You are on page 1of 289

NOTICE INVITING TENDERS

(NIT)
WAPCOS LIMITED
NOTICE INVITING TENDER

E-tenders are hereby invited by the office of Executive Director, Ganga Rejuvenation,
Environment and Construction Management Division, WAPCOS Limited from the
Contractor/Bidders, who meet the eligibility criteria specified in the document for following
works: -

S. No Name of Work Bid Cost of Time of Class of


security completion Contract
Bid
(lacs) for work
Document
1. Construction of 6.5 MLD capacity
Sewerage Treatment Plant (STP) 30.00 INR 1.5 Years Registered
(initially construction of 2.5 MLD and 30,000/- for Company
extension of capacity within one year construction
after completion of construction and and 6
trail run of 2.5 MLD STP) and Allied Months
Structures based on Sequential Batch Trial Run
Reactor (SBR) Technology and all and
other works contingent thereto additional 3
including Design, Drawing, Years
Construction of Civil Works, Supply, Operation &
Erection, Testing and Commissioning Maintenance
of Mechanical, Electrical &
Instrumentation Works complete in all
respects, along with trial run of 6
months w.e.f. date commissioning of
each unit and Operation and
Maintenance for additional 36 months
on turnkey basis complete in all
respects at Leh, Jammu & Kashmir

The bidding documents consisting of qualifying information, eligibility criteria, specifications, set of
terms and conditions of contract and other details can be seen / downloaded from the departmental
website www.wapcos.co.in and www.eprocure.gov.in. as per schedule of dates given below:-

1. Availability of Bid Document on e-Procurement 28.07.2017 to 17.08.2017

1
2. Date for Receipt of Queries 05.08.2017

3. Pre-Bid Meeting 08.08.2017

Date and Time for Submission of


4. 12:00 hrs on 17.08.2017
Bids online
Date and Time for Submission of Hard copy of
5. 12:00 hrs on 17.08.2017
Bids
Time and Date of Opening of Bid( Technical Bid)
6. 12:00 hrs on 18.08.2017
4 Cover (A)
WAPCOS Ltd. 3rd Floor, Kailash
7. Place of Opening of Bids Building, 26, K.G. Marg, New Delhi-
110001
Chief (Systems), Business
8 Bid Inviting Officer (BIO) Development, WAPCOS Limited,
New Delhi

Tender Receiving Authority: Chief (Systems),


(Business Development)
WAPCOS Limited,
26, Kailash Building
K G Marg, 110001
Phone : +91-11-23321708
Fax : +91-11-23765364
Email : prr@wapcos.co.in
agr@wapcos.co.in

2
Conditions:
Preamble-
The STP has been envisaged to be constructed on turn-key basis in two phases.
In the first phase, STP of capacity 2.5 MLD will be taken up urgently. The trial run of 6 months
w.e.f. from commissioning of each unit and Operation and Maintenance for additional 36 months on
turnkey basis will be carried out by the successful bidder.
Further, the construction for additional capacity of (4 MLD) maybe taken up for which order may be
placed within one year after completion of construction and 6 months trial run for 2.5 MLD STP.
Escalation of cost of construction and operation & maintenance will not be applicable over and
above the quoted cost of 4 MLD STP if work order is placed around one year after completion of
construction and 6 months trial run period of 2.5 MLD STP.
The trial run of 6 months w.e.f. from commissioning of 4 MLD unit and Operation and Maintenance
for additional 36 months on turnkey basis will be carried out by the successful bidder.

1.) Tender Document containing full details, specification, terms and conditions of work shall be
available in the Tender Document for above N.I.T., which can be downloaded from website
www.wapcos.co.in and www.eprocure.gov.in. Tender cost of the Tender document amounting
to Rs. 30,000/- in the form of demand draft of any scheduled bank in favor of WAPCOS
Limited, payable at New Delhi, shall be deposited along with Tender Document. The Tenderer
has to ensure that the Tender so downloaded is complete along with all corrigendum/addendum,
if any. Incomplete Bid shall be rejected out rightly.
2.) No bid shall be entertained after scheduled date & time. If this day happens to be a holiday, then
the bid shall be received & opened on the next working day at appointed time.
3.) The Chief (Systems), Business Development, WAPCOS Limited, New Delhi shall reserve the
right to reject any or all of the tenders / bids, without assigning any reason whatsoever and his
decision shall be final and binding. No Contractor / Bidder shall have any claim arising out of
such action.
3a) Sewerage Treatment Plant shall predominately take care of sewage generated from the
household predominantly and the treated effluent shall have to conform to the following
standards.

BOD ≤ 10mg/L
Suspended solids ≤ 10mg/L
COD ≤ 50mg/L
Total Phosphorous (TP) ≤ 2mg/L
Total Nitrogen (as N) ≤ 10mg/L
Ammonia ≤ 1mg/L
Eligibility Criteria
a) Bidder should be registered company under Companies/ or proprietorship Act, or Joint
venture/consortium of maximum two companies, or partnership firm and a Technology
Provider. Weightage of JV/ consortium company on the evaluation will be based on the
share/ experience of the JV partner.

3
b) The bidder/JV / Consortium partners (without Technology Provider) must have jointly and /
or separately constructed successfully either of the following in last 7 years ending
31.01.2017-
 One similar work having capacity not less than 2.0 MLD.
 Two similar works, each having capacity not less than 1.5 MLD
 Three similar works, each having capacity not less than 1.0 MLD
* Similar works means construction and commissioning of STP based on SBR/ASP/MBBR
technology along with Operation and Maintenance for at least three years.
* In case bid is by JV /Consortium, the condition (a) above is to be met by partners jointly.
Also, Lead partner must have constructed successfully at least either of the following in last 7
years ending 31.01.2017-
• One similar work having capacity not less than 2.0 MLD.
• One similar work, having capacity not less than 1.5 MLD
• Two similar works, each having capacity not less than 1.0 MLD
Other partner must have constructed successfully at least one similar work having capacity not
less than 1.5 MLD in last 7 years ending 31.01.2017
c) The applicant shall necessarily tie up with a technology provider for providing design /
performance guarantee / key equipment’s for SBR technology. The technology provider must
have provided SBR technology for minimum of three STPs / ETPs not less than 2.5 MLD
capacity each, anywhere in India/abroad and these plants should have been completed and
commissioned satisfactorily.
d) Technology provider may submit the bid if they fulfill the criteria as laid in para (b) and (c).
e) The minimum eligibility criteria in respect of financial parameters to be fulfilled by the
applicant are as under: -
 Should have minimum average Annual financial turnover of Rs. 13.5 crores during
any of the last three financial years ending 31.3.2017. This should be duly audited by
a Chartered Accountant. Any year in which no turnover is shown would also be
considered for working out the average.
f) The contractor should have a solvency/availability of credit facilities of at least Rs. 2 crores
in order to fund the project till the time the invoices get paid. The bidder shall provide the
certificate in prescribed format enclosed as Annexure-E in forms section in original from the
bank .
g) The firm should be a profit making firm in each of the last three financial years.
h) Technology provider must qualify the criteria fixed above at point (c). For providing
technology in the project, same Technology Provider can sign MOU with one or more

4
bidders. Financial & Technical credential only of Technology provider will not be considered
for qualification of the bidder with whom they have signed MOU.
i) Work done for Central Govt. / State Govt. / Govt. undertaking substantiated with valid proof
will be considered for experience. Work done for private / non Govt. companies should be
duly attested by Gazetted Officer/or official of any CPSU of the rank of Senior Engineer (or
equivalent).
j) (1) JV/ Consortium partners can have maximum two partners PLUS (Technology Provider),
having executed similar works.
(2) They should have established quality assurance system and organization designed to
achieve high level of all project elements, plant & equipment reliability, both during
construction, manufacturing, field installation and plant running activities.
(3) Joint Venture/Consortium partners including Technology Provider shall be bound by a
Joint & Severally responsibility agreement.
(4) The above stated requirements are minimum required and WAPCOS reserves the right to
request for any additional information as may be required.
Notes :
i) Photocopies of performance / completion certificates of completed and commissioned
works must be supplied by the agency / contractor as well as by Technology provider,
absence of which shall summarily result in rejection of the tender.
ii) In support of annual turnover of the preceding three years, relevant authenticated
documents should be submitted.
iii) Submission of false information/document by the prospective tenderer will invite dis-
qualification from tendering process including forfeiture of EMD.
iv) The WAPCOS reserves the right to verify the quantum and quality of work done and
performance of STP and visit the site of work.
v) All disputes concerning in any way with this tender are subject to New Delhi (India)
jurisdiction only.
vi) WAPCOS reserves the right to reject any bid without assigning any reason. No contractor
/ bidder shall have any claim arising out of such action.
4.) Submission of Tender Document does not mean that the Bidder is meeting the eligibility criteria.
Employer shall evaluate the bids for minimum eligibility first. A technical evaluation of bids,
who are satisfying minimum eligibility requirement, shall be done and marks shall be allotted to
each bid. Financial bids of only those bidders who score 75% marks in the technical evaluation
shall be opened.
5.) Agencies already enlisted with WAPCOS, shall have to apply afresh along with full earnest
money and tender document.
6.) Successful bidder/contractor, within 15 days of award of work, shall produce GST registration
No.

5
7.) Bidder shall submit, along with his bid, memorandum of understanding / agreement signed with
the technology provider, specifying the scope of services to be supplied by the technology
provider. However, bidder will be the main contractor and authority to sign agreement with
WAPCOS. Responsibility and obligation for the work will rest with the bidder / main contractor.
However, technology provider shall, in turn, be responsible and liable to the bidder.
8.) Bidders are advised to inspect and examine the site and its surrounding and acquaint themselves
about site conditions and scope of work before submitting Bid. They should know about the
nature of the ground & sub soil (so far as is practicable), the topography of the site, the means of
access to the site, the accommodation they may require and in general shall themselves
obtain all necessary information as to risks, contingencies and other circumstances which
may influence or affect their working/Bid.
8a.) A Bidder shall be deemed to have acquainted himself with full knowledge of the site and scope
of the work. Any grievances relating to general environment and work environment will not be
entertained after award of work and time extension and cost escalation will not be considered at
all.
9.) The Bidder shall be responsible for arranging and maintaining at his own cost all materials, tools,
and plants, water, electricity, access, facilities for workers and all other services required for
executing the work.
10.) Submission of Bid by a Bidder implies that he has read this notice and all other contract
documents and has made himself aware of the scope and specifications of the work to be done,
and of local conditions and other factors having a bearing on execution of the work.
11.) WAPCOS, reserves the right not to accept the lowest bid or any other bid or to reject all bids
without assigning any reason.
12.) Conditional Bids will straightaway be rejected. All Bids, in which any of the prescribed
conditions is not fulfilled or rebate put forth by the Bidder, shall summarily be rejected.
13.) While this document has been prepared in good faith, neither WAPCOS nor its employees or
advisors make any representation or warranty, express or implied, or accept any responsibility or
liability, whatsoever, in respect of any statements whatsoever, in respect of any statements or
omissions herein, or the accuracy, reliability of information, and shall incur no liability under
any law, statute, rules or regulations as to the accuracy, reliability or completeness of this
document, even if any loss or damage is caused by any act or omission on their part.
14.) NIT & Corrigendum will be part of Tender Document.
15.) In order to facilitate evaluation of bids, bidder shall list deviations, if any, from the terms and
conditions or Technical Specifications in a relevant form and provide it along with price
implication for withdrawal of the deviation. However, the attention of the bidders is drawn to the
provisions of ITB Clause regarding the rejection of bids that are not substantially responsive to
the requirements of the bidding documents. “Bidder may further note that except for the
deviation forms, the bid shall be deemed to comply with all the requirements in the bidding
documents and the bidders shall be required to comply with all such requirements of bidding

6
documents including Technical Specifications without any mention to the contrary, and
elsewhere in the bid.
16.) The Tender is on turnkey basis & no financial deviation will be allowed.
17.) The bidder will sign all the pages of NIT, Corrigendum& tender document. Unsigned bid may be
treated as invalid.
18.) The date of start of the work shall be reckoned within one month from the date of issue of LOA /
contract allotment as the case may be
19.) Penalty for delay in completion: In case of delay in completion of work beyond stipulated
period of completion, penalty@ 0.05% of contract value per day and up-to maximum of 10% of
the contract value shall be imposed for first six months of delay. In case the work is not
completed even after expiry of delay period of Six months the employer shall be free to get the
work completed through alternate means at the risk and cost of the lowest bidder.
20.) Time extension: Suitable time extension shall be granted in the event of delay due to force
majeure.
21.) Restoration of work: On completion of contract the contractor shall be responsible to remove
all un-used material and restore all work at his own cost.
22.) Traffic Regulations: The contractor is bound to adhere to traffic regulations as is applicable
from time to time and ensure arrangements of smooth regulation of traffic during execution of
work.
23.) Safety: The contractor shall be responsible for safety of all activities at site of work.
24.) Laws Governing the Contract: The contract shall be governed by laws of the land.
25.) The successful tenderer shall have to submit five copies of Design containing all designs,
working drawings and also provision for shifting of underground utilities, if involved any along-
with its soft copy, work plan, pert chart etc.
26.) The successful bidder has to get the design approved by the WAPCOS. Contractor will not claim
any amount (i.e. due to any expenditure in this period) incurred during the course/of approval.
27.) The intending tenderer are required to read carefully the contents of the NIT / tender document
and visit the site of work before submission of their tender.
28.) The cost quoted by the tenderer shall be inclusive of all taxes, carriages, FOR site of work as
applicable in terms of standing orders of State / Central Govt.
29.) Any other information can be obtained from the office of the undersigned on any working day
during office hours.
DETAILS FOR ONLINE BIDDING (Terms and Conditions): -
1. The Bids / Proposals shall be uploaded in electronic format on the website
http://www.eprocure.gov.in.
2. The complete bidding process will be ONLINE as broadly explained below:

7
Part 1---Technical Bid
(i) Scanned copy of BG/ FDR
(ii) Experience certificate to the effect that the firm have completed /commissioned eligible
conditions of treatment plant in the country/abroad successfully with the successful
running certificate from the competent authority for whom the plant has been
constructed and commissioned with their mail address / Phone No.
(iii) Certificate to the effect that the firm’s turnover for the last three years is not less than
Rs.13.5 Crores / year.
(iv) Copy of registration certificate.
(v) Technical Proposal along with an Authority letter of SBR Technology provider
(vi) Agreement on stamps paper duly notarized for the consortium to be converted into joint
venture after the LOA
(vii) Site visit certificate.
3. The Part 1 of bids (Technical Bid) uploaded on the website up to due date and time, will be
opened in the Office of the Chief (Systems), Business Development, WAPCOS Limited,
New Delhi in the presence of the bidders who wish to remain present during opening. If the
office happens to be closed on the date of opening of the bids, the bids will be opened on the
next working day at the same time and venue.
4. Price Bid uploaded on the website will be opened in the office of Chief (Systems), Business
Development, WAPCOS Limited, New Delhi and time and date of opening of Price Bid
shall be communicated through e-mail to bidders qualifying in Part 1 of the Bidding
Documents.
5. Bids must be accompanied by Cost of Document and EMD as mentioned above in the form as
specified in the Bidding document. The Demand Draft on account of cost of bidding
documents for the work shall be pledged to WAPCOS Limited & payable at New Delhi and
Earnest Money in the shape of FDR/BG shall be pledged to WAPCOS Limited & payable at
New Delhi & shall be valid at least for 180 days from the date of opening of Technical Bids.
(Note: The fee on account of downloaded bidding documents shall be acceptable in form
of demand draft only.)
6. Scanned Documents required to be uploaded online by the Bidders.
7. The earnest money shall be forfeited, if: -
a) Any bidder withdrawing his bid during the period of bid validity or makes any
modifications in the terms and conditions of the bid.
b) If any bidder is found involved in the fraud and corrupt practices.
8. To participate in bidding process, bidders have to get “Digital Signature Certificate (DSC) as
per information technology Act-2000. Bidders can get digital certificate from any approved
vendors.
9. The bidders have to submit their bids online in electronic format with digital signature. No
financial bid will be accepted in physical form.

8
10. The WAPCOS will not be responsible for delay in online submission due to any reasons.
11. Scanned copy of cost of tender document in shape of Demand Draft and Earnest Money / in the
shape of FDR / Bank Guarantee pledged to WAPCOS Limited, Gurgaon must be uploaded
with the bid. The Technical proposal along with the original Demand Draft (Cost of tender
document), BG/ FDR (earnest money) and relevant documents to be submitted to the Chief
(Systems), Business Development, WAPCOS Limited, New Delhi by registered post /
courier / by hand before due date of submission of tender / as per time schedule specified.
12. The cost shall be quoted by the bidder entirely in Indian Rupees and shall be deemed to include
price escalation and all taxes up to completion of the work unless otherwise specified.

Chief (Systems)
Business Development
WAPCOS Limited,
Kailash Building, 905
K G Marg, New Delhi110001
Phone : +91-11-23321708 Fax : +91-11-23765364
Email : prr@wapcos.co.in
agr@wapcos.co.in

9
SECTION 1

INSTRUCTIONS TO BIDDERS
(ITB)

10
Section 1
Instructions to Bidders
Table of Clauses

A. General Page No. D. Submission of Bids Page No.

1. Scope of Bid 12 19. Sealing and Marking of Bid 22


2. Source of Funds 12 20. Deadline for Submission of Bids 23
3. Eligible Bidders 12 21. Late Bids 23
4. Qualification of the Bidder 12 22. Modification and Withdrawal of Bids 23
5. One Bid per Bidder 16
6. Cost of Bid 16 E. Bid Opening and Evaluation
7. Site Visit 16
23. Bid Opening (Part 1) 23
B. Bid Documents 24. Process to be confidential 24
25. Bid Opening (Part 2) 24
8. Content of Bid Documents 17 26. Correction of Errors 25
9. Clarification of Bid Documents 17 27. Evaluation of Financial Bids 25
10. Amendment of Bid Documents 18 28. Confidentiality 26
29. Negotiations 26
C. Preparation of Bids
F. Award of Contract
11. Language of Bid 18
12. Documents Comprising the Bid18 30. Award Criteria 27
13. Bid Prices 19 31. De-Briefing 27
14. Currencies of Bid and Payment 20 32. Notification of Award 27
15. Bid Validity 21 33. Security Deposit 28
16. Bid Security 21 34. Advance Payment and Security 28
17. Alternative Proposals by Bidders 21 35. Adjudicator 28
18. Format and Signing of Bid 22 36. Corrupt or Fraudulent Practices 29

11
A. General

1. Scope of Bid
1.1 On behalf of the Employer, Chief (Systems), Business Development, WAPCOS Limited, New
Delhi (Referred to as Employer in these documents) invites Bids for the construction of works
(as defined in these documents and referred to as "the works") detailed in the table given in
NIT. The Bidders may submit Bids for all of the works detailed in the table given in NIT.
1.2 The successful Bidders will be expected to complete the works within the stipulated
completion period as specified in the Contract data.
2. DELETED
3. Eligible Bidders
3.1 The invitation for Bids is open to all eligible Bidders meeting the eligibility and qualification
criteria as defined below in 3.2 to 4.7
3.2 All Bidders shall provide in Section 2, Forms of Bid and Qualification Information, a statement
that the Bidder is not associated, nor has been associated in the past, directly or indirectly, with
the Consultant or any other entity that has prepared the design, specifications, and other
documents for the Project or being proposed as Engineer for the Contract.
3.3 Government-owned enterprises can participate only if they are legally and financially
autonomous, operate under commercial law and are not a dependent agency of the Employer.
3.4 Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices
issued by the State / Central Government in accordance with their sub-clause 36.1.
4 Qualification of the Bidder
4.1 All Bidders shall provide in Section 2, Forms of Bid and Qualification Information, a
preliminary description of the proposed work methodology and schedule, including drawings
and charts, as necessary as per clause 4.2 [k] below.
4.2 All Bidders shall include the following information & documents with their Bids in Section 2:
(a) Copies of original documents defining the constitution or legal status, place of
registration and principal place of business; written power of attorney of the signatory of
the Bid to commit the Bidder;
(b) Total monetary value of construction work performed for each of the last three
years;
(c) Experience in works of a similar nature and size for each of the last seven years, and
details of works under way or contractually committed; and clients who may be contacted
for further information on those contracts;

12
(d) Major items of construction equipment proposed to carry out the Contract;
(e) Qualifications and experience of key site management and technical personnel proposed
for the Contract;
(f) Reports on the financial standing of the Bidder, such as profit and loss statements and
auditor's reports for the past three years;
(g) Evidence of adequacy of working capital for this contract (access to line (s) of credit and
availability of other financial resources) certified by the bankers in the format prescribed
in Section 2 under qualification information.
(h) Authority to seek references from the Bidder’s bankers;
(i) Information regarding any litigation, arbitration and declaration of disqualification if any
resulting from contracts executed by the Bidder in the last five years or currently under
execution. The information shall include the names of the parties concerned, the disputed
amount, cause of litigation, and matter in dispute;
(k) Proposed methodology and program of construction including Environmental
Management Plan, backed with equipment planning and deployment, duly supported with
broad calculations and quality control procedures proposed to be adopted, justifying their
capability of execution and completion of the work as per technical specifications within
the stipulated period of completion as per milestones.
(l) Site Visit Certificate.
4.3 Bidders from Joint Ventures are acceptable
Bids submitted by a joint venture of maximum two as partners shall comply with the following
requirements :
[a] the Bid shall include all the information listed in Sub-clause 4.2 above;
[b] the Bid and, in case of a successful Bid, the Agreement, shall be signed so as to be
legally binding on all partners;
[c] one of the partners shall be nominated as a lead partner
[d] the lead partner is responsible for performing a key function in contract management
or is executing a major component of the proposed contract, shall be nominated as
being in charge during the tender period and in the event of the successful Bid during
contract execution. The lead partner in charge shall be authorized to incur liabilities
and receive instructions for and on behalf of any and all partners of the joint venture;
this authorization shall be evidenced by submitting a power of attorney signed by
legally authorized signatories of all the partners.
[e] all partners of the joint venture shall be liable jointly and severally for the execution
of the contract in accordance with the contract terms, and a statement to this effect
shall be included in the authorization mentioned under [c] above, as well as in the Bid
and in the Agreement [in case of a successful Bid];In case one of the JV partner

13
withdraw/ stop their component of work, the other partner will be responsible to
complete the work as per scope and will be responsible to execute the provision of the
contract comprehensively.
[f] The joint venture agreement should indicate precisely the role and capacity of each
member of JV in respect of planning, design, construction equipment, key personnel,
work execution, and financing of the project. All members of JV are jointly and
severally responsible for executing the works and should have active participation in
execution during the currency of the contract. This should not be varied/modified
subsequently without prior approval of the employer;
[g] The joint venture agreement should be registered so as to be legally valid and binding
on partners;
[h] A copy of the Joint Venture Agreement entered into by the partners shall be
submitted with the Bid. Alternatively, a Letter of Intent to execute a joint Venture
Agreement in the event of a successful Bid shall be signed by all partners and
submitted with the Bid, together with a copy of the proposed Agreement. The
agreement with the successful Bidder will be signed after joint venture agreement is
executed and produced.
4.4 The Bidders should qualify the following conditions.
a) Should be registered company under Companies Act, or Joint venture/consortium of
maximum two companies and a Technology Provider.
b) The bidder/JV / Consortium partners (without Technology Provider) must have jointly and /
or separately constructed successfully either of the following in last 7 years ending
31.01.2017-
 One similar work having capacity not less than 2.0 MLD.
 Two similar works, each having capacity not less than 1.5 MLD
 Three similar works, each having capacity not less than 1.0 MLD
* Similar works means construction and commissioning of STP based on SBR/ASP/MBBR
technology along with Operation and Maintenance for at least three years.
* In case bid is by JV /Consortium, the condition 4.4 (a) above is to be met by partners jointly.
Also, Lead partner must have constructed successfully at least either of the following in last 7
years ending 31.01.2017-
• One similar work having capacity not less than 2.0 MLD.
• One similar work, having capacity not less than 1.5 MLD
• Two similar works, each having capacity not less than 1.0 MLD
Other partner must have constructed successfully at least one similar work having capacity not
less than 1.5 MLD in last 7 years ending 31.01.2017

14
c) The applicant shall necessarily tie up with a technology provider for providing design /
performance guarantee / key equipment’s for SBR technology. The technology provider must
have provided SBR technology for minimum of one STPs / ETPs not less than 2.5 MLD
capacity each, anywhere in India/abroad and these plants should have been completed and
commissioned satisfactorily.
c-1)Technology provider may submit the bid if they fulfill the criteria as laid in para (b)
d) The minimum eligibility criteria in respect of financial parameters to be fulfilled by the
applicant are as under: -
a. Should have minimum Annual financial turnover of Rs 13.5 (thirteen and half) crores
during any of the last three financial years ending 31.3.2017. This should be duly
audited by a Chartered Accountant. .
e) The contractor should have a solvency of at least Rs. 2 crores in order to fund the project till
the time the invoices get paid. The bidder shall provide a current Solvency Certificate from
the bank.
f) The firm should be making a profit during each of the last three Financial years i.e. 2014-15,
2015-16 and 2016-17.
g) Technology provider must qualify the criteria fixed above at point (c). For providing
technology in the project, same Technology Provider can sign MOU with one or more
bidders. Financial & Technical credential only of Technology provider will not be considered
for qualification of the bidder with whom they have signed MOU.
h) Work done for Central Govt. / State Govt. / Govt. undertaking substantiated with valid proof
will be considered for experience. Work done for private / non Govt. companies should be
duly attested by Gazetted Officer/or official of any CPSU of the rank of Senior Engineer (or
equivalent)/or director of the company.
i) (1) Consortium partners can have maximum two partners PLUS (Technology Provider),
having executed similar works.
(2) They should have established quality assurance system and organization designed to
achieve high level of all project elements, plant & equipment reliability, both during
construction, manufacturing, field installation and plant running activities.
(3) Joint Venture/Consortium partners including Technology Provider shall be bound by a
Joint & Severally responsibility agreement.
(4) The above stated requirements are minimum required and WAPCOS reserves the right to
request for any additional information as may be required.
4.5 Sub-contractor’s experience and resources will not be taken into account in determining the
compliance with the qualifying criteria.
4.6 Bidders who meet the minimum qualification criteria will be qualified only if their available
Bid capacity is more than the total Bid value. The available Bid capacity will be calculated as
under:

15
Assessed Available Bid capacity = ( A*N*1.5 - B ), where
A = Maximum value of engineering works executed in any one year during the last 3
years (updated to 2017 price level) taking into account the completed as well as works in
progress.
N = Number of years prescribed for completion of the works for which Bids are invited.
B = Value, at 2017 price level, of existing commitments and on-going works to be
completed during the next two years.
4.7 Even though the Bidders meet the above qualifying criteria, they are subject to be disqualified
if they have:
- made misleading or false representations in the forms, statements and attachments
submitted in proof of the qualification requirements; and/or
- record of poor performance such as abandoning the works, not properly completing the
contract, inordinate delays in completion, litigation history, or financial failures etc.

Note for Clause 4.6:


1 The statements showing the value of existing commitments and on-going works as well as the
stipulated period of completion remaining for each of the works listed should be countersigned by
the Engineer in charge
2 In the case of a Joint Venture, reference A & B would be determined based on details pertaining
to such partners who propose to undertake physical execution of works and in proportion to their
participation in the Joint Venture.
2 All the document must also be signed by the Director of the company or Audit report duly signed
by Chartered Accountant (C.A.) showing the proof needed in clause 4.6.

5. One Bid per Bidder


5.1 Each Bidder shall submit only one Bid individually. A Bidder who submits or participates in
more than one Bid (other than as a subcontractor) will cause all the proposals with the Bidder’s
participation to be disqualified.
6. Cost of Bid
6.1 The Bidders shall bear all costs associated with the preparation, submission of his Bid,
presentation before employer and the Employer will in no case be responsible and liable for
those costs.
7. Site visit
7.1 The Bidder, at his own cost, responsibility and risk is requested to visit and examine the Site
of Works and its surroundings and obtain all information that may be necessary for preparing
the Bid and entering into a contract for construction of the Works. Any grievances relating to

16
general environment and work environment will not be entertained after award of work and
time extension and cost escalation will not be considered at all.
Visit can be done on 3nd or 4th of August 2017 having prior confirmation to Project Manager,
WAPCOS Leh, Mr. Vikas, Mo: +91-9419226993. Bidder must have to submit site visit
certificate provided by Project Manager while site visit, at the time of submission of bid.

B. Bid Documents
8. Content of Bid Documents
8.1 The set of Bid documents comprises of the following sections and addenda issued in
accordance with Clause 10:
Invitation for Bid
Section I Instructions to Bidders,
II Forms of Bid and Qualification information
III Conditions of Contract & Special Conditions of Contract,
IV Contract Data
V Specifications
VI Forms of Securities
VII Priced Bill of Quantity and Terms of Payment including STP Site Survey
Drawing
8.2 The one copy of entire set of the Bid documents supplied, should be completely filled up and
returned with the Bid.
9. Clarification of Bid Documents
9.1 A prospective Bidder requiring any clarification of the Bid documents may notify the
Employer in writing or by cable (hereinafter "cable" includes telex and facsimile) at the
Employer's address indicated in the invitation to Bid. The Employer will respond to any
request for clarification which he receives by the date as specified in NIT. Copies of the
Employer's response will be forwarded to all purchasers of the Bid documents, including
the text of the query but without identifying its source.
9.2 Pre-Bid meeting
9.2.1 The Bidder or his official representative is invited to attend a pre-Bid meeting which will
take place at Office of Chief (Systems), Business Development, WAPCOS Limited, New
Delhi on 03.08.2017 at 1200 Hrs.
9.2.2 The purpose of the meeting will be to clarify issues and to answer questions on any matter
that may be raised at that stage.
9.2.3 The Bidder is requested to submit any questions in writing or by cable to reach the Employer
not later than 1 days before the meeting.

17
9.2.4 Minutes of the meeting, including the text of the questions raised (without identifying the
source of enquiry) and the responses given will be transmitted to all purchasers of the Bid
documents. Any modification of the Bid documents listed in Sub-Clause 8.1 which may
become necessary as a result of the pre-Bid meeting shall be made by the Employer
exclusively through the issue of an Addendum pursuant to Clause 10 and not through the
minutes of the pre-Bid meeting.
9.2.3 Non-attendance at the pre-Bid meeting will not be a cause for disqualification of a Bidder.
10. Amendment of Bid Documents
10.1 Before the deadline for submission of Bids, the Employer may modify the Bid documents by
issuing addenda.
10.2 Any addendum thus issued shall be part of the Bid documents and shall be communicated in
writing or by cable to all the purchasers of the Bid documents. Prospective Bidder shall
acknowledge receipt of each addendum by cable to the Employer.
10.3 To give prospective Bidder reasonable time in which to take an addendum into account in
preparing their Bids, the Employer shall extend as necessary the deadline for submission of
Bids, in accordance with Sub-Clause 20.2 below.
C. Preparation of Bids
11. Language of the Bid
11.1 All documents relating to the Bid shall be in the English language.
12. Documents comprising the Bid
12.1 The Bid submitted by the Bidder shall be in two parts
12.2 Part 1 shall be named as “Technical Bid” and shall comprise:
(1) Copy of Cost of Tender Document (scanned copy of Bank Draft)
(2) Bid Form for “Technical Bid” Prescribed in Section 2 duly completed and signed by
the Bidder.
(3) Bid Security in the form prescribed in Section 6- Annexure A.
(4) A Power of Attorney duly authorized by a Notary Public indicating that the person
signing the Bid has the authority to sign the Bid and that the Bid is binding upon the
Bidder during the full period of its validity in accordance to ITB Clause 15.1.
(4.1) Qualification information &supporting documents as specified in Section 2,viz.,
Experience in similar nature and magnitude executed in the last seven years
(a) Details of work in hand
(b) Details of works for which Bids have been submitted and yet to be awarded.
(c) List of key and critical equipment (either owned and or hired) proposed to be
deployed on this work.

