supply circuits, metering equipments, communication equipment,
control panels, auxiliary power supply distribution boards, DC system equipment
etc. The following voltage of load factor and diversity factor shall be considered for
calculating the maximum running load. The sizing of transformer shall be included
along with the bid.
LOAD FACTOR
Contractor
Main Pump Motor
:
0.9
Aux. Loads
:
0.9
Witness
Executive Engineer
330
Lighting loads
:
1.0
Socket outlet, receptacle diversity factor
:
0.50
:
1.0
DIVERSITY
Main pump motor for working loads
Lighting Loads
:
Socket outlet, receptacle
8.2
1.2
:
1.2
Main incomer switchgear in various plant/process areas shall be fed by
duplicate(two), 100% capacity feeders and outgoing feeders shall be so designed
that at least 20% spare subjected to minimum of one feeder of every type shall be
available. All control voltage inside switchgear panel shall be at 230V AC for
contractors and control supply. Single line diagram of all panels shall be attached
with bid giving cable sizes in single line diagram.
8.3
DC system equipment (comprising batteries, chargers and DC distribution board)
with adequate capacity shall be proposed for protection/control circuits and other
vital devices of each sub station. Further, in plant areas/sub station a few lighting
fixtures, suitable for operation on battery voltage shall be proposed in strategic
areas. DC system calculation of DC battery size, DC battery charger, Voltage
should be attached with the bid.
8.4
Following protections for income feeders in main MCC location for each process
area of the plant. Each MCC shall be provided with 4 Pole two incomers and bus
section with draw out ACB/MCCB as incomer. MCC’s shall be metal clad floor
mounted, with cable entry from bottom (preferred) and environmentally protected to
IP-52. MCC shall have fault rating of not less than the applicable fault levels. The
two incomer neutral shall completely be isolated by using 4 poles ACB/MCCB.
Mechanical and electrical interlocking shall be provided between the incomers and
the bus section ACB/MCCB to prevent parallel operation of main switchgear
feeders. MCCs shall be housed within brick built buildings segregated from injurious
effects of process fluids/gases are present. The major components of each starter
shall comprise.
Contractor

Door interlocked isolator.

Fuse gear/MCCB

Contractor, overload relay with single phasing protection.

Start/Stop push botton.

Local/remote selector switch.

Manual/off/auto sector switch.

Ammeter as per starter requirement.
Witness
Executive Engineer
331

Indication light for run, trip, emergency stop operated, power On, run dry
protection operated(where such tanks are used)
i)
Incomer feeder shall have electrostatic/microprocessor based control
releases for over current, short circuit, earth fault with time delay and these
releases shall directly work on tripping mechanism of draw out air circuit
breaker. Outgoing feeder upto 630 Amps shall be switch fuse unit/MCCB
and beyond 630 Amps shall be air circuit breaker. All outgoing Air Circuits
Breakers will be manual drawn out type.
ii)
Each motor upto 5KW shall have DOL starter with O/C, short ckt protection,
over load relay with single phasing protection along with ammeter,
manufacturers with components of same make. Each starter shall have
On/Off/Trip indication. All necessary selectors switches like auto manual
switch and local remote switches shall be installed.
iii)
Motors above 5 KW and upto 30KW shall have Star/Delta starter with O/C
short ckt protection, over load relay with single phasing protection along with
ammeter, provision for remote start/stop O/C relay shall be reset from front
of panel. All starter components shall follow type-II coordination chart of
established manufactures with components of same make. Each starter
shall have on/off/trip indication. All necessary selector switches like auto,
manual switch and local, remote switches shall be installed.
iv)
Motor from 30 KW and above shall have auto transformer start and auto
transformer shall have taps at 40%, 60% and 80%. Over load relay shall be
reset from front of panel. All starter components shall follow type-II
coordination chart of established manufacturers with components of same
make. Each starter shall have on/off/trip indication. All necessary selector
switches like auto, manual switch and local, remote switches shall be
installed.
Motor from 75KW and above shall have numeric type micro processor
based relays along with short circuit protection. Each starter shall have
on/off/trip indication. All necessary selector switches like auto manual switch
and local, remote switches shall be installed. Since these motors will be slip
ring, necessary either liquid rotor starter or air break contractors in minimum
faultages shall be installed.
8.5
Cables proposed shall be suitable for operation on earthed/unearthed system as
applicable. LV cables shall be armoured PVC insulated. Outer sheath of all cables
shall be of general purpose PVC and shall be of extruded type meeting latest IS1554 requirements. The cable shall be designed after taking de-rating factors of
Contractor
Witness
Executive Engineer
332
ambient, grouping into consideration for its design. Power cables for cross section
above 2.75sqm.mm shall be with aluminum conductors. All cables of cross section
upto 2.75sqm.mm shall be with copper conductors. Unless otherwise stated all the
cables shall be armoured. LV cables shall be of the armoured heavy duty type and
of 1100 V grade. Voltage drop on cable for installed current shall not exceed 2% on
installed load. Design ambient temperature shall be taken as 47 degree Celsius. All
cables shall also confirm to the relevant fault level of switch board for one second
and supporting calculations must be submitted for fault level.
8.6
Cable Terminations
i)
For termination of MV cables, single compression type glands shall be used
for indoor locations. Glands shall be of brass, lugs of Al/Cu or tinned copper
shall be used as applicable, lugs shall be properly crimped on conductors.
All glands used must be of heavy duty type.
ii)
In out door areas, except within outdoor sub station area, cables shall be
laid directly buried between building entry/exit points. Within buildings,
cables shall be laid on cable trays to be supported from building walls
columns/beams/floors/ceilings. In outdoor sub station area, cables shall be
laid on cable trays in build up cable trenches. Ladder and perforated type
cable trays shall be proposed. Ladder type cable trays widths shall be
restricted between 300mm and 600mm. Perforated cable trays widths shall
be restricted between 100mm and 250mm. Side members of ladder type
cable trays shall be fabricated using structural steel angles of at least 6mm
thick. Perforated cable trays shall be of the formed type made from 2mm
thick sheet steel. For supports structural angles or channels of appropriate
strength shall be proposed. Vertical runs of cable trays shall be enclosed
using perforated sheets as above. Cable trays, supports and covers shall be
painted with epoxy paint of shade acceptable to department. Tray width
shall be so sized that at least 30% margin is available for addition at later
date. This distance between the cables shall be minimum equal to outer dia
of cable.
iii)
At road crossings hume pipe/s of adequate size shall be provided at a depth
of 1000mm (center line depth) of passage of cables, earthing conductors
etc. At building entry points pipe sleeves of GI or PVC shall be provided for
the passage of cables and earthing conductors, such sleeves shall have
projections on either side to facilitate extension.
Contractor
Witness
Executive Engineer
333
9.0
ILLUMINATION
9.1
All internal and external areas shall be provided with lighting. The illumination levels
to be achieved shall be follows:
AREA
LUX
Office and labs
:
300
Lux
Switchgear Room
:
200
Lux
Control Room
:
300
Lux
Pump House
:
200
Lux
DG Set room
:
200
Lux
Chemical and general store
:
150
Lux
Chemical Plant room
:
200
Lux
Other indoor areas
:
100
Lux
Outdoor plant from and walkways
:
50
Lux
Building entrance
:
100
Lux
Indoor Plant Area
:
200
Lux
Outdoor Plant Area
:
50
Lux
Transformer Area
:
100
Lux
Roads
:
10
Lux
Fluorescent luminaries shall be used primarily for internal lighting. High pressure
vapour or metal halide type luminaries shall be used in indoor application where
their use is appropriate. If mercury or metal halide is used in indoor then they
should be supplemented with fluorescent luminaries to assure that minimum
illumination levels are maintained following momentary power dips. All other internal
areas shall be lit with fluorescent luminaries. Where specific recommendations of
lux level are not covered above, illumination level in such areas shall be finalized in
consultation with PWD. Contractor shall be required to measure levels of
illumination after completion of lighting installation work and short fall in illumination
level shall be made good by the contractor. Complete set of calculations showing,
room, index, copy MF shall be given during detailed.
9.2
Switches/sockets of piano type shall be used in general and in offices of staff,
control room, MMI room, decorative modular switches shall be used. Suitable fans
shall be provided in rooms/plant areas as per PWD standards. For exhaust fans it
must be provided in panel rooms, pump rooms, chemical rooms, stores, toilets and
at least 20 air changes per hour must be maintained.
9.3
The following type of lighting fixtures shall be proposed:
a)
Decorative
type
2x36W
fixtures
for
fluorescent
luminaries
inside
office/administrative buildings and control rooms.
Contractor
Witness
Executive Engineer
334
b)
Corrosion resistant fixture with canopy made of FRP for fluorescent
luminaries for corrosive areas like chlorine handling or chemical store or
area with corrosive smell/grass etc.
c)
Industrial type vitreous enameled fixture for fluorescent luminaries inside
415V switchgear, MCC room and pump house.
d)
In outdoor process areas, lighting fixtures shall be sodium vapour type
subjected to minimum of IP protection class.
e)
All outside lights as plant field lights, building outside lights, flood lights etc.
which are to be switched on only during night hours should be controlled
through photo cell/clock switch installed at a central place. All lights shall
have minimum IP65 protection class.
f)
Street lighting wiring shall be through buried underground.
g)
All bulb fittings (except fluorescent lamps) will have screw type caps.
h)
For outdoor lighting, the lighting feeder shall be operated through a
contractor, controlled by photocell/clock switch and shall also have a manual
by pass switch.
9.4
Luminaries shall be installed to permit case of maintenance i.e. it shall not be
necessary to shut down plant in order to carryout maintenance or to access
luminaries located over areas of water etc. The contractor shall provide all
equipment necessary to carryout maintenance on the lighting installation and
demonstrate its operation to the satisfaction of the department.
9.5
Indoor lighting circuit will be arranged in such a way that 50% lighting can be put off
in each room through switches. All lighting circuits will be wired with 2.75sqm.mm
stranded copper wire or through 2.75 sqm. armoured cable in cable trays, sub
circuit from switch to fixture could be wired with 1.5sqm. stranded copper wire in
MS conduits or armoured copper cable of similar size provided total voltage drop in
any lighting point shall not exceed 2%. All lighting circuits will have separate
neutral, separate earth from Lighting Distribution Board.
9.6
For illumination of roads, outdoors areas where operation of equipment or units
required and sub station area, lighting fixtures of appropriate type( such as street
lighting type, flood lighting type, post top lanterns etc.) incorporating high pressure
sodium vapour lamps shall be proposed. Street light poles shall not have less than
7500mm height above the finished road level and the arm shall not project more
than 1200mm along the road width. Poles of bigger heights may also be used if
some outdoor areas are to be illuminated. Poles of 4/4.5 mtrs. using post top
lantern may be used in gate office, walk way or in front of office area. Complete
area, streets, lanes, boundary shall be covered with street lighting.
Contractor
Witness
Executive Engineer
335
9.7
Receptacles(Lighting and Small Power) :
a)
Decorative and industrial type units of above shall be proposed in all plant
areas, offices, stores, workshop, plant room and they shall be located at
least two numbers in each room. Distance between two receptacles shall
not be more than 8-10mtr. All small 5 amps 5 pin lighting and small power
sockets shall be wired by multi stranded copper wire of 2.75sq.mm laid in
rigid MS conduits along with earth wire of 1.5 sq.mm flexible copper wire or
equivalent size armoured cables. All wiring shall be coded with Red, Yellow,
Blue and Black as per the phase used. If required, wiring can be done
alternatively through armoured copper cables of similar size laid in MS
perforated trays of minimum 2.0 mm thick.
b)
Three phase power receptacles (convenience outlets) suitable for operation
of 415 V, 3 Phase 4 Wire, 50 Hz power supply shall be proposed. In indoor
areas one such unit shall be provided to cover areas of 20 meter radius (or
at least one in each room housing plant items) and in outdoors areas on
such unit shall be provided at 50 meter interval. Actual requirement of such
units shall be finalized by department during detailed engineering. One three
phase receptacle shall be provided near entrance of each building for
utilities like welding.
c)
Single phase 15 Amp. 5 Pin/6 Pin receptacles will be provided in each room
and in halls they will be provided in such a way that with 15 meter cord we
should reach every place in building. These shall be wired with 4 sq. mm
copper earth wire in MS rigid conduits along with 2.75 sq. mm earth wire.
Not more than two sockets shall be looped in one circuit. Alternatively they
can also be connected through armoured cable of 4 sq.mm running in
appropriate cable trays.
9.8
Separate lighting panels and lighting distribution boards shall be installed and they
shall not take tapping for power from motor control centers of power distribution
boards.
10.0
EARTHING AND LIGHTING PROTECTION
10.1
Bidders are advised to carry out soil resistively measurement for designing the
earthing system. Further, bidders are also required to study the guidelines in
respect of lightning protection covered in relevant Indian Standards and accordingly
include proposals for the same. The bidder shall make sure that earthing resistance
value of both neutral conductor and body earthing shall be less than one ohm. All
earthing station shall conform to latest amended IS 3043.
Contractor
Witness
Executive Engineer
336
10.2
The contractor shall provide an earthing installation at each site. Protective
conductors shall be provided for all electrical installations and associated
mechanical plant, exposed steel work and buildings. Protective conductors shall be
provided in accordance with the requirements of IS-3043 or equivalent. The
earthing system shall be designed for the earth fault current occurring at the point of
supply. The neutral point of the 11/0.433KV transformer secondary windings shall
be solidly earthed. The calculation of earthing system and earthing valves must be
submitted at detailed engineering stage.
10.3
The electrical installation shall be connected to the general mass of the earth by an
earthing electrode. The earth electrode system shall be established adjacent to the
transformer compound. GI plate earth electodes shall be proposed in earthing
system. MS conductors with allowance for corrosion shall be used for conductors to
be buried in ground and they shall withstand fault for three seconds. GI conductors
for earthing shall be used for above ground installations. Tocuh and step potentials
shall be kept within permissible limits as per IS and this should be supported with
earthing calculatons. No earthing resistance shall be less than on ohm. Size of
earthing conductor shall be arrived as per calculations subjected to minimum rating
suggested below:
(Minimum size of earthing strip)
10.4
a.
Main switch board and stand bye
:
50x6mm GI Flat
b.
Interconnection to lighting protection system
:
50x6mm GI Flat
c.
Interconnection to MCC’s
:
50x6mm GI Flat
d.
Interconnection to control panels
:
25x3mm GI Flat
e.
PF correction panel
:
50x6mm GI Flat
f.
Local push botton
:
14 SWG GI
g.
Lighting distribution boards
:
4 SWG GI
h.
Lighting & receptacle system
:
12 SWG GI
i.
Outdoor street lighting
:
8 SWG GI
j.
Ladder rack and cable tray at suitable points
:
25x3mm GI
k.
Hand rails and metallic structure
:
25x3mm GI
l.
Steel structure comprising storage tanks
:
25x3mm GI
The complete plant shall have lighting protection in the form of lighting finals,
horizontal earth continuity conductors, verticals risers, inspection links, earthing pits
as per IS 3043. As detailed lightning calculations shall be submitted at the detailed
engineering stage.
Contractor
Witness
Executive Engineer
337
COMMUNICATION :
11.1
Bidders are required to provide communication facilities at site. The site shall also
have facility to communicate with outside agencies through local telephone
network. Bids shall take into account the above requirement. Bidders are free to
propose means of communication within site; however communication with outside
agencies shall be through local telephone network only.
11.0
INSTRUMENTATION
12.1
INTRODUCTON TO INSTRUMENATION
Department wants to have latest technology with compatible automation system ON
LINE to run the plant from a single location. A typical control system architecture is
enclosed with bid which is to be strictly followed by bidder/contractor while
designing the control system and instrumentation.
AIM
-
To provide latest technology for ONLINE monitoring and control of
Parameters department hopes to achieve following aim:
Improvement in effluent quality.
Control methane emission to reduce water pollution.
Proper monitoring and correction.
Low manpower
Generation of all faults and trends
Correct display of input raw material and output treated effluent
Long term historical storage of process data
Analysis and graphical plots of historical data
Prevention maintenance management
Inventory Control.
Maintain plant operation summaries
Maintain record of generation of methane gas and consumption.
Improve plant efficiency and increase the plant life.
Bidder shall provie one centralized control room with PLC based SCADA system
based on latest technology with following minimum feature.

Four Nos. of Pentium-IV PC with 17” colour monitors with one No. laster
printer, one No. Deskjet and one No. Dot Matrix Printer.

All field instruments shall be controlled locally as well as by centralized
control room.

In case of PC failure, the local control shall be able to control all the field
instruments.
Contractor
Witness
Executive Engineer
338

There should be two networks laid from first tier network to second tier
network and one of them shall be only redundant.

Local display of parameters for all instruments shall be available near
filed instruments also.

SCADA should have graphics, alarm reports, process trends, history,
etc.

Minimum 25% spare capacity for each analogue and digital I/O’s shall
be left at DDC level meaning 25% spare analogue inputs and
outputs(app.12% each) and 25% digitial input and output(app.12% each)
shall be made available for future use.

The software propriety shall be in the name of department. Executive
Engineer Public Health Engineering Division No 3 Bhiwani.
Instrumentation control system shall have dedicated earthing and shall not be
joined with electrical earthing. Control system earthing shall have ideal zero
voltage value.
12.2
Large General Product Description
The Automation system shall integrate multiple sewage treatment plant functions
including equipment supervision and control, alarm management, energy
management, information management and historical data collection and archiving.
The automation system shall consist of the following:
i)
Standlone Network Controllers.
ii)
Application specific direct digital controllers.
iii)
Personal Computer Operator Workstations.
The system shall be modular in nature, and shall permit expansion of both capacity
and functionality through the addition of sensors, DDC’s Network Controllers and
operator devices, while re-using existing controls equipment.
System architectural design shall eliminate dependence upon any single device for
total alarm reporting and control execution. Each Network Controller shall operate
independently by performing its own specified control, alarm management, operator
I/O, and historical data collection. The failure of any single component or network
connection shall not interrupt the execution of control strategies at other operational
devices.
Contractor
Witness
Executive Engineer
339
Network Controllers shall be able to access any data from, or send control
commands and alarm reports directly to any other Network Controller or
combination of panels on the network without dependence upon a central
processing device, such as a central file servicer. Network Controllers shall aos be
able to send alarm reports to multiple operator workstations, terminals, and printers
without dependence upon a central processing device or file server.
12.3
System Architecture
A
First Tier Network
The first tier network shall be based on a PC industry standard of Ethernet TCP/IP
or ARCNET. PC workstation LAN controller cards shall be standard “off the shelf”
products available through normal PC vendor channels.
The FMS shall network multiple operator workstations, network controllers, system
controllers and application specific controllers. The first tier network shall provide
communications between operator workstations and first tier DDC(Direct Digital
Control) controllers.
The first tier network shall operate at a minimum communication speed of 10 M
baud with full peer-to-peer network communication and shall in corporate minimum
32 bit processor.
Network controllers shall reside on the first tier.
Network Controller:
The Network Controller shall be a fully user-programmable, supervisory controller.
The Network Controller shall monitor the network of distributed application-specific
controllers, provide global strategy and direction, and communicate on a peer-topeer basis with other network controllers.
First Tier Network: The Network Controller (NC) shall reside on the first tier
network. Each NC shall support a sub-network of a minimum of 100 controllers on
the second tier network. This shall have redundant supervisory control in full “HOT
BACK UP” configuration.
Processor : Controllers shall be microprocessor-based with a minimum work size
of 32 bits and a maximum program scan rate preferably 2-3 msecs but less than 1
second. They shall be multi-tasking, multi-user, and real-time digital control
processors. Controller size and capability shall be sufficient to fully meet the
requirements of this specification.
Memory : Each controller shall have sufficient memory to support its own operating
system, databases, and control programs, and to provide supervisory control for all
second tier controllers.
Contractor
Witness
Executive Engineer
340
Hardware Real Time Clock : The controller shall have an integrated, hardwarebased. Real-time clock.
Communications Ports : The NC shall provide at least two RS-232 serial data
communication ports for operation of operator I/O devices, such as industrystandard printers, operator terminals, modems and portable operator’s terminals.
Controllers shall allow temporary use of portable devices without interrupting the
normal operation of permanently connected modems, printers or terminals.
Diagnostics: Controller
shall
continuously
perform
self-diagnostics,
communication diagnosis, and diagnosis of all panel components. The network
controller shall provide both local and remote annunciation of any detected
component failures, low battery conditions, or repeated failures to establish
communication.
Power failure: In the event of the loss of normal power, there shall be an orderly
shutdown of all controllers to prevent the loss of database or operating system
software. Nonvolatile memory shall be incorporated for all critical controller
configuration data, and battery backup shall be provided to support the real time
clock and all volatile memory for a minimum of 72 hours.
During a loss of normal power, the control sequences shall got to the normal
system shutdown conditions.
Upon restoration of normal power and after a minimum off-time delay, the controller
shall automatically resume full opration without manual intervention through a
normal soft-start sequence.
Should a controller memory be lost for any reason, the operator workstation shall
automatically reload the program without any intervention by the system operators.
Certification: All controllers shall be listed by Underwriters Laboratories(UL)
Second Tier Network
DDC System Controllers shall reside on the second tier. Standalone DDC panels
shall be microprocessor-based, multi-tasking, multi-user, real-time digital control
processors. Each standalone DDC panel shall consist of modular hardware with
plug in enclosed processors, communication controllers, power supplies, and
input/output modules. Input and output card module shall be replaceable under
POWER ON conditions.
The DDCs should be application specific and should be located as near as possible
to the controlled equipment reducing cabling runs. The DDCs should be able to
control the equipment connected to it on a standalone mode so that in case of
failure of the first tier network the DDCs will be able to perform the minimum control
functions assigned to it. The DDCs should have inbuilt display on its fascia with
Contractor
Witness
Executive Engineer
341
keypad to access all the information being monitored by the DDC.All the DDCs
should be equipped with electrically erasable PROMs and the control software for
the DDC can be downloaded through the central operator workstation. It should
additionally provide a serioal port for downloading and reconfiguring of software
through a laptop in case of second tier of network failure. All DDCs shall have
minimum 16 bit processor.
DDC System Controllers
Point Types : Each DDC panel shall support the following types of point inputs and
outputs:
Analog inputs shall monitor the following analog signals:

4-20 mA Sensors

0-10 VDC Sensors

1000 ohm RTDs
Binary inputs shall monitor dry contract closures. Input shall provide filtering to
eliminate false singnals resulting from input “bouncing”.
Counter inputs shall monitor dry contact pulses with an input resolution of one HZ
minimum.
Analog outputs shall provide the following control outputs:
4.20 mA-Sink or Source
0-10 VDC
Binary outputs shall provide SPDT output contacts rates for 2 amps at 24 VAC.
Operator Interface – Personal computer operator interface
The automation system Contractor shall provide and install a personal computer
workstation for command entry, information management, network alarm
management, and database management functions. All real-time control functions
including scheduling, history collection and alarming, shall be resident in the
network controllers to facilitate greater fault tolerance and reliability.
Workstation System Architecture – The architecture of the workstation shall be
implemented to conform to industry standard APIs(application programming
interfaces), so that it can accommodate applications provided by the automation
system Contractor and by other third party applications suppliers, including but not
limited to Microsoft Office Applications. Specifically it must be implemented to
conform to the following interface standards.
All historical information contained in Time Series Databases and all configuration
data contained in relational databases must be accessed via ODBC (utilizing ANSI
SQL database query specifications).
Contractor
Witness
Executive Engineer
342
All real time online plant data must be accessible by all application (including but
not limited to graphics, reports etc) via OPC (OLLS for process control)
All real-time event data (including alarms, change of state events, warning events,
etc.) shall be accessible by all applications via OPC (OLE for Process Control).
The Automation system Contractor shall provide all necessary OPC servers for
communicating to the DDC controllers that are provided as part of this contract. In
addition, the system shall accommodate installation and registration of OPC servers
provided in the future by other equipment suppliers.
Workstation
Operator
Applications
architecture
:
Major
operator
viewing
applications shall be implemented utilizing the current Micorsoft Model of an ActiveX control, to be contained in one or more Active-X complaint containers.
Specifically, the graphics application shall be provided as an Active-X control(for
example it shall be possible to embed a graphic in a web page and view it in
Internet Explorer). Conversely, it shall be possible to embed other Active X controlssuch as trends and other third party available controls – in the real time graphic
application.
PC Hardware : The personal computers shall be configured as follows:
Memory
:
1 GB (Minimum) 533 NHB DDR2 RAM upgradeable upto
4GB Intel Pentium D 945.
CPU
:
Chipset
Dual Core; 3.4 GHz 2 x MB L2 Cache and 800 Hz FSB
.
Intel 945 G
Hard Disk Drive
160 GB Serial ATA or grater hard disk drive@7200RPM
Combo Drive
48 x 24 x 48 x or higher speed CR R/W and 16x or higher
speed DVD writer.
Ports
6 USB ports(including 2 in front), 2 Serial port, 1 parallel
port.
1 PS/2 keyboard port and 1 PS/2 mouse ports.
Keyboard & Mouse
107 Mechanical keyboard and optical Mouse with 2
button and Scroll, Mouse Pad.
Monitor
17inch TFTP LCD Monitor with 12MS response time built
in Speaker and resolution 1024x1024 support.
Networking Features
10/100/1000 onboard integrated Network Port, including
Network Card, with remote booting facility, remote system
Installation, remote wake up provision of in built modem.
Contractor
Witness
Executive Engineer
343
12.4
Operating System Software:
Windows XP minimum
Complete operator workstation software package, including any hardware or
software keys. Include the original installation disks and licenses for all included
software, device drivers and peripherals.
Peripheral Hardware
Alarm printers:
Printer Make
:
Epson or equal
Printing Method
:
24-Pin Impact Dot Matrix
Print Speed
:
270 characters per second, per line
Buffer
:
64K Input Print Buffer
Workstation Application Components:
Operator Interface
An integrated software package shall be used as the operator interface program.
All Inputs, Outputs, Set points and all other parameters as defined or required as
part of the system software, shall be displayed for operator viewing and
modification from the operator interface software.
The operator workstation software shall provide context-sensitive help menus and
instructions for each operation and/or application currently being performed.
All controller software operating parameters shall be displayed for the operator to
view/modify from the operator workstation. These include set points, alarm limits,
time delays, PID tuning constants, run-times, point statistics, schedules, and so
forth.
The operation of the control system shall be independent of the operator
workstation, which shall be used for operator communications only. Systems that
rely on the operator workstation to provide supervisory control over controller
execution of the sequences of operations or system communications shall not be
acceptable.
Alarms:
Each workstation shall receive and process alarms sent to it by the control system.
The alarm management portion of the operator workstation sofrtware shall, at the
minimum, provide the following functions:
Long date and time of alarm occurrence
Generate a “Pop-up” window informing an operator that an alarm has been
received. Allow an operator, with the appropriate security level, to acknowledge,
delete, or disable an alarm.
Contractor
Witness
Executive Engineer
344
Provide an audit trail for alarms by recording operator acknowledgement, deletion,
or diabling of an alarm. The aduit trail shall include the name of the operator, the
alarm, the action taken on the alarm, and a time/date stamp.
Records all alarms received at an operator’s workstation to that workstation’s hard
drive.
Allow the operators to view/manage the alarm data archived to hard disk. Selection
of a single menu item or tool bar button shall allow the user to acknowledge,
diabale, delete, or print the selected alarm.
Alarms shall be generated by the operator workstation for any controller that is “offline” and is not communicating.
Changes made to alarm set points from the Operator Workstation shall directly
modify the controller alarm management database.
Selection of a single menu item or tool bar button shall print any displayed alarm
report on the system printer for use as a building management and diagnostic tool.
Reports
Reports shall be generated and directed to one of the following: workstation
displays, printers or disk. As a minimum, the system shall provide the following
reports :
All points in the network.
All points in a specific controller.
A listing of a user defined group of points in the network. There shall be no limit to
the number of user defined groups.
All points currently in alarm.
All disabled points.
All weekly schedules.
All or selected point attributes, including, but not limited to :
Values
Set points
Alarm Limits
Run Times
All programmed holidays and associated schedules.
All disabled alarms.
All active, unacknowledged alarms.
All active, acknowledged alarms.
Any and all other controller operating parameters.
Contractor
Witness
Executive Engineer
345
The system shall allow for the creation of custom report point groups that shall be
capable of including points from multiple controllers. Systems limiting point report
displays to only a single controller’s point data base shall not be accepted.
The number of custom reports or display groups shall be limited by the amount of
available system memory.
Selection of a single menu item, tool bar item, or tool bar button shall print any
displayed report on the system printer for use as a building management and
diagnostic tool.
Multiple-level password access protection shall be provided to allow the
user/manger to limit workstation control, display, and database manipulation
capabilities as he or she deems appropriate for each user, based on an assigned
password.
Each user shall have the following : a user name; a password, and an access
level(from 1-5).
The system shall allow each user to change his or her password at will.
When entering or editing passwords, the system shall not echo the actual
characters for display on the monitor.
A minimum of five levels of access shall be supported as follows:
Level 1 =
Data Access and Display
Level 2 =
Level 1 and Operator Overrides
Level 3 =
Level 2 and Database Modification
Level 4 =
Level 3 and Database Generation
Level 5 =
All privileges, including password Add/Modify
A minimum of 100 unique passwords, including user initials, shall be supported.
Operators shall be able to perform only those commands available for their
respective passwords. Display of menu selections shall be limited to only those
items defined for the access level of the password used to long-on.
User-definable, automatic log-off timers of from 1 to 60 minutes shall be provided to
prevent operators from inadvertently leaving the operator workstation logged on.
Within applications the user shall easily be able to navigate to new information (for
example, launch a new graphic within a graphic).
Graphics
The graphics shall be able to display and provide animation based on real time data
that is acquired, calculated or entered.
Multiple graphic applications shall be able to execute at any one time on a single
workstation.
Contractor
Witness
Executive Engineer
346
The operator shall be able to configure the speed at which data will be updated on
the specific graphic.
Basic graphical objects: all graphics shall be able to be constructed from the
following basic graphical objects:
1. Single or multi-segment lines of any thickness: Line styles at a minimum shall
include solid, dotted, and dashed.
2. Rectangles : User may fill with any color or not fill, and may configure the
thickness of the outline.
3. Ploygons : User may fill with any color or not fill, and may configure the
thickness of the outline. Arcs.
4. Circles and Ellipses : user may fill with any color or no fill, and may configure
the thickness of the outline.
5. Text boxes : User may configure text boxes with any W98 True Type Font, any
foreground color, any background color, and with 8 or more thickness levels.
6. Animation : Any basic object, any group of basic objects, or any symbol or group
of symbols, shall be capable of being animated in the following manner.
7. Size : Any object’s size shall be able to be animated based on the value of an
analog variable.
8. Movement : Any object can be animated to move either in a straight line, or can
follow a configured path of any number of line segments.
9 Rotation : Any object shall be able to be animated to rotate up 360 degrees.
10. Visibility : It shall be possible to make any object dynamically appear or
disappear based on the true/false result of any Boolean equations.
Operation from graphics : It shall be possible to change values(set points) and
states in system controlled equipment by any of the following methods of operator
interaction:
By selecting the object with either the left, middle, or right mouse button:

Load a specific graphic.

Drag/Drop to load a graphic in a selected window.

Link forward or backward to another graphic.

Change or toggle the value of an object.

Launch an executable application.
Slider action : Any object can be defined to be a slider and configured to change a
set point or other variables as the user slides an object over a configured geometry.
Dial action: Any object can be configured so that it can change a configured
analog value over a range as the object is rotated. This is most often used to
represent dials.
Contractor
Witness
Executive Engineer
347
Data Entry : A variable is displayed on a graphic. By selecting the variable, the
data entry function for the value is enabled and the operator is able to enter a new
value for the variable.
Graphic editing tool : A graphic-editing tool shall be provided that allows for the
creating and editing of graphics files. The graphic editior shall be capable of
performing all drawing functions, defining all calculations to be executed as part of
the graphic, defining all animations, and defining all calculations to be executed as
part of the graphic, defining all animations, and defining all runtime binding. It is not
acceptable for separate programs to be required to do these various functions.
The graphic-editing tool shall in general provide for the creating and positioning of
objects by dragging from tool bars and positioning where required. It shall provide
the ability to create, at a minimum, all of the object types, all of the animation
algorithms, and all of the action types referenced in this section.
In addition, the graphic editing tool shall be able to add additional content to any
graphic by importing any Windows metafile(.wmf) or any bitmap file(.bmp)
Historical trending and data collection:
Each network controller shall store trend and point history data for an analog and
digital inputs and outputs, as follows:
Any point, physical or calculated, may be designated for trending.
Each network controller shall have a dedicated RAM-based buffer for trend data,
and shall store 96 samples for each physical point and software variable, including
an individual sample time/date stamp. Points may be assigned to multiple history
trends with different collection parameters.
Trend and change of value data shall be stored within the controller and then
uploaded to the trend database(s). Uploads shall occur based upon one of the
following : user-defined interval, manual command, or when the trend buffers are
full.
The system shall provide a configurable data storage subsystem for the collection
of historical data. Data can be stored in either Microsoft Access or SQL database
format.
To enable users to easily access stored data, the system shall provide the
capability to store historical data in more than one file system(i.e. removable media,
separate hard drives, or a remote network file system).
Trend data viewing and analysis
Provide a trend viewing utility that shall have access to all database points.
Provide database access through an Open Database Connectivity(ODBC) interface
a standard Application programming Interface (API) for accessing data from
Contractor
Witness
Executive Engineer
348
relational databases. Client applications can reside within a Windows 95, Widows
98, Windows NT or other latest windows environment.
Graphic displays shall be able to be single or stacked graphs with on-line selectable
display characteristics, such as ranging, color, and plot style.
It shall be possible to display trend data in histogram(X-Y plots) format as well as
area and bar graphs.
Display magnitude and units shall both be selectable by the operator at any time
without reconfiguring the processing or collection of data. This is a zoom capability.
Display magnitude shall automatically be scaled to show full graphic resolution of
the date being displayed. This function shall also be operator selectable.
The display range shall consist of magnitude and units fields. The units are
seconds, minutes, hours, days and months.
12.5
Instrumentation Design Criteria
The design criteria to be applied to instrumentation system shall be as follows:
o
All instruments shall suitable for continuous operation.
o
All transmitting instruments shall have a 4-20mA/0-10VDC liner output.
o
All digital out puts shall be volt free.
o
Instruments shall be designed for the ambient conditions of temperature and
humidity.
o
All wetted parts of instrument sensors shall be non-corrosive and suitable
for use with sewage.
o
All instrumentation system for use out of doors shall be protected to IP 65.
o
All analogue displays shall be of the digital type with no moving parts
utilizing back lit liquid crystal diode LCD/LED technology.
o
Instrumentation shall utilize solid state electronic technology and avoid the
use where practical of any moving parts.
o
Minimum maintenance requirements.
o
Instrumentation shall resume operation automatically on the application of
power following a power failure.
Analogue instrumentation system shall be provided to monitor the following.
Contractor

Biochemical Oxygen demand, if used.

Treated Sewage Flow

Raw Sewage Flow

Sump level

Clogging of screens through differential level monitoring.