18
(d) Qualification and Experience of the Technical Personnel proposed to be
deployed for this work.
(e) Details of Litigation, arbitration and declaration of disqualification if any
(f) Details of works or components proposed to be sub-contracted with the
credentials of the proposed sub-contractor.
(g) Construction methodology as described in Clause 4.2 K.
(h) Site Visit
(4.2) List of Certificates
(i) Proof of Registration of the Bidder, place of business and address for
communication.
(j) Company Profile
(k) Audited Balance Sheet duly authorized by the Chartered Accountant for the
last three years.
(l) Pan Card, EPF No & GST No. copy
(m) Sales Tax Registration Certificate and Verification Certificates. GST
Certificate
(n) Certificate confirming the validity of the Bid for the period specified in the Bid
document ITB Clause 15.
(o) Credit line certificate from the Bank in the format prescribed in Section 2.
(p) Any other certificate required to be furnished by the Bidder in accordance with
the ITB Clause 3 & 4.
(4.3) Technical Proposal
(a) Valid Documents/ certification from clients, showing functioning of sewage
treatment plant executed by the bidder in conformity to the designed
requirements, for at least three years, showing there-in, the influent sewage
characteristics, designed parameters and achieved treatment effluent
characteristics.
(b) Technical Proposals as required in the NIT / bid document.
(c) Any other technical detail as required in the NIT / bid document
(d) Salient features and description of treatment process conforming to the
CPHEEO.
(e) Proposed Terms of Reference if any
(f) Supplementary Information, if any
(g) MOU with Technology Provider for SBR technology.

19
(h) Man power as mentioned in bid evaluation criteria.
12.3 Part 2. Shall be named as “Financial Bid” and shall comprise “Form of Bid for Financial
Bid” prescribed in Section 2 duly signed by the Bidder.
12.4 The Bidder shall prepare the Bids (Technical & Financial) marking them “Technical /
Financial”
12.5 Bidders bidding for this contract together with other contracts stated in the IFB to form a
package will so indicate in the Financial Bid together with any discounts offered for the
award of more than one contract. ( Not applicable in this case. )
13. Bid Prices
13.1 The contract shall be for the whole works as described in Sub-Clause 1.1, based on the priced
Bill Quantities submitted by the Bidder.
13.2 The Bidder shall fill in rates and prices (both in figures and words) as per the Price Bid
format prescribed in this document. The preferred bidder shall be required to submit the
detailed breakup of its price bid upon selection as preferred bidder. The Detailed itemized
cost shall be reviewed by the Client and upon acceptance the payment milestone shall be
finalized. Items for which no rate or price is entered by the Bidder will not be paid for by the
Employer when executed and shall be deemed covered by the other rates and prices in the
Bill of Quantities. Corrections, if any, shall be made by crossing out, initialing, dating and
rewriting.
13.3 The rate entered in the Bill of Quantities for any class of work shall be for finished work in
situ and shall include all contingent expenses whether direct construction expenses involved
in the work in accordance with the drawings and specifications or whether those expenses
imposed by outside authority such as local bodies. Such contingent expenses shall not entitle
the contractor to claim an extra in respect thereof.
13.4 Rates for finished work shall always include the cost of all enabling works like conveyance
and all leads, lifts, loading unloading, stacking and storage pending erection in the manner
and at the places ordered by the officer in immediate charge of the work, unless
circumstances necessitate provisions for a separate schedule item in which case such will be
specified in the Bid schedule.
13.5 All duties, taxes, and other levies payable by the contractor under the contract, or for any
other cause shall be included in the rates, prices and total Bid Price submitted by the Bidder.
13.6 The rates and prices quoted by the Bidders are not subjected to adjustment during the
performance of the Contract as stipulated in Clause 46 of the Conditions of Contract.
14. Currencies of Bid and Payment
14.1 The unit rates and the prices shall be quoted by the Bidder entirely in Indian Rupees.
15. Bid Validity

20
15.1 Bids shall remain valid for a period not less than 180 days from the date of opening of the
Bid. A Bid valid for a shorter period shall be rejected by the Employer as non-responsive.
15.2 In exceptional circumstances, prior to expiry of the original time limit, the Employer may
request that the Bidders may extend the period of validity for a specified additional period.
The request and the Bidder’s responses shall be made in writing. A Bidder may refuse the
request without forfeiting his Bid Security. A Bidder agreeing to the request will not be
required or permitted to modify his Bid, but will be required to extend the validity of his Bid
Security for the period of extension and in compliance with Clause 16 in all respects.
16. Bid Security
16.1 The Bidder shall furnish, as part of his Bid, a Bid Security in the amount as shown in
column 4 of the table of NIT for this particular work. This Earnest Money Deposit shall be in
favor of WAPCOS Limited, payable at New Delhi and may be in one of the following forms:
- an irrevocable and unconditional Bank Guarantee (BG) issued by a nationalized /
scheduled bank located in India in the form given in Section 8; or
- a Fixed Deposit Receipt (FDR)
Bid Security will not bear any interest.
16.2 Bank guarantees issued as security for the Bid shall be valid for 60 days beyond the validity
of the Bid.
16.3 Any Bid not accompanied by an acceptable Bid Security and not secured as indicated in Sub-
Clauses 16.1 and 16.2 above shall be rejected by the Employer as non-responsive.
16.4 The Bid Security of unsuccessful Bidder will be returned within 60 days of the end of the Bid
validity period specified in Sub-Clause 15.1.
16.6 The Bid Security of the successful Bidder will be discharged after the Bidder furnishes the
required Security Deposit and signs the agreement.
16.7 The Bid Security will be forfeited
(a) If the Bidder withdraws the Bid after Bid opening during the period of validity of the Bid.
(b) If the Bidder does not accept the correction of the Bid price, pursuant to clause 26 ; or
(c) if the Bidder withdraws the Bid after the issue of letter of acceptance of his Bid.
(d) in the case of a successful Bidder, if the Bidder fails within the specified time limit to:
furnish the required Security Deposit or
(i) sign the Agreement
(e) if the Bidder has furnished incorrect information on qualification and experience
17. Alternative Proposals by Bidders
17.1 Bidders shall submit offers that comply with the requirements of the Bid documents.

21
18. Format and Signing of Bid
18.1 The Bidder shall prepare the document as described in Clause 12 of the Instructions to
Bidders, bound with the volume containing the Form of Bid.
18.2 The Bid shall be typed or written in indelible ink and shall be signed by a person or persons
duly authorized to sign on behalf of the Bidder, pursuant to Sub-Clauses 4.2. All pages of the
Bid where entries or amendments have been made shall be initialed by the person or persons
signing the Bid.
18.3 The Bid shall contain no alterations or additions, except those to comply with instructions
issued by the Employer, or as necessary to correct errors made by the Bidders, in which case
such corrections shall be initialed by the person or persons signing the Bid.

D. Submission of Bids
19. Sealing and Marking of Bids
19.1 The Bidder shall prepare Technical Bid (Part–1) comprising the various documents
prescribed in ITB Clause 12.2
19.2 The Bidder shall also prepare “Financial Bid” (Part–2) comprising the various
documents prescribed in ITB Clause 12.3
19.2.1 The Technical Bid shall be opened on the date specified under the bidding schedule.
19.2.2 The Financial Bid shall be opened on the date to be announced after the completion of
evaluation of Technical Bid.
19.3 The Bidders shall submit the Part 1 of the proposal (“Technical Bid”) along with the desired
documents on or before the due date specified under this document. The Bid to be properly
sealed and super scribed “Technical Bid for the work of “Construction of 6.5 MLD capacity
Sewerage Treatment Plant (STP) (initially construction of 2.5 MLD and extension of
capacity within one year after completion of construction and trail run of 2.5 MLD STP)
and Allied Structures based on Sequential Batch Reactor (SBR) Technology and all other
works contingent thereto including Design, Drawing, Construction of Civil Works, Supply,
Erection, Testing and Commissioning of Mechanical, Electrical & Instrumentation Works
complete in all respects, along with trial run of 6 months w.e.f. date commissioning of each
unit and Operation and Maintenance for additional 36 months on turnkey basis complete in
all respects at Leh, Jammu & Kashmir on Turn Key Basis to be opened on date specified.
19.4 The Bid shall be addressed to the Employer at the following address:
Chief (Systems), Business Development, WAPCOS Limited, New Delhi and should bear the
following information.
Bid for “Construction of 6.5 MLD capacity Sewerage Treatment Plant (STP) (initially
construction of 2.5 MLD and extension of capacity within one year after completion of
construction and trail run of 2.5 MLD STP) and Allied Structures based on Sequential

22
Batch Reactor (SBR) Technology and all other works contingent thereto including Design,
Drawing, Construction of Civil Works, Supply, Erection, Testing and Commissioning of
Mechanical, Electrical & Instrumentation Works complete in all respects, along with trial run
of 6 months w.e.f. date commissioning of each unit and Operation and Maintenance for
additional 36 months on turnkey basis complete in all respects at Leh, Jammu & Kashmir on
Turn Key Basis”
19.5 In addition to the identification required in Sub-Clause 19.3, the Bids shall indicate the name
and address of the Bidder to enable the Bid to be returned unopened in case it is declared
late, pursuant to Clause 21.
20. Deadline for Submission of the Bids
20.1 Complete Bid (Both Technical and Financial) must be received by the Employer at the
address specified above not later than the date specified under Bidding Schedule. In the event
of the specified date for the submission of Bids being declared a holiday for the Employer,
the Bids will be received up to the appointed time on the next working day at the same
venue.
20.2 The Employer may extend the deadline for submission of Bids by issuing an amendment in
accordance with Clause 10, in which case all rights and obligations of the Employer and the
Bidders previously subject to the original deadline will then be subject to the new deadline.
21. Late Bids
21.1 Any Bid received by the Employer after the deadline prescribed in Clause 20 will be returned
unopened to the Bidder.
22. Modification and Withdrawal of Bids
22.1 Bidders may modify or withdraw their Bids in writing before the deadline prescribed in
Clause 20.
22.2 Each Bidder’s modification or withdrawal shall be prepared, sealed, marked, and delivered in
accordance with Clause 18 & 19.
22.3 No Bid may be modified after the deadline for submission of Bids as per ITB Clause 20.
22.4 Bidders may only offer discounts without precondition, or otherwise modify the prices of
their Bids by submitting Bid modifications in accordance with this clause, or included in the
original Bid submission.

E. Bid Opening and Evaluation of Technical Bids


23. Opening of the Part 1 “Technical Bid” of all Bidders and evaluation to determine
qualified Bidders
23.1 The Employer will first open the Part 1 of the Bid “Technical Bid” at the time and date given
in the NIT including the modifications made pursuant to Clause 22. In the event of the

23
specified date of the Bid opening being declared as a holiday for the Employer the Bids will
be opened at the appointed time and venue on the next working day.
23.2 The Bids complying with the requirement specified under this document including Cost of
the Bid Document and EMD, shall be treated as the Responsive Bids and shall be eligible for
technical evaluation.
23.3 The Bids shall be evaluated against the qualification criteria specified in clause 4.4 of ITB
(such as required Bid Security, Power of Attorney, Certificate of Bid validity period etc.) and
those not meeting the criteria shall be rejected by the employer and not included for further
evaluation.
23.4 The Employer will carry out a detailed evaluation of the Technical Bids in
order to determine whether the qualification and experience details furnished meet with the
requirements set forth in the Bid documents. In order to reach such determination the
employer will examine the information supplied by the Bidders pursuant to ITB and other
requirements in the Bid documents.
23.5 If any clarification (additional information) is required from the Bidder by the Employer a
letter seeking clarification will be sent by the Employer to the Bidder to respond.
23.6 If the Bidder furnishes the required details within the time prescribed by the Employer the
same will be considered by the Employer and scrutiny and evaluation will be completed and
in the event of the Bidder failing to respond within the time period the Employer will
scrutinize and evaluate with the data as submitted with the Bid.
23.7 The Part -2 Financial Bid of all Bidders shall only be submitted online. Only those Bidders
scoring 75% marks in the technical evaluation (as per EQR enclosed in the bid) shall be
eligible for their Financial Bid evaluation.
24. Process to be confidential.
24.1 Information relating to the examination, clarification and evaluation of the Technical Bid
shall not be disclosed to any Bidder or any other person not officially concerned with such
process until the final decision on the Bid is made. Any effort by a Bidder to influence the
Employers’ processing of Bids/decisions shall result in rejection of Technical Bid of that
Bidder.
24.2 On completion of evaluation of the Technical Bid, final decision will be communicated to
the concerned Bidder and the qualified Bidder will be informed of the date, time and venue
of the opening of the financial Bid.
25. Opening of “Financial Bid”
25.1 The Financial Bid will be opened ONLINE only. The Employer will open the “ Financial
Bids” including modifications made pursuant to Clause 22 of the qualified Bidders of
“Technical Bid” in the presence of the Bidders or their authorized representatives who
choose to attend at the time, date and venue of the opening specified in the information as
per Clause 24.2 and sign a Register in token of their attendance. In the event of the

24
specified date of Bid opening being declared a holiday for the Employer, the Bids will be
opened at the appointed time and location on the next working day.
25.2 The Employer shall read out the submissions in the modification proposals in appropriate
detail.
25.3 The Bidders names, the Bid prices, the total amount of each Bid, any discount(s),
modification, withdrawal and other details shall be read out by the Employer at the
opening. Late and withdrawn Bids will be returned unopened to the Bidder concerned.
25.5 The Employer will have preliminary examination of “Financial Bids” to determine whether
(1) they are complete, (2) any computational errors have been made, and (3) the Bids are
substantially responsive to the requirements of Bid documents .
25.6 A substantially responsive Bid is one which conforms to all the terms, conditions and
specifications of the Bid documents, without any deviation
25.7 If a Bid is not substantially responsive, it will be rejected by the employer and may not
subsequently be made responsive by correction or withdrawal of the non-conforming
deviation or reservation.
26. Correction of Errors
26.1 The Financial Bids determined to be substantially responsive will be checked by the
Employer for any arithmetic errors. Errors will be corrected by the Employer as follows:
(a) where there is a discrepancy between the rates in figures and in words, lesser of the two
will govern; and
(b) where there is a discrepancy between the unit rate and the line item total resulting from
multiplying the unit rate by the quantity, the unit rate as quoted will govern.
26.2 The amount stated in the Financial Bid will be adjusted by the Employer in accordance with
the above procedure for the correction of errors and such corrections shall be considered
binding on the Bidder. If the Bidder does not accept the corrected amount the Bid will be
rejected and Bid Security shall be forfeited in accordance with sub-clause 16.7 (b).
27. Evaluation and Comparison of Financial Bids
27.1 The Employer will evaluate and compare only the Bids determined to be substantially
responsive in accordance with Clause 25 and ITB Clause 4.
27.2 In evaluating the Bids, the Employer will determine for each Bid the evaluated Bid Price by
adjusting the Bid Price as follows:
(a) making any correction for errors pursuant to Clause 26 and
(b) making appropriate adjustments to reflect discounts or other price modifications offered
in accordance with Clause 22.4
27.3 The Employer reserves the right to accept or reject any variation, deviation, or alternative
offer. Variations, deviations, and alternative offers and other factors which are in excess of

25
the requirements of the Bid documents or otherwise result in unsolicited benefits for the
Employer shall not be taken into account in Bid evaluation.
27.4 The estimated effect of the price adjustment conditions under Clause 46 of the Conditions of
Contract, during the period of implementation of the Contract, will not be taken into
account in Bid evaluation.
27.5 The date of opening of the Financial Bids shall be intimated to Bidders qualifying the
minimum qualification criteria and technically qualified. The Bidder with the Least evaluated
Cost shall be declared as L-1 and be the preferred Bidder.
28. Confidentiality
28.1 Information relating to the examination, clarification, evaluation, and comparison of
financial Bid and recommendations of the award of the contract shall not be disclosed to
Bidders or any other persons not officially concerned with such process until the award to
the successful Bidder has been announced. Any effort by a Bidder to influence the
Employer’s processing of Bids or award decisions shall result in the rejection of his Bid.
29 Negotiations
29.1 The Bids determined to be substantially responsive in accordance with Clause 28will be
taken into Consideration and the rates of all the items and the total Bid value quoted by the
Bidder will be evaluated. Where considered necessary the employer may invite the lowest
Bidder for negotiations as outlined below:
29.2 The Employer may seek breakdown detail from the lowest responsive Bidder for the rates
quoted for the unbalanced items and total Bid amount offered by the Bidder within 10 day
time. The Bidder may also be requested to examine the possibility of reducing the rates of
high pitched items quoted and the Bid amount to the extent possible.
29.3 Then the lowest Bidder has to furnish the breakdown details as required by the Employer
within the time limit fixed by the Employer. The Bidder may also reduce the rates of the
high-pitched items quoted if possible or express his inability to reduce the quoted rates
stating the reasons. A reply shall be furnished within the time limit fixed by the Employer.
29.4 If the Employer is satisfied that the details furnished and the reasons stated by the Bidders for
his inability to reduce the rates by the Bidder are reasonable then he may take a decision
suitably.
29.5 If the Employer feels that the reduced offer is reasonable, suitable action shall be taken to
award the work and if the reduced rates offered even after negotiation is considered still to be
on the higher side and if the Bidder refuses to reduce further then the Employer may record
the reasons and take suitable action to reject the Bids received and to go in for fresh Bids.
29.6 In the event of deciding the award of the lowest evaluated Bidder with unbalanced rates for
certain items which has resulted in the Bid amount being very much less than the estimated
value put to Bid, to safeguard the interest of the Employer and to ensure the completion of

26
the work by the Bidder additional security deposit will be collected from the selected Bidder
as below:
a) For Bids with minus percentage between 10% to 15% is 2% of Bid value
b) For Bids with minus percentage above15% is 50% of the difference between the estimate
value put to Bid and the total Bid amount.

F. Award of Contract
30. Award Criteria
30.1 The Employer will award the Contract to the Bidder whose Bid has been determined to be
substantially responsive to the Bid documents & technically qualified and who has offered
the lowest evaluated Bid Price,(after negotiation where appropriate) provided that such
Bidder has been determined to be (a) eligible in accordance with the provisions of Clause 3
and (b) qualified in accordance with the provisions of Clause 4.
30.2 If, pursuant to Clause 12.5 this contract is being let along with other contracts the lowest
evaluated Bid Price will be determined when evaluating this contract in conjunction with
other contracts to be awarded concurrently, taking into account any discount offered by the
Bidder for the award of more than one contract.
31. De-briefing
31.1 The Employer shall cause to publish in the results of evaluation identifying the Bids
and the following information:
(a) Name of each Bidder who submitted the Bids
(b) Bid prices as read out at the time of opening
(c) Evaluated Bid price of each responsive Bidder
(d) Name of Bidders whose Bids were rejected with brief reasons for rejection
(e) Name of the successful Bidder and his evaluated Bid price.
After publication of the award, the aggrieved Bidder may request in writing within 10 days to
the Employer for a de-briefing seeking explanation on the grounds on which their Bids were
not selected. The Employer shall within 15 days of the receipt of the notice from such
unsuccessful Bidders de-brief him and record in writing the grounds of rejection of the
tender. The aggrieved Bidder shall bear all the cost for attending such de-briefing with the
Employer.
32. Notification of Award and Signing of Agreement
32.1 The Bidder whose Bid has been accepted will be notified of the award by the Employer prior
to expiration of the Bid validity period by cable, telex or facsimile confirmed by registered
letter. This letter (hereinafter and in the Conditions of Contract called the "Letter of
Acceptance") will state the sum that the Employer will pay the Contractor in consideration

27
of the execution, completion, and maintenance of the Works by the Contractor as prescribed
by the Contract (hereinafter and in the Contract called the "Contract Price").
32.2 The notification of award will constitute the formation of the Contract.
32.3 The Agreement will incorporate all understandings reached between the employer and the
successful Bidder during negotiations and post Bid correspondences. It will be kept ready
for signature of the successful Bidder in the office of employer within 28 days following the
notification of award along with the Letter of Acceptance. Within 28 days of receipt, the
successful Bidder will furnish the Security Deposit and sign the Agreement kept in the
office of the Employer.
32.4 The Bid Security of the unsuccessful Bidders will be returned after decision is taken on the
Bid or within 60 days after the validity period whichever is earlier.
33. Security Deposit
33.1 Within 28 days of receipt of the Letter of Acceptance, the successful Bidder shall deliver to
the Employer a Performance Security Deposit in the form of an irrevocable and
unconditional bank guarantee issued by a Nationalized / Scheduled bank located in India in
the form given in Section 8, for an amount equivalent to 5% of the Contract price plus
additional security for unbalanced Bids in accordance with Clause 29.3 of ITB and Clause
50.1 of Conditions of Contract. This Security deposit shall be valid as mentioned in Clause
50.1 of Conditions of Contract.
33.2 The Performance Security Deposit of a Joint Venture shall be in the name of the joint
venture.’
33.3 Failure of the successful Bidder to comply with the requirements of sub-clause 33.1 shall
constitute a breach of contract, cause for annulment of the award, forfeiture of the Earnest
Money Deposit, and any such other remedy the Employer may take under the contract.
33.4 Security Deposit and Additional Security Deposit shall not bear any interest
34 Advance Payment and Security
34.1 If so desired by the contractor, the Employer may provide an Advance Payment on the
Contract Price as stipulated in the Conditions of Contract, subject to maximum amount, as
stated in the Contract Data against the production of an irrevocable and unconditional bank
guarantee issued by a Nationalized / Scheduled bank located in India in the form given in
Section 8.
34.2 A utility certificate stating the estimate of utilization of advance fund has to be submitted to
the employer for advance payment.
34.3 Advance payment will be adjusted as provided in the contract data. If the work is not started
by the contractor within stipulated period, the employer reserve the rights to cancel the
advance payment and contractor may be asked to return the advance with the interest as
applicable.
35. Adjudicator

28
35.1 An Adjudicator shall be appointed by the Employer for this the Contract, at a daily fee plus
reimbursable expenses as indicated in the Contract data which will be divided equally
between the Employer and the contractor
36. Corrupt or Fraudulent Practices
36.1 The Employer requires that Bidders/Contractors observe the highest standard of ethics during
the procurement and execution of such contracts. In pursuance of this policy, the Employer.
(a) defines, for the purposes of this provision, the terms set forth below as follows :
(i) “corrupt practice” means the offering, giving, receiving or soliciting directly or
indirectly of anything of value to influence the action of a public official in the
procurement process or in contract execution;
(ii) “fraudulent practice” means a misrepresentation or omission of facts in order to
influence a procurement process or the execution of a contract.
(iii) “collusive practice” means a scheme or arrangement between two or more
Bidders, with or without the knowledge of the Employer, designed to establish at
artificial, non-competitive levels to deprive the employer of the benefit of free and
open competition and
(iv) “coercive practice” means harming or threatening to harm directly or indirectly,
persons or their property to influence their participation in the procurement
process or affect the execution of the contract.
(b) will reject a proposal for award if it determines that the Bidder recommended for award
has directly or through an agent, engaged in corrupt, fraudulent, collusive, or coercive
practices in competing for the contract in question;
(c) will declare a firm ineligible, either indefinitely or for a stated period of time, to be
awarded any contract if it at any time determines that the firm directly or through
an agent engaged in corrupt, fraudulent, collusive coercive practices in competing
for, or in executing any contract.

29
Bid Evaluation Criteria

The Technical Bid Evaluation shall be made based on the following criteria-
Sr.
Criteria Marks
No.
Proposed Approach & Methodology and Work plan for
1 25
assignment:
 Quality of technical approach methodology 15

 Detailed work plan 5

 Organization chart & staffing structure 5


2 Proposed Team of Key Personnel and their CVs: 25
Team Leader with minimum 10 years of similar project
10
experience
Project Manager with minimum 7 years of similar project
7.5
experience
Design Expert with minimum 7 years of similar project
7.5
experience
Proposed Design, Drawings, Environment Management
3 50
Plan, Safety Plan and Operational Training etc:
 Proposed Design and Drawings- Bidder shall submit the
detailed design and drawings for the proposed
construction of Sewerage Treatment Plant (STP) of 2.5
MLD STP in phase and further extension of same to 6.5
MLD capacity in second phase by going through the
provided data and site visit. Weightage shall be given for
the designs matching the site requirements and the
innovative and economical approach. Bidder shall clarify
in details the followings:
 Process Design Calculations

 Hydraulic Design Calculations


30
 Hydraulic Design Calculations STP-

 Treatment Scheme

 Layout - Drawing

 Hydraulic Flow Diagram

 Technical Data Sheet for Mechanical Equipment

 Electrical Load List & Guaranteed Power


Consumption

30
 DG Set Sizing Calculation

 Transformer Sizing Calculations


 Conceptual Single Line Power Dist Diagram
 Electrical Datasheet
 Operation & Maintenance Plan 10
 Proposed Environment Management Plan (EMP) &
Safety Plan- Bidder shall submit the proposed EMP &
Safety Plan to be adopted during the project
implementation addressing the necessary key areas of
5
importance such as Environmental Safeguard measures,
water supply & sanitation facilities to labor camps, safety
measures proposed matching to the work under
execution.
 Operational Training- Bidder shall submit the plan for
imparting training on operation and maintenance of 5
equipment and works to the Employer’s staff.
Total 100
Bids scoring marks equal to or greater than 75 (≥75) in technical evaluation shall be treated as
technically qualified.
The work shall be awarded to technically qualified bidder whose financial bid is determined
lowest (L-1).

31
SECTION 2

FORMS OF BID, QUALIFICATION INFORMATION


AND LETTER OF ACCEPTANCE

Table of Forms:

 BID FORM PART 1 - TECHNICAL BID

 BID FORM PART 2 - FINANCIAL BID

 QUALIFICATION INFORMATION

 LETTER OF ACCEPTANCE

 NOTICE TO PROCEED WITH THE WORK

 AGREEMENT FORM

32
BID FORM FOR PART – 1 TECHNICAL BID

Contractor's Bid Ref. No.

Name of work: Construction of 6.5 MLD capacity Sewerage Treatment Plant (STP) (initially
construction of 2.5 MLD and extension of capacity within one year after completion of construction
and trail run of 2.5 MLD STP) and Allied Structures based on Sequential Batch Reactor (SBR)
Technology and all other works contingent thereto including Design, Drawing, Construction of Civil
Works, Supply, Erection, Testing and Commissioning of Mechanical, Electrical & Instrumentation
Works complete in all respects, along with trial run of 6 months w.e.f. date commissioning of each
unit and Operation and Maintenance for additional 36 months on turnkey basis complete in all
respects at Leh, Jammu & Kashmir
To
Chief (Systems),
Business Development
WAPCOS Limited
New Delhi

Sir/Ma’am,

Having examined the Bid documents including addendum, we offer to execute the Works described
above in accordance with the Conditions of Contract, Specifications, Drawings and in conformity
with the Bid documents and submit our Technical Bid.
We agree to abide by this Bid consisting of letter and attachments_______________ through
hitherto for a period of 180 days from the bid submission deadline, and together with the above
written undertakings it shall remain binding on us and may be accepted at any time before that date.

Dated this ___________date of _________________2017.

Signature

In the capacity of ________________________________________________________________


(position)
duly authorized to sign this Bid for and on behalf of __________________________________

33
BID FORM PART – 2 FINANCIAL BID

Name of work: Construction of 6.5 MLD capacity Sewerage Treatment Plant (STP) (initially
construction of 2.5 MLD and extension of capacity within one year after completion
of construction and trail run of 2.5 MLD STP) and Allied Structures based on
Sequential Batch Reactor (SBR) Technology and all other works contingent thereto
including Design, Drawing, Construction of Civil Works, Supply, Erection, Testing
and Commissioning of Mechanical, Electrical & Instrumentation Works complete
in all respects, along with trial run of 6 months w.e.f. date commissioning of each
unit and Operation and Maintenance for additional 36 months on turnkey basis
complete in all respects at Leh, Jammu & Kashmir
To

Chief (Systems),
Business Development
WAPCOS Limited
New Delhi

Sir/Ma’am,

Having examined the Bid documents including addendum, we offer to execute the Works described
above in accordance with the Conditions of Contract, Specifications, Drawings and Bill of
Quantities accompanying this Bid for the Contract Price as under:

Construction of 6.5 MLD capacity Sewerage Treatment Plant (STP) (initially construction of
2.5 MLD and extension of capacity within one year after completion of construction and trail
run of 2.5 MLD STP) and Allied Structures based on Sequential Batch Reactor (SBR)
Technology and all other works contingent thereto including Design, Drawing, Construction of
Civil Works, Supply, Erection, Testing and Commissioning of Mechanical, Electrical &
Instrumentation Works complete in all respects, along with trial run of 6 months w.e.f. date
commissioning of each unit and Operation and Maintenance for additional 36 months on
turnkey basis complete in all respects at Leh, Jammu & Kashmir (in INR)
{in figures}

{in words}

34
This Bid and your written acceptance of it shall constitute a binding contract between us. We
understand that you are not bound to accept the lowest or any Bid you receive.
We undertake that, in competing for (and, if the award is made to us, in executing) the above
contract, we will strictly observe the laws against fraud and corruption in force in India namely
“Prevention of Corruption Act 1988”.
We hereby confirm that this Bid complies with the Bid Validity and Bid Security required by the Bid
documents.

Yours faithfully,

Authorized Signature:
Name & Title of Signatory:

Name of Bidder:

Address:

35
Qualification Information
The information to be filled in by the Bidder in the following pages will be used for purposes of post
qualification as provided for in Clause 4. of the Instructions to Bidders. This information will not be
incorporated in the Contract.
1.1 Constitution or legal status of Bidder
[Attach copy]
Place of registration: _______________________________
Principal place of business: _______________________________
Power of attorney of signatory of Bid [Attach]
1.2 Total value of works executed and payments received ______________________
in the last three financial years**(in Rs. Lakhs) YEAR VALUE

01.04.2014 to 31.03.2015 _______________


01.04. 2015 to 31.03.2016 _______________
01.04.2016 to 31.03.2017 _______________
1.3.1 Work performed as prime contractor (in the same name) on works of a similar nature over
the last seven Years.

Project Name Descriptio Contrac Value of Date of Stipulate Actual reasons


Name n of work t No. contract issue of d period date of for
of the
(Rs. work of completio delay
Employer
Lakhs) order completi n*
*
on

*Attach certificate(s) from the Engineer(s)-in-Charge


** immediately preceding the financial year in which Bids are received.
 Attach certificate from Chartered Accountant.
2.0 Information on Bid Capacity (works for which Bid have been submitted and works which are
yet to be completed) as on the date of this Bid.

36
2.1 Existing commitments and on-going works:
Description Place Contract Name and Value of Stipulated * Value of Anticipated
of work & No. & Address Contract period of works date of
State Date of (Rs. completion remaining completion
Employer Lakhs) to be
completed
1 2 3 4 5 6 7 8

Works for which Bids already submitted:

Description of Place Name and Estimated Value Stipulated Date when Remarks if
work & Address of of works (Rs. period of decision is any
State Employer Lakhs) completion expected
1 2 3 4 5 6 7

* Attach certificate(s) from the Engineer(s)-in-Charge.

1.5 The following items of Contractor’s Equipment are essential for carrying out the Works. The
Bidder should list all the information requested below.

Item of Requirement Availability / proposals From Remarks


equipment whom to
No. Capacity Owned / Nos. / Age /
be leased /
leased / to be capacity condition
procured
procured

37
1.6 Qualifications and experience of key personnel proposed for administration and execution of
the Contract. Attach biographical data.

Position Name Qualification Years of experience Experience in


(General) similar work

1.7 Proposed subcontracts and firms involved. [Refer ITB Clause 4.3 (j)]

Section of the works Value of Sub-contractor Experience in similar


sub- (name and address) work
contract

1.8 Financial reports certified by Auditor for the last three years including balance sheets, profit
and loss statements.
1.9 Evidence of access to financial resources to meet the qualification requirements: cash in hand,
lines of credit, etc. List them below and attach copies of support documents [sample format
attached].
1.10. Name, address, and telephone, telex, and fax numbers of the Bidders bankers who may provide
references if contacted by the Employer.
1.11 Information on litigation history including arbitration in which the Bidders is involved for the
last three years:
Litigation History

Sl. Name of Deptt. Ref. of Date of Schedule Date of


No. With which dispute Tender/ start of date of start of
arose. cost of work completion Dispute
Address with Tel. work of work
No. and e-mail
address of Deptt.
1 2 3 4 5 6

38
Nature of Total Cost Present of Position of
Dispute of Disputed Dispute pending under Dispute
work
Settled with Under
Arbitration Court
cost & Date Progress

7 8 9 10 11 12

# In case bidder doesn’t have any history of litigation, above table has to be submitted as NIL.
1.12 Please Specify in above table :

I. If the Applicant firm has ever been black listed or debarred for tendering by any
Government/Semi Government Organization. If so, provide details and present status.