Total Power consumed by Plant.
Witness
Executive Engineer
349
Digital systems shall be provided as detailed in the Employer’s Requirements and
as necessary for the efficient and safe operation of the treatment plant.
The contractor shall provide plant to measure any other parameter required for the
efficient and safe operation of the treatment plant.
Instrumentation sensors shall be suitable for the environment in which they are
expected to work. Sensor located in hazardous(flammable) or potentially hazardous
atmospheres shall be certified for use in these areas.
12.5
Flow Measurement
Flow metering as specified will be either open channel type or full bore
electromagnetic type as applicable.
a.
Open Channel Flow Meter
The open channel flow meter should employ a ultrasonic principle to measure level
and level to flow conversion should be inbuilt in the unit. It should provide isolated
4-20mA/o-10VDC output based on flow rate. It should have inbuilt LCD display and
housed in a IP65 enclosure. It should have inbuilt temperature sensor automatic
compensation for changes in air temperature to ensure measurement accuracy.
Maximum error in measurement should within +/-0.2%m at had change of 3m at 22
degree Celsius and 40-70% RH. The probe unit should be in-corrosive and
unaffected by H2S laden atmosphere.
b.
Electromagnetic Flow Meter
The electromagnetic flow meter should provide isolated 4-20mA/0-10VDC output
based on flow rate. It should be housed in IP65 enclosure. It should have a
accuracy of +/-0.5% of flow rate at maximum mean velocity of 15m/sec/. It should
have a non-full pipe detection system inbuilt in it. The lining of material should be
polyurethane with transducers. No rubber lining will be allowed.
12.7
Level Measurement
Ultrasonic level type measurement devices shall be used to monitor all tanks. They
should be housed in a IP68 enclosure with a integrated display unit. It should have
a 4-20mA/0-10VDC output based on level and a resolution of at least 1mm.
Measuring range should be at least 0.3 to 8m. The unit should be CE/UL certified.
12.8
Dissolved Oxygen Measurement
The DO measuring device should have a 4-20mA/0-10VDC output and integral
LCD display for connectivity to automation system and display DO data. It should
be housed in IP54 enclosure. It should have a max lag time of 15 min. for
generation of DO data with a measurement range of 0.1mg/liter DO Minimum. The
unit should be CE/UL certified.
Contractor
Witness
Executive Engineer
350
12.9
Instrumentation Cables
All signal cables(Analog/Digital) shall be 660V, PVC insulated with stranded tinned
copper conductors and laid up as twisted pairs with approximately one twist per
30mm approx. Each cable shall be overall screened of aluminium-mlyar type
including drain wire giving coverage of 85% and overall PVC sheath. The analog
signals shall have conductors of 8sq.mm. All external cables should be armored.
12.10
Control System Protection Short Circuit
All power supplies to DDCs, instrument power supplied shall be protected against
short circuit by the provision of adequate numbrs of fuses or miniature circuit
breakers.
12.11
Duty/Standby Drives
The duty pump for each duty drive shall be selected on basis of minimum runtime
and will be rotated for runtime equalization.
The control logic shall automatically stat an ‘available’ standby in the event of the
duty dirve failing.
12.12
Uninterruptible Power Supply (UPS)
All the DDCs and control instrumentation should be powered through centralized
UPS. The Network Controllers and Operator workstation should also be powered
through online UPS.
Bidder shall rpvode true ON Line 3 Phase UPS system with rated working load plus
100% standby with paralledl redundant in a room. The UPS system shall be
provided with necessary by pass arrangement. Each UPS shall have minimum 30
minutes battery back up. The batteries shall be of maintenance free type.
All DC or AC voltage required for instrumentation system shall be derived within the
control panels by providing a regulated DC power supply units or transformers.
Generators of small capacity sufficient to feed UPS, shall be supplied and installed
along with control gear, changeover scheme, exhaust and earthing.
12.13
PROCESS PLANT CONTROL PHILOSOPHY
General
The control system in addition to providing the facilities detailed in the preceding
clauses shall provide the following process plant specific requirements.
The automation system should automatically on the restoration of power(following a
power failure) start the plant operation sequence after expiry of delay timers and
follow a startup sequence to prevent the simultaneous start up of various drives.
The typical input/output (I/O) requirements of various drives to be controlled and
monitored through DDCs are shown in Table 1.1
Contractor
Witness
Executive Engineer
351
12.14
Intercom System
An intercom system with 3x24 EAPBX shall be provided at all suitable locations
especially between the following points within the treatment plant.

Control Room

All rooms with the Administration and Control Building.

The pump and compressor room with the adjacent main distribution panel
room.

The laboratory

Duty Room

Security Cabin at the entrance of the campus.
TABLE 1.1: TYPICAL I/O SCHEDULE
Sno
1
DDC I/O, Controls
Items
DI
DO
AI
AO
Controls
Alarms
Tanks and associated Pumps
Tank Level(Through Ultrasonic level
x
Level Control
High and low
transmitter)
Pump Start/Stop(2A rated potential
X
Duty cycling on
free relay contact output)
demand
and
runtime
equalization.
Standby to come
online in case of
duty failure.
Pump Status(Through current relay)
x
Fail to start
Pump trip status(Through potential
x
Trip Alarm
x
Manual Mode
free contract of overload relay)
Pump
auto
manual
switch
status(Through auxiliary potential free
contract of auto manual switch)
Pump current consumption(Through
x
Over Current
current transducer)
2
All Electrical drives (aerators, fans
etc.)
Start/Stop(2A
rated
potential
free
relay contact output)
Contractor
x
Duty cycling on
demand
Witness
and
Executive Engineer
352
Sno
DDC I/O, Controls
Items
DI
DO
AI
AO
Controls
Alarms
runtime
equalization.
Standby to come
online in case of
duty failure.
Status(Through current relay)
x
Fail to start
Trip
x
Trip Alarm
x
Manual Mode
x
Over Current
status(Through
potential free
contract of overload relay)
Auto manual switch status(Through
auxiliary potential free contract of auto
manual switch)
Current consumption(Through current
transducer)
1. Control sensors for automatic
x
x
High/low
operation of the drives if required.
3.
value alarm
2. Power failure
x
Power failure
alarm
4.
3. Power failure restart
Restart plant in Power failure
sequence.
restart mode
ON
5
4. Plant energy consumption and
x
electrical parameters monitoring.
Notes:
i.
The I/O schedule detailed is indicative. The contractor shall provide all the I/Os necessary
in order to achieve the complete control and monitoring of the plant.
ii.
25% spare for each type of digital and analogue I/Os shall be provided in each DDC.
Contractor
Witness
Executive Engineer
353
INSPECTION, TESTING, ERECTION, COMMISSIONING OF MECHANICAL, ELECTRICAL
EQUIPMENT OF PLANT.
1.0
GENERAL:
All equipments prior to dispatch for the site shall be tested at works as per relevant
IS codes. International codes shall be used wherever Indian standards are not
available.
1.1
TEST INSTRUMENTS:
The contractor shall satisfy the Engineer as to the accuracy of all the instruments
used for tests and if required shall produce recent calibration tests, or otherwise
have them calibrated at his own expense by and independent authority.
1.2
TEST CERTIFICATES:
Copies of certificates of all works, routine tests shall be provided as detailed.
The contractor shall obtain and submit to the Engineer and to other parties as may
be directed, certificates of test of all items, certifying that they have been
satisfactorily tested and describing and giving full particulars of such tests.
1.3
MANUFACTURER’S WORKS INSPECTION TESTS AND GAURANTEES:
All Schedules of Particulars shall be completed and the Guaranteed Particulars and
the efficiencies of the equipment offered at the duties specified will be binding and
may not be varied expect with the consent in writing of the Engineer.
The Engineer shall be provided with facility for inspection of all equipment and
material and shall be given at least 10 days notice when such equipment and
material is ready for inspection at manufacturer or vendors workshops.
Full witness testing to the relevant standards and to prove guarantees given will be
required for the following items.
i)
All pumps for performance testing.
ii)
Electric motors for type on routine one motor of each size.
iii)
All control panels.
iv)
All transformers for routine and type test on.
EOT Crane as per relevant standards.
In addition all other items of equipment not subject to witness testing shall be
temporarily erected at the manufacturer’s works and tested for satisfactory
Contractor
Witness
Executive Engineer
354
operation and shall be offered for inspection. Copies of manufacturer’s test
readings shall be submitted to the Engineer, all prior to packing for shipment.
Such inspection, examination or testing shall not release the Contractor,
manufacturer or supplier of any item from any obligation under the Contract.
Certified copies of manufacturer’s test readings of all items shall be submitted to the
Engineer within 7 days of the satisfactory completion of the tests.
The Engineer shall be provided with facilities for witness testing and / or inspection
of all items of equipment at the manufacturer’s works, he may at his discretion
advise that the tests shall proceed in his absence. These tests shall be made as if
in his presence, and duly certified copies of test readings shall be submitted.
Where items of equipment are of identical size and duty it may be required, at the
Engineer’s discretion, that a reduced number of the items be subjected to witness
tests; however this shall not relieve the manufacturer from the requirement of
carrying out the performance tests on all items prior to offering a witness testing.
If after inspecting, examining or testing any material or equipment, the Engineer
shall decide that such items or any part there of is defective, or not in accordance
with the specification or performances, he may reject the said items or part thereof,
giving to the manufacturer within a reasonable time, notice in writing of such
rejection, stating therein the ground upon which the said decision is based. All retesting shall be at the Contractor’s expense.
1.4
SITE TESTING:
The Contractor shall arrange for the full site testing of all items of equipment and
shall include provision of.
a)
All skilled and qualified operating and test staff for the testing of all
equipment.
b)
Provision and disposal of all services, lubricants and fuels other than
electricity.
c)
All measuring and testing instruments to demonstrate equipment operates
to the fulfillment of the works sheet.
1.5
Manufacture’s Work Tests
1.5.1
Power Transformers
Contractor
i)
Measurement of winding resistance.
ii)
Ratio polarity and phase relationship.
iii)
Impedance voltage.
iv)
Load Losses.
v)
No-load losses and no load current.
vi)
Insulation resistance.
Witness
Executive Engineer
355
1.5.2
vii)
Included over voltage withstand.
viii)
Separate source voltage withstand.
Type Tests
i)
Impulse voltage withstand both chopped and full wave.
ii)
Temperature rise.
Unless otherwise stated by the Engineer, evidence of type of tests carried
out on identical transformers to those being provided under the contract will
be accepted in lieu of actual tests.
1.5.3
CIRCUIT BREAKERS AND CONTROL GEAR:
i)
Routine tests including pressure test, milli-volt drop(Ductor) tests.
ii)
To ensure operation of the closing coil and satisfactory closing of the circuit
breaker with the voltage on the coil down to 80% of its rated voltage, and
that mal-operation does not occur with a voltage on the coil of 120% of its
rated voltage.
iii)
To ensure the satisfactory trip operation of the circuit breaker at no load
conditions with the trip coil energized at 50% of its rated voltage.
iv)
Test figures for heat-run tests performed on identical panel types shall be
made available.
v)
1.5.4
All interlocking, circuit breaker draw in and draw out operation.
PROTECTION AND CONTROL CIRCUITS:
Base on the completeness of the circuits in the final manufactured form within the
manufacturer’s works, the following tests shall be carried out:.
i)
Primary injection tests to ensure correct operation of the current operated
protection relays and direct acting coils over their full range of settings.
ii)
Balanced earth fault stability tests by primary current injection. Care must be
taken to reproduce accurately the burdens of interconnecting cables. A
further test to ensure correct polarity must be made after assembly.
With different pilot wire schemes it may not be possible to apply primary
injection testing. In this case the circuits shall be proved by secondary
injection. Current transformer characteristics and calculations associated
with the above tests shall be available for inspection by the Engineer.
iii)
Correct operation of control circuits at normal operating voltage by operating
voltage by operation of local control switches, and simulation of operation
from remote control positions.
1.5.5
MOTORS
Motors over 100 KW site rating shall be subject to full performance tests which may
be witnessed by the Engineer at the Motor manufacturer’s works.
Contractor
Witness
Executive Engineer
356
Motors of 5.5 KW to 22 KW site rating shall be subject to performance tests but will
not be witnessed.
Motors under 5.5 KW site rating shall be subject to “type test” standards.
Type test certificate shall include the following shall be provided for all motors
1. Manufacture of BS
2. Class of msulutorn
3. Type of Cable fitting
4. Type of bearing size and tubes coats
5. Type and rating of motor heaters
Motor testing shall be carried out in accordance with the requirements
1.5.6
INSTRUMENTS AND METERS:
Tests to ensure operation of all ammeters, voltmeters and transducers and checks
for correct calibration KWH meters shall be checked for correct rotation and creep
tests shall be carried out to ensure that the meter is inoperative with voltage along,
if the secondary of the current transformer is left connected with the primary current
interrupted.
1.6
TESTS ON CABLES DURING MANUFACTURE:
All cables supplied under the Contract shall be subject to routine tests in
accordance with the relevant British Standard. Cables will not be accepted on Site
for installation until certificates giving proof of compliance with the Specification and
date of tests have been received and approved by the Engineer. A certificate shall
be applicable to each drum.
The test to be carried out on every drum at manufacturer’s premises shall include
a)
High voltage AC insulation pressure test between cores, each core to earth
metallic sheath or armour as applicable.
1.7
b)
Insulation resistance test.
c)
Core continuity and identification.
d)
Conductor resistance test.
PROCESS CONTROL AND INDICATING INSTRUMENTS:
All flow, level and process measurement controllers, transmitters, recorders,
indicators, vacuum and pressure gauges shall be subject to routine in accordance
with BS 88, BS 1780 and BS 3680.
Test Certificates shall be provided against each item of equipment.
1.8
ELECTRICAL, MEASURING INSTRUMENTS AND METERS:
Tests to ensure accurate operation of all meters, voltmeters and kwh meters shall
be undertaken in accordance with BS 89 and BS 37.
Contractor
Witness
Executive Engineer
357
1.9
ALARM SYSTEMS:
The contractor shall be responsible for testing all items of equipment comprising the
works alarm system for correct operation and sequence action.
1.10
SITE TESTS:
Leakages Tests at the test pressure shall be carried out on all erected pipe work
and valve immediately after erection and before being built in. The contractor shall
advise the Engineer when these tests are to be carried out.
1.11
TESTS ON CABLE DURING INSTALLATION:
During the period of site installation the Engineer will carry out inspection of the
Works to ensure the standards of workmanship meet the specification and are to
his satisfaction. In the even of any part of the cabling installation failing to meet
these requirements the contractor shall remedy the deficiency to the satisfaction of
the Engineer.
After completion of various parts of the installation the Contractor shall provide a
test engineer, labour and materials to demonstrate to the Engineer that the cables
have been correctly installed.
The contractor shall inform the Engineer prior to the testing of cables and shall be
responsible for liaison with any other contractor to whose equipment the cables
may be terminated to ensure all parties concerned are aware of the impending
tests, to guarantee safety of personnel and that isolation of any particular
equipment has been completed. Any special isolation or preparation required to be
carried out before cable testing will be completed by the Contractor responsible for
that equipment. All tests shall be carried out by the Contractor to the satisfaction of
the Engineer.
1.12
PUMPS SETS:
Tenders shall complete the Schedule of particulars and Guarantees and shall state
therein, inter alia, the guaranteed efficiencies of the pumps and motors offered, and
the overall guaranteed rates of energy consumption of the complete pump sets at
the duties specified.
The contractor’s guarantees given when tendering in respect both of performance
and efficiency shall be binding and considered part of the contract.
The fulfillment of these guarantees shall be verified at the test works to be
witnessed by PWD and at Site trials in accordance with the procedure given in
British Standards 5316 and 4999 etc.
This site trials shall be carried out under the control of the contractor’s staff to the
satisfaction of the Engineer. The contractor shall provide all the necessary labour
and instrumentation to conduct the tests. The discharge from the pumps shall be
Contractor
Witness
Executive Engineer
358
measured wherever possible by the volume drawn from a sump or delivered to a
tank over timed intervals.
ELECTRICAL PLANT:
After all the deficiencies apparent during the installation inspection have been
rectified to the Engineer’s satisfaction, the following tests shall be carried out.
1.13.1
CIRCUIT BREAKERS AND CONTROL GEAR:
i)
1.13.2
Routine tests, including H.V pressure tests.
PROTECTION AND CONTROL CIRCUITS:
Tests at 1.5.4 with the addition of satisfactory operation of all inter-tripping circuits
in conjunction with other items of plant.
TESTS ON CABLES AFTER INSTALLATION:
Every cable shall be subject to the following tests after installation.
High voltage pressure tests:
The following D.C test voltages shall be applied at full valve.
i)
PLYSWS
11,000 volt grade cable
Between cores 30,000 volts.
Between
any
core
and
armour
17,500V.
ii)
iii)
XLPESWAPVCC
3,300 volt grade cable
Between cores 10,000 volts.
Between any core and armour 5,800 V.
XLPESWAPVC OR PVCSWAPVC
1,100 volt grade cable.
Between cores 3,000 V
Between any core and armour 3,000V
Witnessed high voltage pressure tests shall not be carried out on PVCSWAPVC
control cables, but it shall remain the responsibility of the Contractot to test the
insulation of these cables both between cores and between cores and earth during
installation with a “Megger” 5000 volt hand generator.
The contractor shall test all cables after installation to ensure correct phasing out of
cores, continuity of cores sheath and armour over the whole length of the cable.
1.14
EARTHING SYSTEM TESTS:
The contractor shall demonstrate to the Engineer that the resistance of the
electrodes to earth and the earth conductor continuity is in accordance with the
Specification and IS 3043. The tests shall be made on completion of the installation.
The test shall be performed form each major item of plant, by using an “Earth
Megger” and auxiliary return conductor. The each earthing station shall be
separately tested and value of earthing resistance shall be displaced under man
hole cover.
Contractor
Witness
Executive Engineer
359
1.15
INSTALLATION INSPECTION:
In additional to the progressive supervision and inspection by Department the
Contractor shall offer for inspection to Engineer, the completely created plant/part of
plant on which tests are to be carried out. After such inspection by Engineer, each
equipment/sub system shall be tested by the contractor in accordance with the
applicable standards in the presence of Engineer. Such tests shall include but not
be limited to the tests specified in following clauses.
1.16
PRECOMMISSIONING TRIALS, TESTS OF ELECTRICAL EQUIPMENTS
1.16.1
START UP :
On completion of erection of the equipment and before start-up, each item of the
equipment shall be thoroughly cleaned and then inspected jointly by the Engineer
and the Contractor for correctness, completeness of installation and acceptability
for start-up, lading to initial pre-commissioning tests at site. The list of precommissioning tests to be performed shall be as mutually agreed by the Engineer
and Contractor.
1.16.2
INITIAL OPERATION (INITIAL RUN)
After the pre-commissioning tests are satisfactorily over, the complete plant shall be
place on Initial Operation during which period the complete equipment shall be
operated integral with sub systems and supporting equipments as a complete plant
and necessary adjustments made while operating over the full load range enabling
the plant to be made ready or commissioning. The period of Initial Operation shall
be as mutually agreed by the Engineer and the Contractor.
An initial operation report comprising of observations and recordings of various
parameters to be measured in respect of the above initial operation shall be
prepared by the Contractor. This report, besides recording the details of the various
observations during initial operation shall also include the dates of start and finish of
the initial operation and shall be signed by the representatives of both the parties.
The report shall have sheets, recording all the details of interruptions occurred,
adjustments made and any minor repairs done during the initial operations. Based
on the observations, necessary modifications repairs to the plant shall be carried
out by the contractor to the full satisfaction of the Engineer to enable to latter to
accord permission to carry out the commissioning the conduct. Performance and
Guarantee Tests on the Plant. However, minor defects which do not endanger the
safe operation of the equipment shall not be considered as reasons for with holding
the aforesaid permission.
Contractor
Witness
Executive Engineer
360
The cost of all labour, energy and consumables other than water required for precommissioning, Initial Operation shall be borne by the Contractor. Water required
for running the plant will be supplied free by the Department.
1.17
COMMISSIONING :
The plant shall then be commissioned and put on Trial Operation at full load when
Performance Guarantee Tests shall be conducted.
During the period of trial operation the contractor shall
i)
Operate the full works on behalf of the Department.
ii)
Supply the labour and materials including consumable required for the
operation and maintenance of the works and bear the cost of electrical
energy.
iii)
Instruct the Department’s Operators in the operation and maintenance of the
work; a program shall be submitted by the contractor for the training of
operators, both supervisory and subordinate levels. This program shall be
submitted to the Engineer three months before the scheduled start of
commissioning. The training of the departments staff shall be carried out
with reference to the operation and maintenance manual furnished by the
contractor.
iv)
Carry out maintenance repairs of defects immediately.
During the period of trail operation of working hours of the contractors shall be 24
hours daily, 7 days week.
The contractor shall provide for the expenditure on all the consumables any energy
required during the trial operation. All labour and cost of any other materials shall
also be met fully by the contractor. Water for operating the plant will be supplied
free by the department.
The trial Operation shall be considered successful, provided that each item of the
equipment can operate continuously at the specified characteristics, for the period
of Trial Operation and the Performance Guarantees are successfully met.
Any special equipment, tools and tackles required for the successful completion of
the Performance and Guarantee Tests shall be provided by the contractor free of
cost.
The guaranteed performance figures of the equipments shall be provided by the
Contractor during the Performance and Guarantee tests. Should the results of
these tests show any decrease from the guaranteed values, the contractor shall
modify the equipments as required to enable them to meet the guarantees. In such
case, Performance and Guarantee Tests shall be repeated within one month from
the date the equipment is ready for re-test and costs for modifications including
Contractor
Witness
Executive Engineer
361
labour, materials and the cost of additional testing to prove that the equipment
meets the guarantees, shall be borne by the contractor.
Performance and Guarantee Tests shall make allowance for instrumentation errors
as may.
1.18
COMPLETION
a)
The works will be certified as virtually completed by Executive Engineer
Public Health Engineering Division No. 3 Bhiwani Haryana only after it has
successfully completed trial operation for a continuous period of six months.
b)
A Virtual Completion Certificate for plant shall not be issued unless the
following documentation are duly compiled and submitted in final formats in
duly bound volumes.
c)
A completion of all shop inspection results/reports of the plant/machinery
with due attestation that the plants have been manufactured to specified
standards (6 copies)
d)
All erection/construction quality control checks in appropriate approved
formats for installation works with attestation that installation has been
carried out as per acceptable/stipulated standards (6 copies)
Contractor
Witness
Executive Engineer
362
SECTION – 12
LIST OF APPROVED
MAKES
Contractor
Witness
Executive Engineer
363
LIST OF APPROVED MAKES OF VARIOUS ITEMS
S.NO.
ITEM
1.
Cement
2.
Structural Steel
3.
HDPE Pipes
4.
MS Pipes
5.
CI Pipes, Fittings &
Dismantling Joints
10.
11.
DI Pipes
GI Pipes
GI Fittings
C.P. Pillar Cock, Bibcock,
Stopcock and other CP
Fittings
Brass Bib & Stop Cock
Gun Metal Valves
12.
UPVC Pipes
6.
7.
8.
9.
14.
15.
Self Sustaining Breathing
Apparatus
Gas Mask
Glazed Tiles
16.
Epoxy Paint
17.
Bituminous Paint
18.
19.
20.
Synthetic Paint
Cement based paint
Doors & Windows
13.
APPROVED MAKES
L&T, ACC, Gujarat Ambuja, Cement Corporation of India,
Vikram, J.P, JK/Shree
SAIL/TATA/Rashtriya Ispaat Udyog/RINL
Finolex / Supreme / Reliance (Nocil) / Duraline / Jain
Irrigation
Tata Steel / Surya Roshni / Jindal
Baroda Rolling Mills / The Indian Iron & Steel Company Ltd.
/ Bharat Industrial Corporation / Oriental Castings /
Upadhayay Castings Calcutta / Electric Steel Castings /
Tata Iron and Steel Co.
Jindal / Electrosteel Castings /Rashmi
Tata / Jindal / Nezone / Prakash
HB / Zoloto / KS Unik / R Brand
Essco, Jaquar, Kingston, Soma
GPS, Sant, L&K
Leaders, Kent, Zoloto
Supreme, Finolex, Prince, Ori-Plast, Reliance, Jain
Irrigation or an equipment makes as provided by services
provided
Drager
Drager
Somany, Kajaria,Orient
Hindustan Ciba Giegy Fosroc , Naptha, Seiko Roffec &
Berger.
Berger, Asian Paints and
Shalimar Tar Products.
Berger, Asian, Nerolac, Dulux, Shalimar
Super Snowcem, Duracem, Accrocem
Hindalco, Jindal, Mahavir,
Indian Aluminum
Modi, Saint Gobain
Earl Bihari or equivalent
Kit ply, Nova pan
Hindalco, Jindal, Mahavir,
Indian Aluminum
Jash / Oriental Castings / IVC/Updhya
Sintex / Diplast
Hindware / Johnson / Parryware / Cera
(a) Aluminium Section
21.
22.
23.
24.
25.
26.
27.
28.
29.
(b) Glass Section
(c) Hinges
(d) Laminated Board
Fabrication of Aluminium
Items
Sluice Gates
Water Tanks
Sanitary wares
Sluice Valves, NRV,
Reflux Valves, Check
Valves, Butterfly Valves
Gate Valves
Ball Valve
Needle Valve
Anti-Termite Treatment
Contractor
Indian Valve Company (IVC) / Kirloskar / VAG Valves / AVK
Fouress / VAG / Audco / IVC / AVK / Kirloskar
Fouress / Audco / VAG / AVK
Fouress / Audco / VAG / AVK
NOCIL or Equivalent
Witness
Executive Engineer
364
S.NO.
30.
31.
ITEM
Zinc cromate primers
Glass
32.
Water proofing
compound admixtures
33.
34.
Dash Fasteners
Concrete Admixtures
35.
Lab Equipments
36.
Water Proofing
37.
PLC / SCADA
38.
Computers
39.
Cables
40.
41.
42.
43.
Cable Trays / Glands
Starters for motors
Ceiling Fan
Exhaust Fan
44.
Bus Duct
45.
Distribution Boards
46.
Crimping Lugs / Glands
of double compression
type
Dowells / Jainson / Lotus
47.
MCC / L.T Panels / PDB /
LDB Panel
Manufacturers with Central Power Research Institute
(CPRI) Test Certificate
48.
Current Transformer
AE, Gilbert & Maxwell, IMP,VM Electricals, SEGC(C.S.)
49.
Distribution Transformer
22/11 KV / 433 V
Crompton, Kirloskar, Emco, Bharat Bijalee, Voltas, Andrew
Xule, Pactil, NGEF, Voltamp.
50.
22/11 KV VCB breaker &
panel
ABB, Schneider, Siemens, Alstom, Kirloskar, Crompton.
51.
22/11 KV SF6 insulated 3
panel / 4 panel extensible
type RMU.
Crompton, ABB, Siemens, Alstom, Schneider, L&T.
52.
ACB 8 way / feeder pillar
6 way / 4 way &
minipillars
Popular brass metal works, ABAK, Manish, fitwell, Super
Panel, Control & switchgear.
53.
Control Cables
54.
11 KV End termination &
straight through joint
55.
Measuring Instruments
MECO, IMP, KEW, Rishiline (L&T).
56.
57.
Air Conditioners
Cables
(a) PVC Insulated Cable
Samsung, LG, Voltas, Carrier, Hitachi
Contractor
APPROVED MAKES
Shalimar, Asian Paint, Berger, ICI
Modiguard, Saint Gobin, Asahi, Atul
Choksey, Sika Qualcrete, Degussa, Fosroc, Roffe, Ciro,
Impermo, ACCO proof, Overseas Waterproofing Corpn.,
India, Waterproofing, Hindustan Waterproofing
Hilti Fischer
Sika, Fosroc, STP, CICO
Hach USA / Weiber / DBK Instruments Mumbai / ELICO /
Emerson / Forbes Marshall / Endress Hauser / Orion /
Analytical Instruments / Royce / Polymetron / DR. Lange
Fosroc / Sika / Kryton
Siemens / Allan Bradley / Schneider / Rockwell Automation
/ Tata Honeywell / Alstom
HP / Compaq / Dell
Indian Cables Ltd. / Cable Corporation of India / Universal
Cables / Indian Cable Co. / Asian Cables Corporation Ltd. /
Finolex Cables Ltd. / Havells
Elcon / Sales Link / Comet / Cosmos
L&T / Schneider / ABB / Siemens / Kilburn / MEI / BHEL
Usha / Khaitan / Orient / Crompton / GEC / Havells
Bajaj / Crompton Greaves / GE / Khaitan
Best & Crompton Engg. Ltd., Power Gears Pvt. Ltd., Control
& Switchgear Zeta Switchgear, Advance Panels & Switch
Gear (P) Ltd.,
MDS / Siemens / Schneider / Hager
LAPP, Finolex, PolyCab .
Raychem, Xicon.
Finolex, Asian, Polycab, Reliance, Fixolite, Torrent,
Witness
Executive Engineer
365
S.NO.
ITEM
for working voltage up to
1.1 KV as per IS :
694:1990
APPROVED MAKES
Universal, Fortgloster, Vardhaman, Fixolite, Macro, CCI.
(b) XLPE – LT Cables as
per IS:7098 Part – I : 1988
CCI, Asian, Finolex, Torrent, Macro, Fixolite, KEI, Polycab
with Nitrogen Corring, Gloster.
(c) XLPE – HT Cables as
per IS:7098 Part II – 1985
CCI, Asian, Finolex, Torrent, Macro, Fixolite, Polycab,
Vardhaman.
(d) PVC Insulated (HD)
Cable up to 1.1 KV as per
IS:1554 Part I – 1988
Torrent, Macro, Vardhaman, Finolex, CCI, Asian, Polycab.
58.
Lamps HPMV/HPSV Metal
Hallide Lamps &
Accessories
Vallient, Fixolite, Bajaj, Philips, Wipro.
59.
Ring Main Unit/HT, switch
and fuse unit
ABB, Schnieder, Crompton, South Andrew Yule
60.
Soft Starter
Rockwell, Schneider, Innovative Technomatics, Siemens
L&T, Danfoss
61.
Variable Frequency Drive
(VFD)
ABB, Rockwell, Nord, Mitsubishi, Siemens L&T, DNFORS
62.
Capacitors
63.
Steel Tubular Poles
64.
Chokes/Ignitors
65.
Compressor
66.
Instrument Control
Panels
67.
CTS & PTS
68.
HRC Switch Fuse Unit /
Fuses
69.
Luminaries
70.
71.
Receptacles
Actuators
Pressure Switches/
Pressure transmitters
72.
73.
Switchgear
74.
Control Gear
75.
Indicating Meter
Push Buttons / Indicating
Lights
76.
Contractor
Crompton Greaves Ltd. / Universal Cables Ltd. / NGEF /
Bharat Heavy Electricals Limited / MEHER(L&T) / DULATI /
Manohar Brothers / Madhav / Khatau and Junker / VOLTAS
Ltd.
Indian Electric Poles, Bombay Tubes, Nityanand, Rajan
Tubes, Bajaj
Bajaj, Wipro, Crompton, Philips, Genlec, Keselac, GE-Apar,
Glolite, ECE, Indo-Asian
Ingersoll Rand, Elgi.
Industrial Control & Appliances (P) Ltd. / Electric
Automation / Jaisum & Hutchison Controls (P) Ltd. /
Industrial switch gear & Controls.
Kappa, Automatic Electric, Control Switchgear
Siemens, General Electric, L&T, Schnelder, Electric control
Gears Pvt. Ltd., Crompton Greaves, Control Switch Gear,
Standard, HPL
Wipro / Phillips / Crompton / Osram / SSK / Bajaj / Anchor /
Havells
Anchor / Kalinga / SSK / Crompton
Marsh Automation (Pune) / L&T / Rotork / AUMA
Danfoss / Switzer / Fiebig / Varna Trifag / H.Guru / High
Tech(Orion) / Gluck / Waaree
L & T / Siemens / GE / ABB / BCH / Control & Switchgear /
Alstom / Kirloskar Electricals Ltd / Crompton Greaves
L & T / Siemens / GE / ABB / BCH / Control & Switchgear /
Technic
AE / IMP/ UE/MI
Siemens / L&T / BCH / Hansu / Pustron / Elcon
Witness
Executive Engineer
366
S.NO.
ITEM
77.
Transformer
78.
Vacuum Circuit Breakers
79.
Air Circuit Breaker
80.
Instrument & Meters
82.
83.
Volt and Ampere Meter
with Selector Switch
Selector Switch
Indicating Lamps
84.
Contactor
85.
Over Load Relay
86.
Battery
87.
Battery Charger
88.
Fire Extinguishers
89.
Multimeter
90.
Motors Contractors
91.
Gear Reducers
92.
PCC/MCC
93.
Scrubber
94.
UPS
81.
Lighting Fixtures
Lightening Protection
96.
Unit
Instrument Transformers
97.
(CT’s & PT’s)
Aluminium Bus Bar
98.
Bus Bar Supports
99.
100. Single Phase Preventor
95.
101. Engine for DG set
102. DG Set
103. Mechanical Bar Screens
104. Belt Conveyor
105. Gear Box
106. Mechanical Detritor
Contractor
APPROVED MAKES
Kirloskar / NGEF / Alstom / Crompton Greaves / Voltamp /
BHEL / Jyoti / ABB
Kirloskar Electric Co / Schneider / Crompton Greaves /
Siemens / BHEL / ABB / L&T
English Electric Ltd / Larsen & Toubro Ltd / Siemens India
Ltd
Universal Electrics Ltd. / Automatic Electric ltd. / Meco
Instruments P Ltd. / Industrial Motors P Ltd. / Havells Pvt.
Ltd. / Gollica Electrical P Ltd.
L&T / AE
L&T Salzer
L&T / Esbee / Siemens
BHEL / L&T / Siemens / Schneider / ABB / GE / Havells /
BCH
L&T / Siemens / Schneider / ABB / GE / Control &
Switchgear / ALSTOM
Standard Batteries Ltd. / Chloride Indian Ltd. / Amco
Batteries Ltd. / Exide
Uptron Powertronics(Shreetron) / Statcom / Automatic
Electric Ltd. / Chabi / Kerla State Electricity Corp. / APCO
Steelage Industries / Kooverji Devshi & Co. Ltd. / Vijay Fire
Protection System Pvt. Ltd
Excrop / Motwane
Bhartia Cutler Hammer / Larsen and Turbo Ltd. / Siemens /
GE Power
Essen Pro / Radicon / Elecon / Greaves
Advance Electro Control / Vidyut Control / Tricolite / Larsen
& Turbo / Siemens / Jakson / Associated Electrical /
Bhartiya Cutler Hammer / Control & Switch Gear / GE
Power / Chavare Engineering / Spark Electro
Excellent Engine / Pilani / Enuirotec
Tata Emerson / Merlin Gerin / Mitsubishi / Sukam /
Microteka / Luminous
Bajaj, Wipro, Philips, Crompton, Havells,
National Radio and Electronics Co. Ltd.
Mysore Electrical industries / Automatic Electric Pvt. Ltd. /
Kappa Electricals
Indal / Valco / Balco / Hindalco
Powermat / Everest Electricals
L&T / Minilec
Cummins / Kirloskar / Caterpillar / Ashok Leyland / Greaves
Cotton / Volvo Penta
Crompton Greaves / Alstom / BHEL / Jyoti / Leroysomers /
Kirloskar /
Jash / Voltas / Triveni HUBER
Indiana / Konal Corporation / Voltas / Batliboi /
Dynamic/Micro Transmission
Radicon – Greaves / Elecon / Flender
Voltas / Triveni / Shivpad / HUBER/ Micro Transmission
Witness
Executive Engineer
367
S.NO.
107.
108.
109.
110.
111.
ITEM
Submersible Raw
Sewage Pumps
Air Blowers
Diffusers
Centrifuge Feed Pump
Centrifuge Unit
112. Electric Hoist
113. Chain Pulley Block
114. Motors
115. Agitators / Mixers
116. Dosing Pumps
Instrumentation :
Level Transmitter , Flow
117. transmitter, Level Switch,
DO Meter, Air Flow Meter,
Wastewater Flow Meter
118. Chlorinators
APPROVED MAKES
Kishor / Grundfos / KSB / ABS / Kirloskar / Mather & Platt
Usha / Everest / Kay / Swam/Beta
OTT / EDI USA / REHAU
ROTO / Tushaco / Ramo / Alpha Laval
Humboldt / Pennwalt / Alpha Laval
Reva / W.H. Brady & Co / Hercules Hoists Ltd / Delta
Engineering Works / Sharps Engineering Works / Avon
Cranes / Electrotechnics/INDEF
Reva / W.H. Brady & Co / Hercules Hoists Ltd/INDEF
Siemens / Crompton / Bharat Bijlee / Kirloskar Electric Co /
Jyoti / ABB
Milton Roy / Fibre & Fibre / Remi / Voltas / Asia LMI
Milton Roy / Positive Metering
Forbes Marshall / Endress Hauser / ABB / Emerson /
Toshniwal / Nivo Control / Fischer Rosemount / HACH /
Emerson / Fitzer Instruments / George Fitcher / Toshniwal
Jesco (USA), Metito, Pennwalt, Capital Control
NOTE: CTS & PTs of the makes, guaranteed by switchgear manufacturer for its performance and
as per specification shall be acceptable subject to approval by Board. Any other equipment whose
make is not given above will be got approved from Department, before supply.
Contractor
Witness
Executive Engineer
368
SECTION – 13
SPECIFICATION FOR
STARTUP &
PERFORMANCE RUN
Contractor
Witness
Executive Engineer
369
START UP AND PERFORMANCE RUN
1
TEST ON COMPLETION:
1.1
GENERAL
Prior to the commencement of Tests on Completion the Contractor shall submit the
following.