II. If the Applicant firm has ever been executed or under trial by any court on any tendering
matter or any matter related to contract bond.

1.13 Statement of compliance under the requirements of Sub Clause 3.2 of the instructions to
Bidders.
____________________________________________________________________________
______________________________________________________________________

1.14 Proposed work method and schedule. The Bidder should attach descriptions, drawings and
charts as necessary to comply with the requirements of the Bid documents. [Refer ITB
Clause 4.1 and 4.2 (k)] and Bid evaluation criteria.
2. Joint Ventures
2.1 The information listed in 1.1-1.12 above shall be provided for each partner of the joint venture.
2.2 The information in 1.13 above shall be provided for the joint venture.
2.3 Attach the power of attorney of the signatory[ies] authorizing his/their signature/s in the Bid
on behalf of the joint venture..
2.4 Attach the agreement among all partners of the joint venture [and which is legally binding on
all partners], which shows the requirements as indicated in sub-clause 4.4 of the Instructions
to Bidders. Alternatively, a Letter of Intent to execute a Joint Venture Agreement in the event
of a successful Bid shall be signed by all partners and submitted with the Bid, together with a
copy of the proposed Agreement. The agreement with the successful Bidder will be signed
only after Joint Venture agreement is executed and produced.
2.5 Furnish details of participation proposed in the joint venture as below:

39
DETAILS OF PARTICIPATION IN THE JOINT VENTURE

Participation Details Firm A (Lead Partner) Firm B


Financial
Name of Bankers
Designing
Survey
Planning
Construction Equipment
Key Personnel
Execution of Work (Give
Details on Contribution of
Each )
O&M

3. Additional Requirements, if any

40
Letter of Acceptance
(letterhead paper of the Employer)
________________________[date]
Bid Ref. No.
Name of Work:

To: _______________________________________________________________[name and


address of the Contractor]

Dear Sirs/Ma’am,
On behalf of the WAPCOS Limited this is to notify you that your Financial Bid dated
____________ for execution of work “Construction of 2.5 MLD capacity Sewerage Treatment Plant
(STP) and Allied Structures based on Sequential Batch Reactor (SBR) Technology and all other
works contingent thereto including Design, Drawing, Construction of Civil Works, Supply, Erection,
Testing and Commissioning of Mechanical, Electrical & Instrumentation Works complete in all
respects, along with trial run of 6 months, and Operation and Maintenance for additional 36 months
on turnkey basis complete in all respects at Leh, Jammu & Kashmir on Turn Key Basis “ [name of
the contract and identification number, as given in the Instructions to Bidders] for the Contract Price
of Rupees—————————— ____________________________________ (_____________)
[amount in words and figures], as corrected and modified in accordance with the Instructions to
Bidders is hereby accepted.
You are hereby requested to furnish Security Deposit of Rs_________ plus additional
security for unbalanced items in terms of ITB clause 29.3 for an amount of Rs.————, in the
form detailed in Para 33.1 of ITB within 28 days of the receipt of this letter of acceptance valid up to
45 days from the date of expiry of Defects Liability Period i.e. up to ........... and sign the contract,
failing which action as stated in Para 33.3 of ITB will be taken.
We have reviewed the construction methodology submitted by you along with the Bid
in response to ITB clause 4.2 (k) and our comments are given in the attachment. You are requested
to submit a revised programme including environmental management plan as per Clause 27 of
Conditions of Contract within 14 days of receipt of this letter.
Yours faithfully,

Authorized Signature of Employer


Designation
Address

41
Issue of Notice to proceed with the work
(letter head of the Employer)
Bid Ref. No:

Name of Work: Construction of 2.5 MLD capacity Sewerage Treatment Plant (STP) and Allied
Structures based on Sequential Batch Reactor (SBR) Technology and all other
works contingent thereto including Design, Drawing, Construction of Civil Works,
Supply, Erection, Testing and Commissioning of Mechanical, Electrical &
Instrumentation Works complete in all respects, along with trial run of 6 months,
and Operation and Maintenance for additional 36 months on turnkey basis complete
in all respects at Leh, Jammu & Kashmir on Turn Key Basis

--------------------- (date)
To
---------------------------------------------------
---------------------------------------------------
---------------------------------------------------
---------------------------------------------------
(name and address of the Contractor)

Dear Sirs/Ma’am:
Sub :Bid for the work of “Construction of 2.5 MLD capacity Sewerage Treatment Plant (STP) and
Allied Structures based on Sequential Batch Reactor (SBR) Technology and all other works
contingent thereto including Design, Drawing, Construction of Civil Works, Supply, Erection,
Testing and Commissioning of Mechanical, Electrical & Instrumentation Works complete in
all respects, along with trial run of 6 months, and Operation and Maintenance for additional 36
months on turnkey basis complete in all respects at Leh, Jammu & Kashmir on Turn Key
Basis” - accepted- Agreement accepted-Action to proceed with the works requested

42
Ref : This office letter no -------------------------------------------dt-----------------------

Pursuant to your furnishing the requisite Security Deposit and Additional Security Deposit * as
requested in the letter cited and as stipulated in ITB clause 29.6 and 33.1 and signing of the contract
agreement for the construction of the work above at a Bid Price of Rs.-----------------( Rupees--------
---------------------------------------------------------------) you are hereby instructed to proceed with the
execution of the said works in accordance with the contract documents.

Yours faithfully,

(Signature, name and title of signatory authorized to sign on behalf of Employer)

*Delete if Additional Security Deposit is not applicable

43
Agreement Form

Agreement

This agreement, is made on this _________________ day of ______________2017_______,


between the Chief (Systems), Business Development, WAPCOS Limited, New Delhi (hereinafter
called “the Employer)” of the one part and
______________________________________________________________[name and address of
contractor] (hereinafter called “the Contractor” ) of the other part.

Whereas the Employer is desirous that the Contractor execute


_________________________________________________________________________________
_________________________________________________________________________________
______________[name and identification number of Contract] (hereinafter called “the Works”) and
the Employer has accepted the Bid by the Contractor for the execution and completion of such
Works and the remedying of any defects therein, at a contract price of Rs.......................................(in
figures and words)
NOW THIS AGREEMENT WITNESSETH as follows:

1. In this Agreement, words and expression shall have the same meanings as are respectively
assigned to them in the Conditions of Contract hereinafter referred to, and they shall be deemed
to form and be read and construed as part of this Agreement.
2. In consideration of the payments to be made by the Employer to the Contractor as hereinafter
mentioned, the Contractor hereby covenants with the Employer to execute and complete the
Works and remedy any defects therein in conformity in all aspects with the provisions of the
Contract.
3. The Employer hereby covenants to pay the Contractor in consideration of the execution and
completion of the Works and the remedying the defects wherein the Contract Price or such other
sum as may become payable under the provisions of the Contract at the times and in the manner
prescribed by the Contract.
4. The following documents shall be deemed to form and be read and construed as part of this
Agreement, viz.:
i) Letter of Acceptance;
ii) Notice to proceed with the works;
iii) Contractor’s Bid, Negotiation Letter and Post Bid correspondence
iv) Contract Data;

44
v) Conditions of contract (including Special Conditions of Contract);
vi) Specifications;
vii) Drawings;
viii) Bill of Quantities; and
ix) Any other document listed in the Contract Data as forming part of the contract.
In witness whereof the parties thereto have caused this Agreement to be executed the day and year
first before written at Leh (the place of execution of agreement)
The Common Seal of
____________________________________________________________
was hereunto affixed in the presence of:

Signed, Sealed and Delivered by the said _____________ ________________________________


_______________________________________________________________________________
Signature of the Employer ________________________________________________

Signature of the Contractor ______________________________________________


(with the seal of company and address)

in the presence of:

Witness 1. Name and Address

2. Name and Address

45
SECTION 3
CONDITIONS OF CONTRACT

46
Conditions of Contract
Table of Contents

A. General Page No. D. Cost Control Page No.

1. Definitions 48 36. Bill of Quantities 60


2. Interpretation 50 37. Changes in the Quantities 60
3. Language and Law 51 38. Variations 61
4. Engineer's Decisions 51 39. Payments for Variations 61
5. Delegation 51 40. Cash Flow Forecasts 61
6. Communications 51 41. Payment Certificates 61
7. Subcontracting 51 42. Payments 62
8. Other Contractors 52 43. Compensation Events 62
9. Personnel 52 44. Tax 64
10. Employer’s & Contractor's Risks 53 45. Currencies 64
11. Employer's Risks 53 46. Price Adjustments 64
12. Contractor’s Risks 53 47. Retention 64
13. Insurance 53 48. Liquidated Damages 65
14. Site Investigation Reports 54 49. Advance Payment 65
15. Queries about the Contract Data 54 50. Securities 65
16. Contractor to Construct the works 54 51. Cost of Repairs 66
17. Completion Date 54
18. Approval by the Engineer 55 E. Finishing the Contract
19. Safety 55
20. Discoveries 55 52 Completion 66
21. Possession of the Site 56 53. Taking Over 66
22. Access to the Site 56 54. Final Account 66
23. Instructions 56 55. Operating & Maintenance Manuals 66
24. Disputes 56 56. Termination 67
25. Procedure for Disputes 56 57 Payment upon Termination 68
26. Replacement of Adjudicator 57 58. Property 68
59. Release from Performance 68
B. Time Control 60. Revenue Recovery Act 69
61 Fraud & Corruption 69
27. Program 57
28. Extension of the Intended F Other Conditions of contract
Completion Date 58
29. Delays Ordered by the Engineer 58 62 Water for works 71
30. Management Meetings 58 63 Materials 71
31. Early Warning 59 64 Iron & Steel works 72
32. Identifying Defects 59 65 Labour 72
33. Tests 59 66 Compliance with labour regulation 72
34. Correction of Defects 60 67 Salient features of labour laws 73
35. Uncorrected Defects 60 68 Protection of environment 74
G. Special Conditions of Contract

Conditions of Contract

47
A. General
1. Definitions
1.1 Capital initials are used to identify defined terms.
Adjudicator is an independent person appointed by the Employer to whom any dispute
during the progress of the work may be referred to by either party decision for enquiry,
inspection and detailed report.
Arbitrator is the person/s appointed under the Arbitration and Conciliation act, 1996 for
resolution of disputes out of or in connection with this contract.
Bill of Quantities means the priced and completed Bill of Quantities forming part of the
Bid.
Compensation Events are those defined in Clause 43 hereunder.
The Completion Date is the date of completion of the Works as certified by the Engineer in
accordance with Sub Clause 52.1.
The Contract means, the documents forming the Bid and acceptance thereof and the formal
agreement executed between the competent authority on behalf of the Executive Director,
Ganga Rejuvenation, WAPCOS Limited and the Contractor together with the documents
referred to therein including these conditions, the specifications, designs, drawings and
instructions issued from time to time by the Engineer in charge and all these documents taken
together shall be deemed to form one contract and shall be complementary to one another.
The Contract Data defines the documents and other information which comprise the
Contract.
The Contractor means the individual or firm or company whether incorporated or not,
whose Bid to carry out this work has been accepted by the employer and shall include legal
personnel, representatives of such individuals or persons composing of such firm or company
or unincorporated company or successors or such firm or company as the case may be and
permitted assignees of such individuals or firm or company.
The Contractor's Bid is the completed Bid document submitted by the Contractor to the
Employer.
The Contract Price is the price stated in the Letter of Acceptance and thereafter as adjusted
in accordance with the provisions of the Contract.
Days are calendar days; months are calendar months.
A Defect is any part of the Works not completed in accordance with the Contract.
The Defects Liability Period is the period named in the Contract Data and calculated from
the Completion Date.
Department means WAPCOS Limited
Employer means the Bid inviting or accepting authority.

48
Engineer means the officer indicated by designation of the post and division who is
responsible for supervision of execution of the work and administering the contract on
behalf of the employer.
Equipment is the Contractor's machinery and vehicles brought temporarily to the Site to
construct the Works.
Government means Government of Jammu & Kashmir unless or otherwise specified.
The Initial Contract Price is the Contract Price listed in the Employer's Letter of
Acceptance.
The Intended Completion Date is the date on which it is intended that the Contractor shall
complete the Works. The Intended Completion Date is specified in the Contract Data. The
Intended Completion Date may be revised only by the Engineer by issuing an extension of
time.
Item Rate contract system means the system where the contractor has to quote his rate for
each and every item of work specified in the BOQ furnished by the Employer and total
amount for each item and the grand total for all the items in the Bid.
Joint Venture means an ad-hoc association of firms that pool the resources and skills to
undertake a large or complex contract in the role of “Contractor” with all firms (partners in
the JV) being legally liable, jointly and severely for execution of the contract in the event of
the partner’s withdrawal
Materials are all supplies, including consumables, used by the contractor for incorporation in
the Works.
Plant is any integral part of the Works which is to have a mechanical, electrical, electronic or
chemical or biological function.
The Site shall mean the land or other places on, into or through which work is to be executed
under the contract or any adjacent land , path or street through which work is to be executed
under the contract.
Site Investigation Reports are those which were included in the Bid documents and are
factual interpretative reports about the surface and sub-surface conditions at the site.
Specification means, relevant Standard specification applicable on particular work and as
indicated by the appropriate Standard Specification numbers in the contract. The same shall
include the following among others:
AASHTO: American Assn. of State Highways and Transport Office
ASTM: American Society of Testing Materials.
BIS Bureau of Indian Standard
BSS British Standard Specification
IRC Indian Road Congress

49
MORTH Ministry of Road Transport and Highways
NBC National Building Code
The Start Date is given in the Contract Data. It is the date when the Contractor shall
commence execution of the works. It does not necessarily coincide with any of the Site
Possession Dates.
A Subcontractor is a person or corporate body who has a Contract with the Contractor to
carry out a part of the work in the Contract which includes work on the Site.
Technical Personnel or those employed / proposed to be employed by the contractor at the
project site and who had participated in or in possession of a valid Degree / Diploma
Certificate in the required field through a programme run under the auspices of a University
or State Technical Board.
Temporary Works are works designed, constructed, installed, and removed by the
Contractor which are needed for construction or installation of the Works.
A Variation is an instruction given by the Engineer which varies the Works.
The Works are what the Contract requires the Contractor to construct, install, test,
commission, maintain and turn over to the Employer, as defined in the Contract Data.
2. Interpretation
2.1 In interpreting these Conditions of Contract, singular also means plural, male also means
female or neuter, and the other way around. Headings have no significance for purpose of
interpretation . Words have their normal meaning under the language of the Contract unless
specifically defined. The Engineer will provide instructions clarifying queries about the
Conditions of Contract.
2.2 If sectional completion is specified in the Contract Data, references in the Conditions of
Contract to the Works, the Completion Date, and the Intended Completion Date apply to any
Section of the Works (other than references to the Completion Date and Intended Completion
date for the whole of the Works).
2.1.1 The documents forming the Contract shall be interpreted in the following order of priority
and a copy of complete set will be issued to the contractor and it is the responsibility of the
contractor to keep a copy of the same at the site till the completion of the work.
1. Agreement
2. Special Conditions of Contract, if any
3. Conditions of Contract
4. Contract Data
5. Financial Bid
6. Specifications
7. Any other document forming part of the agreement.

50
3. Language and Law
3.1 The language of the Contract and the law governing the Contract are stated in the
Contract Data.
4. Engineer's Decisions
4.1 Except where otherwise specifically stated, the Engineer will decide contractual
obligations between the Employer and the Contractor in the role representing the
employer.
5. Delegation
5.1 The Engineer may delegate any of his duties and responsibilities to other officers under
his control after notifying the Contractor and may cancel any delegation after notifying
the Contractor.
6. Communications
6.1 Communications between parties which are referred to in the conditions are effective
only when in writing. Communication of any notice under the contract will be complete
when it is delivered by hand by obtaining acknowledgments or sent by Regd. Post or
Speed Post, Courier Service etc to the address of the Contractor as given in the Bid or to
any change of address given in writing subsequently by the contractor, by obtaining
receipt of postal authorities for having posted the notice.
7. Subcontracting
7.1 The contractor may sub-contract with the approval of the Engineer but may not assign
contract without the approval of the Employer in writing. Sub-contracting does not
alter the contractors’ obligation
7.2 The contractor shall not be required to obtain any consent from the employer for:
a) the sub-contracting of any part of the Works for which the Sub-contractor is named in
the contract;
b) the provision of labour; and
c) the purchase of materials which are in accordance with the standards specified in the
Contract.
Beyond this if the contractor proposes sub-contracting any part of the work during
execution of works, because of some unforeseen circumstances to enable him to
complete the work as per terms of the contract, the Engineer will consider the
following before according approval:
- The contractor shall not sub-contract the whole of the Works.
- The contractor shall not sub-contract any part of the Work without prior consent of
the Engineer. Any such consent shall not relieve the contractor from any liability or
obligations under the contract and he shall be responsible for the acts, defaults and neglects

51
of any sub-contractor, his agents or workmen as fully as if they were the acts, defaults or
neglects of the contractor, his agents or workmen.
- The Engineer should satisfy himself whether (a) the circumstances warrant such sub-
contracting; and (b) the sub-contractors so proposed for the Work possess the experience,
qualifications and equipment necessary for the job proposed to be entrusted to them in
proportion to the quantum of work to be sub-contracted.
- If payments are proposed to be made directly to that sub-contractor, this should be
subject to specific authorization by the prime contractor so that this arrangement does not
alter the contractor's liability or obligations under the contract.

Note under Clause 7


1 All Bidders are expected to indicate clearly in the Bid, if they propose sub-contracting
elements of the works amounting to more than 20 percent of the Bid Price. For each such
proposal the qualification and the experience of the identified sub-contractor in the relevant
field should be furnished along with the Bid to enable the employer to satisfy himself about
their qualifications before agreeing for such sub- contracting and include it in the contract.
In view of the above, normally no additional sub-contracting should arise during execution of
the contract.
2 However (a) sub-contracting for certain specialized elements of the work is not unusual and
acceptable for carrying out the works more effectively; but vertical splitting of the works for
subcontracting is not acceptable. (b) In any case, proposal for sub-contracting in addition to
what was specified in Bid and stated in contract agreement will not be acceptable if the value
of such additional sub-contracting exceeds 25% of value of work which was to be executed by
the contractor without sub-contracting
3.Assignment of the contract may be acceptable only under exceptional circumstances such as
insolvencies / liquidation or merger of companies etc.
8. Other Contractors
8.1 The Contractor shall cooperate and share the site with other contractors, public
authorities, utilities, and the Employer between the dates given in the Schedule of Other
Contractors. The Contractor shall as referred to in the Contract Data, also provide
facilities and services for them as described in the Schedule. The employer may modify
the schedule of other contractors and shall notify to the contractor of any such
modification.
9. Personnel
9.1 The Contractor shall employ the key personnel named in the Schedule of Key Personnel
as referred to in the Contract Data to carry out the functions stated in the Schedule or
other personnel approved by the Engineer. The contractor should see that one of the key
technical staff so employed shall always be present at the site of the work during

52
working hours personally checking all the items of the work and paying extra attention
to such works as may demand special attention. (e.g.) Reinforced cement concrete, Pipe
Jointing, Asphalt Concreting works etc. The Employer will approve any proposed
replacement of key personnel only if their qualifications, abilities and relevant
experience are substantially equal to or better than those of the personnel listed in the
Schedule.
9.2 If the contractor fails to employ key technical personnel as given in the contract data or
the technical personnel fail to perform their duties, as per clause 9.1 above, action will be
taken to effect recovery for non-employment /failure in performing their duties at the
rates specified in the contract data.
9.3 If the Engineer asks the Contractor to remove a person who is a member of the
Contractor’s staff or his work force stating the reasons the Contractor shall ensure that
the person leaves the Site within seven days and has no further connection with the work
in the Contract.
10. Employer’s and Contractor's Risks
10.1 The Employer carries the risks which this Contract states are Employer’s risks, and the
Contractor carries the risks which this Contract states are Contractor’s risks.
11. Employer's Risks
11.1 The Employer is responsible for the excepted risks which are (a) in so far as they directly
affect the execution of the Works i.e. risks of war, hostilities, invasion, act of foreign
enemies, rebellion, revolution, insurrection or military or usurped power, civil war, riot
commotion or disorder (unless restricted to the Contractor’s employees), and
contamination from any nuclear fuel or nuclear waste or radioactive toxic explosive, or
(b) a cause due solely to the design of the Works, other than the Contractor’s design.
12. Contractor’s Risks
12.1 All risks of loss of or damage to physical property and of personal injury and death
which arise during and in consequence of the performance of the Contract are the
responsibility of the Contractor.
13. Insurance
13.1 The Contractor shall provide, in the joint names of the Employer and the Contractor,
insurance cover from the Start Date to the end of the Defects Liability Period, in the
amounts and deductibles stated in the Contract Data for the following events which are
due to the Contractor’s risks:
(a) loss of or damage to the Works, Plant and Materials;
(b) loss of or damage to Equipment;
(c) loss of or damage of property (except the Works, Plant, Materials and Equipment)
in connection with the Contract including third party claims; and

53
(d) personal injury or death including third party claims.
13.2 Policies and certificates for insurance shall be delivered by the Contractor to the
Engineer for the Engineer’s approval before the Start Date.
13.3 If the Contractor does not provide any of the policies and certificates required, the
Employer may affect the insurance which the Contractor should have provided and
recover the premiums, the Employer has paid, from payments otherwise due to the
Contractor or, if no payment is due, the payment of the premiums shall be a debt due.
13.4 Alterations to the terms of an insurance shall not be made without the approval of the
Engineer.
13.5 Both parties shall comply with any condition of the insurance policies.
14. Site Investigation Reports
14.1 The Bidder, in preparing the Bid, shall rely on any site Investigation Reports referred to
in the Contract Data, supplemented by any information available to the Bid including
information gathered by him by site visits as per ITB 7.1.
15. Queries about the Contract Data
15.1 The Engineer/Employer will clarify queries on the Contract Data.
16. Contractor to Construct the Works
16.1.1 The Contractor shall construct and install the Works in accordance with the
Specification and Drawings, and as per instructions of Engineer.
16.2 The contractor shall take all reasonable steps to protect the environment on and off the
Site and to avoid damage or nuisance to persons or to property of the public or others
resulting from pollution, noise or other causes arising as a consequence of his methods
of operation.
16.3 During continuance of the contract, the contractor and his sub-contractors, Key
personnel and any subordinates of the contractor. shall abide at all times by all
existing enactments on environmental protection and rules made there under,
regulations, notifications and bye-laws of the State or Central Government, or local
authorities and any other law, bye-law, regulations that may be passed or
notification that may be issued in this respect in future by the State or Central
Government or the local authority (Also see salient details of the major laws in
protecting environment in other conditions of contract.)
17. Completion Date
17.1 The Contractor may commence execution of the Works on the Start Date and shall carry
out the Works in accordance with the program submitted by the Contractor, as updated
with the approval of the Engineer, and complete them by the Intended Completion Date.
18. Approval by the Engineer/ Employer

54
18.1 The Contractor shall submit Specifications and Drawings showing the proposed
Temporary Works to the Engineer / Employer, who is to approve them if they comply
with the Specifications and Drawings.
18.2 The Contractor shall be responsible for design of Temporary Works.
18.3 The Engineer's / Employer’s approval shall not alter the Contractor's responsibility for
design of the Temporary Works.
18.4 The Contractor shall obtain approval of third parties to the design of the Temporary
Works where required.
18.5 All Drawings prepared by the Contractor for the execution of the temporary or
permanent Works, are subject to prior approval by the Engineer / Employer before their
use.
19. Safety
19.1 The Contractor shall be responsible for the safety of all activities on the Site.
20. Discoveries
20.1 Anything of historical or other interest or of significant value unexpectedly discovered
on the Site is the property of the Employer. The Contractor is to notify the Engineer of
such discoveries and carry out the Engineer's instructions for dealing with them.

55
21. Possession of the Site
21.1 The Employer shall give possession of all parts of the Site to the Contractor, as specified
in the Contract Data. If possession of a part is not given by the date stated in the Contract
Data, the Employer is deemed to have delayed the start of the relevant activities and this
will be Compensation Event.
22. Access to the Site
22.1 The Contractor shall allow the Engineer and any person authorized by the Engineer
access to the Site, to any place where work in connection with the Contract is being
carried out or is intended to be carried out and to any place where materials or plant are
being manufactured / fabricated / assembled for the works.
23. Instructions
23.1 The Contractor shall carry out all instructions of the Engineer which comply with the
applicable laws where the Site is located.
24. Disputes
24.1 If the Contractor believes that a decision taken by the Engineer was either outside the
authority given to the Engineer by the Contract or that the decision was wrongly taken,
the decision shall be referred to the Adjudicator within 14 days of the notification of the
Engineer's decision.
25. Procedure for resolution of Disputes
25.1 The Adjudicator shall give a detailed decision in accordance with the terms of contract in
writing within 28 days of receipt of a notification of a dispute.
25.2 The Adjudicator shall be paid daily at the rate specified in the Contract Data together
with reimbursable expenses of the types specified in the Contract Data and the cost shall
be divided equally between the Employer and the Contractor, whatever decision is
reached by the Adjudicator. Either party may convey to the other their intention to go in
for arbitration within 28 days of the Adjudicator’s written decision. If neither party
informs the other within the above 28 days, the Adjudicator's decision will be final and
binding.
25.3 In case of Dispute on this adjudicator decision such disputes or difference shall be settled
in accordance with the Arbitration and Conciliation Act, 1996. The arbitral tribunal shall
consist of 3 arbitrators one each to be appointed by the Employer and the Contractor. The
third Arbitrator shall be chosen by the two Arbitrators so appointed by the Parties and
shall act as Presiding Arbitrator. In case of failure of the two Arbitrators appointed by the
parties to reach upon a consensus within a period of 30 days from the appointment of the
arbitrator appointed subsequently, the Presiding Arbitrator shall be appointed by the
Chairman of the Institution of Engineers (India).

56
25.4 In the case of a dispute with a Foreign Contractor, the dispute shall be settled in
accordance with provisions of UNCITRAL (United Nations Commission on International
Trade Law) Arbitration Rules. The Arbitral Tribunal shall consist of three Arbitrators one
each to be appointed by the Employer and the Contractor. The third Arbitrator shall be
chosen by the two Arbitrators so appointed by the Parties, and shall act as presiding
Arbitrator. In case of failure of the two Arbitrators appointed by the parties to reach upon
a consensus within a period of 30 days from the appointment of the Arbitrator appointed
subsequently, the Presiding Arbitrator shall be appointed by the Chairman of the
Institution of Engineers (India).
25.5 If one of the parties fails to appoint its Arbitrator in pursuance of sub-clause (a) and (b)
above, within 30 days after receipt of the notice of the appointment of its arbitrator by the
other party, then the Chairman of the Institution of Engineers (India) both in cases of the
Foreign supplier as well as Indian supplier, shall appoint the arbitrator. A certified copy of
the order of the Chairman of the Institution of Engineers (India)making such an
appointment shall be furnished to each of the parties.
25.6 Arbitration proceedings shall be held at New Delhi, India, and the language of the
arbitration proceedings and that of all documents and communications between the parties
shall be English.
25.7 The decision of the majority of arbitrators shall be final and binding upon both parties. The
fees and expenses of the Arbitrators as determined by the arbitrators in consultation with
both the parties shall be shared equally by the Employer and the Contractor. However,
the expenses incurred by each party in connection with the preparation, presentation etc.
of its case prior to, during and after the arbitration proceedings shall be borne by each
party itself.
25.8 The contractor shall within 3 months (Three) of the date of completion of work
specify the disputes, claims and the amount involved and write to the Engineer
/Employer accordingly, failing which it will be deemed that the contractor will not
take recourse to arbitration.
26. Replacement of Adjudicator
26.1 Should the Adjudicator resign or die, or is not fulfilling his functions in accordance with
the provisions of the Contract, a new Adjudicator will be appointed by the Employer.

B. Time Control
27. Program
27.1 Within the time stated in the Contract Data the Contractor shall submit to the Engineer
for approval a Program including Environmental Management Plan showing the general
methods, arrangements, order, and timing for all the activities in the Works along with
monthly cash flow forecast.

57
27.2 An update of the Program shall be a program showing the actual progress achieved on
each activity and the effect of the progress achieved on the timing of the remaining work
including any changes to the sequence of the activities.
27.3 The Contractor shall submit to the Engineer, for approval, an updated Program at
intervals no longer than the period stated in the Contract Data. If the Contractor does not
submit an updated Program within this period, the Engineer may withhold the amount
stated in the Contract Data from the next payment certificate and continue to withhold
this amount until the next payment after the date on which the overdue Program has been
submitted.
27.4 The Engineer's approval of the Program shall not alter the Contractor's obligations. The
Contractor may revise the Program and submit it to the Engineer again at any time. A
revised Program is to show the effect of Variations and Compensation Events.
28. Extension of the Intended Completion Date
28.1 The Engineer shall extend the Intended Completion Date if a Compensation Event
occurs or a Variation is issued which makes it impossible for Completion to be
achieved by the Intended Completion Date without the Contractor taking steps to
accelerate the remaining work and which would cause the Contractor to incur
additional cost.
28.2 The Engineer shall decide whether and by how much extend the Intended Completion
Date within 21 days of the contractor asking the Engineer for a decision upon the effect
of a Compensation Event or Variation and submitting full supporting information. If the
contractor has failed to give early warning of a delay or has failed to co-operate in
dealing with the delay, the delay by this failure shall not be considered in assessing the
new Intended Completion Date.
29. Delays Ordered by the Engineer
29.1 The Engineer may instruct the Contractor to delay the start or progress of any activity
within the Works.
29.2 An order book shall be kept at the site of the work under the safe custody of the
Supervisor or equivalent officer in charge of the works authorized by the Engineer. As
far as possible all order regarding the work are to be entered in this book then and there
duly signed by the Engineer and also by the contractor or his authorized representative.
In important site orders the Employer shall also countersign the entries. The order book
shall always be kept at the site and shall not be removed from the site without the
permission of the Engineer.
30. Management Meetings
30.1 Either the Engineer or the Contractor may require the other to attend a management
meeting. The business of a management meeting shall be to review the plans for
remaining work with reference to the construction methodology and site order book and
to deal with matters raised in accordance with the early warning procedure.

58
30.2 The Engineer shall record the business of management meetings and is to provide copies
of his record to those attending the meeting and to the Employer. The responsibility of
the parties for actions to be taken is to be decided by the Engineer either at the
management meeting or after the management meeting and stated in writing to all who
attended the meeting.
31. Early Warning
31.1 The Contractor is to warn the Engineer at the earliest opportunity of specific likely future
events or circumstances that may adversely affect the quality of the work, increase the
Contract Price or delay the execution of works with reasonable ground. The Engineer
may require the Contractor to provide an estimate of the expected effect of the future
event or circumstance on the Contract Price and Completion Date. The estimate is to be
provided by the Contractor as soon as reasonably possible.
31.2 The Contractor shall cooperate with the Engineer in making and considering proposals
for how the effect of such an event or circumstance can be avoided or reduced by anyone
involved in the work and in carrying out any resulting instruction of the Engineer with
positive intention.
C. Quality Control
32. Identifying Defects
32.1 The Engineer shall check the Contractor's work and notify the Contractor of any Defects
that are found. Such checking shall not affect the Contractor's responsibilities. The
Engineer may instruct the Contractor to search for a Defect and to uncover and test any
work that the Engineer considers may have a Defect and contractor will do that.
33.Tests
33.1 If the Engineer instructs the Contractor to carry out a test not specified in the
Specification to check whether any work has a Defect and the test shows that it does,
the Contractor shall pay for the test and any samples. If there is no Defect the test
shall be a Compensation Event.
33.2 The contractors shall produce test certificates obtained from any one of the recognized
Institutions for cement and steel brought to site. As and when required by the department
the cement and steel brought to site shall be tested by the department and only when the
test results conform to the highest specifications they will be allowed to be used in the
work..
33.3 If the contractor desires to install his own quality control Laboratory he may do so
after getting the approval from the Engineer by furnishing the detailed drawings of the
laboratory and lists of equipment proposed to be installed etc. The Engineer or his
representative shall have the right to visit the laboratory at any time without any
restriction and also during the conducting of tests.