Site Acceptance Test Documents

As built drawings

Operation and Maintenance Manuals
Test on completion shall not be commenced until the aforementioned documents
are approved by the competent authority.
The initial charges necessary for Tests on Completion shall be borne by the
contractor. Electricity required for Tests on Completion will be provided by
Department free of charge for a period not exceeding 30 days. In case the test on
completion period exceeds 30 days, the cost of power upto the start of the
performance run shall be borne by the contractor.
The cost towards any consumables and chemicals required for the tests shall be
borne by the contractor.
1.2
Dry Test Requirements
1.2.1
General
As a minimum requirement, the following dry tests shall be carried out as a general
requirement.

A general inspection to check for correct assembly and quality of
workmanship.

A check on adequancy and security of Plant fixing arrangements.

A general check to ensure that all covers, access ladders, water proofing,
guard railings etc. are in place.

A check on damp proofing, rust proofing and vermin proofing and
particularly the sealing of aperture between building structure, chambers,
etc. and the outside.
1.2.2
Civil and Building Works
As a minimum requirement the following dry tests shall be carried out on the civil
engineering and building works:

1.2.3
Check for the presence of foreign bodies in pipe work and structures.
Mechanical Works
As a minimum requirement the following dry tests shall be carried out on the
mechanical systems.
Contractor
Witness
Executive Engineer
370

Carry out preliminary running checks as far as is permitted by
circumstances in order to ensure smooth operation of Plant.
1.2.4
Electrical Works
As a minimum requirement the following dry tests shall be carried out on the
electrical systems:

Check phasing and polarity.

Carry out point to point check on all cables.

Check on security of cable terminations.

Check on completeness and adequacy of earthing system

Check setting on protection relays, sizes of fuses and motor overload

Carry out checks on cabling systems in accordance with the requirements of
the relevant standards

Check operation of main circuit breakers by secondary injection methods

Check rotational direction of plant.

Check instrument loop integrity, functionality and calibration

Check operation of standby generator installation and mains/generator
changeover procedures; a 4 hours load test (using the normal load/works)
shall be carried out on the generator when the load is available.
1.3

Check plant functionality

Check functionality of the central MMI and its power supply.
Process Plants Equipments
All process plant items equipments shall be tested to ensure that they meet the
Department’s
requirements for
quality of
workmanship,
construction
and
performance.
1.4
Hydraulic Wet Test Requirement
Hydraulic wet tests shall be carried out on completion of dry tests.
Potable water shall be used for hydraulic wet tests. The purpose of this is to prove,
as far as is practical the hydraulic performance of the works. In order to
demonstrate this, the contractor shall ensure that each part of the works is
hydraulically loaded to its maximum rated load throughout for a period of at least
seven days at twenty-four hours intervals.
In order to ensure a sufficient supply of potable water to carry out these, the
contractor shall provide facilities for the disposal off site in an approved manner.
In order to remove doubt the following tests inter-alia shall be carried out :
Pressure testing of all piped systems laid direct in ground in accordance to
the relevant standards;

Contractor
Fill all structures and check for leaks as per IS:3370;
Witness
Executive Engineer
371

Running of all pumped systems in order to check for
Correct functionality.
Absence of leaks
Correct running temperatures
Smoothness of running and the absence of undue vibration or stress
Check drive running currents.
Carry out calibration of instruments where appropriate
Carry out valving, diversion etc. to fully hydraulically load each element( or where
there is a requirement to withstand an overload,(overload each process
element;)

Demonstrate correct functionality of electrical, control and instrumentation
systems.
The contractor shall simulate, where practical, the conditions that will be when
operating as a process in order to demonstrate the correct functions, process
control, loop etc.
During these tests a check on the performance of Plant shall be made as far as site
facilities will allow to compare its site performance with the factory test data & to
identify any concentrate on the performance due to site condition.
1.5
Process Wet Test
On approval by the department the contractor shall carry out process wet tests.
Raw water shall be used as the primary feed stock for process wet tests. These
tests shall be carried out to demonstrate the process performance of the Works. In order to
demonstrate this, the contractor shall ensure that each part of the Works is loaded to its rated
throughput (including a period of overload if required in order to demonstrate compliance with the
Department’s Requirements) for continuous stable operating period of rot less than 48 hours.
The contractor shall provide facilities for the disposal off site in an approved
manner.
The following tests inter alia shall be carried out

Check and rectify leakage on civil structures, pumps and pipe work;

Running of all pumped systems in order to check for
Correct functionality
Absence of leaks
Correct running temperatures
Smoothness of running and the absence of undue vibration or stress
Check drive running currents where the solution pumped is different from
that pumped during hydraulic wet tests;

Contractor
Carry out calibration of instruments;
Witness
Executive Engineer
372

Carry out valving, diversion etc. to fully hydraulically load each process
element(or where there is a requirement to withstand an over load),
overload each process element;

Demonstrate correct functionality of electrical, control and instrumentation
systems not checked during dry or hydraulic wet tests or which may have
changed as a result of the different operating conditions now prevailing.
On completion of process wet test on the various parts of the works, the contractor
shall run the plant as a whole in order to demonstrate the full functionality and
performance of the works at various throughput rates for a continuous period of not
less than 7 days. This shall be considered as completion of Test on completion and
shall be certified by department.
2
PERFORMANCE RUN AFTER START UP
2.1
GENERAL
On successful completion of “Test on Completion’ i.e. start up and commissioning,
certified by department, contractor should start the performance run of the plant for
72 months.
The contractor is to carry out Operation and Maintenance (O&M) of the whole plant
including civil works for 72 months under performance run department shall monitor
the operation and maintenance by the contractor.
(1) Staff : As mentioned ahead
(2) Chemicals and consumables
:
As required
(3) Spares : As required for replacement during performance run period. The
spares used from the spare supplied under the contract shall be replaced by the
contractor.
All the consumables for laboratory testing & running of Electrical / Mechanical items
including gas, Diesel etc. during trial run of the plant shall be arranged by the
contractor at no extra cost except Electric power. However during defect liabilities
period & O&M period, the cost of Chlorine Gas shall be reimbursed by the
department at quoted/negotiated rates on actual consumption basis. Diesel shall be
arranged and consumed by the contractor which shall be reimbursed by the
department at prevailing rates on actual consumption basis to be 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 and O&M period thereafter.
The contractor shall provide operators for various units/plants for three shifts and
other staff/supporting personnel in general shift.
Contractor
Witness
Executive Engineer
373
The contractor shall submit a weekly report to the Department, about the operation
and maintenance indicating the manpower, electric power, chemicals/consumables
consumed and also problems faced and rectified.
During this period, the contractor shall ensure that the design treated quality
standards are met in accordance with the specification within the rate of power and
chemical consumption as committed by the Contractor. The treated sewage
analysis pH, SS, BOD and oil and grease shall be carried out on daily basis from
the day of commissioning at a reputed laboratory as approved by Engineer-inCharge. 90% of the treated sewage samples should fall within prescribed limits of
the treated sewage. The sampling location for raw sewage shall be at raw sewage
sump and that of treated sewage shall be at chlorine contact tank.
The analysis of sewage for the above parameters at different locations at outlet of
SBR Process basin shall also be carried out on weekly basis Contractor shall take
immediate steps to correct the operation of the meet the guaranteed performance.
The charges for analysis at the laboratory to be borne by the contractor.
The contractor’s responsibility includes the safety and security of works/plants
during the course of performance run of 72 month after trial run period.
The Contractor shall provide key personnel for performance run with minimum
qualification and experience as given below
SNo
Personnel
1
Plant Manager
(Graduate in
Engineering)
2
3
Operators
(Diploma, ITI
qualified)
Electrician
(Diploma, ITI
qualified)
Minimum
Experience
Main Task of the Personnel
1
3 years
Co-ordination of activities for satisfactory
performance of the STP and reporting to
the Engineer-in-Charge and responsible
for the proper functioning &
maintenance, data collection of STP
3
3 years
Responsible for overall operation for
STP
1
3 years
Responsible for overall operation for
electrical equipments
No
4
Fitter (Diploma ITI
Qualified)
1
3 years
5
Sweeper/
Casual labour/
Sewerman
4
--
6
Security guard
cum Gardener
3
--
Contractor
Witness
Responsible for overall operation for
Mechanical Equipments
Responsible for keeping STP premises
clean, cleaning of sewer lines and also
they will assist operators in day to day
activities
To maintain the garden / landscaping of
the plant and for security.
Executive Engineer
374
3.
PERFORMANCE RUN CERTIFICATE
The conditions for issuance of a Performance Run Certificate as detailed in the
Conditions of Contractor shall comprise :

The completion of the 72 months operation and maintenance under
performance run of the treatment plant to the satisfaction of department.

90% of treated sewage samples fall within the prescribed limits of the treated
sewage mentioned in the tender document.

Operation and Maintenance Manual have been updated following 72 month’s
operational experience and approved by department.

All defects during the 72 months operation of the works have been rectified.

All required replacements of equipment or part thereof during 72 months of
operation & maintenance have been rectified.
Department shall issue a Completion Certificate for “Performance Run of Plant”
after successful completion of Performance Run of plant for 72 months by
contractor to the satisfaction of department.
Contractor
Witness
Executive Engineer
375
SECTION – 14
SPECIFICATION FOR
OPERATON AND
MAINTENANCE OF
WORK
Contractor
Witness
Executive Engineer
376
SPECIFICATIONS FOR OPERATION AND MAINTENANCE OF WORKS
1.
SCOPE OF WORK
“DESIGN, CONSTRUCTION, ERECTION, TESTING AND COMMISSIONING OF
INTERMEDIATE PUMPING STATION AT JITUWALA JOHAR AT JITUWALA JOHAR
DISPOSAL AND 15 MLD SEWAGE TREATMENT PLANT BASED ON
CYCLIC
ACTIVATED SLUDGE PROCESS (SBR) TECHNOLOGY INCLUDING OPERATION &
MAINTENANCE FOR 12 MONTHS AND 5 YEARS THEREAFTER ON BHIWANI DADRI
ROAD, BHIWANI TOWN HARYANA.”
Salient features of works are
1)
To operate and maintain the Raw Sewage Pump House, Sewage Treatment
plant, all instruments and mechanical, electrical equipments in accordance
with the aim and purpose of treatment. The plant and equipments covered
under the above contract will be totally attended to, by the contractor
including any “Trouble shooting” to ensure smooth and trouble free
operation.
2)
The contractor will monitor the performance of the sewage treatment plant;
conduct the analysis of the inlet sewage and water quality after treatment.
Contractor shall initiate and take adequate actions to ensure smooth and
satisfactory performance/running of the plants on a 24 hours/round the clock
basis.
3)
The contractor shall prepare and implement an effective plant maintenance
program in consultation with Executive Engineer Public Health Engineering
Division No.3 Bhiwani except during major overhauling, if required in a year.
Department will not provide any skilled or unskilled work force. It is
absolutely the contractor’s responsibility to look after all sorts of
maintenance whether preventive, Minor, Major or break down.
The contractor will determine operating parameters, select settling
(Chemical doses etc.) and generally optimize the process, and working of
the treatment plant. Excessive chemical dozing i.e. doze more than normal
should be avoided otherwise penalty shall be levied and recovered from the
contractor.
The contractor should plan and procure all spares, Polyelectrolyte and all
consumables including chemicals, grease, lubricating oil, cleaning agents,
laboratory reagents etc. Further the contractor will plan about the
requirement well in advance (at least 4 months) and procure the material
from the market.
Contractor
Witness
Executive Engineer
377
6)
The contractor will be responsible for keeping up-to-date record of
documents including History Card for equipments and maintaining every day
log book relating to various analysis performed.
The contractor shall maintain and update logbook, in which details of
operations parameters are recorded in every shift and at regular interval say
hourly or as decided mutually.
7)
The contractor will prepare and submit a daily report of plant performance
and will assist the department in preparing the necessary documents for
their purpose and records.
8)
The contractor will be responsible to carry out day to day periodic
maintenance,
necessary
to
ensure
smooth
and
efficient
performance/running of all equipments/instruments comprising the sewage
treatment plant and maintaining the record of the same.
9)
The contractor will have to issue identity cards with photographs to all the
staff employed for Operation and Maintenance. The list of the same shall be
submitted to department mentioning qualification and experience.
10)
Deleted.
11)
The contractor will employ minimum staff for operation and maintenance of
the Plant as per the list mentioned in the detailed scope of work.
The above staff shall be distributed in three shifts as per mutual agreement
between Contractor and department. As per agreement the number of staff
in each shift should always remain present otherwise penalty towards
absence of any staff shall be levied and recovered from the contractor. The
Engineer-in-Charge of the Department shall decide the penalty. The
contractor shall make the arrangement of reliever for weekly off/holiday etc.
Absence on any ground like weekly off or holiday shall not be considered.
The presence of staff in each shift should be marked in muster to be
maintained at office of shift in charge at Sewage Treatment Plant that shall
be considered as final. The contractor’s staff must mark their presence in
this muster.
The contractor may maintain a separate register for his own purpose.
12)
The staff of contractor will always remain in contact with the Junior
Engineer, Assistant Engineer/Electrical Supervisor, In charge of the
Drainage Department/Sewerage Project Department of the Corporation and
follow their instructions.
Contractor
Witness
Executive Engineer
378
13)
Unsatisfactory and inefficient running of the plant and unnecessary and
excessive usage of spare, consumable etc. supported by the reasons which
are under the control of contractor will be highly objected. In such cases
Engineer-in-charge’s decision will be final and binding to the contractor.
14)
It is required that at least once in every one month a technical expert other
than the monthly staff of the contractor will visit the plant and will suggest if
required, to improve the efficiency and working of the plant etc. No separate
payment will be made for such visits. The visit must be recorded in
department’s document and out come of the visit/minutes of the meeting
should be got signed by department’s authorities without which the visit shall
not be considered.
15)
Contractor will comply with all safety rules and regulations and all inter
disciplinary as followed by the department.
16)
The department will not be responsible for any accident injury to the staff of
the contractor. Further the department will not provide any insurance or
medical facility to the staff of contractor. The responsibility lies with the
contractor.
17)
All Central/State Government/Semi-Government/Local Body’s Rules and
Regulations pertaining to this contract shall be followed and observed by the
contractor without any extra cost to the department.
18)
No accommodation/guesthouse/transportation facility will be provided by the
department to the contractor. Operation and maintenance staff will not be
allowed any accommodation facility inside the plant premises.
19)
The duration of the O&M shall be 72 months from the date of successful
commissioning of the STP. The same can be extended for the further period
if Department so desires. However, department reserves the right to
terminate the contract at any time by giving one month notice to the
contractor.
20)
The contractor should employ all the staff within two days of successful
commissioning.
21)
The contractor will provide the necessary tools ad tackles required for dayto-day maintenance and self cleaning of all the sensors.
22)
The scope of work also includes cleaning of complete plant area including
floor, toilet block railing, door, windows, light fixtures and ceiling etc. The
entire premises of the plant area shall also be cleaned and maintained by
the contractor regularly.
Contractor
Witness
Executive Engineer
379
23)
This work is inclusive of but not limited to operation, maintenance, house
keeping, cleaning, removing sludge by its own carrier arrangement an
dispose it off as per departments instructions. Preparing data recording,
correspondence work to department and Government Departments etc. All
this work should be done as per standard practices and by following labour,
factory, electrical, Haryana Pollution Control Board, and all other old and
new law and order, Indian standards etc. as applicable of Local, state and
Central Government of India.
24)
The contractor shall not employ any offensive, guilty or indiscipline persons.
25)
Department reserves the right to suspend, dismiss or terminate any
officer/staff employed by the contractor. The contractor shall take prior
permission of the Department to employ or to terminate the services of his
personnel.
26)
No watch and ward, safety insurance, security, storage, housing
accommodation etc. will be provided by department. This will be
responsibility of contractor.
27)
Consumable items like rubber bush, graphite packing, rubber sheet, nutbolts, material required for cleaning and house keeping etc. are to be
brought by the contractor.
28)
Electricity required for operation and maintenances of the plant will be
provided by department. The contractor should provide all other
consumables like polyelectrolyte, oil & grease etc. All the formalities to all
Government authorities for factory, Electrical, Haryana Pollution Control
Board etc. for having NOC, water consent. Hazard waste concern approval
etc. shall be done by the contractor.
29)
Monitoring should be done as per guideline given by the Engineer-inCharge. Contractor has to maintain all the parameters of effluent within
stipulated limit or he will be penalized for not maintaining the parameters
given by Haryana Pollution Control Bard and department. All expenditure
incurred for the same like suit fee, court fee, case fee, or the penalty as
decided by Engineer of department and penalty charged by Haryana
Pollution Control Board will be charged to the contractor and deducted from
his bills, S.D etc.
30)
Contractor shall have to test the effluent/influent at his own cost at the plant
laboratory on daily basis. The same shall be verified by and checked by
department whenever required. The contractor shall also have to test the
Contractor
Witness
Executive Engineer
380
effluent/influent at Haryana Pollution Control lab for different parameter on
weekly basis at his own cost.
31)
No equipment shall remain idle or un-attended or damaged for a period of
more than 3 days. If any equipment is not repaired, rectified and or replaced
within 3 days, the contractor will be penalized with no limit at the rate of
Rs.2000/- per day delay per each individual equipment of the plant.
32)
If the staff on duty remains absent, the contractor will be penalized at the
rate of Rs.500/- per man per day upto no limit.
33)
The payment of O&M charges will be made as per the tender conditions.
34)
All Retention money/BG shall be released on successful completion of O &
M period.
35)
The other terms and condition described in these complete tender
documents, wherever applicable shall remain unchanged. In case of any
discrepancy, the decision of Engineer-in-Charge will remain final and
binding on the contractor.
36)
During Operation and Maintenance period, contractor has to supply all the
spares, at his cost during preventive, major-minor breakdown, replacement
and maintenance work. No extra payment will be made for such
maintenance on any ground. The payment for the same will be made strictly
as per tender document irrespective of the number of break down/minor,
major repairs replacements.
37)
Contractor will have to maintain required Power Factor as per Haryana
Electricity rules and regulations. In case penalty is levied by Haryana
Electricity Department for not maintaining the Power Factor the same will be
recovered from the contractor.
38)
Maintenance of Garden, Lawns, Plants, Bushes, Plantation of new Plants,
Lawns etc. and feeding, gardening, cleaning etc. is in the scope of the
contract. No separate payment will be made for the same.
39)
The contractor during his O&M period will have to follow all the guidelines
set by Haryana Pollution Control Board.
40)
Operation and Maintenance of all General facilities and utility services
including all other components of work done under this contract.
41)
Operation and maintenance of PLC based automation system on SCADA
lease and all instruments installed in the STP. All repairs, replacements
towards the entire instrumentation works during the O & M period shall be in
the scope of the contract.
Contractor
Witness
Executive Engineer
381
42)
Any other services required for smooth running of the scheme.
43)
The contractor shall also dispose off the sludge, screenings, grit and any
other material, as per specifications and to the satisfaction of the Engineerin-Charge. It is to be noted that all costs during the O&M period, excluding
the cost of power and chlorine are to be borne by the contractor. Within his
quoted cost, the contractor is to ensure that the following guarantees are
maintained during the operation and maintenance period.
44)
o
For quality of treated effluent.
o
For consumption of chemicals
o
For automation.
The contractor shall provide on job training to the department staff as per
specifications.
45)
At the end of every year of operation and maintenance period, an
assessment of the condition of the plant has to be done by the contractor
through third party inspection at his own cost and based on that assessment
the contractor shall, at no extra cost to the department, repair and recondition all the mechanical equipments in the concluding year of the O&M
contract to a condition so that they are in running condition with regular
preventive
and
recommended
maintenance
as
per
manufacturer’s
recommendations or as per CPHEEO manual. The contractor’s scope shall
include supply of all necessary spares, lubricants and other consumables
that may be required to operate for another 2 years. 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. Based on the performance of
the plant for 6 years, the O&M contract can be extended by department for
another 2 years.
2.
OUTPUT AND OPERATIONAL GUARANTEES
The contractor is fully responsible for treating all the Sewage reaching at the inlet
chamber. The performance of the contractor shall be treated as unsatisfactory if he
fails to treat the complete sewage or does not maintain the guarantees listed in this
clause except in force majeure condition or fails to fulfill other conditions of the
contract.
2.1
Treated Effluent Quality
The contractor shall operate the Sewage Treatment Plant in such a way that at all
times the treated effluent quality attains the parameters as specified in section 1 of
scope of work.
Contractor
Witness
Executive Engineer
382
2.2
Treated Sludge Disposal
The contractor shall operate the Sewage Treatment Plant such that the sludge
produced is of a spade-able consistency and the volume of sludge produced after
necessary process is minimum. The sludge generated from the STP shall be
disposed off by the contractor outside the plant site and at or promote it as manure.
2.3
Chemical Requirements
All the chemicals including chlorine consumed to operate the Sewage Treatment
Plant shall be arranged by the contractor. Only chlorine shall be reimbursed by the
department on allotted rate.
3.
TESTS TO BE CARRIED OUT DURING O&M PERIOD
The sampling and testing to be carried out twice a day and at least at the points
given below. This schedule shall also be maintained during the O&M period.