59
34. Correction of Defects

34.1 The Engineer shall give notice to the Contractor of any Defects immediately relating to
his contractual obligations and anyway before the end of the Defects Liability Period,
which begins at Completion of trial run and is defined in the Contract Data. The Defects
Liability Period shall be extended for as long as Defects remain to be corrected.
34.2 Every time notice of a Defect is given, the Contractor shall correct the notified Defect
within the length of time specified by the Engineer’s notice.

35. Uncorrected Defects

35.1 If the Contractor has not corrected a Defect within the time specified in the Engineer’s
notice, the Engineer will assess the cost of having the Defect corrected, and this amount
will be deducted from the Bills payable to the contractor.
Note: Where in certain cases, the technical specifications provide for acceptance of works
within specified tolerance limits at reduced rates, Engineer will certify payments to Contractor
accordingly.

D. Cost Control
36. Bill of Quantities

36.1 The payment break-up (i.e. for Item-wise Bill of Quantities) of the quoted cost has been
mentioned in the Section 7s.
36.2 The Bill of Quantities shall contain items for the construction, installation, testing, and
commissioning work to be done by the contractor.

36.2 The Bill of Quantities will be used to facilitate the interim payments to the Contractor.
The Contractor will be paid for the quantity of the work done at the rate in the Bill of
Quantities for each item after considering the quality control measures outlined in clause
32, 33, 34 & 35 above.

37. Changes in the Quantities

37.1 An order book shall be kept at the site of the work. All orders regarding the work are to
be entered in this book. All entries shall be signed by the Engineer in charge and by
the contractor or by his representative. Only based on the entries therein the
extension of time and variations in quantities shall be assessed.
37.2 The activity schedule shall be amended by the contractor to accommodate changes of
program or method of working made at the contractors’ own discretion. Prices in the
activity schedule shall not be altered when the contractor makes such changes to the
activity schedule.

60
38. Changes in original proposal

38.1 All changes in original proposal during execution shall be included in updated Programs
produced by the Contractor.

39. Variations / Deviations

39.1 The Engineer-in-Charge shall have power (i) to make any alterations in, omissions from,
additions to or substitutions for, the original specifications, drawings, designs and
instructions that may appear to him to be necessary during the progress of the work, (ii)
to omit/change part of the works for any reason, whatsoever, and the contractor shall be
bound to carry out the works in accordance with any instructions given to him in writing
signed by the Engineer-in-Charge and such alterations, omissions, additions, or
substitutions shall form part of the contract as if originally provided therein and any
altered, additions or substituted works which the contractor may be directed to do in the
manner specified above as part of the work, shall be carried out by the contractor on the
same conditions in all respects including price on which he agreed to do the main work.

39.2 If the contractor does not agree with the decision of the Engineer-in-Charge, he should
refer to the Adjudicator for further decision and under no circumstances the contractor
shall suspend the work on the plea of non-settlement of the falling under this Clause.

40. Cash flow forecast

40.1 When the program or activity schedule is updated, the contractor is to provide the
Engineer with an updated cash flow forecast.

41. Payment Certificates

41.1 The Contractor himself shall record the detailed measurements in the appropriate format
and shall submit to the Engineer monthly statements of the estimated value of the work
completed in the appropriate format less the cumulative amount certified previously.

41.2 The Engineer shall check the Contractor's monthly statement and measurements within
14 days and certify the amount to be paid to the Contractor after taking into account any
credit or debit for the month in question in respect of the works in the relevant amounts
and under conditions set forth in clause 49.

41.3 The value of work executed shall be determined by the Engineer.

61
41.4 The value of work executed shall comprise the value of the quantities of the items in the
Bill of Quantities completed..

41.5 The value of work executed shall include the valuation of Variations and Compensation
Events.

41.6 The Engineer may exclude any item certified in a previous certificate or reduce the
proportion of any item previously certified in any certificate in the light of later
information.

42. Payments

42.1 Payments shall be adjusted for deductions for advance payments, retention, other
recoveries in terms of the contract and taxes at source, as applicable under the law. The
Employer shall pay the Contractor the amounts certified by the Engineer within 45 days
of the date of each certificate.

42.2 If an amount certified is increased in a later certificate or as a result of an award by the


Adjudicator, the Contractor shall be paid for such variation.

42.3 For items of the Works in the BOQ for which no rate or price has been entered in will
not be paid for by the Employer and shall be deemed covered by other rates and prices in
the Contract.
42.4 Retention money at the rate mentioned in contract data will be deducted from each
running bill till the completion of whole work.

43. Compensation Events

43.1 The following are Compensation Events unless they are caused by the Contractor:

(a)The Employer does not give access to a part of the Site by the Site Possession Date
stated in the Contract Data.

(b) The Employer modifies the schedule of other contractors in a way which affects the
work of the contractor under the contract.

(c) The Engineer orders a delay or does not issue drawings, specifications or
instructions required for execution of works on time.

(d) The Engineer instructs the Contractor to uncover or to carry out additional tests
upon work which is then found to have no Defects.

62
(e) The Engineer unreasonably does not approve for a subcontract to be let.

(f) Ground conditions are substantially more adverse than could reasonably have been
assumed before issuance of Letter of Acceptance from the information issued to
Bidders (including the Site Investigation Reports), from information available
publicly and from a visual inspection of the Site.

(g) The Engineer gives an instruction for dealing with an unforeseen condition, caused
by the Employer, or additional work required for safety or other reasons.

(h) Other contractors, public authorities, utilities or the Employer does not work within
the dates and other constraints stated in the Contract, and they cause delay or extra
cost to the Contractor.

(i) The advance payment is delayed.

(j) The effect on the Contractor of any of the Employer’s Risks.

(k) The Engineer unreasonably delays issuing a Certificate of Completion.

(l) Other Compensation Events listed in the Contract Data or mentioned in the
Contract.

43.2 If a Compensation Event would cause additional cost or would prevent the work being
completed before the Intended Completion Date, the Contract Price shall be increased
and/or the Intended Completion Date is extended. The Engineer shall decide whether and
by how much the Contract Price shall be increased and whether and by how much the
Intended Completion Date shall be extended.

43.3 As soon as information demonstrating the effect of each Compensation Event upon the
Contractor's forecast cost has been provided by the Contractor, it is to be assessed by the
Engineer and the Contract Price shall be adjusted accordingly. If the Contractor's
forecast is deemed unreasonable, the Engineer shall adjust the Contract Price based on
Engineer’s own forecast. The Engineer will assume that the Contractor will react
positively and promptly to the event.

43.4 The Contractor shall not be entitled to compensation to the extent that the Employer's
interests are adversely affected by the Contractor not having given early warning or
not having cooperated with the Engineer.

63
44. Tax

44.1 The rates quoted by the Contractor shall be deemed to be inclusive of all the taxes such
sales and all other taxes that the Contractor will have to pay for the performance of this
Contract. The Employer will perform such duties in regard to the deduction of such
taxes at source as per applicable law.

45. Currencies

45.1 All payments shall be made in Indian Rupees.

46. Price Adjustment

46.1 No claim on account of any escalation on whatsoever ground shall be entertained at any
stage of works. All rates/ RATE QUOTED shall be firm and fixed for entire contract
period as well as extended period for completion of the works. No Price Adjustment
shall be applicable on this contract.

47. Retention

47.1 The Employer shall retain from each payment due to the Contractor until Completion of
the whole of the Works.

47.2 On Completion of the whole of the Works half the total amount retained is repaid to the
Contractor and half when the Defects Liability Period has passed and the Engineer has
certified that all Defects notified by the Engineer to the Contractor before the end of this
period have been corrected.

47.3 On completion of the whole work, the contractor may substitute retention money with
an irrevocable bank guarantee.

47.4 The employer shall also adjust the retention money for the amounts due upon
termination as per clause 56.1.
47.5 The proportion of payments retained (retention money) shall be 5 % from each bill.
47.6 During the defect liability period, contractor will carry out repair and rectification works
as specified by engineer or as observed by the contractor, within reasonable time limit so
as not to allow further damage.
In case contractor fail to do so within stipulated time, without any reasonable reason, the
employer will got this work done at risk and cost of the contractor. Cost incurred will be
deducted from the retention money and contractor is bond to accept it.

64
48. Liquidated Damages

48.1 The Contractor shall pay liquidated damages to the Employer at the rate per day stated
in the Contract Data for each day that the Completion Date is later than the Intended
Completion Date (for the whole of the works or the milestone as stated in the contract
data). The total amount of liquidated damages shall not exceed the amount defined in
the Contract Data. The Employer may deduct liquidated damages from payments due to
the Contractor.

48.2 Time is the essence of the contract and payment or deduction of liquidated damages
shall not relieve the contractor from his obligation to complete the work as per agreed
construction program and milestones or from any other of the contractor’s obligations
and liabilities under the contract.”

48.3 If the Intended Completion Date is extended after liquidated damages have been paid,
the Engineer shall correct any overpayment of liquidated damages by the Contractor by
adjusting the next payment certificate.

49. Advance Payment

49.1 The Employer shall make advance payment to the Contractor of the amounts by the date
stated in the Contract Data, against provision by the Contractor of an irrevocable and
unconditional Bank Guarantee in the form prescribed in Annexure-D and by a bank
specified for EMD. The guarantee shall remain effective until the advance payment has
been repaid, but the amount of the guarantee shall be progressively reduced by the
amounts repaid by the Contractor.
49.2 The Contractor is to use the advance payment only to pay for Equipment, Plant and
Mobilization expenses required specifically for execution of the Works. The Contractor
shall demonstrate that advance payment has been used in this way by supplying copies
of invoices or other documents to the Engineer.

49.3 The advance payment shall be repaid by deducting proportionate amounts from
payments otherwise due to the Contractor, following the schedule of completed
percentages of the works on a payment basis. No account shall be taken of the advance
(mobilization and equipment only) payment or its repayment in assessing valuations of
work done, Variations, price adjustments, Compensation Events, or Liquidated
Damages.
50. Securities

50.1 The Security Deposit(including additional security for unbalanced items) shall be
provided to the Employer not later than the date specified in the Letter of Acceptance
and shall be issued for an amount and form prescribed in Annexure B & C and by a

65
bank specified for EMD and denominated in Indian Rupees. The Security Deposit shall
be valid until a date 45 days from the date of expiry of Defects Liability Period and the
additional security for unbalanced items shall be valid until a date 45 days from the date
of issue of the certificate of completion.

51. Cost of Repairs

51.1 Loss or damage to the Works or Materials to be incorporated in the Works between the
Start Date and the end of the Defects Correction periods shall be remedied by the
Contractor at the Contractor's cost if the loss or damage arises from the Contractor's
actions or omissions.

E. Finishing the Contract


52 Completion

52.1 The Contractor shall request the Engineer to issue a Certificate of Completion of the
Works and the Engineer will do so upon deciding that the Work is completed.

53. Taking Over

53.1 The Employer shall take over the Site and the Works within seven days of the Engineer
issuing a certificate of Completion.

54. Final Account

54.1 The Contractor shall supply to the Engineer a detailed account of the total amount that
the Contractor considers payable under the Contract before the end of the Defects
Liability Period. The Engineer shall issue a Defect Liability Certificate and certify any
final payment that is due to the Contractor within 60 days of receiving the Contractor's
account if it is correct and complete. If it is not, the Engineer shall issue within 60 days a
schedule that states the scope of the corrections or additions that are necessary. If the
Final Account is still unsatisfactory after it has been resubmitted, the Engineer shall
decide on the amount payable to the Contractor and issue a payment certificate, within
60 days of receiving the Contractor’s revised account.

55. Operating and Maintenance Manuals & As built drawings

55.1 If “as built” Drawings and/or operating and maintenance manuals are required, the
Contractor shall supply them by the dates stated in the Contract Data.

66
55.2 If the Contractor does not supply the Drawings and/or manuals by the dates stated in the
Contract Data, or they do not receive the Engineer’s approval, the Engineer shall
withhold the amount stated in the Contract Data from payments due to the Contractor.

56. Termination

56.1 The Employer or the Contractor may terminate the Contract by serving 30 days notice if
the other party causes a fundamental breach of the Contract.

56.2 Fundamental breaches of Contract include, but shall not be limited to the following:

(a) the Contractor stops work for 45 days when no stoppage of work is shown on the
current program and the stoppage has not been authorized by the Engineer;

(b) the Engineer instructs the Contractor to delay the progress of the Works and the
instruction is not withdrawn within 45 days;

(c) the Employer or the Contractor is made bankrupt or goes into liquidation other
than for a reconstruction or amalgamation;

(d) the Engineer gives Notice that failure to correct a particular Defect is a
fundamental breach of Contract and the Contractor fails to correct it within a
reasonable period of time determined by the Engineer;

(e) the Contractor does not maintain a security which is required;

(f) the Contractor has delayed the completion of works by the number of days for
which the maximum amount of liquidated damages can be paid as defined in the
Contract data; and

(g) if the Contractor, in the judgment of the Employer has engaged in corrupt or
fraudulent practices as defined in CC Clause 61 in competing for or in executing
the Contract.

(i) The Contractor has contravened Clause 7 of CC read with OCC& Clause 9 of CC
(j) The contractor does not adhere to the agreed construction program (Clause 27 of
CC) and also fails to take satisfactory remedial action as per agreements reached in
the management meetings (Clause 30) for a period of 60 days.
(k) The contractor fails to carry out of the instructions of Engineer within a
reasonable time determined by the Engineer in accordance with CC Clause 16.1
and 23.1.

67
56.3 When a breach of contract is noticed the engineer in charge shall decide whether the
breach is fundamental or not and take appropriate action to remedy the situation by
issue of suitable notice to the contractor and report the fact to the employer.
56.4 Notwithstanding the above, the Employer may terminate the Contract for convenience.
52.5 If the Contract is terminated, the Contractor shall stop work immediately, make the Site
safe and secure and leave the Site as soon as reasonably possible.
56.6 In case of termination of contract for any reasons stated in Clause 56.2 or 56.4 above,
no claims for compensation for expected loss or profit for the balance work not
executed will be admissible.

57. Payment upon Termination

57.1 If the Contract is terminated because of a fundamental breach of Contract by the


Contractor, the Engineer shall issue a certificate for the value of the work done less
advance payments received up to the date of the issue of the certificate, less other
recoveries due in terms of the contract, less taxes due to be deducted at source as per
applicable law and less the percentage to apply to the work not completed as indicated
in the Contract Data. Additional Liquidated Damages shall not apply. If the total
amount due to the Employer exceeds any payment due to the Contractor the difference
shall be a debt payable to the Employer.
57.2 If the Contract is terminated at the Employer's convenience or because of a fundamental
breach of Contract by the Employer, the Engineer shall issue a certificate for the value
of the work done, the reasonable cost of removal of Equipment, displacement of the
Contractor's personnel employed solely on the Works, and the Contractor's costs of
protecting and securing the Works and less advance payments received up to the date of
the certificate, less other recoveries due in terms of the contract and less taxes due to be
deducted at source as per applicable law.

58. Property

58.1 All materials on the site, plant, equipment, temporary works and works are deemed to
be the property of the Employer, if the Contract is terminated because of a Contractor’s
default.

59. Release from Performance

59.1 If the Contract is frustrated by the outbreak of war or by any other event entirely outside
the control of either the Employer or the Contractor, the Engineer shall certify that the
Contract has been frustrated. The Contractor shall make the Site safe and stop work as
quickly as possible after receiving this certificate and shall be paid for all work carried
out before receiving it and for any work carried out afterwards to which commitment
was made.

68
59.2 In the event of death or insanity or insolvency or imprisonment of the contractor or
where the contractor being a partnership or firm becomes dissolved or being a
Corporation goes to liquidation voluntary or otherwise the contract may at the option of
the employer be terminated by notice in writing posted at the site of works and
communicated to the latest address of the contractor by registered post and all accepted
and acceptable works shall forthwith be measured up and paid for at the rates provided
in the contract schedule where such apply or otherwise by the most recent schedule of
rate of the jurisdiction approved by the competent authority to the person or persons
entitled to receive and give a discharge for payment.

60. Revenue Recovery Act.

60.1 Whenever any amount has to be paid by the contractor in view of termination of
contract and by virtue of clause 56.1 above any amount that may be due or may become
due from the contractor after recovering from the bills for this work is liable to recover
from any other contracts awarded to the contractor and also through the provision of
Revenue Recovery Act after issue of notice.

61 Fraud and Corruption


61.1 The Employer requires that Bidders observe the highest standard of ethics during the
procurement and execution of such contracts. In pursuance of this policy, the Employer
defines, for the purposes of this provision, the terms set forth below as follows :

(i) “corrupt practice” means the offering, giving, receiving or soliciting directly or
indirectly anything of value to influence the action of a public official in the
procurement process or in contract execution;

(ii) “fraudulent practice” means a misrepresentation or omission of facts in order


to influence a procurement process or the execution of a contract.

(iii) “collusive practice” means a scheme or arrangement between two or more


bidders, with or without the knowledge of the Employer, designed to establish
at artificial, non-competitive levels to deprive the employer of the benefit of
free and open competition and

(iv) “coercive practice” means harming or threatening to harm directly or


indirectly, persons or their property to influence their participation in the
procurement process or affect the execution of the contract.

69
(a) will reject a proposal for award if it determines that the Bidders recommended for
award has directly or through an agent, engaged in corrupt, fraudulent, collusive, or
coercive practices in competing for the contract in question;
(b) will declare a firm ineligible, either indefinitely or for a stated period of time, to be
awarded any contract if he at any time determines that the firm directly or through
an agent engaged in corrupt, fraudulent, collusive or coercive practices in
competing for, or in executing any contract.

70
F. Other Conditions of Contract
Water for Works

62. The contractor shall make his own arrangements for clean, fresh water for use on the work
and shall meet all charges therefore.

Materials

63. The contractor has to procure at his cost all the materials required for the work, get the
approval of the Engineer, test them wherever necessary as advised by the Engineer etc as
outlined below :-

 The contractor shall, at his own expense and without delay, supply to the Engineer well in
advance samples of materials to be used on the work and get them approved so that the work
can be proceeded without delay. All such materials to be procured by the contractor shall be
in conformity with the specification laid down or referred to in the contract. The contractor
shall, if requested by the Engineer furnish proof/ certificate to the effect that the materials
comply with the required standard specifications

 Within 30 days of receipt of samples or within such further period as the Engineer may
require intimate to the contractor in writing as to whether the samples are approved or not If
samples are not approved, fresh samples complying with the specifications as laid down in
the contract shall be produced and got approved. When certain samples are required to be
tested in accordance with the specifications , the approval shall be issued by the Engineer on
receipt of test results.

 The contractor shall at his risk and cost submit the samples of materials to be tested or
analyzed and shall not make use of or incorporate in the work any materials represented by
the samples until the required tests or analysis have been made and the materials finally
approved by the Engineer. The contractor shall not be eligible for any claim or
compensation either arising out of any delay in the work or due to any corrective measures
required to be taken on account of and as a result of testing of materials.

 The contractor shall at his risk and cost, make all arrangements and shall provide all facilities
to the Engineer or his authorized subordinate for collecting , and preparing the required
number of samples for such tests at such time and to such place or places as found necessary
and bear all charges and cost of testing unless specifically provided for otherwise elsewhere
in the contract specifications. The contractor shall provide all cooperation to the Engineer or
his authorized subordinate in the aspect without making any extra claim.

71
 The materials brought to site if in the opinion of the Engineer are not in accordance with the
specifications and unfit for use on the works then the contractor shall remove the same from
the site within the period specified by the Engineer. If the contractor fails to comply with
such orders then the Engineer shall be at liberty to remove the same at the expense of the
contractor, and the contractor have no right to claim any loss or damage due to the above
materials.

Iron & Steel Works

64. All iron work or steel work of every kind , except those to be embedded in cement concrete
shall immediately be on arrival at site be properly scraped wire brushed and provided with a
red lead paint without claiming any extra.

65. Labour

The Contractor shall, unless otherwise provided in the Contract, make his own arrangements for
the engagement of all staff and labour, local or other, and for their payment, housing, feeding
and transport.

The Contractor shall, if required by the Engineer, deliver to the Engineer a return in detail, in
such form and at such intervals as the Engineer may prescribe, showing the staff and the
numbers of the several classes of labour from time to time employed by the Contractor on the
Site and such other information as the Engineer may require.

66. Compliance With Labour Regulations

During continuance of the contract, the Contractor and his sub-contractors shall abide at all
times by all existing labour enactments and rules made there under, regulations, notifications
and bye laws of the State or Central Government or local authority and any other labour law --
(including rules), regulations, bye laws that may be passed or notification that may be issued
under any labour law in future either by the State or the Central Government or the local
authority. Salient features of some of the major labour laws that are applicable to construction
industry are given below. The Contractor shall keep the Employer indemnified in case any
action is taken against the Employer by the competent authority on account of contravention of
any of the provisions of any Act or rules made there under, regulations or notifications
including amendments. If the Employer is caused to pay or reimburse, such amounts as may be
necessary to cause or observe, or for non-observance of the provisions stipulated in the
notifications/bye laws/Acts/Rules/regulations including amendments, if any, on the part of the
Contractor, the Engineer/Employer shall have the right to deduct any money due to the
Contractor including his amount of performance security. The Employer/Engineer shall also
have right to recover from the Contractor any sum required or estimated to be required for
making good the loss or damage suffered by the Employer.

72
The employees of the Contractor and the Sub-Contractor in no case shall be treated as the
employees of the Employer at any point of time.

67. Salient Features of Some Major Labour Laws Applicable To Establishments


Engaged In Building And Other Construction Work.

a) Workmen Compensation Act 1923: The Act provides for compensation in case of injury by
accident arising out of and during the course of employment.

b) Payment of Gratuity Act 1972: Gratuity is payable to an employee under the Act on
satisfaction of certain conditions on separation if an employee has completed 5 years of service
or more or on death the rate of 15 days wages for every completed year of service. The Act is
applicable to all establishments employing 10 or more employees.

c) Employees P.F. and Miscellaneous Provision Act 1952: The Act Provides for monthly
contributions by the employer plus workers. The benefits payable under the Act are :

(i) Pension or family pension on retirement or death, as the case may be.
(ii) Deposit linked insurance on the death in harness of the worker.
(iii) payment of P.F. accumulation on retirement/death etc.

d) Contract Labour (Regulation & Abolition) Act 1970: The Act provides for certain welfare
measures to be provided by the Contractor to contract labour and in case the Contractor fails to
provide, the same are required to be provided, by the Principal Employer by Law. The
Principal Employer is required to take Certificate of Registration and the Contractor is required
to take license from the designated Officer. The Act is applicable to the establishments or
Contractor of Principal Employer if they employ 20 or more contract labour.

f) Minimum Wages Act 1948: The Employer is supposed to pay not less than the Minimum
Wages fixed by appropriate Government as per provisions of the Act if the employment is a
scheduled employment. Construction of Buildings, Roads, Runways are scheduled
employments.

g) Payment of Wages Act 1936: It lays down as to by what date the wages are to be paid, when
it will be paid and what deductions can be made from the wages of the workers.

h) Industrial Disputes Act 1947: The Act lays down the machinery and procedure for resolution
of Industrial disputes, in what situations a strike or lock-out becomes illegal and what are the
requirements for laying off or retrenching the employees or closing down the establishment.

k) Child Labour (Prohibition & Regulation) Act 1986: The Act prohibits employment of children
below 14 years of age in certain occupations and processes and provides for regulation of

73
employment of children in all other occupations and processes. Employment of Child Labour
is prohibited in Building and Construction Industry.

n) Inter-State Migrant workmen’s (Regulation of Employment & Conditions of Service) Act


1979: The Act is applicable to an establishment which employs 5 or more inter-state migrant
workmen through an intermediary (who has recruited workmen in one state for employment in
the establishment situated in another state). The Inter-State migrant workmen, in an
establishment to which this Act becomes applicable, are required to be provided certain
facilities such as housing, medical aid, traveling expenses from home up to the establishment
and back, etc.

o) The Building and Other Construction workers (Regulation of Employment and Conditions of
Service) Act 1996 and the Cess Act of 1996: All the establishments who carry on any building
or other construction work and employs 10 or more workers are covered under this Act. All
such establishments are required to pay cess at the rate not exceeding 2% of the cost of
construction as may be modified by the Government. The Employer of the establishment is
required to provide safety measures at the Building or construction work and other welfare
measures, such as Canteens, First-Aid facilities, Ambulance, Housing accommodations for
workers near the work place etc. The Employer to whom the Act applies has to obtain a
registration certificate from the Registering Officer appointed by the Government.

p) Factories Act 1948: The Act lays down the procedure for approval at plans before setting up a
factory, health and safety provisions, welfare provisions, working hours, annual earned leave
and rendering information regarding accidents or dangerous occurrences to designated
authorities. It is applicable to premises employing 10 persons or more with aid of power or 20
or more persons without the aid of power engaged in manufacturing process.

68. Protection Of Environment:

Salient features of some of the major laws that are applicable are given below :

The Water (Prevention and Control of Pollution) Act, 1974, This provides for the prevention
and control of water pollution, maintaining and restoring of wholesomeness of water.
‘Pollution’ means such contamination of water or such alteration of the physical, chemical or
biological properties of water or such discharge of any sewage or trade effluent or of any other
liquid, gaseous or solid substance into water (whether directly or indirectly) as may, or is likely
to, create a nuisance or render such water harmful or injurious to public health or safety, or to
domestic, commercial, industrial, agricultural or other legitimate uses, or to the life and health
of animals or plants or of aquatic organisms.

The Air (Prevention and Control of Pollution) Act, 1981, This provides for prevention, control
and abatement of air pollution. ‘Air Pollution’ means the presence in the atmosphere of any
‘air pollutant’, which means any solid, liquid or gaseous substance (including noise) present in

74
the atmosphere in such concentration as may be or tend to be injurious to human beings or
other living creatures or plants or property or environment.

The Environment (Protection) Act, 1986, This provides for the protection and improvement of
environment and for matters connected therewith, and the prevention of hazards to human
beings, other living creatures, plants and property. ‘Environment’ includes water, air and land
and the inter-relationship which exists among and between water, air and land, and human
beings, other living creatures, plants, micro-organism and property.

The Public Liability Insurance Act, 1991, This provides for public liability insurance for the
purpose of providing immediate relief to the persons affected by accident occurring while
handling hazardous substances and for matters connected herewith or incidental thereto.
Hazardous substance means any substance or preparation which is defined as hazardous
substance under the Environment (Protection) Act 1986, and exceeding such quantity as may
be specified by notification by the Central Government.

75
SECTION 4

CONTRACT DATA

76
Contract Data

Items marked "N/A" do not apply in this Contract.

1) The following documents are also part of the Contract: Clause Reference

 The Schedule of Other Contractors [8]


 The Schedule of Key Personnel [9]
 The Methodology and Program of Construction & Environmental Management Plan [27]
 The Schedule of Key and Critical equipment to be deployed on the work as per [27]
agreed program of construction
 Site Investigation reports [14]
2) The Employer is

Name: Chief (Systems), Business Development, [1.1]


on behalf of Executive Director, Ganga Rejuvenation, WAPCOS
Address: Kailash Building, 905, 26, K G Marg , New Delhi, 110001

3) The Engineer is: To be informed in due course of time [1.1]


4) The Adjudicator appointed by the Employer will be informed subsequently

To be appointed within 28 days after signing of Agreement [1.1]

5) The name and identification number of the Contract is:

“Construction of 6.5 MLD capacity Sewerage Treatment Plant (STP) (initially


construction of 2.5 MLD and extension of capacity within one year after completion of
construction and trail run of 2.5 MLD STP) and Allied Structures based on Sequential
Batch Reactor (SBR) Technology and all other works contingent thereto including
Design, Drawing, Construction of Civil Works, Supply, Erection, Testing and
Commissioning of Mechanical, Electrical & Instrumentation Works complete in all
respects, along with trial run of 6 months w.e.f. date commissioning of each unit and
Operation and Maintenance for additional 36 months on turnkey basis complete in all
respects at Leh, Jammu & Kashmir” [1.1]

The Works consist of Civil and Electro-mechanical works for Construction of 6.5 MLD
capacity Sewerage Treatment Plant (STP) (initially construction of 2.5 MLD and
extension of capacity within one year after completion of construction and trail run of 2.5
MLD STP) and Allied Structures based on Sequential Batch Reactor (SBR) Technology
and all other works contingent thereto including Design, Drawing, Construction of Civil
Works, Supply, Erection, Testing and Commissioning of Mechanical, Electrical &

77
Instrumentation Works complete in all respects, along with trial run of 6 months w.e.f.
date commissioning of each unit and Operation and Maintenance for additional 36
months on turnkey basis complete in all respects at Leh, Jammu & Kashmir [1.1]

6) The Start Date shall be the date of issue of notice to proceed with the work. [1.1]
7) The Intended period for construction of whole Works is 18 months with the following
milestones : [1.2,17, 28]
8) After completion of construction of the Facility, the STP will be put on Trial Run for 6 months.
After successful completion of the Trial Period, the Contractor will carry out Operation and
Maintenance Works for 3 Years.

9) The Contractor shall submit a revised Program including Environmental Management


Plan for the Works(in such form and detail as the engineer shall reasonably prescribe)
within 7 days of delivery of the Letter of Acceptance. [27]

10) [This program should be in adequate detail and generally conform to the program submitted

along with Bid. Deviations if any from that should be clearly explained and should be satisfactory to
the Engineer]

11) The Site Possession Dates shall be: [21]

Within 15 days from the date of signing the contract agreement

12) The Defects Liability Period is 3 years (same as O & M period) from the date of trial run
Period. This defect liability period will be first 36 months of O & M period.

[34 & 35]

13) Insurances [13]


Minimum Cover for Insurance

i. Works and Plant and Materials Equal to the quoted construction cost

ii. Loss or damage to Equipment Equal to the cost of the Equipment

iii. Other Property including third Shall arrange insurance against any damages,
party claims loss or injury which may occur to any property
or to any person .

iv. Personal injury or death insurance: Rs. 20.00 Lac


a) for other people;

v b) for Contractor’s Employees Rs. 20.00 Lac

78
14) The period between Program updates shall be 30 days [27]

15) The language of the Contract documents is English [3]


16) The law which applies to the Contract is the laws of Union of India supplemented

by J & K Local Acts [3]

17) The amount to be recovered for non-employment of technical personnel shall be

Rs. 35000- per month per each stipulated personnel in the case of Degree Holders and
Rs. 20000/- per month per each stipulated personnel in the case of Diploma holders for
the period of such non-employment. [9 ]
18) The currency of the Contract is Indian Rupees. [45]
19) Fees and types of reimbursable expenses to be paid to the Adjudicator to be fixed on
appointment of the Adjudicator (after the award of contract and signed by the bidder)
[25]
20) Appointing Authority for the Adjudicator Employer [26]
21) The proportion of payments retained (retention money) shall be 5 % from each
bill.
22) The liquidated damages for the whole of the works are0.05% of the accepted contract value per
day
23) The maximum amount of liquidated damages for whole of the works is 10 % of final contract
price. [48]
24) The amounts of the advance payment are: [49]

Nature of Amount (Rs.) Conditions to be fulfilled


Advance

1. Mobilization 5% of the Contract price On submission of irrevocable &


un-conditional Bank Guarantee.
Mobilization advance shall be
paid in two instalments as
mentioned hereunder:

First Installment of fifty percent of total


mobilization advance shall be paid after the
agreement is signed and upon submission of

79
performance guarantee for full amount as
specified.

2nd installment of fifty percent of total


mobilization advance will be paid after the
setting up of site office and site laboratory,
complete mobilization of plant and
machinery, scaffolding & shuttering
materials etc.

25) Repayment of advance payment for mobilization and equipment: [49]

The advance shall be repaid with percentage deductions from the interim payments certified by
the Employer. Deductions shall commence in the next Interim Payment Certificate following that
in which the total of all such payments to the of first installment of advance, whichever period
concludes earlier, and shall be made at the rate of 12.50 % of the amounts of all Interim Payment
Certificates until such time as the advance has been repaid, always provided that the advance
shall be completely repaid prior to the expiry of the original time for completion pursuant to
Clauses 17 and 28.
26) The Securities shall be for the following minimum amounts equivalent as a % of the Contract
Price: [50]
27) Performance Security Deposit for 5 % of contract price plus additional security for unbalanced
Bids [in terms of ITB Clause 29.6].
28) The standard form of Security Deposit acceptable to the Employer shall be an irrevocable and

Unconditional Bank Guarantee of the type as presented in Section 6 of the Bid Documents.
29) *The date by which “as-built” drawings (in scale)and Operation & Maintenance Manual, each in
5 sets, are required is within 28 days of issue of certificate of completion of whole or section
of the work, as the case may be [55]
30) The amount to be withheld for failing to supply “as built” drawings by the date required is Rs.
5.00 lakhs [55]
31) The percentage to apply to the value of the work not completed towards the Employer's
additional cost for completing the Works shall be 10 percent. [57.1]

80
SECTION 5

SPECIFICATIONS

81
Section 5
Specifications
Table of Clauses
S.No. Content Page No.
A Capital Works
1.1 Site Information 85
1.2 Raw Sewage Characteristics 86
1.3 Treated Sewage Quality 87
1.4 Scope of Work 87
1.5 Drawing 89
1.6 Particular Conditions 89
1.7 As Built Drawings 96
1.8 Activity Bar Chart 96
1.9 Contract Limits/Battery Limits 96
2.1 Scope of Work For 2.5 Mld Capacity Sewage Treatment Plant (STP) 98
2.1 Civil Works Of STP 98
2.1.1 Stilling Chamber 98
2.1.2 Fine Screen Chamber 98
2.1.3 Grit Chamber 99
2.1.4 Sequential Batch Reactor 100
2.1.5 Sludge Sump 102
2.1.6 DWPE Dosing Tanks 102
2.1.7 Sludge Pump House 102
2.1.8 Centrifuge House 102
2.1.9 Chlorine Contact Tank 103
2.1.10 Sludge Storage Platform 103
2.1.11 Process Piping & Drain Piping 103
2.2 Electrical & Mechanical Works Of 2.5 Mld Capacity Secondary Sewage Treatment Plant (Stp) 105
2.2.1. Manual Fine Screens 105
2.2.2 Mechanical Fine Screens 105
2.2.3 Mechanical Detritor 106
2.2.4 Decanter Mechanism 107
2.2.5 Return Activated Sludge (RAS) Pumps 108
2.2.6 Surplus Activated Sludge (SAS) Pumps 108
2.2.7 Aeration Grid in SBR Reactors 108
2.2.8 Fine Bubble Diffusers in SBR Reactors 109
2.2.9 Air Blowers (Sludge Sump) 109
2.2.10 Air Blowers (SBR Reactors) 109
2.2.11 Chlorination System including Chlorinator, Chlorine Tonners, Booster pumps, safety 110
equipment etc
2.2.12 Centrifuge Feed Pumps 111
2.2.13 Centrifuge Units 111
2.2.14 Polyelectrolyte Agitator 112
2.2.15 Polyelectrolyte Dosing Pumps 112
2.2.16 Control Gates 112
2.2.17 STP – Main Electrical Panel 113
2.2.18 Capacitor Bank/ APFCR Capacitor Panel 113
2.2.19 Cabling, Cable Trays and Junction Boxes 113
2.2.20 Automation and Control (PLC, PC etc) 114
2.2.21 Instrumentation 114
3.0 Scope Of Work For STP 116
3.1 Tonner Room 116
3.2 Chlorinator Room 116
3.3 Energy Meter Room 116
3.4 Diesel Generating Set Along With Shed 117
3.5 Piping, Channels & Valves 117
3.6 Laboratory Equipment 119
3.7 Administrative Building (Operations Building) Consisting Of Main Electrical Panel (Mep) 121
Room, Blower Room, Laboratory, Office, Toilet Etc.
3.8 Toilet Block For Workers 124
3.9 Lifting Arrangements 124

82
3.10 Service Water In Plant 125
3.11 Platforms And Stairs 125
3.12 Railings Along All The Platforms & Stairs 125
3.13 Painting, White Washing And Allied Works 126
3.14 External Sewerage System 126
3.15 Lowering Of Ground Water Table During Construction, If Any 126
3.16 Boundary Wall And Gate 126
3.17 Roads & Pathways With Proper Drainage 127
3.18 Plant Lighting 127
3.19 Site Filling, Levelling And Landscaping 127
3.20 Effluent Disposal Channel With Tail End 127
3.21 General Points 128
B. SPECIFICATIONS FOR OPERATION AND MAINTENANCE 129
1.1 Scope of Work 129
1.2 General Terms And Conditions 130
1.3 Financial Terms And Conditions 132
1.4 Description Of Staffing 132
2.0 Operation And Maintenance Activities 133
3.0 Sample Analysis Schedule 134
C. LIST OF APPROVED MAKES 135
D. GENERAL SPECIFICATIONS - PART `A’ CIVIL WORKS 143
1.0 Earthwork, Plain Cement Concrete, Reinforced Cement Concrete, Brick Masonry And 143
Plastering
2.0 Piping 143
2.1 General 143
2.2 Puddle Collars 144
2.3 Hdpe Pipes 144
2.4 Glazed Stone Ware Pipes 144
2.5 RCC Pipes With HDPE Lining 144
2.6 Pipes And Specials 145
2.7 Valves 145
2.8 Reference Codes 151
2.9 Construction 152
2.10 Hydraulic Testing Pipes 156
3.0 Joints 156
4.0 Floor Finishes And Allied Works 157
5.0 Painting, Whitewashing And Allied Works 161
5.1 Materials 161
5.2 Storage 161
5.3 Preparation Of Surface 161
5.4 Application 162
5.5 Synthetic Enamel Paint 163
5.6 Bituminous Painting 163
5.7 Painting Of Structural Steel/ Miscellaneous Steel 163
5.8 Protection 164
5.9 Cleaning Up 165
5.10 Acceptance Criteria 165
5.11 Codes Of Practice 165
6.0 Doors, Windows, Grills & Rolling Shutters 165
6.1 Door & Window Shutters 166
6.2 Fittings 167
6.3 Rolling Steel Shutters / Grills 167
6.4 IS Codes 168
7.0 Structural Steel Fabrication Work 169
7.1 Materials 169
7.2 Fabrication 170
7.3 Straightening 172
7.4 Bending 172
7.5 Cutting 172
7.6 Grinding 172
7.7 Clearances 173
7.8 Holes 173

83
7.9 Notches 174
7.10 Assembly 174
7.11 Bolting 174
7.12 Chequered Plate 174
7.13 Welding 175
7.14 Welding Of Structural Steel Work 175
7.15 Girders For Movement Of Hoisting System 175
7.16 MS Stair 175
8.0 Water Proofing And Damp Proofing 176
8.1 Water Proofing 176
8.2 Damp Proofing 176
9.0 Gates 177
9.1 CI Control Gates 177
9.2 Aluminum Control Gates 177
10.0 Electrical Requirements 189
11.0 Internal Water Supply & Sanitary System 184
12.0 Roads And Pavements 184
Part `B’ : Electrical and Mechanical Works 186
1.0 General Requirements for E&M Work 187
1.1 Prerequisites Before The Supply of Equipment 187
1.2 Prerequisite Along With Supply of Equipment 189
1.3 Prerequisites After Completion of Supply of Equipment 189
1.4 Quality Assurance From Contractor Side 190
1.5 Equipment Guarantee 193
1.6 Liability Of The Contractor 193
2.0 Technical Specifications For E&M Works 194
2.1 Manual & Mechanically Operated Screens 194
2.2 Grit Separator 197
2.3 Non Clog Submersible Pumps 198
2.4 Air Blowers (Aeration Tank) 206
2.5 Fine Bubble Diffusers 207
2.6 Stainless Steel Decanters 208
2.7 Screw Pumps 208
2.8 Air Blowers (Sludge Sump) 210
2.9 Centrifuge Unit 211
2.10 Chain Pulley Block 211
2.11 Auto Valves 212
2.12 Electric Hoists 213
2.13 Main Electrical Panels 214
2.14 Automation And Control 220
2.15 Cabling 221
2.16 Polyelectrolyte Agitator 227
2.17 Polyelectrolyte Dosing Pumps 228
2.18 Instrumentation 228
2.19 Fire Extinguishers 235
2.20 First Aid Kits 235
2.21 Emergency Lamps 236
2.22 Exhaust Fans 236
2.23 Specifications For Street Lighting System 236
2.24 Chlorination System 242
2.25 Diesel Generating Set 244
2.26 Automatic Voltage Regulating Relay 260
2.27 Vacuum Circuit Breakers 261
2.28 Variable Frequency Drive 261

84
This section is divided into four parts:-
(A) Capital Works
(B) Operation & Maintenance
(C) List of Approved Makes
(D) General Specifications
(A) CAPITAL WORKS

INTRODUCTION
Leh Autonomous Hill Development Council (LAHDC), Leh, J&K intends construct to 2.5
MLD capacity Sewage Treatment Plant (STP) in Leh. LAHDC has entrusted the entire work to
WAPCOS Limited and thus, tenders are being invited by the same on behalf of LAHDC.
Construction of STP shall be executed in phased manner. Initially, construction of 2.5 MLD
STP on SBR technology shall be taken up along with trail run of 6 months and O&M of 3 years.
After construction of 2.5 MLD STP, contractor may take up the job of expansion of STP from
2.5 to 6.5 MLD in second phase. Execution of second phase shall depend on arrangement of
funds by LAHDC.
Site for the proposed STP is available with the Client. The treated effluent of STP shall be
disposed off into adjoining drain approx 450 m from the STP site.

1.1 Site Information

SNo Item Particulars


1. Average Flow 2.5 MLD
2. Site Survey Plan Enclosed with tender documents. However, the bidder is
advised to visit site for making own assessment of site
conditions, topography and arrangement of survey. The
successful bidder has to get detailed topographical survey of
the entire site again.
3. Invert Level of last 3237.00 m
sewer entering
project site
4. Highest Flood Level 3200 m
(H.F.L.) of river
5. Level of secondary Sufficient so as to dispose secondary treated effluent into
treated effluent after river by gravity. Adjoining river is approx450 m away from
Chlorine Contact STP site.
Tank

85
SNo Item Particulars
6. Average Ground As per enclosed site plan
level of the site
7. Formation Level of As per design
site
8. Design Spring Level At 0.5 m below average ground level
9. Normal Spring Level At 0.9 m below average ground level
10. Net safe bearing Approximate Net S.B.C. at site is 10-15 Tonne per sqm
capacity of soil .However, the successful bidder will carry out his own
S.B.C. tests and lower of 10 Tonne per sqm or actual will be
followed in the design.

1.2 Raw Sewage Characteristics-


Raw sewage is general household sewage(any slaughter house or industry waste is not mixed in pipe
line). Contractor shall conduct chemical testing prior to detailed design for ascertaining the quality
of sewage.
Note : In case raw sewage characteristics for any of the above parameters is less than or equal to the
values mentioned above, the contractor is required to guarantee below mentioned treated sewage
quality at all times.
Raw water characteristics are as follows: -
pH- 6.0 - 8.5
BOD- 250 mg/l
COD- 450 mg/l
TSS- 500 mg/l
Total Coliform- 1x107 MPN/100 ml
Fecal Coliform- 1x106 MPN/100 ml
TKN (as N) - 45 mg/l
NH4- N- 25 mg/l
Total Phosphorous (as TP)- 5 mg/l
The waste from 150-bedded Hospital will also be discharged in to the sewer in future

1.3 Treated Sewage Quality


The treated sewage quality to be guaranteed by the contractor is as below:

86
1.3.1 Treated Sewage Quality for 2.5 MLD Secondary Treatment Plant
SNo Parameter Value Unit
pH 2.5-9.0 ---
Biological Oxygen Demand
1. Not more than 10 mg/l
(BOD5)
2. Chemical Oxygen Demand (COD) Not more than 50 mg/l
3. Total Suspended Solids (TSS) Not more than 20 mg/l
4. Ammonical Nitrogen NH4-N Not more than 5 mg/l
5. Total Nitrogen as N Not more than 10 mg/l
6. Fecal Coliform Less than 100 MPN/100ml
7. Total phosphorus Not more than 2 mg/l
8. Residual >0.2 mg/l
9. Nitrate Nitrogen Not more than 5 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 in the DNIT has to be provided at all times.

1.4 Scope of Work:


The scope of work shall include but not limited to the following:
(i) Verification of Topographical survey of the entire site mentioning all existing
structures, existing above Ground, Underground and on ground features, roads,
buildings along with ground levels, location, size, slope and invert level of incoming
sewer, location of disposal drain along with cross section(s) at tentative disposal point.
(ii) Bearing Capacity Report at site.
(iii) Planning, designing and construction of civil engineering works for all units and all
ancillary structures.
(iv) Contractor shall arrange for Pre-shipment inspection at the manufacturers premises of
the Electro-mechanical component/items of the STP before & in advance prior to
dispatch to site of works. All expenses towards such pre shipment inspection viz. travel
expense, TA & DA, lodging et. Shall be borne by the contractor.
(v) Planning, designing, supply, erection, testing & commissioning of all mechanical
equipment.

87
(vi) Planning, designing, supply, erection, testing & commissioning of all electrical &
instrumentation equipment.
(vii) Planning, designing, supply, erection, testing & commissioning of all piping, valves
and specials etc.
(viii) Hydraulic testing of all the water retaining structures.
(ix) Contractor shall make available one no of good condition vehicle with driver, suitable
for site visit, at disposal of project manager of employer for the purpose of site visit &
inspection of ongoing works. O&M charges, fuel charges shall be borne by the
contractor.
(x) Start-up and trial run, before operation and maintenance of Sewage Treatment Plant
(STP) for a period of 6 months or till complete stabilization of the plant process or till
desired parameters are consistently achieved whichever is longer.
(xi) Defect Liability Period including operation and maintenance of STP (hereinafter called
as “entire plant”) shall be for a period of 36 months after trial run and successful
commissioning of plant.
(xii) Contractor shall arrange and organize visit of 2 teams (3 person each) of employer’s
personnel to functional STP Site (in India or Abroad) in the similar geographic and
climatic conditions. All expenses towards this visit including travel, boarding, lodging,
TA & DA shall be borne by the contractor. Contractor shall indicate the name of site in
the bid itself.
(xiii) Operation and Maintenance of the entire plant for a period of 36 months excluding 6
months stabilization of plant thereof after successful completion of work of STP.
(xiv) During the defect liability and operation and maintenance period, electricity charges,
and Diesel (if any) will be borne by the department. All other consumable materials,
repairs, spares, chemicals and required staff during defect liability period and
operation and maintenance period will be provided by bidder.
(xv) Submission of as-built drawings after completion.
(xvi) Submission of equipment drawings, technical specifications / catalogues.
(xvii) Manufacturer’s manual for Operation & Maintenance of the equipment supplied.
(xviii) Operation and maintenance manual.
(xix) Training of LAHD staff for operation and maintenance of STP.

1.5 DRAWINGS
1.5.1 Digital site survey plan is attached in this tender document for reference of the bidders. All
the bidders are required to include preliminary engineering drawings such as Layout Plan,
Hydraulic Flow Diagram, Piping & Instrumentation (P&I) Diagram in their technical bid

88
along with Process Calculations, Hydraulic Calculations, Pipe Sizing calculations and any
other necessary details. For assessment of site conditions and actual topography, bidders are
advised to visit site before bidding.

1.5.2 After allotment of work, the bidder shall submit Topographical survey and Bearing Capacity
Report to the department.

1.5.3 Thereafter, basic Engineering Package consisting of Layout Plan, Hydraulic Flow Diagram,
Piping & Instrumentation (P&I) Diagram along with Process Calculations, Hydraulic
calculations, Pipe Size Calculations etc.

1.5.4 After approval of Basic Engineering Package from department, the bidder shall submit GA
drawings and detailed structural design and drawings for approval before execution of work.
GA and structural drawings for all civil units shall be submitted by the bidder.

1.5.5 The design/drawings submitted by the contractor to the department will be approved by the
department. Department may seek opinion on these from consultant and/or expert in the
field. If changes in the submitted design/drawings are required, the Engineer may either
himself do so prior to approval or may request the contractor to resubmit the design/drawings
after making the required amendments. Any changes / modifications suggested by the
department in the drawings will be binding upon the contractor before their approval.
1.5.6 The bidder shall also submit technical data sheets for all electrical, mechanical and
instrumentation items to the department and obtain approval from the department before
procurement of the same from various vendors.
1.5.7 All designs and drawings shall be submitted by the contractor in minimum five sets of
hardcopy and five sets of softcopy.

1.6 PARTICULAR CONDITIONS


The scope of the work under the contract is deemed to include the following works. The rates
quoted by the contractor in the price schedule shall include scope of work mentioned in this
DNIT and also the following works. Nothing extra shall be paid on these accounts.
Note:- Lump sum price will include any contingent work required for successful
completion and operation of the STP and nothing extra shall be payable on this account.
(i) Bearing Capacity: The successful bidder/contractor shall have to get the bearing
capacity of the plant area tested (in the presence of Engineer or his authorized
representatives) and the design shall be based on the tested bearing capacity or
maximum net safe bearing capacity of 10 Tonne per sq. m, whichever is less. Any
financial claim on account of bearing capacity shall not be entertained. It is again
reiterated that the contractor shall be responsible for soundness, safety and stability of
the structures.

89
(ii) All the structures shall be designed / built considering design spring level. No
pressure release valves shall be installed for release of uplift pressure.
(iii) All the structures shall be structurally designed assuming water up to Top of Wall
(T.O.W.) with no supporting earth/water pressure on other side.
(iv) Top of outer walls of all RCC structures shall be minimum 0.6 m above Formation
Level of the site.
(v) All water retaining structures shall be designed & constructed in design mix
minimum M-30 as per IS 3370, 2009 edition with latest amendments. However, the
minimum cement contents of 405 kg/cum shall be maintained. No admixtures shall be
used except for improving of workability, for which prior approval of Engineer shall
be obtained. Buildings and other non-water retaining structures shall be designed &
constructed in design mix minimum M-25 grade of concrete as per latest IS 456-
2000, IS 10262 with up to date amendments.
(vi) All RCC work below G.L. shall be done using Sulphate Resistant Cement.
(vii) Minimum thickness of water retaining structures shall be 150 mm.
(viii) Clear cover on liquid face shall not be less than 45 mm.
(ix) All works shall be carried out strictly as per following order of precedence:-
(a) DNIT requirements and specifications
(b) CPWD specifications
(c) IS Codes,
(d) Manual of Sewerage & Sewage Treatment (CPHEEO)
(e) Manual of Water Supply & Treatment (CPHEEO)
In case of any discrepancy, the decision of Engineer shall be final and binding.
(x) Following General Building Specifications shall be followed for all buildings of
the entire plant (unless specified otherwise) :-
(a) Plinth Protection
All building and tanks structures shall be provided with min 1200 mm wide cement
concrete (M-15) of average thickness 75mm over a layer of compacted brick bats
(average thickness 75mm) with brick edging at outer edge, plinth protection all-round
the structures.
(b) Damp proof course
Damp proof course, 50mm thick, with cement concrete M-15 mixed with approved
water proofing component in the proportion recommended by Manufacturers shall be
provided at plinth level in all buildings.
(c) Ramp

90
All Ramps shall be in RCC, min 150 mm thick with adequate steel reinforcement,
with slope of 1:10 (vertical: horizontal). All Ramps shall be covered with 80 mm
thick interlocking tiles over and including 50 mm thick compacted bed of coarse
sand, filling the joints with fine sand. Sub-base shall be 100 mm thick PCC 1:3:6 over
150 mm thick soling laid over compacted earth.

(d) Brick work


All buildings shall be of reinforce concrete framework with brick panel walls/ PCC
block walls, Architectural aspects of each building shall be given utmost importance.
All buildings shall have aesthetically pleasing facade and entrance porticos.
All brick walls shall be in 230mm (9”) thick brick masonry built in 1:5 cement mortar
(1 cement: 5 coarse sand). Half brick (115 mm thick) walls shall be in 1:4 mortar and
shall be provided with 2 nos. 6mm dia MS bars at every third course. All walls shall
be 230 mm thick, except partition wall of toilets. Partition wall of toilets shall be 115
mm thick.

(e) Flooring & Skirting


The building floors shall have finishes as per the following details:
i. All areas/rooms containing any kind of machinery such as blower room, engine
room, pump house etc – Ironite Flooring as per CPWD Specifications
ii. All areas / rooms not containing machinery such as panel rooms, laboratory,
office, balconies, passages etc – Kotah Stone as per CPWD Specifications
iii. All toilets – Vitrified Tiles as per CPWD Specifications

The finished floor level in toilet areas shall be 25mm below general finished floor level
elsewhere in the building. Tiles in toilets shall be provided upto door level.
(f) Plastering
Interior face of all building structures shall be provided with plaster in cement mortar
(1:4) in single coat of 12 mm thickness. Ceiling of all building structures shall be
provided with plaster in cement mortar (1:3) in single coat of 6 mm thickness.
(g) Painting
The internal surfaces of the walls and ceiling of all building structures shall have
three coats of oil bound paint. All the structural steel shall have synthetic enamel
paint over primer. All the external faces of the tanks above ground level shall have
three coats of cement paints/cement based paint.
(h) Exterior Finish

91
All the external faces of the buildings shall have washed stone grit plaster on exterior
walls height upto 10 metre above ground level, in two layers, under layer 12 mm
cement plaster 1:4 (1 cement : 4 coarse sand ), furrowing the under layer with
scratching tool, applying cement slurry on the under layer @ 2 Kg of cement per
square metre, top layer 15 mm cement plaster 1:1/ 2:2 (1 cement: 1/2 coarse sand : 2
stone chipping 10 mm nominal size), in panels with groove all around as per
approved pattern, including scrubbing and washing the top layer with brushes and
water to expose the stone chippings ,complete as per specification and direction of
Engineer

(i) Roof Treatment and Water Proofing


Project Area is prone to snow fall. Roof top shall be designed accordingly considering
the snow load and adequate water proofing.
(j) Rain Water pipe
For roof drainage cast iron rain water downtakes with C.I. bell mouth and C.I. grating
at top shall be provided. For roof plan areas upto 40 sq. m. minimum two 100 mm
diameter down pipes shall be provided. For every additional area of 40 sq.m., or part
thereof, at least one 100mm dia down pipe shall be provided. All rain water pipes
shall be of C.I. with lead joints and encased with CC (M15) mix properly in the chase
of walls. The rain water should be connected directly with the storm water drainage
system through gully traps.
(k) Door/ Windows/ Ventilation/ Chajja
All the building structure shall be provided with ventilation area at least 20% of the
floor area or 10% of the outer wall area, whichever is more. All the
door/windows/ventilator for plant units shall be of Anodised Aluminium section with
tinted glass. Necessary rubber gasket /beeding should be used to make the buildings
dust free. All types of doors, windows, rolling shutters shall have lintels. Lintels over
openings on external walls shall be provided with minimum 600mm wide chajjas
with facias as required for pleasing aesthetic appearance. All chajjas, slabs and sill
projections shall be provided with drip moulding or throating as directed by Engineer
in all concreting/plastering works.
(l) Miscellaneous
All floor cutouts, cable ducts, pits, chambers trenches, etc. shall be covered with precast
concrete covers or mild steel chequered plates of adequate thickness (minimum 8 mm)
and stiffening. Lifting hooks shall be provided in all cover panels. All uncovered
openings shall be protected with hand railing. All wires / cables used in various
buildings shall be fire resistant.
(xi) RCC access platform (walkway), staircase and railings shall be provided as a necessary
item to all the units. Minimum clear width of all platforms, staircases, etc., shall be 1.2
metres. RCC staircases shall be provided for access to walkway of all structures. The

92
extent of walkways around various structures shall be sufficient for easy operation,
maintenance and inspection of the unit, which shall be as per approval of Engineer.
However, in exceptional circumstances cat ladders with Chequered Plate steps may be
permitted. The decision of Engineer in this regard and about the length of walkway
shall be final and binding.
(xii) The area for various buildings/sheds as mentioned in the DNIT is the minimum
requirement. However, if for proper functioning and workability, greater area is
required, then it shall be the responsibility of the contractor to provide the same within
the same scope of work and at no extra cost.
(xiii) Sufficient clear distance among various equipment and between equipment & walls of
the building (in which the equipment is housed) shall be provided and shall be as per
approval and satisfaction of Engineer. The decision of Engineer in this regard shall be
final and binding.
(xiv) Height of all buildings containing machinery / equipment shall be sufficient so that any
equipment can easily be moved with the help of hoist / gantry (whatever lifting
arrangement has been specified for that equipment in the tender document or in absence
of same, the arrangement suggested by bidder) over other equipment while the other
equipment is in operating condition.
(xv) Wherever sluice valves, or any other valve is to be installed below formation level of
the area, the associated haudi / valve chamber of required structural strength and water
resistant design shall also be constructed by the contractor within the scope of this
contract.
(xvi) The technical specifications for various items are covered in the tender documents. In
case any item is not covered or missing, CPWD specifications and relevant IS codes
shall have to be followed with the approval of Engineer. In case no specifications exist
in either tender document or either of CPWD Specifications/IS codes then relevant
British code/AWWA specifications will be followed. If any item does not find mention
even in these, then specifications as finalized by Engineer shall be conclusive and
binding.
(xvii) In case of any missing specifications or discrepancy between specifications laid down
in this document and CPWD specifications / relevant IS codes/other codes, the decision
of Project Manager, WAPCOS Limited, shall be final & applicable.
(xviii) Wherever reference is made to Indian Standard Specifications, the latest editions shall
be applicable including up to date amendments.
(xix) The contractor shall install equipment provided by one of the approved manufacturers
as listed in the DNIT.
(xx) The scope of work along with specifications has been mentioned in the tender
document. However, if any item is left out in the tender document but is essential for
proper working and functioning of the entire plant, it shall be provided by the

93
contractor and nothing extra shall be payable for the same. The price for the same shall
deem to have been included in lump sum price bid.
(xxi) Physical inspection of the inlet sewer at the terminal manhole of sewer line and
reconfirmation of invert level of the sewer at the site shall be done by the contractor in
consultation with Engineer or his authorized representative.-
(xxii) The contractor shall keep the levels of various units such that there is no backflow from
the disposal drain at all times throughout the life of the plant.
(xxiii) Where the work is in progress, the contractor shall be responsible for providing
luminous painted warning / caution notice boards with flickering light arrangements on
either side, at least 10 meters before the approach.
(xxiv) The Contractor is advised to carry out its own investigations and gather information on
the water table/subsoil conditions. In the event that sub-soil water is encountered during
excavation, the contractor shall be responsible for using suitable and approved
dewatering system for execution of work at no extra cost.
(xxv) 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 and nothing extra for dewatering of sub-soil water drain etc. will be paid.
The contractor will have to dispose off sub-soil water at suitable location away from the
site of work at his own cost. The contractor shall be responsible for pumping and
draining the sub-soil water. The water shall be discharged at a sufficient distance from
the work site at no extra cost. The sewer / storm water side drains shall be cleaned and
maintained by the contractor to avoid unhygienic conditions in and around the work site
at no extra cost. The instructions, precautions and procedures as prescribed by the
health department shall be binding and no claim on any ground will be entertained.
(xxvi) The contractor shall be responsible for arranging sufficient number of diesel engine
driven pumps for lowering and keeping 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. However, dewatering shall be done in a
manner so that cavity formation is avoided.
(xxvii) If any underground services such as water mains, electricity poles, electricity cables,
telephone cables, sewer lines, etc., become exposed and un-supported during
excavation, it shall be the responsibility of the contractor to make suitable and
necessary arrangements for supporting, restoring and keeping them functional. Such
arrangements shall be done as per the directions of Engineer. 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.
(xxviii) 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

94
to site conditions, close / open timbering shall be done by the contractor as per direction
of the Engineer to prevent caving-in of the trenches. Nothing extra shall be payable on
this account. Entire responsibility for any loss of life or property or both due to any
negligence or otherwise shall solely be of contractor.
(xxix) The contractor shall 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.
(xxx) The contractor shall take all necessary precautions for the safety of existing
nearby/adjoining main or lateral sewers, existing structures at site and any damage to
existing sewers or infrastructure shall be repaired at no extra cost by the contractor.
(xxxi) The contractor shall provide a board indicating the name of work, name of contractor,
name of client, name of Engineer, cost of work, date of start, date of completion,
telephone number, etc., at site at no extra cost to the department on this account.
(xxxii) The contractor will be solely responsible for mishaps, if any, during the execution of
the work. The contractor must get his labour insured by Comprehensive All Risk
(CAR) policy before the start of work and for the entire duration of their work at the
site.
(xxxiii) The lump sum scope of work shall include clearance / levelling of site suitable for
construction of entire plant.
(xxxiv) The contractor shall not disturb/damage or destroy any hedge, tree, building, etc.,
within the site or his area of operation without the written permission of the Engineer.
(xxxv) The contractor shall at all times during the progress of work take all requisite
precautions and use his best endeavours for preventing any riotous or unlawful
behaviour by or among the workers and other employees at the work site and shall
preserve peace and protection of the inhabitants and the security of property in the
neighbourhood of the work site.
(xxxvi) 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, due to any
reason whatsoever, the contractor shall make the same good at his own expense or in
default the Engineer may ask the same to be made good by other workman and deduct

95
the expense from any amount that may be due or at any time thereafter may become
due to the contractor, or from his security deposit thereof.
(xxxvii) 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. Any debris left
behind shall be removed at risk and cost of contractual agency.

1.7 AS-BUILT DRAWINGS


After construction and commissioning of the project, the contractor shall additionally submit
the five hardcopies and two softcopies of As-built Drawings to the 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.

1.8 ACTIVITY BAR CHART


The successful bidder shall submit Activity Bar Chart, giving Time Schedule for each
activity within 15 days of allotment of work. The construction activities shall be strictly
based on this Bar Chart, after it has been approved by the Engineer. Whenever there is a
deviation from the approved Bar chart, a revised Bar chart shall be submitted by the
Contractor. During construction, the updated Bar Chart along with progress achieved shall be
submitted to the Engineer, every month.

1.9 CONTRACT LIMITS / BATTERY LIMITS


(a.) Sewer Connection
The contractor limit starts from the last sewer manhole, being built under a separate
contract. The contractor in the present contract has to lay a gravity sewer of RCC
NP3/RCC channel/combination of both, underground or above ground, supported on
pillars up to inlet chamber of STP.
(b.) Treated Effluent
The contract limit for secondary treated effluent ends at discharge of treated effluent
into adjoining river by gravity.
(c.) Sludge
The contractor shall be responsible for proper handling and disposal of the sludge and
shall dispose of the same up to suitable location outside the STP premises, to be
identified by the department. A maximum lead of 10 Km. may be considered for the
purpose. All clearances / approvals from Pollution Control Board or any other
department shall be the responsibility of the contractor.

96
(d.) Electricity
During construction of the plant up to completion and successful commissioning, the
electricity & diesel charges shall be borne by the contractor. Electricity charges,
provided by employer, shall be Rs 10.00 per kWh. During trial run, operation &
maintenance period, electricity and diesel charges shall be borne by the department.
In case the plant does not stabilize in 6 months of trial run, this period shall continue
until complete stabilization is achieved. During this additional period, all electricity
and diesel charges shall be borne by the contractor.

(e.) Water Supply


During construction, stabilization and completion and successful commissioning of
the plant, the contractor shall be responsible for arranging the water requirements.
LAHDC will sanction water connection from existing water pipeline. Contractor will
lay the pipe from existing pipe line to STP site at his own cost and will also bear the
water charges @ 0.50% of agreement amount during construction period. Contractor
shall not bear any water charges during operation and maintenance period.
(f.) Screened material / Grit Disposal
The contractor shall be responsible for collection, transportation and disposal of
screenings and grit up to suitable location outside the STP premises, to be identified
by the department. All clearances / approvals from Pollution Control Board or any
other department shall be the responsibility of the contractor. A maximum lead of 5
Km. may be considered for disposing off surplus soil, Screenings, Grit etc.
(g.) Scour Flow / External Sewerage
The Contractor shall be responsible for the disposal of scour flow from various units
and waste water from toilets up to inlet of STP .
(h.) Power
415 V LT Power supply shall be made available approx. 150 m away from the STP
site. The contractor has to make connection with the existing LT line and bring the
LT cable upto STP site. All other works including cabling, panels, energy meter,
electrical panels and distribution thereof shall be done by the contractor. All
approvals from Chief Electrical Inspector Govt of J&K and Electricity Department
J&K shall be arranged by the contractor at his own.