Inlet chamber at sewage treatment plant for flow, BOD, pH, SS, temp., COD
and oil & grease, TDS

Outlet of the sedimentation units for BOD, suspended solids, PH, COD and
oil and grease, TDS.

Inlet of the reactor unit for MLSS, Dissolved Oxygen and pH.

Outlet of the reactor unit for Dissolved Oxygen, Sludge volume Index and
pH.

Outlet of the secondary treatment units for BOD, Suspended solids, pH,
COD and oil and grease.

Outlet of the SBR for BOD, Suspended solids, pH

Excess sludge for Volatile suspended solids, total solids, specific gravity.

Various parameters to be tested by online monitoring system at these
locations as per specific requirements of Instrumentation.
REPORT FORMAT FOR DAILY TESTING SCHEDULE FOR VARIOUS PARAMETERS
TIME (1000&1600 HOURS)
Test/Parameter
Contractor
Inlet to Coarse
Screen Chamber
of MPS
Inlet to SBR
Reactor
Witness
Outlet of SBR
Reactor
Final Discharge
Executive Engineer
383
Laboratory Chemicals and Haryana Pollution Control Board Testing Charges:
Contractor should run the laboratory (both chemical and biological) by expertise hand to evaluate
the results and different parameters stated above and for that he should supply required
chemicals, reagents filters & glass wares etc. complete
He should analyze the treated and untreated sewage samples for Fecal Coliform Count once in a
week for that also contractor should support and supply necessary chemicals.
Contractor shall procure all chemicals required to carry out the different tests as per Department
requirements, HPCB Guidelines for Operation and Maintenance should be followed for performing
different laboratory tests, record keeping, as well for Operation and Maintenance of the entire
plant. All the cost there of shall be borne by the contractor during the O&M of months
Haryana Pollution Control Board Testing Charges
The contractor should get analysed / checked the untreated as well as treated sewage samples
every month from HPCB Laboratory for parameters like BOD, COD, TSS, SS, PH, etc. The
necessary HPCB testing charges are to borne by the contractor. The HPCB testing charges for
samples directly collected by HPCB shall also to be borne by the contractor.
4.
STAFFING
The work shall be carried out on a 24 hr basis, without intermission and the staff deployed
by the contractor shall be in accordance with this contract. The contractor shall give or
provide all necessary superintendence during the O & M and as long thereafter as the
Engineer –in-charge may consider necessary. Such superintendence shall be given by a
competent person having adequate knowledge of the operation and Maintenance to be
carried out (including the methods and techniques required). The hazards likely to be
encountered and methods of preventing accident) as may be required for the satisfactory
working of the entire plant.
SNo
1
2
3
4
Personnel
Plant Manager
(Graduate in
Engineering)
Operators
(Diploma, ITI
qualified)
Electrician
(Diploma, ITI
qualified)
Fitter (Diploma ITI
Qualified)
Minimum
Experience
Main Task of the Personnel
1
3 years
Co-ordination of activities for satisfactory
performance of the STP and reporting to
the Engineer-in-Charge and responsible
for the proper functioning &
maintenance, data collection of STP
3
3 years
Responsible for overall operation for
STP
1
3 years
Responsible for overall operation for
electrical equipments
2
3 years
No
5
Sweeper/
Casual labour/
Sewerman
4
--
6
Security guard
cum Gardener
3
--
Contractor
Witness
Responsible for overall operation for
Mechanical Equipments
Responsible for keeping STP premises
clean, cleaning of sewer lines and also
they will assist operators in day to day
activities
To maintain the garden / landscaping of
the plant and for security.
Executive Engineer
384
No labour below the age of 18 years shall be employed by the contractor on the
work.
List of staff of to be given by the agency to the Engineer-in-charge and advance
intimation to be given before deputing/removing any staff from site during the period
of contract. Not more than one of the contractor’s key staff shall be absent from the
project site at any given time, the contractor shall provide replacement with
equivalent or better qualifications. The CVs of such replacements shall be got
approved from department in advance.
Engineer-in-charge shall be authorized to direct the contracting agency to remove
any or all staff employed on O&M of the plant if in his opinion the continued
presence of such staff is detrimental to safety or proper O&M of the plant. The
contractor shall comply with such directions and post suitable substitute(s) thereof.
Whenever the Engineer has to inform the contractor in writing that any persons on
the work is in his opinion unsatisfactory or/incompetent or unfaithful or dishonest,
untruthful or disorderly or to be otherwise unsuitable such person shall be
discharged by the contractor from the work and shall not be employed again on it.
5.0
SAFETY/SECURITY
The contractor shall take all safety precautions under various Acts/Rules under
Central/State Govt. from time to time and he shall be responsible for safety of its
staff and the consequences thereof. The contractor shall deploy round the clock
security personnel at entrance of plant’s premises and in the compound for the
safety of the plant and premises during the 6 years O&M period. The contractor
shall be completely responsible for the safety of the plant, equipment and personnel
during this period.
Responsibility for damages
The care of the whole of the permanent works shall remain with the contractor who
shall be responsible for all accidents or damages from whatever cause arising and
chargeable for any thing that may be stolen, removed, destroyed or damaged to
whomsoever belonging and also for making good all defects and damages to the
said works or to any property adjoining or any cause whatever, whether such
damage or defects were occasioned by the negligence of the contractor or not or
may be or might have been discovered during the progress to be known after the
completion whereof or whether payment may wholly or partially have been made or
the works approved as supposed to have been properly done and no certificate of
approval of any works by any officers or members of the Board shall affect or
prejudice the right of the Board against the contractor or be considered or held as at
all conclusive as to the sufficiency of any work materials.
Contractor
Witness
Executive Engineer
385
Adequate safety precautions against fire, flooding, lightening, electrical shocks,
accident due to moving/non-moving heavy/light equipment shall be strictly observed
by the contractor at his own cost. Suitable safety measures like gumboots, gloves,
safety belts, ladders, safety lamps, gas masks, Oxygen apparatus, insulated tools,
alarms etc. shall be provided by the contractor except those provided by the
Department. Necessary medical first aid kit shall be made available all the time. In
absence of observance of above safety precautions, the contractor shall be
responsible for any unforeseen loss of the equipments or persons dealing with it.
Special care shall be taken by the contractor while carrying out the work in sewage
gas zone. Any incidence of human life or accident will be totally contractor’s
responsibility.
The contractor shall ensure that the staff employed takes all necessary precautions
while carrying out the work either in shift duties or any general shift as per Indian
Electricity Rules/Factory Act/CPHEEO
manual,
or manufacturer’s specials
instruction for safety/gas handling. The staff should use Gas masks, Oxygen
apparatus, Gum Boots, Safety Belts and Safety Lamps, etc. while carrying out the
work in Bar Screens, sumps etc.
The contractor will make arrangement for all necessary safety equipments for
persons working at STP as per Factory Act/Safety Rules. In the event of any
accident on or off site, in which the contractor or his personnel are involved, in
which an injury occurs to any person whether directly concerned with the project or
a third party, the contractor shall inform department within 24 hours of the
occurrence of the event. The plant will be open to local/state/central agencies for
verification of safety/emission/acts compliance.
During night hours, the main gate should be locked. However, shift duty staff should
be alert and open the gate during surprise checking of department staff or any other
Government Authorities or his nominee without any wait. Only bonafide persons be
allowed in the plant premises being a prohibited area. Smoking and drinking are
prohibited in the plant.
The staff engaged shall wear common uniform with name plate indicating name and
designation during duty hours.
6.0
REPORTING
The contractor will prepare daily and monthly reports(in department format) of
pumping/treatment and project performance and submit to the Engineer-in-Charge
and will assist the Department in preparing the necessary documents for this
Contractor
Witness
Executive Engineer
386
purpose and record as per Performa given from time to time. The reports shall
contain, inter-alia the following.

Raw Sewage quantity and quality and effluent quality as per the on line
monitoring programme and other tests as specified in Clause 3.0 of this
section and print outs of online monitoring shall be submitted to Engineer-inCharge.

A description of the maintenance work carried out in the reporting period.

A report on major failures, if any, their causes and remedial actions taken.

Sludge quality and quantity(daily basis) in the reporting period.

Power and chemicals consumed in the reporting period.

An inventory of the chemicals and spare parts available at the end of the
reporting period.

O&M staff deployed by the contractor during the reporting period.

Any major repair works, if any.
Contractor is required to maintain separate register/computerized records at all
sites of following information.

Pumping register.

Quantity of sewage treatment and performance register.

Working hours register

Electric break down register

Maintenance Register

Staff attendance register.

Equipment breakdown, repair record and extent of repair.
Site Order Book
Site order book shall be kept by the Engineer-in-charge at the plant site. Orders
entered in this book by the Engineer-in-charge or his authorized representative
shall be held to have been formally communicated to the contractor. The Engineerin-Charge or his authorized representative shall sign each order as it is entered and
will hand over the duplicate to the contractor or his agency, who shall sign the
original in acknowledgement of having received the order.
Record Keeping
Running Records are required to be kept for various operating machines such as
Mechanical Screens, Mechanical Grit Removers, Pumps, Motors, Scrapers, Air
Blowers, Chemical Consumption, Chlorine Consumption etc. as maintained by the
operators and kept at Control Room or Duty Room of the operators that is closer to
the location of the machines.
Contractor
Witness
Executive Engineer
387
The records of effluent quality and other laboratory tests are kept in the laboratory
as per daily sample collection and testing schedules.
The record with respect to flow shall be maintained by operators as per Table
below. The operator passes the daily log sheet to the plant Manager on the
subsequent day duly signed in the first shift. All operators shall be responsible to fill
up their part of observations and calculations. The plant Manager shall verify the
daily record as well as the calculations and shall be responsible to generate further
data using these.
It is pertinent to mention that there shall be a requirement of drawing site-specific
procedures and formats/forms for keeping records. This shall be the responsibility
of the plant manger.
Hourly record of Flow as measured/recorded through the Notch/Weir/Flow Meter:
Date/Time
----/---/---
Head over the
Notch/Weir/meter
METERS
Average Rate
Rate of flow
of Flow in Past
Hour
CUM/HOUR
Flow
Quantity
CUM/HOUR
CUM
0800
0900
1000
1100
1200
1300
1400
1500
1600
7.0
OPERATION
In case, the motor or any other equipment is burnt or damaged due to negligence of
the contractor or due to faulty operation, it shall be the sole responsibility of the
contractor to rewind/replace/repair it as per standards of the equipment, free of
cost. In case of any fault in operation and performance of the plant, contractor or his
staff at duty will immediately report to the Engineer-in-Charge about it.
The contractor shall run the plant unit after ensuring proper voltage. He shall also
record all the power failures and voltage in daily log sheet. He will bring into the
notice of power supply agency as well as control room and Departmental Engineer
Contractor
Witness
Executive Engineer
388
about the break down/power failure. He will also get the electricity restored
simultaneously.
Any dispute with the workmen shall be contractor’s responsibility as per Labour
Laws/Govt. Rules and Regulations. In no way the Department shall be responsible
for the disputes between them.
The contractor shall follow the rules and regulations as per Factory Act as
applicable.
The contractor shall arrange all necessary required tools, tackles and instruments in
advance for proper operation and maintenance of the entire plant.
The contractor shall operate and maintain all (E&M) equipment as per the
recommendations of the respective equipment manufacturer. He shall further
maintain and operate the plant, as per CPHEEO manual to obtain the treated
effluent results as per approved norms specified in this document elsewhere along
with the Technical Bid. The contractor shall be free to follow manufactures manual
in this regard. However in case of any doubt, the department shall refer to best of
the above standards and the contractor shall be bound to carry out the works
accordingly.
The floating material/scum should be collected in bins and dispose the same in
open pits away from the plant, machinery which should be dried and disposed off
regularly at a location outside the plant and approved by statutory authority. During
rainy season, this should be buried after using lime.
The treated effluent should be disposed off or to be recycled for using for any
purpose within the plant. The conveyance of treated and chlorinated sewage should
be by means of closed conduit made by RCC or any RCC box channel.
The screened material, grit and the dried sludge cake from the centrifuge should be
collected in trailers, trunks or tractor and the same should be disposed off at
appropriate place away from the plant on his own. Suitable site for this purpose
shall be identified by the contractor himself. Regarding cost of sludge manure if
sold, the contractor has to follow department practice and rules.
The tenderers shall know all Central/State Government/Semi-Government/Local
Bodies rules regulations to this contract without any excuse. Gas coming out of
sewage is hazardous containing Methane, CO, CO2 and H2s etc. Therefore,
necessary precaution and measures are to be taken in regard to human life and
installations.
No structure of any kind will be allowed to be constructed within the plant premises,
without the permission of department. Nothing is to be paid by department for any
addition if allowed. In case of damages to the building/machines and shortcoming to
Contractor
Witness
Executive Engineer
389
the machines, the same has to be made good as per original shape/good running
condition by the contractor. The decision of Engineer-in-charge in this regard shall
be final and binding.
8.0
MAINTENANCE
Every part of the works and all the materials to be used therein shall be subjected
to such tests from time to time during the execution of the work as the Engineer-incharge may direct and the whole of such tests shall in all cases be made at the
contractors sole expense.
The work shall be carried on and completed under the exclusive control, direction
and supervision and to the satisfaction of the Engineer-in-Charge. The Engineer-inCharge shall likewise have full power to reject or condemn any work or material that
he may deem unsuitable. In case of any work or material being rejected by the
Engineer-in-Charge, the contractor shall immediately remove and replace the same
to the satisfaction of the Engineer-in-charge or the Engineer-in-charge shall have
full powers to get the same removed and replaced and deduct the expenditure
incurred in the process from any amount due or that may become due to the
contractor.
The contractor shall use only the original and genuine spares of the original
equipment as per recommendations given in the maintenance booklet of the
manufactures/as per directions of the Engineer-in-Charge. Adequate stock of such
spares is to be maintained by the contractor. Test certificate of all major equipment
will be submitted from the manufacturer.
If any material brought upon the site of works or to the places where any
Operations have been or are being carried out in connection with or for the purpose
of the works, be in the judgment of the Engineer, of any inferior or improper
description or improper be used in the works, the said materials or workmanship
shall where required by the said officer be removed or amended by the contractor
forthwith or within such period for every breach by the contractor in this clause, the
Engineer is hereby authorized to remove or cause to be removed the materials and
workmanship so objected to or any part thereof and replace the same with such
other materials and workmanship as shall be satisfactory to him and there upon the
contractor shall or demand repay to the board the expenses incurred thereby or to
which the board may be put or be liable in connection therewith, the amount thereof
to be certified by the Engineer whose certificate shall be final.
He shall be responsible for civil maintenance of buildings and roads changing of
broken glasses, white washing and painting every years and watering of
lawns/plants within the plant premises daily.
Contractor
Witness
Executive Engineer
390
The contractor shall also be responsible to maintain cleanliness in around the plant
including machineries, disposal of floating removed from the Bar Screens/reactors,
etc. Grit and other unwanted material.
All the steel structures and machines installed in open areas should be painted after
monsoon period after cleaning the surface as per PWD manual.
Entire plant including all civil structures, mechanical equipments, HT panel and
Transformers etc. shall be repainted every year as per original painting
specifications.
Surface drains shall be cleaned every year before start of monsoon.
All leakages should be attended promptly to avoid any nuisance etc. choakages
should be removed at once. All the valves/gates which are not used regularly
should be operated at least once a week and make sure that they are properly
lubricated/greased.
All safety valves should be checked daily and ensure that they are working
properly. In case of any fault the same should be attended immediately without any
wait. The maintenance of the plant shall be as per maintenance manuals of the
manufacturer for all equipments. Contractor shall keep all the safety devices in
working order.
The contractor should make sure that no unwanted material should gloat/grow in
and around different units. In case it is found the same shall be removed/cleaned
immediately. He shall also be responsible for cleaning/sweeping the plant buildings
inside and outside, roads, foot path etc.
Launders/Weirs etc. of reactors etc. to be maintained clean round the clock. During
preventive/breakdown maintenance, the contractor has to visit the unit/units as and
when needed. The pumping units or other machineries required if any shall have to
be arranged by the contractor at his own costs for completing the work. In case of
battery operated auto system panels and also system alarm etc. batteries are
required to be maintained and replaced as and when needed by the contractor.
The contractor has to make sure that proper fire extinguishers are used to cover
any kind of fire during any mishaps within the total boundary area including plant
machineries. The expiry period of refills of various fire extinguishers should be
watched and maintained during the period of contract.
The contractor has to maintain all the toilets for proper use of the staff etc. In no
case, in-sanitation conditions are developed. The contractor has to maintain minor
repair in Civil structures including replacement of sanitary items, glass panes etc.
as and when needed.
Contractor
Witness
Executive Engineer
391
The contractor shall provide all consumable items in the office provided for
department for the 6 year O&M period.
The contractor shall maintain the PLC system on SCADA base in working condition
for the complete O&M period.
The contractor shall not remove/shift any equipments/machinery even temporarily
without written permission of the Engineer-in-Charge or authorized representative.
Though the contractor has to operate and maintain all the equipments/machineries,
lighting (plant area, boundary walls, gate lightening etc.) but the machine of the
equipment under warranty should not be dismantled without prior permission of the
Engineer-in-Charge. The list of such equipments (under warranty), if any, will be
given by the contractor.
The
contractor
shall
have
to
carry
out
periodical
testing
of
the
installations/equipments as per PWD specifications, CPHEEO manual and I.E rules
as amended up to date and shall have to maintain complete record in the
maintenance register. The contractor has to provide necessary protection systems
wherever necessary including alarms and fire extinguishers.
Public Health Engineering Department, Haryana will be at liberty to post its staff for
surveillance/inspection at the plant along with access to all units, control room and
records, log books, MIS (Management Information System), data etc. round the
clock as required. The log books and other records shall be properly maintained
and any cutting should be attested by the staff from authorized department Officials
and this record shall be open for further inspection/checking the department and all
other
Government
Agencies
CPCB
etc.
for
further
action/improvements/rectifications. The staff in each shift shall mark their
attendance on the log sheet individually. The plant and equipments covered under
the above contract shall be totally attended by the contractor including any “Trouble
Shooting to ensure smooth and trouble free operation.
All the consumables for laboratory testing & running of Electrical / Mechanical items
including gas, Diesel etc. during trial run of the plant shall be arranged by the
contractor except Electric power at no extra cost. However during defect liabilities
period & 5 years thereafter, the cost of Chlorine Gas shall be reimbursed by the
department at quoted/negotiated rates on actual consumption basis and Diesel also
arrange and consumed by the contractor shall be reimbursed by the department at
prevailing rates on actual consumption basis to be 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 however the
rate of chlorine gas is to be quoted by the contractor separately in the price bid.
Contractor
Witness
Executive Engineer
392
In case of major repair due to normal wear and tear/break down the contractor
should bring the same to the notice of the Engineer-in-Charge immediately and
necessary measures for its repair should be taken simultaneously. Break down, all
repairs of any kind are to be attended by the contractor. Any unit/equipment being
irreparable in the opinion of the Engineer-in-charge will be replaced by the
contractor at no cost to department. During 6 years O&M period, the
machinery/media to be replaced from time to time as per manufacturer’s
recommendations/CPHEEO manual.
All relays and HT equipment shall be calibrated and tested at least once a year and
the report shall be submitted to the Engineer-in-Charge.
The Department reserves the right to carry out any work including capital works in
the STP and RSPS for improvement of the parameters including coli form
reduction. The contractor shall not obstruct/create hindrance object to any such
work/works by department or its authorized agencies.
The contractor shall give his telephone No. , Contact addresses etc. to the
department as well as shift duty staff to contact him during emergency/odd hours
etc.
The contractor will be responsible to carry day to day as well as periodic
maintenance, necessary to ensure smooth and efficient performance/running of all
equipments instruments installed at the Sewage Treatment Plant.
He shall be responsible for maintenance/replacement of street light poles and light
etc. Also the plant, building land, Sewage treated/untreated/sludge etc. shall remain
the property of department.
Oil & Grease Schedule
Routine and preventive maintenance of electrical/mechanical/hydraulic/machines
and equipments is to be carried out as per the operation and maintenance manual.
Minimum oil and grease requirement for one year Operation and Maintenance of
the Plant is to be procured by the contractor well in advance.
Routine, Preventive, Minor and Major maintenance of al Civil, Electrical,
Mechanical, hydraulic machines and equipments of the plant.
The contractor should prepare schedule of daily maintenance and preventive
maintenance of all the equipments and machines operated and run by him in the
premises of the plant. The schedule should be as per the guidelines mentioned in
the tender and as per the O&M manual.
Contractor
Witness
Executive Engineer
393
The scope covers Routine, Preventive, Minor and Major maintenance of all the
instrumentation system installed like PLC, Actuators, Flow meters level indicators
etc. The scope covers Routine preventive minor major maintenance of all major
minor requirements and mechanics plant litr submersible pumps, coarse fine
screen, grit removal mechanism,channel gates decanters, sludge pump, centrifuge
pumps centrifuges all dosing system including chlorine dosing equipments etc.
The contractor should also carry out Routine, Preventive, Minor and Major
maintenance of all major/minor electrical equipments like Electrical Panels, Switch
Gears, Power Cables, Control Cables, 11 Kv/22kv Switch yard, Changeover
switches, DG set etc. so as to ensure uninterrupted round the clock operation of the
plant.
The contractor should maintain all civil structures including administrative building,
Store Room, Store Drains, Retaining walls Compound Walls etc. in Sturdy manner.
He should maintain all civil structures of the plant sturdy to complete the
natural/design life time.
The contractor should carry out the safety audit of the plant and obtain necessary
certificate from competent authorities.
This item includes all types of Routine, Preventive, Minor and Major maintenance of
all Civil, Electrical, Mechanical, hydraulic machines and equipments of the plant
covering supply erection test and trial run of the part/machine to be
repaired/replaced with material and labour expenses, necessary hardware, sundry
materials, lubricant oils, power oils, grease other materials plus machining charges
etc. No extra payment will be made during 72 months of O&M for any repair and
replacement of material
The contractor should procure all the spares required for all types of maintenances
in advance. The part/equipment/machine to be repaired/replaced should be as per
the department approved list and as per the O&M manual or as per the existing
manufacturer’s brand.
9.0
RELEASE OF HAZARDOUS SUSBTANCES OR HAZARDOUS WASTE
The contractor, after first notifying the Board shall be responsible for fulfilling all
requirements
associated
with
any
release
of
any
substance
into
the
environment(from the facility or the site) as required by applicable law or by and
Legal Entitlement including but not limit to the notification or reporting of release of
Hazardous substances of Hazardous Waste. The contractor shall prepare a
memorandum evidence of such notification or reporting and provide copies thereof
to the Board, along with any documents provided to the relevant regulatory agency
regarding such release.
Contractor
Witness
Executive Engineer
394
The contractor shall process and obtain the clearance of all such agencies as
required for the purpose including all clearances during 6 years O&M period. He
shall be fully responsible to comply with all requirements of Laws including
hazardous substances, emission standards for air discharge standards for effluent
oil, sub-soil pollution.
The contracting agency shall not release any hazardous/toxic materials inside the
premises.
10.0
TECHNICAL AUDIT
The Board has the right to conduct a technical audit of the facility and to perform
any analysis or inspection it deems necessary. Before any such inspection, the
Board shall give a prior written notice of three days to the contractor. The contractor
shall at the contractor’s sole cost and expenses provide all assistance the Board
requires to complete these inspections. Such audits may cover all or any of the
obligations of the contractors, including without limitation.
(a)
Verification of the system/capacity for normal wear and tear during the O&M
period.
(b)
Verification of the performance standards and useful life of the individual
assets of the facility, for normal wear and tear during O&M period.
(c)
11.0
Verification of the capacity of the facility to meet Output standards.
FACILITY VISITS
(i)
At any time or at the end of each twelve month period, or at the initiative of
the board, a visit shall be organized so that both parties can check the
condition of the installations at the facility.
(ii)
A report shall be drawn up to record the opinions of the both parties. The
Board reserves the right to call the equipment manufacturers or specialized
technicians for these visits. All expenses are to be borne by the contractor
for the purpose.
12.0
OPERATION AND MAINTENANCE MANUAL
a)
The contractor shall provide six copies of draft O&M Manual to department,
at the time of commissioning of the project and on approval of draft, 10
copies of operation and maintenance manual shall be supplied by the
contractor.
b)
The O&M Manual shall include in elaborate detail, all operating and
maintenance procedures and policies which are required, advisable and/or
necessary for the facility to achieve full compliance with the operational
Contractor
Witness
Executive Engineer
395
guarantees and to achieve maintenance and repair standard for the facility
which will ensure compliance with the maintenance specifications.
c)
Without limiting the generality of the foregoing, the O&M Manual shall
include descriptions, procedures and shall comply with the requirements set
forth in the provisions of the Bid Documents.
d)
The draft of the O&M Manual shall be subject to the review and approval of
department, which shall have the right to make any changes and revisions
to the O&M Manual as it may deem appropriate. The contractor shall revise
such draft O&M Manual prior to the commencement of the O&M period.
e)
During the construction period, the contractor shall revise the draft O&M
Manual to reflect any updates, changes or revisions it deems appropriate,
inter-alia based on its experience and as necessary to reflect any
modifications or adjustments of the plant. Without limiting the above, the
contractor shall annually fully review, revise, update and modify the draft
O&M Manual as may be necessary or appropriate. Any revision to the draft
O&M Manual shall be subject to the review and approval of department,
department shall have the right to require revisions to the draft O&M Manual
as it may deem appropriate. The contractor shall prepare and submit to
department, for its review and approval, 30 days prior to the proposed ate of
“Taking Over” a revised draft O&M Manual which reflects all changes,
revisions and modifications. The contractor shall prepare the )&M Manual,
as approved by the Department, prior to the date of Taking Over.
f)
During the term of this Agreement, the contractor shall promptly notify
department of any revisions, additions or modifications which he, in his
professional opinion, believes should be made to the )&M Manual, whether
as a result of additional experience in operating and maintaining the Facility,
changes in influent quality or volume, changes or modifications to any
equipment, part, component or structure incorporated in the Facility. Such
notification shall set forth the reason for the proposed revision. Any
proposed revision shall be subject to the approval of the Department. In
addition, during the term of this Agreement, Department shall have the right
to requisite relevant changes, revisions, or additions to the O&M Manual as
it, shall deem appropriate to ensure full compliance with the O&M standards.
g)
The contractor shall submit 10 copies of the final O&M manual along with a
soft copy in Microsoft Word Format.
13.0
Contractor
TAKING OVER
Witness
Executive Engineer
396
The plant will be taken over by department on satisfactory completion of the
Operation and Maintenance of the plant provided that.

The plant/equipment are in good, smooth running condition.

The result of the treated wastewater quality for last six months of operation
of the plant is within the limits specified.

In case of major repairs/replacement of equipment, the performance
guarantee for such unit/equipment is extended from the date of putting back
into satisfactory operation of such unit/equipment for at least 1 year. The
contractor shall submit affidavit for such guarantees.

All records of operation and maintenance are handed over to department in
proper condition.

The Third Party Inspection of the plant viz: Civil units, Mechanical
units/equipments, Electrical units/equipments, instruments and all other
Major and Minor units/machines has to be carried out and the
defects/unsatisfactory working performances of the equipments/machines
are to be corrected by the contractor at his own cost. The necessary Third
Party Inspection Charges are also to be borne by the contractor.

The contractor should repaint the plant including all civil structures,
mechanical, electrical equipments/units/structures as per the tender
specifications.
In case taking over is delayed on account of contractor’s failure, the operation and
maintenance period will be extended further till it meets the requirement without any
extra cost to department. The contractor will also be penalized for such delays.
Superintending Engineer,
Public Health Engineering Circle,
Bhiwani.
Contractor
Witness
Executive Engineer
397
SECTION – 15
BID FORM
Contractor
Witness
Executive Engineer
398
FORM (WITH OUT PRICE)
Bidders are required to fill up all blank spaces in this Bid form
Executive Engineer
Public Health Engineering Division No. 3
Bhiwani
Subject
DESIGN, CONSTRUCTION, ERECTION, TESTING AND COMMISSIONING OF
INTERMEDIATE PUMPING STATION AT JITUWALA JOHAR AT JITUWALA JOHAR DISPOSAL AND 15
MLD SEWAGE TREATMENT PLANT BASED ON
CYCLIC ACTIVATED SLUDGE PROCESS (SBR)
TECHNOLOGY INCLUDING OPERATION & MAINTENANCE FOR 12 MONTHS AND 5 YEARS
THEREAFTER ON BHIWANI DADRI ROAD, BHIWANI TOWN HARYANA.
1
Having visited the site and examined the Bid Documents, Drawings,
Conditions of Contract, Specification, schedules, Annexure, Preamble to
and the Pricing schedules etc and to the above, for the execution of the
above contract, we the undersigned offer to procure engineered items,
construct, complete, commission, operate and maintain the whole of the
said works for five years which is extendable by another two years as given
in conditions of contract, instruction to bidders and in conformity with the
said drawing, special conditions of contract, specifications, Preamble to and
pricing schedules, schedules, Annexure, Bidding Documents.
2.
We agree that
1.
If we fail to provide required facilities to the Engineer’s Representative for
carrying out the inspection and testing of materials and workmanship.
2.
If we incorporate into the works materials before they are tested and
approved by the Engineer’s Representative.
3.
If we fail to produce treated effluent of required quality or fail to satisfy other
performance parameters, according to the conditions/stipulations of the
contract, the Engineer-in-Charge will be at liberty to take any action as per
the condition of this contract.
3
We undertake, if our Bid is accepted to complete and deliver the works in
accordance with the contract within 72 months, inclusive of monsoons, from the
commencement date.
4.
We agree to abide by this Tender until …………(90 days after the latest date of
submission) and it shall remain binding upon us and may be accepted at any time
before that date. We acknowledge that the Appendix forms part of this letter of
tender.
Contractor
Witness
Executive Engineer
399
5.
In the event of our Bid being accepted, we agree to enter into a formal contract
Agreement with you incorporating the conditions of contract hereto annexed but
until such agreement is prepared this Bid together with your written acceptance
thereof shall constitute a binding contract between us.
6.
We agree, if our Bid is accepted to furnish Performane Security in the forms and of
value specified in the specials conditions of contract for due performance of the
contract.
7.
We have independently considered the amount of liquidated damages as specified
in conditions of contract and special conditions of contract and agree that they
represent a fair estimate of the damage likely to be suffered by you in event of the
work not being completed by us in time.
8.
We understand that you are not bound to accept the lowest or any Bid you may
receive
Dated this ……………… Day of …………………200…
___________________
(Name of the Person)
___________________
(In the capacity of
___________________
(Name of firm)
Company Seal
Duly authorized to sign bid for and on behalf of (fill in block capitals)
_______________________________________________________________________
_______________________________________________________________________
Witness
Signature
:
___________________________
Name
:
___________________________
Address
:
___________________________
_______________
__________________
Company Seal
Signature of the Bidder
Contractor
Witness
Executive Engineer
400
SECTION – 16
TECHNICAL
SCHEDULES
Contractor
Witness
Executive Engineer
401
TECHNICAL SCHEDULES
The schedule formats given on following pages for technical details of the bidders are to be
necessarily filled in by the bidders. However, the bidder, should feet that the formats or items are
not sufficient to cover all types of plant, machinery, automation system etc that are to be provided
by him he is free to provide additional formats for the other items. Those formats however must
provide all technical details of items supplied to enable the employer to scrutinize the adequacy or
functionality of these items in the plan. However, no financial data or cost is to indicated in the
Technical Proposal as the same are to be indicated in a separate financial proposal.
__________________
_________________________
Company Seal
Contractor
Signature of the Bidder
Witness
Executive Engineer
402
SCHEDULE- I
DEVIATIONS FROM TECHNICAL SPECIFICATIONS
NIL
We undertake that our bid is strictly as per technical specifications, where given in the bid
document.
__________________
_________________________
Company Seal
Contractor
Signature of the Bidder
Witness
Executive Engineer
403
SCHEDULE-II
DEVIATIONS FROM CONDITIONS OF CONTRACT
NIL
We undertake that our bid is strictly as per technical specifications, where given in the bid
document.
__________________
_________________________
Company Seal
Contractor
Signature of the Bidder
Witness
Executive Engineer
404
SCHEDULE-III
WORK SCHEDULE
The bidder shall submit the following along with the bid in sufficient details to enable evaluation of
their grasp of the work and ability to execute it within the times of completion.
1.0
Construction Schedule
1.1
This shall consist of a details bar chart showing in sufficient details
completion of various sections of work and the date and order in which the
bidder proposes to carry out different part of the works. The bar chart shall
indicate the principal quantities of work forecast for execution monthly and
payments expected to be in connection therewith. In preparation of the
program appropriate allowance should be made for loss of time due to
inclement weather. This construction schedule shall form the basis of
preparation of detailed CPM schedule to be furnished after the award of the
Contract.
The bidder shall keep above in view while preparing his work schedule,
which should be in conformity with the following.
Cumulative Value as a
percentage of total
Description of works,
Sr.
Period from the date of letter of award
value of work to be
to be completed during
No.
(LOA)
completed till the end
the quarter specified
of Period specified
under column No.2
under column No.2
1
1.
2
1
st
3
4
period i.e. w.e.f. the date of official 20%
date of start upto the end of the 2nd
month
2.
2nd period i.e w.e.f the first day of the 2nd 40%
month and upto the end of 4th month
3.
3rd period i.e. w.e.f the first day of the 4th 65%
month and upto the end of the 6th month
4.
4th period i.e w.e.f the first day of the 6th 90%
month and upto the end of 8th month
5.
5th period i.e w.e.f the first day of the 8th 100%
month and upto the end of 9th month
Contractor
Witness
Executive Engineer
405
Note:
1) The percentage in column 3 indicates works to be done under the schedule of items in that
period.
2) The contractor shall indicate the item is to be executed against each quarter in blank
column 4.
___________________
_________________
Company seal
2.0
Signature of the bidder
Employment schedule
This shall consist of a chart showing deployment of monthly manpower (including skilled
and unskilled labour of various categories) commensurate the construction.
3.0
Equipment Use Schedule
This shall consist of a chart sowing deployment of monthly construction equipment (under various
categories) commensurate with the construction schedule.
___________________
_________________
Company seal
Contractor
Signature of the bidder
Witness
Executive Engineer
406
SCHEDULE-IV
METHODOLOGY
The bidder shall submit a detailed work plan and Methodology i.,e a write up with full
technical particulars indicating the method of construction). In case of the Pumping station and
STP the technical write-up shall clearly delineate the treatment adopted by the bidder along with
electrical load calculation. Each type of unit in the process and the number of each type shall be
listed clearly. The bidder shall also state the additives (chemicals/coagulants) used, if any. A
comprehensive layout of the Pumping station, STP a hydraulic flow diagram, a P&I diagram and
single line electrical diagram along with preliminary design calculations and drawing shall be
submitted by each bidder. In addition he shall submit all other data and documents required as per
tender document. Similarly, related details for the buildings will have to be provided. The bidder
will also provided extensive details of civil electro- mechanical and automation of the project for the
understanding of Department
__________________
_________________________
Company Seal
Contractor
Signature of the Bidder
Witness
Executive Engineer
407
SCHEDULE-V
LIST OF RECOMMENDED SPARE PARTS
The bidder shall give below a list of spare parts recommended for the two year trouble free
performance (after one year warranty period) of the equipment offered by him.
Delivery
Sr.
Eqpt.
No.
No.
Manfg
& Part
No
Qty
Period
(weeks)
Descri-
from
ption
Set
Material

2
3
4
Remarks
unit
date of
Locally
available
Imported
eqpt.
LOI
1
per
5
6
7
8
9
10
All unused spare parts shall become employer’s property at the end of operation and
maintenance period.