2.0 SCOPE OF WORK FOR 2.5 MLD CAPACITY SEWAGE TREATMENT PLANT
(STP)

97
2.1 CIVIL WORKS OF STP
3.1.1 Stilling Chamber/ Inlet Chambers (1 No)
Stilling Chamber shall be designed to receive raw sewage from last manhole.. RCC access platform
shall be provided around the chamber: RCC staircase min 1.2 m wide shall be provided for access
from ground level to the top of the unit.
Total Average flow : 2.5 MLD
Peak factor : 3
Peak/ Design Flow : 2.5 MLD
Number of Units : One (1)
Detention period : Min 30 sec on peak flow
Min Free board : 0.5 m
Width : Total width of fine screen chamber

3.1.2 Fine Screen Chamber


1 No. Mechanical Working and 1 No. Manual Standby are proposed in the screen chamber. The
screen channels shall be designed for peak flow. RCC Platforms shall be provided at the upper level
to enable operation. Railing shall be provided around the entire periphery of the platform. The entire
structure is to be M30 concrete and as per IS 3370 including the platform for the gates. RCC
staircase 900 mm wide shall be provided for access from the ground level to the top of the unit & to
the operating platform.

The component/unit shall be designed for following


Number of Units : 1 No. Mechanical Working + 1 No. Manual
Standby 2.5 MLD average flow. Capacity
to be sufficient for peak flow also
Approach Velocity at Average Flow (m/sec.) : 0.3
Velocity through Screen at Average Flow (m/sec) : 0.6 maximum
Velocity through Screen at Peak Flow and clear screen (m/sec) = 1.2 maximum
Velocity through Screen at Peak Flow and 50% clogging (m/sec) = 1.8 maximum
Free board u/s of screen (m) = 0.6 minimum
Minimum length of each screen channel shall be such as to have a minimum clearance of 1.0 m in
front and 1.0 m on rear for easy access and control. A minimum length of 5 m shall be provided.
The mechanical and manual screen channels will be controlled by MS sluice gates at the upstream
and downstream end to regulate the flow. Each screen channel shall have a down take CI / DI pipe
with a sluice valve to drain out sewage into wet well.

98
The manual bar screen shall be fabricated from 50 mm x 8 mm thick SS 304 flats with 10 mm clear
opening. The assembly shall be installed in such a way that it can be installed and removed as and
when required.
The clear opening for mechanical screen shall be 6mm. The mechanical bar screens shall be of 3
mm thick Stainless Steel (SS-304) flats. Conveyor Belt and chute arrangement shall be provided to
take out the screenings. Screenings dropped from chute will be collected in a trolley (to be supplied
by contractor) of approx. 0.5 m3 capacity. This trolley will be housed in a roofed enclosure with
proper access, screen washing arrangement and drain. Any other accessories, whether specified or
not, but required for completeness of the contract shall be in contractor’s scope.
3.1.3 Grit Chamber
1 Mechanical Working + 1 Mechanical Standby Grit Chambers are proposed after fine screen units.
Design Criteria:
Peak/ Design Flow : 2.5 MLD
Size of Grit particle : 0.15 mm
Specific gravity of grit : 2.65
No of units : 1 Mechanical Working
+ 1 Mechanical Standby
Retention Time at peak flow : Min 60 seconds
Surface Overflow Rate : 959 m3/m2/day
Free Board : 0.50 m
Wheeled trolleys : 2nos.
The manual grit chamber shall be provided with aluminum control gates at U/S and D/S. The
mechanical grit chamber shall be provided with aluminum control gates at U/S. Proportional flow
weir shall be provided at D/S of manual grit chamber to maintain the velocity during different
variations of flow.
The mechanical grit chambers shall be Square Mechanical Detritus Tanks. Each Detritus tank
chamber shall have the following:
 Adjustable influent deflectors.
 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
requirements of the unit.
 One tapered outlet 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 classifier to collect the settled grit.

99
 The grit from classifier will be collected in a wheel barrow of approximately 0.5 m 3
capacity.
 Grit scraping mechanism.
 Reciprocating rake mechanism/screw mechanism to remove the grit.
 Organic matter return pump.
To enable easy operation, RCC platforms with railing shall be provided. The entire construction
shall be as per IS 3370. RCC staircase 900 mm wide shall be provided for access from the ground
level to the top of the unit & to the operating platforms. Aluminum gates shall be provided at the
entrance and at the outlet of the chamber.
Material of Construction
 Machine frame : SS-304
 Discharge pipe : SS-304
 Sack filling device : SS-304
 Shredding unit housing : SS-304
 Conveyor screw : extremely wear resistant steel
 Wear strips : extremely wear resistant steel
 Drives : worm geared motors

Any other accessory, whether specified or not, but required for completion of contract shall form the
part of contractor’s scope.

3.1.4 Sequential Batch Reactor


Since the seasonal flow variation is very high, minimum two set of reactors( each set
consisting of at least two reactors) of equal capacity with a total capacity of 2.5 MLD along
with platforms, railings and staircase, shall be provided. In case of lean flow only one set of
reactors will be operating and in case flow is more than the capacity of one set of reactors,
both the sets of reactors shall be working. Arrangement has to be provided for transfer of
MLSS of functional reactors to the other reactors which are to be made operational on
increase in flow.

Design Criteria:
No of Reactors Min 2 Nos or more

100
Minimum cycle time 4 hours for average flow
Minimum HRT 12 hrs of Average flow
SRT Min 10 days
MLSS 3000 – 5500 mg/litre
F/M 0.04 – 0.10
DO level during Aeration Phase Min 2 ppm
SWD Max 6.00 m
SVI < 120
Retention Time of anoxic zone Min 45 minutes
RAS Flow Min 25% of feed flow
Alpha : 0.6
Beta : 0.95
Fouling Factor : 0.9
Altitude : 3240 m
De-nitrification Credit : 75% maximum
Standard Oxygen transfer efficiency : Not less than 5% / meter depth of
(SOTE) of Diffuser per meter depth of submergence for design
submergence - %/meter
Carbonaceous oxygen demand : Min 1.0 kg O2/ kg BOD removed
Nitrogenous oxygen demand : Min 4.57 kg O2/ kg NH3 removed
Oxygen recovery in denitrification : Max 2.86 kg O2/ kg NO3-N removed
Design of air blower : With 25% extra capacity above the
calculated capacity
Free Board Min 0.5 m

The reactors shall have provision for installation of Recirculation Sludge Pumps and Surplus
Sludge Pumps and also pits for the same. The walls of the reactors should be designed for
installation of Decanting Mechanism. The surplus activated sludge from SBR reactors shall
be pumped into Sludge Sump by using SAS pumps. These pumps shall be installed in each
SBR basin.
Note: Since the design parameters and arrangements differ for each technology provider, the
technology provider is allowed to propose modifications in the SBR internals as per his
design. These modifications shall be subject to approval by the department. Also, the

101
guarantee of performance of the plant jointly and severely lies on the Contractor as well as
the Technology Provider.
Design basis for SBR technology is Intermittent Flow and Intermittent Decant type

3.1.5 Sludge Sump


Sludge sump shall be provided to collect the excess sludge from SBR Reactors. There shall be one
common Sludge Sump for all reactors. The Sump shall be equipped with SS-304 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
Mixing air requirement : 1.2 Nm3/hr/ m3
3.1.6 DWPE Dosing Tanks
Two nos DWPE dosing tanks with provision of mixers shall be provided.
Polymer dosing - 2 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 4.5 m from the plinth level. It shall be
provided with doors and windows.
The Pump house shall house –
- Screw pumps for centrifuge feed
- Air blowers for Sludge Sump
- DWPE dosing pumps
3.1.8 Centrifuge House
Centrifuge House shall be double storey building accommodating two Centrifuge Units (1 working
+ 1 standby) with minimum clear height of Ground Floor as 4.5 meters and First Floor as 5.0 metres.
Minimum area of the building on each floor shall be 35 m2. It should be framed RCC structure with
the top roof also in RCC. A RCC staircase, minimum 1.2 metres wide, shall be provided upto first
floor level.
3.1.9 Chlorine Contact Tank

102
Decanted treated water from SBR Process shall be taken to chlorine contact tank by RCC
channel/pipe. 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, 1.2 m wide, as per
specifications shall be provided. The CCT shall have provision to divert the flow into tertiary
treatment plant (to be constructed later) or into adjoining drain by gravity through Sluice Gates.
A provision shall also be made to bypass the CCT so as to dispose the treated effluent from SBR
reactors directly into the disposal drain by gravity through gates.
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 No. of tonners provided shall be sufficient to hold 30 days chlorine dose required for achieving
the desired results. The tonners shed shall be of sufficient size to accommodate all the tonners.
3.1.10 Sludge Storage Platform
A Platform of minimum 50 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 ballast. Level of platform shall be at least 20 cm above the level of
approach road.
3.1.11 Process Piping & Drain Piping
This shall include the interconnecting pipeline between different units of STP as follows :
S. No. From To MOC
Distribution Box / SBR RCC Channel / RCC
1. Grit Chambers
Reactors NP-3/ DI-K9 Pipe
Common Discharge
2. SBR Air Blowers: Discharge MS
Header
SBR Air Blowers: Common
3. SBR Reactors MS
Discharge Header
SBR Basins: Down comers
4. SS 304
(Vertical)
5. Selectors: Air Header MS

6. Selectors: Down comers (Vertical) SS 304

103
S. No. From To MOC
DI K-9 /
7. RAS Pumps: Discharge Selectors
SS-304
DI K-9 /
8. SAS Pumps: Discharge Sludge Sump
SS-304
Sludge Sump Air Blowers:
9. Sludge Sump MS
Discharge
Sludge Sump : Down comer and
10. SS 304
laterals

Centrifuge Feed Pumps: DI K-9 /


11. Sludge Sump
Suction SS-304
DI K-9 /
12. Centrifuge Feed Pumps: Discharge Centrifuges
SS-304
13. DWPE Dosing Tanks Drain/Overflow SS 304
DWPE Dosing Pumps:
14. DWPE Dosing Tanks SS 304
Suction Header
DWPE Dosing Pumps: Discharge
15. Header Centrifuge Inlet SS 304

RCC Channel / RCC


16. SBR Reactors Chlorine Contact Tank
NP-3 / DI K-9 Pipe
Nearest Manhole of
17. Concentrate from centrifuge DI K-9
external sewerage system
Nearest Manhole of
18. Drain Pipes for various units DI K-9
external sewerage system
RCC NP-3 / Glazed SW / RCC NP-3
19. External Sewerage System
Stoneware Pipe
RCC Channel/PCC
20. Bypass Channel for bypass of STP Effluent Disposal Channel Block/Brick channel
in cement mortar 1:4
21. Any other
The plan listed in above mentioned list are indicative Bidder may deviate as per his design after prior
permission of engineer in charge.
Notes :

104
(a) All pipe network 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/as per design
(ii)Water/Waste water pipes 0.6 - 2 m/ Sec/ as per design
(d) Piping shall include specials like elbows, wyes, sluice valves, Knife Gate Valves and Non return
valves etc.

3.2 ELECTRICAL & MECHANICAL WORKS OF 2.5 MLD CAPACITY SECONDARY


SEWAGE TREATMENT PLANT (STP)
3.2.1 Manual Fine Screens
This includes supply, erection, testing and commissioning of 1 Nos Manual Fine bar
screens (Standby). This shall be provided in the screen chamber after the flow is received
in the stilling chamber. 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.
3.2.2 Mechanical Fine Screens
This includes supply, erection, testing and commissioning of 1 Nos Mechanical Fine bar
screen (Working). This shall be provided in the screen chamber after the flow is received in
the stilling chamber.
The clear opening for mechanical screen shall be 6mm. The mechanical bar screens shall
be of 3 mm thick Stainless Steel (SS-304) flats. Conveyor Belt and chute arrangement shall
be provided to take the screenings.
A local mounted start / stop panel with motor starter shall be located on the screen. The
panel shall be provided with an over load current detector with instantaneous overload
protection of the motor.
Inclusions
 All civil, structural and its associated works.
 Electrical & Instrumentation.
 Cabling, earthling etc.
 Any level control system / automatic operation
 Belt conveyor or screenings container for collection of screenings.

105
 Erection & Commissioning
 Frame Work
 Bar Rack
 Dead Plate
 Cleaning Rake
 Guide Blocks
 Lower Channel Guides
 Upper Channel Guides
 Discharge Chute
 Hoist Drum & Shaft Assembly
 Drive Unit with Motor
 Local Electrical Panel
3.2.3 Mechanical Detritor
This includes supply, erection, testing and commissioning of Mechanical Detritors, Classifier
and organic return pump with all the accessories.
Quantity = 2 Nos (1Working+ 1 stand bye)
The mechanism shall consist of steel superstructure, torque arms with rake blades and scoops,
central rotating vertical pipe shaft, drive head with dial indicator for torque indication and
geared motor / motor and gear box coupled to drive head by means of chain & sprocket. A
series of fixed baffles (flow deflectors) shall be provided at the inlet of grit chamber for proper
distribution of flow.
A bridge shall span the entire tank diameter and support the detritus mechanism. Mounted on
the bridge is to be a drive head of sufficient torque rating and is to be coupled to a geared
motor / motor and gear box through chain & sprocket for power transmission coupled to the
drive head at central shaft. Attached to the center shaft shall be two (2) nos. torque arms
provided with rake blades and scoops. The grit settled in the tank bottom shall be raked
outwardly by the torque arms and dropped into a sludge hopper from where it will be lifted by
the rake classifier for disposal. There shall be a steady bearing attached to the tank floor for
locating centre shaft and prevent its lateral movement.
The rake classifier shall consist of a reciprocating blades attached to a pipe shaft. The
mechanism shall be driven by a geared motor / motor and gearbox combination coupled to the
rake classifier by chain & sprocket arrangement.

Inclusions: -
 All civil, structural and its associated works.

106
 Electrical & Instrumentation
 Cabling & control panel, if any.

Description of Detritus Material of Construction


Bridge MSEP / RCC
Walkway MSEP / RCC
As per railing specification given
Handrail
in this tender
Center shaft SS-304
Rake arms SS-304
Plow blades SS-304
Flow Deflectors SS-304
Overflow weir SS-304
Rake Classifier SS-304

Organic Return Pump


Shaft SS-304
Impeller SS-304

3.2.4 Decanter Mechanism


The decanting mechanism shall of Stainless Steel (SS-304 or higher) and all the other
accessories as necessary 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 by by DH485 or Ethernet.
However, The maximum decanter loading at Average Dry water Flow condition should not
exceed 1.7 M3/m/min & the maximum decanter loading at Peak Flow condition should not
exceed 2.2 M3/m/min. The decanter will be designed with a scum guard mechanism to
prevent the discharge of scum and floatables during decanter or overflow operation.
- The maximum design travel rate shall be 60 mm/min. with proven hydraulic discharge
capacity of the decanter proportional to the selected basin area. Bidders to provide sample
graphs of executed projects with such decanting speeds with decanters of min. same size
(length).
- There should be Maximum 1 decanter per basin.

107
- The hydraulic design based on design flow rates as given above shall not exceed flow speeds
of 1.3 m/s.
- Flexible rubber hose kind of decanter sealing is not acceptable.

3.2.5 Return Activated Sludge (RAS) Pumps


RAS pumps shall pump the return activated sludge (RAS) into Selector Zone of SBR
Reactor.
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
Installation : Removable from the top of Tank
Quantity for each set of reactors : 1 W + 1 SB in store
Suitable lifting arrangement shall be provided to install / uninstall RAS pumps.
3.2.6 Surplus Activated Sludge (SAS) Pumps
SAS pumps shall pump the surplus activated sludge (SAS) into Sludge Sump
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 : 40 mm
Installation : Removable from the top of Tank Platform
Quantity for each set of reactors : 1 W in each reactor + 1 SB in store
Suitable lifting arrangement shall be provided to install / uninstall SAS pumps.
3.2.7 Aeration Grid in SBR Reactors
Fixed type Aeration Grid shall be provided in SBR Reactors. Material of Air Grid shall be
cPVC / uPVC. Size of grid shall be such as to provide most effective aeration. The fine
bubble diffusers shall be fitted onto this air grid. The grid shall be supported using stainless
steel flexible supports. Air pipe from blower to reactor top shall be MS/GI and downcomer
from main pipe to bottom of reactor shall be ss304.
3.2.8 Fine Bubble Diffusers in SBR Reactors

108
Adequate number of Fine bubble membrane diffusers shall be provided 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 type made
up of EPDM / PU / Silicon membranes. In case of tubular diffusers, only upper half area of
the membrane shall be considered as active membrane area available for aeration.
Material of construction for (entire under water system including accessories) shall be non-
corrosive. Maximum flux through the diffusers shall not exceed 90 Nm 3/hr/m2 membrane
area.
Special Note on Diffusers :
i) The diffusers should be so engineered so that they are firmly anchored to the floor and
do not move during aeration.
ii) The diffusers should be anti-choke type with anti-clogging pores.
iii) The number of diffusers per down comer should be so sized so that the intake pipe is
sized to use the same diameter and similar supports and fixtures with
interchangeability. Each such individual air header pipe shall have an individual air
isolation valve of butterfly type. However, isolation valves on individual lateral pipe in
aeration tank can be manually operated.
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 Air Blowers (SBR Reactors)
The air blower arrangement shall be capable of handling operation conditions, controlled by
process sensors such as DO, temperature and level. Each SBR reactor shall have dedicated
DO sensor & transmitter for optimization of air requirement in that tank automatically
through PLC / SCADA.
In a 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,

109
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 85 db. The blower room shall have
sufficient ventilation, lighting and working space. The room will be equipped with Lifting
arrangement of sufficient capacity (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 laterals.
Blower Details :
MOC : CI
Type - : Twin/tri lobe roots type
Duty : As per design
Discharge Head : suitable
No. of Working Blowers : suitable (Min 2 for each set of reactors)
Capacity : With 25% extra capacity above the calculated
capacity
No. of standby blowers : Min 50% of number of working blowers
3.2.11 Chlorination System including Chlorinator, Chlorine Tonners, Booster pumps, safety
equipment etc.
A vacuum type chlorination system 2 Nos (1 working + 1 standby) for 2.5 MLD capacity is
to be provided to chlorinate Treated Sewage in Chlorine Contact Tank. Chlorination system
covering chlorine tonners, floor/cabinet mounted chlorinators with auto changeover facility,
piping, booster pumps, ejector, trunions, lifting device with weighing scale, leak detection
and leak absorption system, safety equipment like canisters, gasmasks etc. and other ancillary
shall be provided. Immersion tank of sufficient capacity shall be provided at ground level for
emergency use.
The chlorination system shall adjust the chlorine dose automatically by taking signal of
influent sewage flow from PLC / SCADA of the plant.
Fully automatic leak detection and neutralization system consisting of absorption tower,
blowers, caustic tank, alarm in MCC panel complete with necessary piping and valves shall
be provided.

110
Design Flow : peak flow or decant flow, whichever is more, for 2.5
MLD capacity
No of units : 2 (1W + 1SB)
Type : Vacuum Type
Design dosage : 5 ppm
Accessories : Tonner manifold, roller and trunion, vacuum and
solution piping valves, Ejector with 1 no Booster
Pump, neutralization tank etc.

3.2.12 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)
Installation : Fixed.
Quantity : 2 no. (1 W + 1S)

3.2.13 Centrifuge Units


The centrifuge shall be solid bowl centrifuge of co-current/counter-current 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.
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

111
in epoxy painted steel construction and provided with anti-vibration pads. All steps necessary
to prevent transmission of structure borne noise shall be taken. Adequate sound proofing
shall be carried out.
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.
Number of Centrifuges : 2 Nos. (1 W + 1 SB)
Type : Horizontal
Operating Hours : 16 hours per day maximum
Mixing arrangement of Polyelectrolyte and sludge: online-mixing.

Dewatering polyelectrolyte Dosing system is to be provided to dose Poly Electrolyte solution


to the incoming sludge at entrance to the centrifuge.
3.2.14 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 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.
3.2.15 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.
Number of pumps 1W+1S
Capacity of each pump to suit each centrifuge requirement
Material of construction of wetted parts SS 304 / PP
3.2.16 Control Gates
Control gates shall be provided at following locations for flow control.
1) Upstream & downstream of screen channels – Aluminum (manual)
2) Inlet and outlet of Manual Grit Chamber – Aluminum(manual)
3) Inlet to Mechanical Detritor – Aluminum (manual)
4) Inlet to the SBR Reactor (Auto) – CI (Motorized)
5) Any other location, as per process requirement

112
The gates shall be single faced, rising spindle, flush bottom closing, and wall mounted flange
back frame. Aluminum 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 Aluminum frame and shutter, SS 304 spindle to suit distances as 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.

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 of 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 have Push 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 & Control Cables : LOT
Junction Boxes : LOT
Cable Trays : LOT

113
3.2.20 Automation and Control (PLC, PC etc)
PLC based automation system with application software to control SBR operation of the
plant shall be provided. The system shall be complete with 20% spare I/Os, power supplies,
UPS etc.
1. Standalone / 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 up-to-date standard PC with monitor, printer, mouse, 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 KVAUPS with 1/2 Hours Battery Back-up 1 No
3 PC with SCADA, Printer & Desk 1 No

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

114
Sr. No. Instrument Location Quantity

Level
1. SBR Reactor One for each reactor
Transmitter

Sludge flow Inlet pipe of sludge


2. 1
meter sump from SAS pumps
Level Mechanical Fine
3. 1
Transmitter Screens
Discharge of all Pumps
4. Pressure Gauges As per requirement
and Air Blowers
5. Level Switch Sludge Sump 1
Variable
6. Blowers 1
Frequency Drive
Variable
7. Decanter For each decanter
Frequency Drive
8. DO meter SBR Reactor One for each reactor
Actuators for
9. Valves / Gates As per requirement
valves & gates

Note : The above given quantities are the minimum quantities and may increase as per the
requirement for proper functioning of the plant.
4.0
4.1 Tonner Room
Tonner Room shall be single storey RCC framed structure consisting of Chlorine Tonners for
2.5 MLD capacity Chlorination System of STP.
The number of tonners shall be sufficient for chlorine storage of 30 days. Currently, two
numbers tonners shall be provided in the room. Space shall be left and RCC foundations
shall be made for accommodating one more tonner in future (for TTP).
Minimum area of Tonner Room shall be 30 sqm. Minimum clear height shall be 4.5 metres.
A common header of carbon steel of minimum 25 mm dia shall be provided to which all the
tonners shall be connected. Each tonner shall be connected to the common header through a
copper tube of minimum 10 mm dia. A pressure gauge followed by sluice valve shall be

115
provided in copper tube of each tonner for control of air through each tonner. Auto change
over facility shall be provided for all the tonners.
The tonner room shall consist of chlorine leak sensors with hooter. Sufficient quantity and
capacity of exhaust fans shall be provided such that the entire air of tonner room is
exchanged in not more than 1 minute. Breathing apparatus and other necessary accessories
shall be provided in the tonner room.
Electric Monorail of minimum 3 Ton capacity shall be provided in Tonner Room. The
tonner room will have 1 m high, 9” thick brickwork on three sides and fourth side shall be
open for movement of tonners. A RCC ramp shall be provided along fourth side. Suitable
RCC foundations shall be provided for all the tonners.

4.2 Chlorinator Room


Chlorinator Room shall be single storey RCC framed structure with brick infill walls
consisting of Chlorinators for :-
(a) 2.5 MLD capacity Chlorination System of STP – 1 W + 1 SB
Minimum area of shall be 20 sqm. Space shall be kept for installation of chlorination system
of TTP in future.
Minimum clear height shall be 3.50 metres. The chlorinator room shall consist of chlorine
leak sensors with hooter, gas regulator, booster pumps and all other necessary equipment and
accessories. Sufficient quantity and capacity of exhaust fans shall be provided such that the
entire air of chlorinator room is exchanged in not more than 1 minute. Breathing apparatus
shall also be provided in the chlorinator room.

4.3 Energy meter Room


A room of sufficient size shall be constructed near the main entry gate where LT energy
meter shall be kept. The LT energy meter shall be provided for metering of the entire STP.
The agency has to maintain sufficient record showing production and consumption of
electricity generated within the plant. Energy meter, and all other devices to calculate the
electricity production as well as electricity consumption within the plant shall be provided by
the contractor.

The energy meter shall be connected to PLC / SCADA for display / recording / data logging
of energy production and consumption of the complete plant and history data generation in
PC. The specifications and make of energy meter shall be as per Electricity Department
J&K’s requirements.

116
4.4 Diesel Generating Set along with Shed
This includes supply, erection, testing and commissioning of 1 number outdoor type CPCB
approved silent Diesel Generating sets. The DG set system shall be sufficient to cater the
complete plant operation at peak load + 10% capacity extra. A shed shall be constructed for
housing the DG set. Suitable foundation shall be provided. The operation of the DG Set shall
be controlled through PLC / SCADA which includes :-
(i) Automatic switch over to DG set in case of power failure or shutdown and vice versa
along with indication and alarm of the same on SCADA screen.
(ii) Indication of Fuel Level in Diesel Storage Tank of DG set along with Low Level alarm
on SCADA screen.
(iii) Data logging of running hours of DG set and history data generation in PC.
(iv) AMF Panels.
The DG set should be provided with Acoustic Hood, Earthing arrangement, Cabling, etc
complete. Suitable RCC foundation shall be provided for the DG set which shall be
minimum 230 mm above Formation Level of the site.
The bidder shall get the clearances from Electricity Department Leh, Jammu & Kashmir /
Pollution Control Board / any other department for the DG set to be supplied.
4.5 Piping, Channels & Valves
The scope of works shall include all piping, channels and valves in the entire plant. The
piping and valves will be sized on the following basis for sizing :
Service / Flow Basis Comments / Limitations
Gravity Lines for velocitybetween0.6to1.2 At peak flows a velocityupto1.5
Sewage, Water & m/sec &designed as pipe m/sec allowable. Minimum
Waste Water line flowing 80% full velocity tobemorethan0.45m/ sec
Pressure for Sewage, velocity between 0.6 to
Water & Waste 2.50 m / sec
Water
Air(Pressurized at velocities between8-15 Velocitiesinexcessof16m/ sec not
Lines) m/sec permitted in any section
Service Water velocitybetween1.4to2.0 In small sections at pump
m/sec delivery/ suction points a
velocityupto2.5 m/sec allowable.
Minimum velocity not to be less
than 0.9m/ sec
Scum & Sludge velocitybetween0.6to1.5 Irrespective of quantity of flow,
Lines m/sec. size will not be less than-
100mmdia.-forpressureflow
150mmdia–for gravity flow
Chemical Feed Lines velocitybetween0.6to1.5 Irrespective of flow will not be
m/sec less than20mmdia.

117
Notwithstanding above the bidder shall submit a list of pipelines with flow, size selected formain
line and valves at basic engineering stage with the detailed P&I Diagram and the same shall be
furnished for approval of the Engineer prior to any further engineering or procurement/fabrication
and installation. The information shall be provided in following format :-

S Type of Type of
Flow Pipe Dia in Velocity
N Line No From To Remarks
Flow m3/h mm in m/sec Valve
o

Piping Material of Construction


Generally the piping material will be selected based on the following guidelines, unless
specified otherwise elsewhere in the DNIT. The bidder can make suitable selection
depending upon service, type of flow (i.e. If gravity or pressure) and diameter of pipe.

1.) Pressure Pipes :


a. Sewage / sludge Flow : SS-304 / DI / CI
b. Clear Water Flow : MS / GI / DI / CI
c. Air Flow pipes (from blowers) not in contact with sewage : MS
d. Air Flow pipes (from blowers) in contact with sewage : SS-304
e. Air Grid in SBR Reactors : Non corrosive cPVC / uPVC / PP
f. Air Grid in various Sludge Sumps = SS-304
2.) Non pressure Pipes :
a. Sewage / sludge Flow: RCC NP-3 / RCC Channel / CI / DI
b. Clear Water Flow: MS / GI / DI K-7

Note : In case the material of any pipe given above is in variance with the material specified
elsewhere in the DNIT, in that case, the decision of Engineer shall be final and binding.

Valves-Type & Material Selection Basis


The valves shall conform to the following requirement of type / Material &Type (unless
specified otherwise elsewhere in the DNIT)

118
Service Type Material of Const Limitations
Sewage & Waste
Water Gravity / Butterfly/Gate CI / DI / Bronze
Low Pressure
Sewage & Waste Butterfly / Gate/Ball
Water Gravity / CI / DI /Bronze
Low Pressure Knife gate Valve

Service Water
Gate/Globe Bronze
Pressure
Air Butterfly/Ball Cast Steel
SS/ PP (Diaphragm
Needle/ Diaphragm/ Material as per
Chemicals of Neoprene /
Plug Service / chemical
Teflon)
Butterfly/Ball, knife,
Scum/ Sludge Cast steel / CI / DI
plug, diaphragm

General Notes :
a) All pipe network 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) Piping shall include specials like elbows, wyes, all kinds of valves etc.

4.6 Laboratory Equipment


The list of lab equipment to be supplied is as follows

S. No. Description Qty.

1. PH Meter 1 no.

2. Conductivity Meter 1 no.

3. D.O. Meter 1 no.

4. Distillation Apparatus 1 no.

5. B.O.D. Incubator 1 no.

6. C.O.D. Apparatus 1 no.

119
S. No. Description Qty.

7. Hot Air Oven 1 no.

8. Incubator 1 no.

9. Refrigerator 1 no.

10. Water Bath 1 no.

11. Desiccator 1 no.

12. Hot Plate 1 no.

13. Auto Clave 1 no.

14. Thermometers 4 nos.

15. Electronic Balance 1 no.

16. Automatic Burettes 4 nos.

17. Fixed Vol. Pipettes 6 nos.

18. Centrifuge 1 no.

19. Magnetic Stirrer 1 no.

20. Filtration Assembly 1 no.

21. Vacuum Pump 1 no.

22. Aeration Pump 1 no.

23. Physical Balance 1no.

24. Muffle Furnace 1no.

25. Air flow meter 1 no.

Notes :
1. Sufficient quantity of necessary glassware, flasks, dessicators, measuring cylinders, burettes,
conical flasks, volumetric flasks, reflux flasks, volumetric and serological pipettes, funnels,
wash bottles, glass rods etc. shall be provided.
2. 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.

120
3. All necessary chemicals in sufficient quantity of reputed made shall be supplied and
maintained.

4.7 Administrative Building (Operations Building) consisting of Main Electrical Panel (MEP)
Room, Blower Room, Laboratory, Office, Toilet etc.
The Administrative building (Operations Building) shall be double story, RCC framed
structure, consisting of following :
(i) Ground Floor :
a. Blower Room – 40 sqm with 5 m clear height
b. PLC + Panel Room + Toilet – 90 sqm with 3.5 m clear height. Out of 90 sqm,
25 sqm empty space shall be kept for accommodating TTP panels in future.
(ii) First Floor :
a. Laboratory + Plant Manager Room – 60 sqm with 3.5 m clear height
The above areas are minimum areas. However, as per requirement, if greater areas are
required, the same shall be provided without any extra cost to the department.
RCC staircase minimum 1.2 metres wide shall be provided for access to first floor.
Administrative building shall be planned in such a way that there is minimum disturbance at
First Floor due to blowers.

Blower Room shall accommodate Air Blowers for SBR System. It shall be provided with
adequate lighting and ventilation. Suitable arrangement should be provided for lifting of Air
Blowers by EOT. The Capacity of EOT shall be 1.5 times the weight of heaviest part to be
lifted. The size of blower room should be such that minimum clear spacing between the
blowers and minimum clear working space between blower and wall is not less than 1.50
metres. Blower Room shall have Rolling Shutter, Windows, Exhaust Fans, Safety Equipment
with sufficient Ventilation, Lighting and Working Space.
A Toilet shall be provided at Ground Floor which shall contain :-
(a.) One W.C. European Style with necessary flushing arrangement, G.I. Water tubing, brass bib
cocks, toilet paper and Holder etc. complete.
(b.) One urinal with necessary flushing arrangement, etc. complete.
(c.) One wash basins with two pillar cocks, looking mirror, shelf, liquid soap container, towel rail
and G.I. Water tubing, stop cock and lead connection etc. complete.
The Panel room shall have Panels for all the electric units of STP. The Panel 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.