Price of all above items are deemed to be considered in lump sum prices and no separate
payment shall be made.

Any additional spare parts required for O & M but not covered in the above list shall be
supplied by the contractor free of cost to the employer.

The contractor will keep department, informed time to time the details of using of spare
parts.

During the O&M period the contractor will give the list of major replacements proposed by
him year wise.
__________________
_________________________
Company Seal
Contractor
Signature of the Bidder
Witness
Executive Engineer
408
SCHEDULE-VI
LIST OF MAINTENANCE TOOLS AND TACKLES
The bidder shall give below a list of special maintenance tools and tackles offered by him
and included in the price quoted by him.
Sr No.

Particulars
Numbers
In case any additional tools & tackles are required by the contractor for O&M but not
included in the above will be supplied by the contractor free of cost to the employer.

The contractor shall hand over all the maintenance tools & tackles in good condition to the
employer at the time of handing over the works on expiry of O&M Contract of 6 years.

The contractor shall keep department, informed time to time about the usages of tools and
Tackles.
__________________
_________________________
Company Seal
Contractor
Signature of the Bidder
Witness
Executive Engineer
409
SCHEDULE-VII
LIST OF CONSTRUCTION EQUIPMENT & PLANT (PROPOSED AND OWNED)
SNo
1
Description
Quantity
Capacity or
Make and
Year of
Owned or
Present
output
Model
Manufacture
Leased
Location
List of principal Plant / Equipment owned by the
contractor
(a)
Cranes (Mobile)
(b)
Crane (Tower)
(c)
Trucks / Dumpers
(d)
Excavators
(e)
Concrete Transit Mixers
(f)
Concrete Batching Plant
(g)
De-watering Pump
(h)
Site lab facilities
(i)
Slip from shuttering
(j)
Electrical tooling kit
(k)
Other (Bidder to list)
2
List of principal Plant/ Equipment owned, leased,
hired which Contractor considers necessary for the
contract.
Contractor
Witness
Executive Engineer
410
SNo
Description
Quantity
Capacity or
Make and
Year of
Owned or
Present
output
Model
Manufacture
Leased
Location
(a)
(b)
(c)
(d)
(e)
(f)
(g)
(h)
(i)
(j)
(k)
…………………………
(Signature)
…………………………..
(Name)
Contractor
Witness
Executive Engineer
411
…………………………..
(Designation)
…………………………..
(Company)
COMPANY SEAL
(Date)
Note :- Attach copies of form as necessary.
Contractor
Witness
Executive Engineer
412
SCHEDULE-VIII
MANPOWER
KEY PERSONNEL
The technical qualification and experience of key staff will form an important part of the evaluation process should be attached for each of the staff
categories with areas of responsibilities as follows:During Construction Period
During O & M Period
…………………………….(Signature)
…………………………….(Name)
……………………………(Designation)
…………………………… (Company)
COMPANY SEAL
Contractor
______________________ (Date)
Witness
Executive Engineer
413
SCHEDULE-IX
PROJECT EXECUTION PLAN (PEP)
The bidder is required to furnish Project Execution Plan (PEP) in the following format. A brief but clear PEP is required for describing planning and
programming of the works
(a)
Project Strategy
:
Outline statement of the organization and methods to be employed by the applicant to undertake the work.
(b)
Organization Chart
:
Preliminary Organization chart indicating relationship between the design team, site management and the head/
branch office, the on site direct works operating, the sub contractors, suppliers and the supervising consulting
Engineer.
(c)
Responsibilities of Key
Identify key personnel with management responsibilities by activity or section of work.
Personnel.
(d)
Quality Management
Provide a description of the quality Assurance/ Quality Control System organization and procedures in use and
system
identify the accreditation authority.
(e)
Project Safety Plan
Provide statement outlining the Health and safety Plan operated by the company.
(f)
Contractor shall indicate any permanently established groups within the organization which would provide specific functions in the execution of
the contract.
(g)
Program/Bar chart showing major activities.
…………………………….(Signature)
…………………………….(Name)
……………………………(Designation)
…………………………… (Company)
COMPANY SEAL
Contractor
______________________ (Date)
Witness
Executive Engineer
414
SCHEDULE-X
TECHNICAL SCHEDULE : MAIN PUMPING STATION & SEWAGE TREATMENT PLANT
The bidder shall provide following :
1.
Layout Plan, Hydraulic Flow Diagram, P&I Diagram, Process Calculations,
Hydraulic Calculations.
2.
List of Pipes along with material in the entire project along with Pipe Sizing
Calculations
3.
List of all electric drives in the entire project including working, standby, operating
load.
4.
List and specification of all instrumentation in the entire project.
5.
He shall also submit capacity and other details (along with calculations) for all
electrical & mechanical equipment and instrumentation which shall be used in the
project as per the DNIT.
6.
Capacity & other Details of Transformer as specified in the specifications of
transformer
7.
Capacity & other Details of DG set as specified in the specifications of DG set.
8.
Any other details as mentioned in the tender document.
The bidder shall sign and stamp on each page of all documents and each of the drawings
submitted.
__________________
_________________________
Company Seal
Contractor
Signature of the Bidder
Witness
Executive Engineer
415
SCHEDULE-XI
SEWAGE TREATMENT PLANT – OPERATING DETAILS
Bidder shall furnish the O&M Manual highlighting the following aspects but not limited to:
 Daily Maintenance
 Weekly Maintenance
 Annual Maintenance
 Tests to be carried out for preventive maintenance of Daily, Weekly and Annual
basis.
 Staffing acquirement, structure and skill set for each type of staff.
 Operating instructions
 Safety measures/precaution
 Replacement of spare parts, tools & tackles
 Requirement of consumable.
SNo
Item
1
Electrical Loads
Unit
Total connected load
kVA
2
Maximum running load
kVA
3
Average running load
kVA
4
Expected maximum demand for 20
kW
Description
min period when the work is
operating at full capacity
5
Average power factor
6
Annual average power requirement
kWH
for the 6 years O&M period
II
Chemical Usage
1 (a)
Average dose for Chemical 1
Mg/l
(b)
Maximum dose for Chemical l
Mg/l
2(a)
Average dose for chemical 2
Mg/l
Maximum dose for Chemical 2
Mg/l
(b)
(Bidder to specify name of the all
Chemicals used item wise)
III
Coagulant Usage (if required by
Process)
Coagulant dose.
Mg/l
_________________
_________________________
Company Seal
Contractor
Signature of the Bidder
Witness
Executive Engineer
416
SCHEDULE-XII
CONTRACTORS FUNCTIONAL GUARANTEES
1
General
This schedule sets out the functional guarantees required for the calculation of
Liquidated Damages for failing O&M performance guarantees
The Bidder shall provide of electrical energy and chemical usage for the quantity
and quality of raw sewage given in the technical specification
2
Functional Guarantees
The contractor’s guarantee for the performance in the O&M period to be as follows
2.1
Quality of Treated Effluent
The quality of treated effluent shall be as follows:
As specified in “Section-1-Project objective-scope of work”
2.2
Chemical Usage
The bidder should list the consumption of the chemicals at the project site to be
used by them for the STP.
Chemical / Utilities
Daily Consumption In kg
Sludge dewatering polymer
Chlorine
Any other
_________________
_________________________
Company Seal
Contractor
Signature of the Bidder
Witness
Executive Engineer
417
Schedule-XIII
SCHEDULE OF MAJOR MAINTENANCE REPAIR AND REPLACEMENT
To be finalized after discussion with selected bidder
_________________
_________________________
Company Seal
Contractor
Signature of the Bidder
Witness
Executive Engineer
418
SCHEDULE-XIV
POWER AND FUEL NORMS OF THE FACILITY
(A)
Electricity
supply
Specification
Annual
requirement
for fixed units
of electricity
(kWh)
Variable
Electricity
requirement
per million
gallons of
treated sewage
(kWh per MG of
treated
sewage)
Nominal
flow
First year of O& M
period
Second year of
O&M period
3rd year of O&M
period
4th year of O&M
period
5th year of O&M
period
6th year of O&M
period
_________________
_________________________
Company Seal
Contractor
Signature of the Bidder
Witness
Executive Engineer
419
SCHEDULE-XV
SLUDGE PRODUCED FROM THE STP
Year of O&M Period
Average monthly sludge Produced in Cum
1
2
3
4
5
6
Net Electricity Consumption
Year of O & M Period
Peak (hourly)
Average for the year
Consumption (KWH)
(KWH)
1
2
3
4
5
6
_________________
_________________________
Company Seal
Contractor
Signature of the Bidder
Witness
Executive Engineer
420
SECTION – 17
PRICE BID
Contractor
Witness
Executive Engineer
421
Name of work :-
DESIGN, CONSTRUCTION, ERECTION, TESTING AND COMMISSIONING OF
INTERMEDIATE PUMPING STATION AT JITUWALA JOHAR AT JITUWALA JOHAR DISPOSAL AND 15
MLD SEWAGE TREATMENT PLANT BASED ON
CYCLIC ACTIVATED SLUDGE PROCESS (SBR)
TECHNOLOGY INCLUDING OPERATION & MAINTENANCE FOR 12 MONTHS AND 5 YEARS
THEREAFTER ON BHIWANI DADRI ROAD, BHIWANI TOWN HARYANA.
Approx Cost Rs. 1300.00 lacs
PRICE BID
1.1
General
(i)
The price Schedule shall be with reference to the Notice Inviting Tender,
Instruction to Bidders, Conditions of Contract, Scope of Work and Technical
Specifications of the Tender Documents.
(ii)
Each item in the price Schedule shall be individually priced and the same shall
be added up to the Bid Cost. No column in the price Schedule shall be left
blank.
(iii)
The rates and prices in the price Schedule shall, except in cases separately
provided for, be deemed to cover all the contractual obligations under this
contract.
(iv)
Break-up of Price (Table 1.4 (iii), (iv) & (v)) for different parts of work has been
mentioned only for the purpose of release of payment. Only the price quoted
in table 1.4(i) will be considered as quoted price
(v)
In case of any discrepancy between the amount quoted in words and figures,
price quoted in words shall be considered as final and valid.
(vi)
Bids shall be evaluated on the basis of life cycle cost as detailed earlier in the
tender document.
1.2
Validity of Offer
The Price Offer is valid for a period of 90 days from the opening of price bid.
1.3
Taxes
The total price quoted by the bidder shall include sales tax, income tax, service tax, work tax and
all other Central Govt. and State Govt. taxes / duties royalties & Octroi as applicable.
Contractor
Witness
Executive Engineer
422
Price Schedule
Sr. No.
Description
A-1
Designing, Construction, Erection Commissioning and Testing of Intermediate Pumping Station at
Jituwala Johar complete in all respect including non-clog submersible pumps, transformer, DG Set
and contingent all mechanical and electrical equipments, piping and instrumentation works of Main
Pumping Station complete in all respect and all other works contingent thereto.
(i) Complete Civil Works
(ii) Complete Mechanical Works
(iii) Complete Electrical Works
(iv) Complete Instrumentation
Designing, Supply, Erection, Commissioning and Testing of non-clog submersible pumps and
contingent all civil, mechanical and electrical equipments, piping and instrumentation work at
existing under construction MPS complete in all respect and all other works contingent thereto.
(i) Complete Civil Works
(ii) Complete Mechanical Works
(iii) Complete Electrical Works
(iv) Complete Instrumentation
Designing, Construction, Erection, Commissioning & Testing of 15 MLD capacity Sewage
Treatment Plant based on Cyclic Activated Sludge Process/SBR Technology with all civil,
mechanical, electrical equipments & instrumentation at Sewage Treatment Plant complete in all
respect and all other works contingent thereto.
(i) Complete Civil Works
(ii) Complete Mechanical Works
(iii) Complete Electrical Works
(iv) Complete Instrumentation
Designing and Construction of RCC framed single/double storeyed office building, approach road,
street lights, staff quarter and platform for DG Set, transformer etc. including sullage carrier from
Sewage Treatment Plant to existing effluent channel complete in all respects and all other works
contingent thereto.
(i) Complete Civil Works
(ii) Complete Mechanical Works
(iii) Complete Electrical Works
(iv) Complete Instrumentation
Operation and Maintenance
A-2
A-3
A-4
A-5
Amount in
Words and
Figures
a) Operation and Maintenance during defect liability period for 12 months after 3 months trial run
period.
b) For 1st year operation and maintenance after defect liability period.
c) For 2nd year operation and maintenance after defect liability period.
d) For 3rd year operation and maintenance after defect liability period.
e) For 4th year operation and maintenance after defect liability period.
f) For 5th year operation and maintenance after defect liability period.
Contractor
Witness
Executive Engineer
423
1.4
Price Schedule
(i) Total Price
Sr. No.
Description
A-1
Designing, Construction, Erection Commissioning and Testing of Intermediate Pumping Station at
Jituwala Johar complete in all respect including non-clog submersible pumps, transformer, DG Set
and contingent all mechanical and electrical equipments, piping and instrumentation works of Main
Pumping Station complete in all respect and all other works contingent thereto.
Designing, Supply, Erection, Commissioning and Testing of non-clog submersible pumps and
contingent all civil, mechanical and electrical equipments, piping and instrumentation work at
existing under construction MPS complete in all respect and all other works contingent thereto.
Designing, Construction, Erection, Commissioning & Testing of 15 MLD capacity Sewage
Treatment Plant based on Cyclic Activated Sludge Process/SBR Technology with all civil,
mechanical, electrical equipments & instrumentation at Sewage Treatment Plant complete in all
respect and all other works contingent thereto.
Designing and Construction of RCC framed single/double storeyed office building, approach road,
street lights, staff quarter and platform for DG Set, transformer etc. including sullage carrier from
Sewage Treatment Plant to existing effluent channel complete in all respects and all other works
contingent thereto.
Operation and Maintenance
A-2
A-3
A-4
A-5
Amount in
Words and
Figures
a) Operation and Maintenance during defect liability period for 12 months after 3 months trial run
period
b) For 1st year operation and maintenance after defect liability period.
c) For 2nd year operation and maintenance after defect liability period.
d) For 3rd year operation and maintenance after defect liability period.
e) For 4th year operation and maintenance after defect liability period.
f) For 5th year operation and maintenance after defect liability period.
Total (A-1 to A-5)
Rupees : _______________________________________________________ only
(ii) Chlorine (The rate for supply of chlorine gas will not be considered for financial evaluation of the tender).
SNo
Description
Unit
1
Rate for Supply of Chlorine Gas
kg
Value
Rupees : _______________________________________________________ only
Date :
Contractor
Notes:(i.) It is clarified that no material of any kind shall be issued by the department for execution of this work.
(ii.) This price bid is to be submitted online only without any change & condition.
(iii.) Any condition given on this page shall not be considered and offer will be summarily rejected.
Contractor
Witness
Executive Engineer
424
(iv.)
Contractor
Witness
Executive Engineer
425
Break of Civil Works stage wise
Sr. No.
1.
2.
3.
4
5
6.
Item
Excavation E.W
PCC
Wall footing
RCC Bed flooring
Wall upto half staging
Wall upto full staging
Payment
10%
10%
20%
20%
20%
20%
Component wise breakup of electrical & Mech. Parts
1.
Air Blowers
2.
Decanters
3.
Diffusers
4.
Pump Set
5.
Sluice gates/valves
6.
Centrifuges units
7.
Chlorination System with Tonner
8.
SCADA SYSTEM
9.
CI Pipes & specials
10%
30%
10%
10%
10%
10%
10%
05%
05%
A-3
Building , Roads, Blower and Panel Room etc.
1.
Civil Work
2.
Electrical and mechanical
60%
40%
Breakup of Civil work Component wise
1.
Effluent carrier channel
2.
Building Administration
3.
Road and paths
4.
Blower & Panel Room Building (Sullage Sump House)
30%
40%
10%
20%
Breakup of Electrical and mechanical
1.
Transformer
2.
DG Set
3.
Panel for DG set
4.
Main Control Panel (H.T. Sub Station)
20%
50%
10%
20%
Break of Civil Works Stage wise
Sr. No. Item
1.
Excavation EW
2.
PCC
3.
Building up DPC Level
4.
Building up half staging
5
Building up roof level
6.
Roof slab
7.
Plaster & work
8.
Flooring & finishing
Contractor
Payment
10%
10%
20%
20%
20%
10%
05%
05%
100%
Witness
Executive Engineer
426
2.1.4
Operation, Maintenance & Monitoring for 60 months after stabilization.
The payment for this work shall be released after stabilization of the plant at the
following.
1
On completion of one month basis.
100
%
Note: In case for any item / unit the Schedule of Payment is not mentioned above, it shall be
decided by the Engineer- in – charge during execution and his decision shall be final and binding.
Contractor
Witness
Executive Engineer
427