121
Note that panels for all the electric loads of STP and TTP (future) including PLC /
SCADA Panels shall be provided at one location in Main Electrical Panel (MEP) Room.

One number HDPE / RCC storage tanks of minimum 1500 litres capacity shall be provided
on roof for conveying water to toilets and laboratory.
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 inlet of STP.
PLC room shall be provided with sufficient number of Air Conditioners of sufficient
capacity.

List of Furniture to be provided :


S.No Room Quantity
A. Laboratory
Office Table 1 No
Chairs 3 Nos
Steel Almirah 1 No
Side Rack 1 Nos
B. Operator Room
Office Table 1 No
Chair 5 Nos
Steel Almirah 1 No
Side Racks 2 Nos
C. Office Room, PLC Room
Executive Table 1 No in each
Revolving Chair 1No in each
Visitor chair 4 Nos in each
Steel Almirah 1 No in each
Filing Cabinet 1 Nos in each
Computer Table 1 No in each

Specification of Furniture:

122
(a) Executive Table :
Reputed 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 Engineer) and back panel having teal wood beading all around.
Drawers to be provided with suitable locking arrangement and with Godrej type handle.
Size 6’ x 4’.
(b) Office Table:
Reputed 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 Engineer) and back panel having teal wood beading all around.
Drawers to be provided with suitable locking arrangement and with Godrej type handle.
Size 5’ x 2’-6”
(c) Computer Table:
Reputed 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.
(d) Revolving Chairs with Arms:
Reputed make 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 Engineer

(e) Chair:
Reputed 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 Engineer.
(f) Steel Almira:
Reputed 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: 6’-6” x 3’
(g) Filling Cabinet:
Reputed make 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.

123
Drawer should be moved on precision balls slide with anti-tipping and anti-rebound
mechanism provided with full length drawer pulls.
(h) Ordinary Cane Chair:
Reputed 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)
(i) Side Racks:
Reputed 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
4.8 Toilet Block for Workers
A RCC framed structure minimum area 10 m2 toilet block for workers shall be
provided which shall consist of :-
(a.) One Orissa Pan Indian and one W.C. European Style with necessary flushing
arrangement, etc. complete.
(b.) One urinal with necessary flushing arrangement, etc. complete.
(c.) One PVC bib cock and shower arrangement for bathing
(d.) Two wash basins with two pillar cocks, looking mirror, shelf, liquid soap container,
towel rail and G.I. Water tubing, stop cock and lead connection etc. complete.
All internal lighting, electrical fittings, plumbing, 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. A HDPE / RCC storage tank of minimum 500 litres capacity shall be provided on
roof for conveying water to toilet.
4.9 Lifting arrangements
This includes supply, erection, testing and commissioning of :-
(a.) A three way movement electrically operated hoist mechanism with all the accessories
complete in all respects. The three way movement shall be as : (i) Vertical, (ii)
Longitudinal and (iii) Transverse. The capacity of hoist shall be at least 1.5 times the
maximum weight that is likely to be lifted, but not less than 2.0 tonnes. Three way
electrical operated hoist shall be installed at following locations :-
i) Blower Room
(b) A Electrically Operated Monorail with all the accessories complete in all respects. The
capacity of Monorail shall be at least 1.5 times the maximum weight that is likely to be
lifted, but not less than 2.0 tonnes. Monorail shall be installed at following locations:-
i) Centrifuge House

124
ii) Tonner Room
iii) Any other as mentioned elsewhere in the DNIT or required as per
requirement.
4.10 Service Water in Plant
An underground RCC storage tank of minimum 5000 litres capacity shall be provided at
suitable location in the plant to convey water to various units of the plant such as
chlorination, toilets, laboratory, DWPE dosing tank, rinsing of sludge pumps, centrifuge etc.
The Underground Tank shall consist of CI pipe vents, manholes, ladder etc. Fresh water is
available near the STP site. The contractor shall take connection from this existing pipe line
to feed the Service Water Storage Tank.
Two numbers (1W + 1SB) centrifugal / submersible pumps (called Service Water Pumps)
along with necessary piping, specials and valves shall be provided at Service Water Storage
Tank. Suitable size GI / DI distribution network shall be provided from delivery line of
pumps upto various units of the plant. The overhead storage tanks on top of Administrative
building and Toilet Block for Workers shall also be fed from these pumps.
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, etc. Piping from
Service Water Pumps upto various units and overhead tank of operations building along with
required specials and valves etc shall be provided by the contractor.
4.11 Platforms and Stairs
RCC staircases shall be minimum 1200 mm wide and maximum numbers of steps between
two landings shall be 12. For all structures, size of tread shall be 230 mm (min) and rise shall
be 175 mm (max).
All platforms, stairs, walkways shall be covered with chequered terrazzo tiles 22 mm thick
with graded marble chips of size up to 6 mm, jointed with neat cement slurry mixed with
pigment to match the shade of the tiles, including rubbing and polishing complete, on 20 mm
thick bed of cement mortar 1:4 (1 cement :4 coarse sand) as per CPWD specifications.
RC stair treads shall be provided with PVC nosing in case of building works and in case of
pump houses etc., MS angle 40 x 40 x 3 nosing shall be provided.
All staircases to various walkways/platforms/ floors shall be of RCC unless in some cases
where due to space constraints steel stepped staircase/cat ladder may have to be provided.
Hand rails shall be provided on both sides of the staircases which are open on both sides.
4.12 Railings along all the Platforms & Stairs
Railing shall be provided along all the platforms above the Ground level and staircases, on all
open sides. Wherever not specified, the railings shall consist of two Horizontal rows of 25
NB MS Epoxy coated Pipe supported on 40 NB MS Epoxy Coated pipe 1 m high fixed at an
interval of 1.5 m c/c.

125
All railings shall be painted with approved primer and three or more coats or approved
quality synthetic enamel paint. The hand railing shall be suitably designed considering all the
anticipated forces and anchored adequately in the RCC below.
4.13 Painting, White Washing and allied works.
All the internal surfaces of the walls, ceiling of all buildings 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 channels shall be
painted (two coats) with approved make coal tar epoxy lining having thickness of not less
than 120 microns.
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.
4.14 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 STP. In case hydraulic demands, arrangement of pumping, this waste water to
inlet of STP shall be included in the Scope of Work.
In addition to this the wastewater of Toilet / Lab etc shall be carried to this pipe with GSW
pipe. Provision shall also be made for collection of sludge filtrate from sludge platform and
its connection to external sewerage system. The required no. of manholes shall be
constructed as per drawing submitted by the bidder and approved by Engineer 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.
4.15 Lowering of ground water table during construction, if any.
The Ground water table, if encountered during construction shall be lowered sufficiently so
as to enable construction in dry conditions. The dewatered water shall be carefully disposed
of into adjoining drain, without causing any spillages or overflows. No extra claim on this
account whatsoever shall be entertained.
4.16 Boundary Wall and Gate
Boundary wall has been partially constructed at the site, having 15 m wide opening for
construction activities. Contractor shall install a steel gate of suitable site and wall in the
remaining opening.
4.17 Roads & Pathways with proper drainage
Roads shall be cement concrete, 4.2 m wide as per CPWD specifications. The network of the
road is to be provided in such a way that all the structures are connected to the road network.
Wherever required, road of 4.2 mt. wide with shoulder on either side of the road to connect a

126
particular structure for vehicular movement, placed away from the main road, should be
provided.
Pathways shall be provided wherever required for smooth movement in the plant premises.
Pathways shall be provided of minimum 1200 mm wide to connect all the units of the STP to
the internal roads. 60 mm thick interlocking tiles on the top surface and kerb stone should be
provided as the side surface of the pathways. The pathways should be suitably illuminated by
low height lantern type post.
No storm water drainage system shall be provided. The levels of the entire site shall be kept
in such a way so that the rain water disposes of into adjoining storm drain by gravity.
4.18 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 Engineer for approval
and the lighting work shall be as per the satisfaction of Engineer. The plant area shall be
fitted with minimum 12 number 150 W each streets lights on 9 m high galvanized steel
octagonal poles. The street lighting shall be designed with average illumination (E.A.V) of
45 lux and minimum illumination of 25 lux and uniformity ratio of 0.4. Minimum 4 Nos. 150
W lamps shall be provided on top of SBR reactors for sufficient lighting.
4.19 Site Filling, levelling and landscaping
Site filling and levelling shall be included in the scope of work of the contractor. The
contractor’s lump sum bid shall include excavation, filling, levelling and dressing of site as
per the levels mentioned in the DNIT.
Contractor shall submit landscaping plan to Engineer for approval and shall execute the same
at site.
4.20 Effluent Disposal Channel with Tail End
Effluent Disposal channel shall be constructed in RCC / brick masonry in cement mortar 1:4
with PCC 1:2:4 at base. The channel shall carry the treated effluent to be disposed off into
adjoining drain, approximately 450 metres from the STP site, by gravity. The bypass to STP
shall also be connected into this channel for disposal into the drain. The brick walls shall be
plastered with 12 mm thick cement mortar 1:4. The drain shall not be covered. The top of
wall of the drain shall be 100.00 m.
Tail End shall be provided at the end of disposal channel to avoid scouring of the disposal
drain.
4.21 General Points
The scope of work for electrical items shall also include following:
(a) Provision of standard safety equipment in the same as approved by Electricity
Department J&K.

127
(b) The tenderer has to obtain from J&K 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 J&K 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 J&K Electricity Department for proposed STP within time frame stipulated in the
tender. No time extension will be granted on this ground.
(c) Necessary metering, protections and indications shall be provided on the LV
switchboard.
(d) Cables shall be laid in trenches / trays inside the buildings and buried in ground in
outdoor areas. The entire cabling system shall be as per the approved drawings.
(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
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’ to a minimum of 0.95.
(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.

128
(B.) SPECIFICATIONS FOR OPERATION & MAINTENANCE

1.1 Scope of Work


The contractor is to operate, maintain and monitor the performance of 2.5 MLD capacity STP
for 36 months excluding trial run period of 6 months. The scope of work is given below but
not limited to the following. This may include other incidental items of work connected with
the regular operation of plant as decided by Engineer from time to time.
1.1.1 The operation and maintenance of the plant shall start after completion of entire
construction work, after trial run period.
1.1.2 The contractor shall ensure proper running of the plant to give the desired effluent standards
as defined in the tender document. The contractor shall also be responsible for overall
maintenance of the plant i.e. civil, electrical, roads, landscaping, street lights and mechanical.
The contractor shall also be responsible for all repairs of equipment/machinery.
1.1.3 The contractor shall monitor the quality of influent and effluent as per analysis schedule
attached ahead. The contractor shall take adequate action to ensure smooth and satisfactory
performance/running of the plant.
1.1.4 The contractor shall prepare and implement an effective plant maintenance programme in
consultation with Engineer. It shall be absolutely contractor’s responsibility to look after all
sorts of maintenance whether preventive or break down. The contractor shall maintain the
operational activity record as prescribed hereunder.
1.1.5 The contractor shall be responsible for keeping updated record of documents including
History-Card for equipment and maintaining every day logbook relating to running of
machinery, consumption of energy, fuel and other consumables etc. and various analyses
performed. The contractor shall record and maintain the operation and maintenance data to
be decided by Engineer, in consultation with the contractor on the following Heads.
i Daily status record of STP
ii Daily flow record
iii Daily sampling record
iv Operation record of pumps
v Operation record of screens
vi Operation record of Decanters
vii Operation record of Blowers
viii Performance/evaluation sheet of the STP
ix Sludge profile data
x Record of sludge discharge

129
xi Operation record of Centrifuge
xii Any other allied works required by Engineer during O&M.
xiii Since the most of above parameters shall be available on the PLC, no separate register is
required to maintain. Only in cases the online data is not stored, log books are required to be
maintained. However, hard copy print of data available on PLC shall be taken every month
1.1.6 The contractor shall be responsible to carry out day to day as well as periodic maintenance
necessary to ensure smooth and efficient performance/running of all equipment/instruments
installed at the Sewage Treatment Plant. The contractor shall hand over the machinery &
site to the department after expiry of the contract period in good running condition.
1.1.7 He shall be responsible for proper maintenance of all the pumps, Bar Screens, Gates,
Decanters, Sludge Pumps, Blowers, Centrifuge and all other allied items including electric
works.
1.1.8 Round the Clock watch and ward of the STP area including plants/machinery etc. will also
be the responsibility of the contractor.
1.1.9 The STP premises will be kept neat and clean.
1.1.10 The records maintained by the contractors shall be produced periodically to the Engineer
for proper monitoring as desired by him.
1.1.11 All necessary transports shall be arranged and made by the Contractor at his own costs
including transport vehicles required for safe disposal of screening material, grit as directed
by the Engineer.
1.1.12 During trial run and operation and maintenance period, Electricity charges will be
borne by the department and Diesel charges (if any) will be reimbursed by the
department to the contractor on submission of detailed documents showing the actual
consumption. The reimbursement rate will be as per actual purchase bills. The
electricity charges will be paid directly to the electricity department by the LAHDC on
actual basis as per electricity bill raised by the electricity department. All other consumable
material and required staff for Operation & Maintenance will be provided by the
contractor. In case the plant does not stabilize in 6 months of trial run, this period shall
continue till complete stabilization and during this additional period, all electricity
and diesel charges shall be borne by the contractor.

1.2 General Terms and Conditions


1.2.1 In case the treated effluent parameters are not achieved during Operation & Maintenance
period / Defect Liability Period, Penalty shall be imposed as per the penalty clause
mentioned in tender document.
1.2.2 The chemicals and reagents will be arranged by the contractor from his own sources.
The contractor will employ its own staff for testing purpose. However the department
will be at liberty to get random sampling & testing done on its own or from any other

130
agency, to the entire satisfaction of Engineer. In case of testing from other agency,
charges will be borne by the department.
1.2.3 Plant and equipment covered under this contract shall be totally attended to by the
contractor including any “Trouble Shooting” to ensure smooth and trouble free operation.
1.2.4 For effective maintenance of STP, the contractor shall employ sufficient staff with proper
qualification. For his guidance, the pattern and number of minimum staff to be
engaged is described in this chapter.
1.2.5 The contractor shall abide by all central/state govt./Semi govt./Local Bodies rules
regulations, pertaining to this contract, without any extra cost.
1.2.6 In the event of any damage/loss of life/theft of property, due to negligence on the part of
contractor, the contractor shall be solely responsible and liable for compensation and
damages. Regarding negligence and compensation the decision of Engineer shall be final.
1.2.7 The site will be open for inspection by the designated officers/official of the department at
all times during the contract period.
1.2.8 The staff employed will be provided with all the required safety equipment. It shall be
ensured that full safety measures are taken by the staff on duty. Staff employed shall be
experienced and trained to handle the respective job/equipment.
1.2.9 The specification of material used for repair shall be the one used in original work. If not
used during execution specifications of material shall be got approved by the department
prior to commencement of O&M period and must be incorporated in the O & M Manual.
1.2.10 Spares for all equipment shall be provided by the contractor. All spare parts must be from
the manufacturer of the equipment or if the equipment itself has been made with parts of
the other manufacturer then the parts must be of the same make as used in the equipment
supplied and installed. The Contractor shall maintain sufficient stock of spares depending
upon the importance factor of particular spare in operation of the plant, and time required
for purchasing / arranging the spare.
1.2.11 Repairs to all equipment shall be completely in contractor’s scope.
1.2.12 The O & M Manual must be updated periodically for incorporating procedure of
maintenance of repairs and breakdowns not incorporated in the earlier O & M Manual.
1.2.13 Frequency of spares used in maintenance of electrical, mechanical equipment must be
recorded for updating the contents of manual.
1.2.14 Record of troubleshooting points and details of events causing trouble must be maintained
and used for updating the contents of manual.
1.2.15 The preventive maintenance will be made according to the preventive maintenance
schedule of the plant. Short-term specialists of the Contractor for special maintenance tasks
may reinforce the regular staff. The operation maintenance and repairs shall be-made with
the help of the equipment and tools available at the plant, backed up and completed with

131
the facilities of the Contractor brought to the plant by him temporarily for a special
maintenance.

1.3 FINANCIAL TERMS AND CONDITIONS


1.3.1 During the operation and maintenance period, Electricity charges will be borne by the
department and Diesel charges (if any) will be reimbursed by the department to the
contractor on submission of detailed documents showing the actual consumption. The
reimbursement rate will be as per actual purchase bills. The electricity charges will be paid
directly to the electricity department by the university on actual basis as per electricity bill
raised by the electricity department. All other consumable material and required staff for
Operation & Maintenance will be provided by contractor.

Note : In case actual energy consumption exceeds the average guaranteed energy
consumption, the charges for the excess energy consumption shall be borne by the
contractor. These shall be deducted by the Department out of his running bills. Cycle
for calculating excess energy consumption shall be bill to bill basis issued by the
Electricity Department.
1.3.2 The Operation & Maintenance cost approved by the Department shall be payable on
monthly basis on completion of every month on submission of bill by the contractor. The
contractor shall maintain the attendance record of the staff employed by him, which can be
checked by the department at any time. The contractor will also submit copy of all the data
sheets every month for evaluation.
1.3.3 The contractor shall be responsible for proper handling and disposal of the sludge. Sludge
shall be the property of the contractor and shall be disposed off by the contractor upto
suitable location outside the STP premises. A maximum lead of 10 Km. May be
considered for the purpose. All clearances / approvals from Pollution Control Board or any
other department shall be the responsibility of the contractor.
1.3.4 The treated waste water will not be sold by the Contractor. However, the department is at
liberty to do so, and retain the proceedings, if any.
1.3.5 All sorts of Tool & Plant, required for proper operation & Maintenance of the plant, shall
be arranged by the contractor at his own cost.

1.4 DESCRIPTION OF STAFFING


Details of minimum staff required to be employed daily (Total for all three shifts) for the operation
and maintenance of the sewage treatment plant is given below. However, additional staff, if required
for proper operation and maintenance of STP, will be provided by the contractor without any
additional charges :-
Minimum Staff :

132
S. No Person Nos Min Qualification

BSc (Chemistry),science graduate


Plant Manager cum with Min 3 years’ experience, OR
1. 1
Chemist Diploma (Civil) with Min 2
years’ experience.
2. Operators 2 ITI Qualified
Sweeper/ Casual
3. labour/ Sewer man / 3 10th Pass
Helper

4. Security 1 Literate

In case the Contractor/ bidder fails to employ the above technical staff and fails to submit the names
and attendance certificate of such staff, recovery shall be made from his bills at the rate of twice the
average pay of the corresponding staff working with the department.

2.0 OPERATION AND MAINTENANCE ACTIVITIES :


1. The concrete Works/brick works/other civil works shall be checked regularly and repaired as
and when required.
2. All metal works e.g. railing, staircase, chequered plates, valves, rungs etc shall be painted
once in a year.
3. All buildings shall be painted once in every year.
4. Overflowing of various units shall be checked regularly.
5. It shall be checked daily that all the units/ equipment are operational.
6. Disposal of screened waste, scum, grit removed and any other waste shall be done at
appropriate location. The transportation of above materials is in the scope of contractor.
7. It shall be checked regularly that all Sluice valve and gates are functioning properly.
8. All pipes and bends shall be checked regularly for chokage and cleaned if required.
9. Lubrication of all the moving parts of equipment/gates/valves regularly as per instructions of
manufacturer or earlier if required shall be done.
10. Greasing and glanding of equipment/ gates/valves regularly as per instructions of
manufacture or earlier if required shall be done.
11. All equipment/unit shall be cleaned and repaired regularly.
12. Weir plates shall be cleaned regularly and their levels shall be kept proper.
13. Electric connections to all the machinery/equipment shall be checked / repaired regularly.

133
14. Level switches shall be checked/repaired regularly for their proper functioning.
15. In case of formation of any foam / froth in any unit, the contractor has to add de-foaming
agent in the respective unit or provide sprinkler system with piping so that the water
disperses the foam.

3.0 SAMPLE ANALYSIS SCHEDULE


Sample collection is to be carried out under the supervision of qualified staff and as per instructions
of the Engineer. The responsible employee of the contractor will indicate the details of sample
locations and timings. During routine monitoring, samples of influent, effluent and sludge shall be
analysed based on the Analysis Schedule given in the following Tablefor the given parameters.

ANALYSIS SCHEDULE
Description of Location of Type of
SNo Frequency Tests to be done
sample sampling sample

Influent waste Before Coarse


1 Daily Grab pH, BOD, COD, TSS
water Screen

Influent waste Before Coarse pH, BOD, COD, TSS, NH3-N,


2 Monthly Composite
water Screen TN, Fecal Coliforms

After
Effluent waste
3 Daily Chlorine Grab pH, BOD, COD, TSS
water
contact tank

After
Effluent waste pH, BOD, COD, TSS, NH3-N,
4 Monthly Chlorine Composite
water TN, Fecal Coliforms
contact tank

 The composite sample, wherever specified, mean a sample prepared by taking sample every two
hours for 24 hours a day and mixing them in proportion of the flow.
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 @ Rs 500/- (Rupees five
hundred) per day per test, failing with respect to treated effluent parameters prescribed in this
tender.

134
Any recovery made by the J&K Pollution Control Board / Electricity Department or any other
department on account of misuse & non-functioning of any equipment of electricity will be
deducted from the contractors bill.
The department reserves the right to get the sample tested in departmental or external
laboratory at its own expense and in case the results of the external laboratory are not as per
desired standards, the contractor shall be penalised as mentioned above. For testing the
quality of sewage in the departmental or external lab, 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 departmental / external lab and it would be binding
on the contractor to abide by the test results.

(C.) LIST OF ITEMS AND APPROVED MAKES:

Note : In case any of the item figuring below is not to be used as per the scope of work, the
same may please be ignored.

SNO ITEM APPROVED MAKES


ACC / VIKRAM / AMBUJA / JK /
1. Cement
CCI
SAIL / TISCO / RashtriyaIspaat Udyog
2. Structural steel & Steel Reinforcement
/ ISSCO / JSPL
3. DI Pipes & Specials Jindal Hissar / Electrosteel / TATA
4. CI Pipes & Specials ISI marked
5. RCC Pipes ISI marked
6. SW Pipes ISI marked
7. GI Pipes Tata / Jindal Hissar
ISI marked of make NIF / NIC / BF /
8. HCI Pipe & Specials
HIND
C.P. Pillar Cock, Bibcock, Stopcock and
9. Ess Ess / Jaguar / Excel
other CP Fittings
10. Brass Bib & Stop Cock GPS, Sant, L&K
11. PVC Syphon ISI marked of Superflow / Nova
ISI marked of Hindware / Hindustan /
12. Plastic Seat Cover
Cera
ISI marked of make Modi guard / Saint
13. Mirror
Gobain / TATA
14. Stainless Steel Sink Neelkanth / Jayna / JMC/equivalent
15. Ball Cock ISI marked
16. RCC Manhole Cover & Frame ISI marked

135
SNO ITEM APPROVED MAKES
ISI marked, Bajaj , Everon , Crompton,
17. Electric Geysers
Venus
18. Pig Lead 99.97% Purity
19. GI Fittings SVW / UNIK / UCO
20. Gun Metal Valves Leader, Sant, Zoloto
Supreme, Finolex, Prince, Georg
21. UPVC Pipes
Fischer, Astral
22. Self-Sustaining Breathing Apparatus Drager/equivalent
23. Gas Mask Drager/equivalent
24. Glazed Tiles Somany, Kajaria, Orient, Johnson
Hindustan Ciba GiegyFosroc , Naptha,
25. Epoxy Paint
Seiko Roffec& Berger.
Berger, Asian Paints and
26. Bituminous Paint
Shalimar Tar Products.
Berger, Asian, Nerolac, Dulux,
27. Synthetic Paint
Shalimar
28. Cement based paint Super Snowcem, Duracem, Accrocem
29. Doors & Windows
Hindalco, Jindal, Mahavir,
(a) Aluminium Section
Indian Aluminum
(b) Glass Section Modi, Saint Gobain
(c) Hinges Earl Bihari or equivalent
(d) Laminated Board Kit ply, Nova pan/equivalent
30. Water Tanks Sintex / Diplast
31. Sanitary wares Hindware / Parryware / Cera
DI Sluice Valves, NRV, Reflux Valves, Check Kirloskar / VAG Valves / AVK / IVC/
32.
Valves, Butterfly Valves TALIS
Jash / Shivpad / BIC / Oriental
33. CI / Aluminium Open Channel Gate
Castings
34. Zinc cromate primers Shalimar, Asian Paint, Berger, ICI
Sika, Fosroc, ACCO proof, Overseas
35. Water proofing compound Waterproofing Corpn., India
Waterproofing Co, CICO
36. Dash Fasteners Hilti, Fischer
37. Concrete Admixtures Sika, Fosroc, CICO
India Water Proofing Company /
38. Water Proofing Treatment Overseas Water Proofing Corp /
FOSROC Chemicals
ABB / Schneider / Alstom / L&T /
39. PLC / SCADA
GEFanuc / Siemens / Allen Bradley

136
SNO ITEM APPROVED MAKES
Schneider / ABB / Rockwell / APC /
40. SMPS
Pyrotech / Siemens/equivalent
HP / Compaq / Dell /
41. Computers
Lenovo/equivalent
Elcon / Sales Link / Comet / Lapp /
42. Cable Trays / Glands
HMI / Pinnacle / RATAN-Kolkatta
L&T / Siemens / BCH / Schneider /
43. Starters for motors
ABB/ C&S
Usha / bajaj / Orient / Crompton / GEC
44. Ceiling Fan
/ Havells/equivalent
Bajaj / Crompton Greaves / GE /
45. Exhaust Fan
Almonard
Trijal / Shivalik / Madhu Electrical /
46. Bus Duct
Vasutech/equivalent
47. Distribution Boards ABB / Legrand / Siemens / L&T
Crimping Lugs / Glands of double
48. Phoenix / Dowells / Jainson / Comet
compression type
ABB / L&T / BCH / Siemens /
49. MCC / L.T Panels / PDB / LDB Panel
Schneider/automatic controls
ABB / L&T / BCH / Siemens /
50. Control Desk
Schneider / Rittal
AUMA / Rotork / Marsh /automatic
51. Actuator Panel SCADA compatible
control
Crompton Greaves / AREVA / BHEL /
52. Distribution Transformer ALSTOM / ABB / Kirloskar /
L&T/T&R/VoltAmp
ABB / Siemens / AREVA / ALSTOM /
53. 22/11 KV VCB breaker & panel
Kirloskar / L&T / Jyoti
22/11 KV SF6 insulated 3 panel / 4 panel ABB / Siemens / AREVA / L&T /
54.
extensible type RMU. Schneider
ACB 8 way / feeder pillar 6 way / 4 way Pyrotech/ABB / Siemens / AREVA /
55.
&minipillars L&T / Schneider/Havells
LAPP/ KEI / PolyCab / Thermo
Control multistrand single core Cables 1.1
56. Cables/Finnolex/NICCO/Delton/Unive
KV grade
rsal
11 KV End termination & straight through
57. Raychem, Xicon, Denson
joint
Krykard / Nipon / Trinity / Rishiline
58. Measuring Instruments
(L&T) / AE / Secura/equivalent
Samsung / LG / Voltas / Carrier /
59. Air Conditioners
Hitachi / Panasonic

137
SNO ITEM APPROVED MAKES
Havells / CCI / Gloster / Polycab / KEI
60. Cables
/ Deltton / Universal / NICCO
Lamps HPMV/HPSV Metal Hallide Lamps
61. Bajaj, Philips, Wipro, Halonix, Havells
& Accessories
Ring Main
Unit/HT, ABB, Schneider, Crompton, South
62.
switch and Andrew Yule, Siemens, L&T
fuse unit
Soft Jaishree/Areva / Rockwell / Schneider
63.
Starter / BCH Electric / ABB
LT
Variable Schneider / BCH / Allen Bradley /
64. Frequency Danfoss / Siemens / L&T / ABB /
Drive Crompton
(VFD)
LT L&T / EPCOS / ABB /
65.
Capacitors BCH/Schneider
Steel
66. Octagonal Bajaj / BPP / PE / TLL / Surya / Aster
Poles
Chokes/ig Bajaj, Wipro, Crompton, Philips,
67.
nitors Halonix
Ingersoll Rand / Elgi / KG
68. Air Compressor
Khosla/equivalent
Industrial Control & Appliances (P)
Ltd. / Electric Automation / Jaisum&
69. Instrument Control Panels Hutchison Controls (P) Ltd. / Industrial
switch gear & Controls /
Rittal/Hensel/Positronics Baroda
Kappa / NIPPON / Control Switchgear
70. LT bar primary/ wound CTS & PTS
/ AE / C&S
Siemens, L&T, Schneider, Control
71. HRC Switch Fuse Unit / Fuses
&Switch Gear, ABB, GE
72. Luminaries Wipro / Phillips / Bajaj / Halonix / GE
BCH/ Hensel / Legrand / Havells/
73. Receptacles
C&S/
Marsh Automation (Pune) / Rotork /
74. Actuators
AUMA/SMC/Rotex
L & T / BCH / ABB / Control &
75. Switchgear
Switchgear / GE / Siemens

138
SNO ITEM APPROVED MAKES
L & T / BCH / ABB / Control &
76. Control Gear
Switchgear / GE / Siemens
77. Indicating Meter Krykard / Enercon / Nippon / IMP / AE
PUSH BUTTONS and Push Button Station
78. C&S/L&T / BCH / Schneider/ Teknik
type 22.5mm dia
Siemens / BHEL / ABB /AREVA /
79. Vacuum Circuit Breakers
ALSTOM
C&S/L&T-C Power/Siemens-
Germany/Schneider- France BCH-
80. Air Circuit Breaker
Terasaki Japan/ ABB- E
max/equivalent
C&S/L&T / Schneider-NS / Siemens-
81. Moulded Case Circuit Breaker (MCCB) Sentron / ABB-Isomax/ BCH-
TerasakiJapan
C&S / L&T / Kay Cee/Secura/AE /
82. Volt and Ampere Meter with Selector Switch
ABB
C&S / L&T / Kay Cee/Siemens/BCH /
83. Selector Switch
ABB
C&S / L&T / Teknik / Siemens /
84. Indicating Lamps LED type 22.5mm dia
schneider / ABB
C&S / L&T / ABB / BCH / Schneider
85. Contactor
/Siemens
C&S / L&T / ABB / BCH / Schneider
86. Over Load Relay
France/Areva
C&S/BCH / C&S /
87. LT Electronic Over current/ Overload Relay
Siemens/Jyoti/ABB/Alstom
C&s / AREVA / SIEMENS / ABB /
88. MV/HT Electronic Motor Protection Relay
SCHNEIDER
89. Battery Charger Amaraja / Chabbi / Statecon/equivalent
90. Battery Bank Excide / HBL/equivalent
Wipro / Philips / Crompton /
91. Street Light / Flood Light Fixtures
Halonix/Bajaj
92. Bus Bar Indal / Valco / Balco / Hindalco
93. Bus Bar Supports C&S/Powermat / Everest Electricals
94. Single Phase Preventor L&T / Minilec/ABB/Schneider
Cummins / Kirloskar / Ashok Leyland /
95. Engine for DG set
Greaves Cotton
Crompton Greaves / Alstom / BHEL /
96. Alternator Jyoti / Leroysomers / Kirloskar /
Stamford

139
SNO ITEM APPROVED MAKES
Everest / Kay International / Swam
97. Air Blowers
Pneumatics/equivalent
Triveni / Voltas / Degremont / Eimco
98. Thickener Mechanism KCP / Envirex / Dorr-
Oliver/Krofta/OSDPL
Indef / Reva / W.H. Brady & Co /
99. Electric Hoist / Chain Pulley Hercules Hoists Ltd./ Avon Cranes/
Krane
Siemens / Crompton / ABB /
100. Motors
Kirloskar/ Bharat Bijlee / Marathon
Jash / Voltas / Triveni / HUBER /
101. Mechanical Bar Screens
Johnson / Envirex / Eimco KCP
Indiana / Konal Corporation / Voltas /
102. Belt Conveyor
Batliboi / Dynamic/equivalent
103. Gear Box Radicon – Greaves / Elecon / Flender
Triveni / Huber / Napier-Reid / Smith
104. Mechanical Detritor
& Loveless / Westech / Voltas
Kishor / Grundfos / / ABS / Kirloskar /
105. Submersible Pumps
Flygt
Grundfos / KSB / ABS / Kirloskar /
106. Centrifugal Pumps
Flygt / Mather & Platt
OTT / EDI USA / REHAU /
107. Fine Bubble Diffusers
SANITAIRE/Eco Aqua/equivalent
ROTO / Tushaco / Netzsch / ABS /
108. Screw Pump
Alfa Helical
Humboldt / Pennwalt / Alfa
109. Centrifuge/Belt filter press
Laval/Krofta,technofab/OSDPL
Milton Roy / Fibre & Fibre / Remi /
110. Agitators
Voltas/OSDPL
Milton Roy / Positive Metering /
111. Dosing Pumps
Toshcon
Flow integrators ABB / Blue Star / Level Tech / Nova /
112.
Forbes/Eureka
Digital LED Indicators ABB / Nishko / Switzer / Lectrotek /
113. System devices / Sun Industrial /
Eurotherm / Yokogawa / Masibus
114. Timer ABB / Siemens / Schneider
115. Chlorine Tonner ISGEF / ANUP
116. Pressure Switch Indfoss, Switzer, Varma, GIC
Temperature Scanners Pyrotech, Masibus, Nishko, Lectrotek,
117.
Emerson

140
SNO ITEM APPROVED MAKES
Analog Signal Multiplier MASIBUS, Sai Tech, MTL INSTS,
118.
NISHKO, P&F/equivalent
119. Printer Epson, Wipro ,HP, Canon
120. Monitor Philips, L.G., Samsung, SONY
Lightening Protection Unit MTL Instruments, Rittmeyer, P & F,
121. Phoenix, OBO Bettermann, National
Resistors
UPS APC, Hirel, Microtech, DB Power,
122.
Hitachi, Emerson/equivalent
Online Analysers for BOD, TSS, Turbidity, Shimadzu/Merck/Thermo/ Weiber /
123. Residual Chlorine etc HACH / Emerson / Forbes
Marshall/SCAN/equivalent
124. Instrumentation :
Forbes Marshall / Endress Hauser /
(a) Level Transmitter , Flow transmitter,
ABB / Emerson / Nivo Control /
Level Switch
Siemens
Endress Hauser / ABB / Forbes
(b) DO Meter Marshall / Fischer Rosemount / HACH
/ Emerson/SCAN
Forbes Marshall / Fitzer Instruments /
(c) Air Flow Meter George Fitcher /
Toshniwal/ABB/Emerson
Forbes Marshall / Endress Hauser /
(d) Wastewater Flow Meter
ABB / Emerson / Toshniwal
H. Guru / Fiebeg / Waaree /
(e) Pressure Gauge
GIC/Switzer
Toshcon Jesco (USA), Metito,
125. Chlorinators
Pennwalt, Capital Control/equivalent
Thermax.Degremont,Osdpl,Eimco-
126. Decanter Mechanism KCP/equivalent

Note : The firm shall install the equipment as per list of approved makes only. In case make of
any item is not figuring in the list of approved makes specified in the tender document, the
Engineer shall decide make for the same and his decision shall be final and binding.

141
(D.) GENERAL SPECIFICATIONS:

PART ‘A’: CIVIL WORKS

142
1. Earthwork, Plain cement concrete, Reinforced Cement Concrete, Brick Masonry and
Plastering

General
All the works pertaining to Earthwork, Plain Cement Concrete, Reinforced Cement Concrete,
Brick Masonry & Plastering shall be carried out strictly as per following order of
precedence:-
(f) DNIT requirements and specifications
(g) CPWD specifications
(h) IS Codes,
(i) Manual of Sewerage & Sewage Treatment (CPHEEO)
(j) Manual of Water Supply & Treatment (CPHEEO)
In case of any discrepancy, the decision of Engineer shall be final and binding.

1.1 All surplus soil/earth shall be transported and disposed of to suitable location upto
satisfaction of Engineer. In case the excavated material falls short of requirement, the backfill
soil/earth shall be taken from borrow pits approved by the Engineer. The rates quoted by the
contractor shall be deemed to be inclusive of all such works
1.2 No backfilling of soil shall be done in structural part / floor of any structure. Rather the rain
guts, rat holes, loose earth, extra excavated earth etc shall be replaced by CC 1:4:8 mix for
which nothing extra shall be paid.
1.3 A permanent baseline, cross lines & bench marks shall be established to serve as reference.
1.4 All excavated materials obtained from excavation shall be Departments property.
1.5 The cement used shall be ISI marked O.P.C. – 43 grade conforming to IS 8112. All RCC
work below G.L. shall be done using Sulphate Resistant Cement.
1.6 The reinforcement / steel shall be TMT high strength deformed steel bars Fe-500 ISI marked
(IS 1786).
1.7 All water retaining structures shall be designed & constructed in design mix minimum M-30
as per IS 3370, 2009 edition with latest amendments. However, the minimum cement
contents of 405 kg/cum shall be maintained. No admixtures shall be used except for
improving of workability, for which prior approval of Engineer shall be obtained. Buildings
and other non-water retaining structures shall be designed & constructed in design mix
minimum M-25 grade of concrete as per latest IS 456-2000, IS 10262 with up to date
amendments.
1.8 All RCC work below G.L. shall be done using Sulphate Resistant Cement.

WHEREVER, REFERENCE TO VARIOUS CODES, MANUALS, SPECIFICATIONS,


GUIDELINES ETC HAS BEEN MADE IN THE TENDER DOCUMENT, IT SHALL MEAN
THE LATEST EDITION.
2. Piping
2.1 General

143
The specifications given under this clause shall cover guide lines for providing all types of
pipes for water supply, sewerage, rising mains, plumbing, interconnecting pipes in water,
wastewater treatment units etc.

The diameters and types of pipes shall be as described in the approved drawings. The pipes
shall include all types of pipes. All the materials shall be as per relevant Indian Standards.
The specials and fittings like SV, FH etc. shall be installed in locations as per approved
drawings or as directed by Engineer.

The work includes supply of all types of pipes at the site of work, road cutting and remaking,
excavation of trenches in all types of soil, lowering of pipes into the trenches, concrete
bedding where specified, aligning to line and grade, jointing, testing, back filling of trenches
to meet the requirements of Indian Standards codes of practices in a best workmanlike
manner.

The CPWD Specifications / IS Codes should be followed for work of pipe laying.

2.2 Puddle Collars


CI D/F Puddle Collars shall be provided wherever CI / DI pipe has to pass through RCC
work. Puddle Collars shall be provided of sufficient length and puddle height.

The quality and thickness of puddle collar shall be equivalent to CI DF specials (as per IS:
1538)

2.3 HDPE pipes


HDPE pipes shall be used only if specifically permitted in section 5 of this tender document
or if specifically permitted by Engineer.
Jointing
The HDPE pipes shall be jointed properly with HDPE socketted specials to get smooth inner
side surface without any extrusion to avoid any obstruction to flow of wastewater. If in any
particular case butt welding has to be done, smooth inner surface of pipe without intrusion
inside shall be ensured.

2.4 Glazed Stone Ware Pipes


The drain pipes and filtrate pipes shall be of GSW. The GSW pipes to be provided should be
ISI marked as per IS 651. They should be laid to proper gradient and as per CPWD
specification as approved by Engineer.

2.5 RCC Pipes with HDPE lining


The RCC pipes to be provided shall be NP-3 S&S ISI marked with rubber rings as per IS 458
(Latest edition) and these shall be laid to proper gradient and as per CPWD specification as
approved by Engineer. All RCC Pipes shall be HDPE lined from inside.

144
2.6 PIPES AND SPECIALS

2.6.1 DI S&S Pipes :


All DI pipes / fittings used for different units as described in the scope of work shall be Class
K-9 as per IS 8329 and IS 9523 with up to date amendments. The pipes shall be cement
mortar lined on inner face suitable for sewage and painted with Bituminous paint on outer
surface.

2.6.2 DI Double Flanged Pipes :


The DI welded D/F pipes shall be conforming to IS 8329 with up to date amendments Class
K-9 barrel. The pipes shall be cement mortar lined on inner face suitable for sewage and
painted with Bituminous paint on outer surface. The flange rating shall be PN 1.6 with
working pressure of 10 kg/m2.

2.6.3 CI Double Flanged Pipes :


The pipes shall be Double flanged horizontally cast iron pressure pipes ISI marked as per IS
7181 – latest edition Class B in standard length of 2.75 m.

2.6.4 CI / DI Specials :
Cast iron (IS 1538) / Ductile Iron (IS 9523) standard socketted and / or flanged fittings shall
be ISI marked suitable for CI / DI pressure pipes. The metal used for manufacturing shall be
of a quality not less than specified for grade 15 of IS 210.

2.7 VALVES
General
All valves shall be guarantee during defect liability period and full operation & maintenance
period & in case of any damage, replacement would be given free of cost.

2.7.1 Sluice Valves


Valves upto ø300 mm sluice valves shall generally conform to IS 14846 / ISO 7259 / BS EN
1171, with length over flanges as per PD of IS 14846 corresponding to BS EN – 558 / ISO
5752 Basic Series 3 in DI construction having resilient seating with rubberized (fully
vulcanized with EPDM) DI wedge. Spindle shall be outside screw – rising type (SS 304
grade). Valves should be pocketless design. Shall be coated internally and externally with
epoxy powder / liquid coating (minimum DFT 200 micron) – Shade: BLUE / GRAY.

Component Material of construction


Body / Bonnet Ductile Iron IS 1865 Gr. 400/15 or 500/7
Wedge (fully rubber Ductile Iron IS 1865 Gr. 400/15 or 500/7 + EPDM
encapsulated)
Gland / Yoke Cast Iron
Spindle Outside Screw & Yoke; Stainless Steel AISI 304

145
Spindle Nut Brass
Stem seal Gland & Stuffing Box type
Fasteners Alloy steel
Flange Drilling ANSI B 16.1 Cl.125 / BS EN 1092 – 2/ IS 9523 Table 4
(FF)
PN 10 / 16
Painting / Coating Inside & Outside epoxy powder coated; DFT minimum
250 micron

Valves 350 mm and above sluice valves shall generally conform to IS 14846 & outside screw
Rising Spindle of SS 304, with length over flanges as per PD of IS 14846 corresponding to
BS EN – 558 / ISO 5752 Basic Series 3 in DI construction having metal seating (IS 318 Gr.
LTB 2 with 2% Nickel).

Component Material of construction


Body / Door / Dome Ductile Iron IS 1865 Gr. 400/15 or 500/7
Spindle Outside Screw & Yoke; Stainless Steel AISI 304
Body seat / Door face Gun metal with 2% Ni: IS 318 Gr. LTB 2 / BS 1400
(rings to be press fitted and LG2
riveted; no screws allowed)
Spindle Nut Gun metal with 2% Ni: IS 318 Gr. LTB 2 / BS 1400
LG2
Stem seal Gland & Stuffing box type with hemp packing
Fasteners Carbon steel
Flange Drilling IS 1538 Table 4 & 6
PN 10 / 16

Valves 400 mm dia and above shall be fitted with ball thrust bearings, enclosed spur gear box, back
seat bush as accessories for ease of operation. Shall be coated internally and externally with epoxy
liquid coating (minimum DFT 200 micron) – Shade: GRAY. Valves shall be rated PN 1.0 / PN 1.6
(as per final design & BOQ) and flanges faced and drilled as per IS 1538 Table 4 & 6 / IS 9523 / BS
EN 1092 – 2.

Electrically operated valves to be complete with electrical actuators complete with integral reversing
contactor starter, push button station, local – off – remote selector switch, potentiometer, space
heater, continuous local indicator and top bevel gear unit (with hand wheel) for side orientation and
ease of operation.

2.7.2 Non return valves


Valves upto 600 mm dia. shall conform to IS 5312 Part 1 & above to IS 5312 Part 2. Valves upto
300 mm dia shall be in graded DI with soft slant seat. Hinge pin shall be of SS AISI 304. The hinge
shall be in DI and integral with the door. Valves 350 mm dia shall be in graded DI with metal to

146
metal (IS 318 Gr. LTB 2 with 2% Nickel) seating; SS AISI 304 stub pins & slant seat design. Valves
above 600 mm dia must be of multi – door design with doors having minimum two integral lugs for
hinging of the door. Valves shall be rated PN 1.0 / PN 1.6 (as per final design & BOQ) and flanges
faced and drilled as per IS 1538 Table 4 & 6 / IS 9523 / BS EN 1092 – 2. Shall be coated internally
and externally with epoxy liquid coating (minimum DFT 250 micron) – Shade: GRAY.

Component Material of construction


Body / Door Ductile Iron IS 1865 Gr. 400/15 or 500/7
(& Diaphragm)
Hinge pin (single door ) / Stub SS AISI 304
pin (multidoor type )
Seat & Face rings Soft seated upto 300 mm.
350 mm and above: Gun metal with 2% Ni: IS 318 Gr.
LTB 2 / BS 1400 LG2
Fasteners Carbon steel
Flange Drilling IS 1538 Table 4 & 6/ BS En 1092 - 2
PN 10 / 16
By – pass arrangement Optional

2.7.3 Butterfly Valves (To be used only for water and not for Sewage / Sludge)
1. Butterfly valve shall be of double eccentric and resilient seated. The valve shall generally
conform to face to face dimensions according to BS 5155 long body. The butterfly valves
should be compatible for buried installations without the construction of chambers.

2. Material of construction of butterfly valves shall comply with following requirements:


Body Ductile iron to EN-JS 1030 (GGG-40)
Disc Ductile iron to EN-JS 1030 (GGG-40)
Shaft Stainless steel with 13% chromium (1.4021)
Shaft Bearing Bushes Bronze
Body Seat Integral Nickel Weld Overlay & Micro finished

Disc Sealing EPDM Rubber

Internal Fasteners Stainless Steel SS 316

Surface Protection Up to DN 600, Inside and outside with epoxy powder


coating and above DN 600 with epoxy liquid lacquer min.
250 microns thickness, color RAL 5005 Blue.

3. Butterfly valves shall be suitable for mounting in any position. The valve shall be free from
induced vibrations.
4. Bearing bushes shall be supported with O rings to avoid entering of water from the disc side
into the gear box.

147
5. Gear box shall be irreversible worm gear, corrosion resistant, protection class of IP 67 with
mechanical position indicator, 100% fluid grease filling.
6. The valve seal shall be of replaceable design. When the valve is fully closed, the seal shall
seat firmly. The seat surfaces shall be micro finished to provide a long life for the seal. All
fasteners shall be set flush so as to offer the least resistance possible to the flow through the
valve.
7. The shaft shall be stainless steel with self-lubricating bearings.
8. All valve spindles and hand wheels shall be positioned to give good access for operational
personnel. The valve disc shall have a 90 degree turn.
9. Valves shall be provided with a continuous mechanical position indicator to show the
position of the disc, mounted on the driven shaft end.
10. Valves shall be capable of closing against the maximum flow that can occur in practice. The
breakaway torque under maximum differential head conditions shall be within the
manufacturer’s limit.
11. All hand wheels shall be arranged to turn in a clock wise direction to close the valve.

2.7.4 Air Valves


1. Air valves shall be installed at the high points in the systems and at regular intervals along
the pipe line. Flange dimensions as per DIN 2501-1
2. Material of construction of air valves shall comply with following requirements:
Body Ductile iron to EN-JS 1030 (GGG-40)
Float Stainless steel (1.4301); DN 50 float of Hostaflon
Shell Stainless Steel
Gasket & Seal EPDM Rubber

Screws Stainless Steel [A4]

Surface Protection Inside and outside with electro static epoxy powder coating
min. 250 microns thickness, color RAL 5005 Blue.

3. Air valves shall be of single chamber double orifice type and internals of stainless steel. A
buoyant rigid float shall seal the large orifice and the chamber housing shall be designed to
avoid premature closing of the valve by the air whilst being discharged. Small orifice shall
discharge small air volume during operation under full internal pressures.
4. Both the large and small orifices should be housed in 1 chamber.
5. The valve shall be capable of exhausting air from the pipe automatically when being filled,
the air being released at a sufficiently high rate to prevent the restriction of the inflow rate.
Similarly, the valve shall be capable of ventilating pipe work automatically when being
emptied or under water hammer condition, air inflow rate being sufficiently high to prevent
development of vacuum in the pipe lines. The valve shall also automatically release air
accumulating in pipe work during normal working conditions.
6. The valves shall be designed to prevent premature closure prior to all air having been
discharged from the line. The orifice shall be positively sealed in the closed position with the

148
float only raised by the liquid and not by a mixture of air and liquid spray. The sealing shall
be so designed to prevent the float sucking after a long period in the closed position.
7. Air valves shall thus to be designed to automatically operated so that they will,
a) Positively open under internal pressure less than atmospheric pressure to admit air in bulk
during pipe line draining operation.
b) Exhaust air in bulk and positively close as water, under low head, fills the body of the
valve during filling operation.
c) Not blow shut under high velocity air discharge
d) Exhaust accumulated air under pressure while the pipe is flowing full of water.
8. All air valves shall be constructed so that internal working parts which may become
necessary for repairs shall be readily accessible.
9. Valves shall have nominal diameters up to DN 200, with working pressure for air valves
shall not be less than PN 16.
10. The air valve shall be capable of handling air up to sonic velocities [300 m/s.]

2.7.5 Check Valves [Up to DN 300]:


1. Material of construction of check valves shall comply with following requirements:
Body Ductile iron to EN-JS 1030 (GGG-40)
Ductile iron to EN-JS 1030 (GGG-40), fully coated with
Disc
EPDM
Cover Screws & Nuts Stainless Steel [A2]

Plug Brass

Elastomers EPDM rubber [Grade - W 270]

Surface Protection Epoxy coating, min. 250 microns, color: RAL 5005 blue

2. Rubber lined one-piece disk with integrated sealing and should be usable from both sides.
3. Bearing should be integrated in the rubber lining. There for there should be no friction
4. pre stressed rubber joint to reduce pressure surges
5. Disk should be replaceable without dismantling the valve
6. All parts in touch with the fluid to KTW and DVGW Code of Practice W270 (no build-up
of harmful bacteria)

2.7.6 Check Valves [Above DN 300]:


1. Face to face dimensions as per EN 558-1 / DIN 3202, F4
2. Material of construction of check valves shall comply with following requirements:
Body Ductile iron to EN-JS 1030 (GGG-40)

Disc Ductile iron to EN-JS 1030 (GGG-40)

149
Shaft Stainless steel with 13% chromium (1.4021)

Seat Integral Nickel weld overlay, Micro finished

Sealing’s EPDM rubber


Epoxy liquid lacquer coating, min. 150 microns, color: RAL
Surface Protection
5005 blue

3. Non-return valve for drinking, service and sewage water (pre-cleaned and non-plait
Creating) up to 50°C
4. Disk geometry with optimum hydraulic flow pattern to ensure low pressure losses
5. Wear-resistant, corrosion-resistant and infiltration-proof sealing seat in the body and on the
disk
6. The closing time should be reduced by at least 30% due to the slanted seat
7. Provision to provide an INTENRAL damping unit which is operated by the water
Medium itself, to improve the water hammer shock absorption

2.7.7 Knife Gate Valves:


1. Face to face dimensions as per EN 558-1 series 20 / DIN 3203-2, K1. Flange Connection
dimensions to EN 1092 PN 10
2. Material of construction of knife gate valves shall comply with following requirements:
Body, bearing panel, Thrust
Cast iron to EN-JL 1040 (GG-25)
piece
Knife Stainless Steel 1.4301 / 1.4571

Bracket seal & Lateral seal U shaped Elastomer [NBR]

Yoke Steel sheets

Connection parts Stainless steel (A2-70)


Inside and outside epoxy-coated with GSK type “heavy-duty
Surface Protection corrosion protection” to DIN 30 677-2, coating thickness
>250 µm, colour: RAL 5005 blue

3. Knife-gate valve; can be used as wafer-type valve and end-of-line valve without
Counter-flange at full operating pressure
4. Full flanged design; body screws locate outside the raised face of the flange
5. Unrestricted passage through with purging spaces
6. Resilient-seated knife guided in chambered U-shaped bracket seal, with enlarged
Bottom seal to ensure perfect Tightness in all modes of operation
7. Integrated scrapers on both sides to keep the knife permanently clean
8. Additional safety in case of unilateral pressure overload by way of a metallic stop of the
Knife

150
9. Profiled lateral seal with integrated PTFE guiding rods to reduce operation forces; can be
readjusted and replaced without dismantling the valve from the pipeline
10. Solid and compact body design with retaining plates to protect the stem against
Atmospheric influences
11. Rolled stem thread; non-rising and should be tight in both directions
12. Additional safety in case of unilateral pressure overload by way of a metallic stop of the
knife.

2.8 Reference Codes


The pipes and specials shall conform to the Indian Standard Specifications (latest
issue/revision). Commonly used IS codes are listed below :

I.S. 458 Concrete pipes with or without reinforcement

I.S. 651 Salt glazed stone ware pipes and fittings

I.S. 784 Pre stressed concrete pipes

I.S. 1239 Mild steel tubes, tubular and other wrought steel fittings (parts I and II)

I.S. 1536 Centrifugally cast (spun) iron pressure pipes for gas, water and sewage

I.S. 1537 Vertically cast iron pressure pipes for water gas and sewage

I.S. 7181 Horizontally cast Double Flange Pipes

I.S. 1538 Cast iron fittings for pressure pipes for water, gas and sewage

I.S. 1592 Asbestos cement pressure pipes

I.S. 2685 Code of practice for selection, installation and maintenance of sluice valves

I.S. 3006 Chemical resistant salt glazed stone ware pipes and fittings

I.S. 3076 Low density polyethylene pipes for potable water supply

I.S. 4984 High density polyethylene pipes for potable water supply

I.S. 4985 Unplasticised PVC pipes for potable water supplies

151
I.S. 8329 Centrifugally cast (spun) Ductile Iron Pressure pipes for water, gas and sewerage –
specifications

I.S. 9523 Ductile Iron fittings for pressure pipes for water, gas and sewerage – specifications

I.S. 14333 High Density Polyethylene pipes for Sewerage – specifications

I.S. 13592 Specification for UPVC pipes for soil and waste discharge systems inside buildings
including ventilation and rainwater system

I.S. 14735 Unplasticised Polyvinyl Chloride (UPVC) Injection Moulded Fittings for Soil and
Waste Discharge System for Inside and Outside Buildings Including Ventilation
and Rain Water System Specification

I.S. 14846 Sluice Valve for Water Works Purposes (50 to 1200 mm Size) - Specification

2.9 Construction

2.9.1 Transportation of pipes


The transportation of pipes to the site of works has to be done in such a way that pipes are
not damaged while handling.
Light pipes and pipes of smaller diameter shall be handled manually. Heavy pipes shall be
loaded and unloaded using lifting tackles like chain pulley blocks and shear legs. The pipes
shall be protected against impact, shocks etc. Pipes shall not be allowed to fall freely on to
the ground and hard surfaces so as to cause cracks in pipes.
Transportation of pipes and stacking by the side of the trenches shall also be done in such a
way that it causes minimum inconvenience to the traffic.
Lowering of the pipes into the trenches shall be done equally carefully so that the pipes are
not damaged and also the trenches and bedding for pipes are not disturbed and damaged.
Smaller and lighter pipes can be lowered using rope slings and shall not be dropped on to the
trench bottom.
2.9.2 Transfer of levels to trench bottom
Permanent bench marks shall be established at convenient and frequent intervals all along the
pipe alignment for carrying the levels to the place of laying of the pipes. The levels shall be
transferred by using boning rods and sight rails. The lowering of pipes shall not be
commenced until the Engineer has checked levels and permits the lowering of pipes.
Heavy pipes shall be lowered into the trenches by means of shear legs, chain pulley blocks
and tackle. Care shall be taken while lowering the pipe into the trench. Each pipe which is
laid in the trench is examined for damage. Cracked, broken or damaged pipes shall not be
allowed to be used in the works.

152
2.9.3 Cleaning of pipes
The pipes shall be checked for absence of cracks and damaged parts of pipe ends. The pipes
shall also be cleaned to remove all dirt and soil and other foreign materials before lowering
into the trenches. After jointing it shall be ensured that the extra jointing materials are
removed. It shall also be ensured that no foreign material enters the pipes after they are laid
by covering the pipe ends suitably.
The specified jointing materials shall be used and methods of jointing the pipes of different
materials shall be followed as per relevant IS specifications/directions of the Engineer. For
flanged joints necessary gaskets/packing material, bolts and nuts shall be provided without
any extra cost. The gaskets/packing materials shall be of full diameter and of approved
quality.
The bedding of the pipes where specified shall be as detailed in the approved drawings/
direction of the Engineer. The locations of the bedding, the thickness of the bedding, the
width of the bedding, material specifications and proportion of mix shall all be as indicated in
the approved drawings/ direction of the Engineer.
For laying and jointing of pipes the following codes of practices (latest edition) shall be
followed unless otherwise stated.

153
I.S.783 Code of practice for laying concrete pipes

I.S2685 Code of practice for selection, installation


and maintenance of sluice valves

I.S. 3114 Code of practice for laying cast of iron pipes

I.S. 4111 Code of practice for ancillary structures in


sewerage system-manholes etc (part I to IV)

I.S.4127 Code of practice for laying of glazed stone


ware pipes

I.S.5822 Code of practice for laying of welded steel


pipes for water supplies

I.S.6530 Code of practice for laying asbestos cement


pressure pipes

I.S.7634 Code of practice for plastic pipe work for


potable water supplies(part I to III)

I.S.12288 Code of practice for use and laying of Ductile Iron Pipes

2.9.4 Manholes
The manholes on the gravity sewers shall be provided at appropriate locations. Normally they
are located at the junctions of sewers, where the diameters of pipes, direction of pipes, grades
of pipes change and also on straight lengths at specified intervals to facilitate cleaning
operations. The sizes of the manholes depend upon the diameters of pipes, depths of pipes,
number of junctions etc. A drawing showing all the above details shall be approved by the
Engineer before execution of the work.

The material specifications viz., brick masonry or concrete, the proportion of the concrete,
mortar for masonry and plastering shall be as indicated in the approved drawings of
manholes. The dimensions and thicknesses of masonry, concrete, plaster etc., shall be as
specified in the drawings to be got approved by bidder for manhole chambers as well as
access shafts in case of deep man holes.

RCC manhole covers of specified weight and thicknesses and type as specified in the
approved drawing for manholes, shall be provided and fixed as directed by the Engineer and
as per relevant Indian Standards.

154
155
2.9.5 Thrust blocks
In case of rising mains/pressure pipes, at changes of directions of pipes thrust blocks to resist
unbalanced forces shall be provided. The dimensions, material specifications shall be as
approved by Engineer / I.S specifications.
2.9.6 Valve chambers
Chambers/masonry pits to protect the valves or other special fittings on the pipe lines shall be
constructed as per site requirements. The dimensions and material specifications, covers shall
be as approved by EIC.
2.9.7 Back Filling
Back filling of the trenches shall not be commenced till the pipes are tested for I.S. specified
hydraulic pressure and till approval for filling of the trenches is given by the Engineer. Back
filling of the trenches shall be done with approved back fill material free from boulders,
sharp objects, rubbish. The filling shall be carried out in layers not more than 150 mm thick.
The filled up material shall be well watered and consolidated, taking proper care to see that
the pipes are not disturbed.
2.10 Hydraulic Testing of Pipes
Each section of the pipe shall be tested for water tightness of the pipe line as per I.S.
Specification. Any sewer or part thereof that does not meet the above requirements shall be
emptied and repaired, or re-laid as required and tested again.

Air Testing/Smoke Testing


The contractor shall be bound to follow the instructions of the Engineer regarding the test
procedure, test pressures, lengths of sections for testing etc. The tests shall be carried out
only in the presence of the Engineer.
2. Joints
Movement joints such as expansion joints, complete contraction joints, partial contraction
joints and sliding joints shall be designed to suit the structure. However, contraction joints
shall be provided at specified locations spaced not more than 7.5 m in both right angle
directions for walls and rafts. Expansion joints of suitable gap at intervals not more than 30
m shall be provided in walls, floors and roof slabs of water retaining structures. Construction
joints shall be provided at right angles to the general direction of the member. The locations
of construction joints shall be decided on convenience of construction. To avoid segregation
of concrete in walls, horizontal construction joints are normally to be provided at every 2 m
height. PVC water stops of suitable type and 230 mm width, shall be used for walls and base
slabs.

Joints are to be provided in the structures as per approved drawing / I.S specification. The
item of providing expansion joints and construction joints in concrete includes all the labour,
tools and plants necessary for completing the item in best workman like manner. Either RCC
key joints or PVC water bar joints shall be provided as per directions of Engineer.

156
The material for the PVC water stops shall be a plastic compound with the basic resin of
polyvinyl chloride and additional resins, plasticizers, inhibitors, which satisfies the
performance characteristics specified below as per IS:12200.

Construction joints will be as shown on the drawing or as approved by the Employer.


Concrete shall be placed without interruption until completion of work between construction
joints. If stopping of concreting becomes unavoidable anywhere, a properly formed
construction joint shall be made with the approval of the Employer.

Dowels for concrete work, not likely to be taken up in the near future, shall be coated with
cement slurry and encased in lean concrete as indicated on the drawings or as approved by
the Employer.

As soon as the exposed concrete has sufficiently hardened, the surface of the joint shall be
water jetted or brushed with a stiff brush to expose the larger aggregate without being
disturbed. Alternatively, if the preparation is not satisfactory, or proper joint preparation is
not possible due to inclement weather, the Contractor shall thoroughly remove the laitance of
hardened concrete by mechanical chipping after seven days of concrete work at his own cost.
Before placing fresh concrete against a construction joint all loose material shall be removed
and the surface sluiced with water until it is perfectly clean, thereafter all ponded water
should be removed. When concreting is to be resumed on a surface which has not fully
hardened, all laitance shall be removed by wire brushing, the surface wetted, free water
removed and a coat of cement slurry applied. On this, a layer of concrete not exceeding 150
mm thickness shall be placed and well rammed against the old work. Thereafter work shall
proceed in the normal way

4. Floor Finishes and Allied Works


General
This specification covers furnishing, installation, finishing, curing, testing, protection,
maintenance till handing over, various types of floor finishes and allied items of work.
4.1 Base
The base to receive the finish is covered under other relevant specifications.

4.2 Installation
4.2.1 Special Materials
In general, all materials shall be as per CPWD specification or relevant IS Codes. In all cases
these materials shall be of the best quality available indigenously unless specified otherwise.

The materials for finishing items must be procured from well-reputed specialized
manufacturers and on the basis of approval of samples by Engineer. The materials shall be as
per the following:

157
White cement shall be white Portland cement in accordance with IS:8042 (Latest edition).

Sand shall be coarse screened, washed sand, free of organic materials, in accordance with
IS: 2116 (latest edition).
Colour pigments, as selected shall be pure mineral pigments, lime proof and non-fading.

4.3 Preparation of the Base Surface


The surface to be treated shall be thoroughly examined by the Contractor. Any rectification
necessary shall be brought to the notice of the Engineer and his approval shall be taken
regarding method and extent of such rectification work.

For all type of flooring, skirting, dado and similar location, the base to receive the finish shall
be adequately roughened by chipping, raking out joints and cleaning thoroughly all dirt,
grease etc with water and hard brush and detergent if required, unless otherwise directed by
the manufacturer of any special finishing materials, or specifically indicated in this
Specification under individual items.

To prevent absorption of water from the finishing treatment the base shall be thoroughly
soaked with water and all excess water mopped up.

The surface shall be done dry where adhesives are used for fixing the finishes.

Prior to commencement of actual finishing work, the approval of the Engineer shall be taken
as to the acceptability of the surface.

4.4 Ceramic Tile Finish


This finish shall be composed of glazed earthen coarse tiles with an underbed laid over a
concrete or masonry base.

4.4.1 Tile: Ceramic


The tiles shall be of earthenware, covered with glaze, white or coloured, plain or with
designs, or sizes as indicated on approved drawings and directed by Engineer and 5 mm thick
unless otherwise specified. The tolerance shall be + or -1.5 mm for length and breadth and +
or -0.5 mm for thickness. Specials like internal and external angles, beads, covers, cornices,
corner pieces etc. shall match. The top surface of the tiles shall be glazed with a gloss or matt
unfading stable finish as desired by the Engineer. The tiles shall be strong, fine grained in
texture, dense and homogeneous and free from faults such as cracks, chips, crazing, specks,
crawling etc. and other imperfections. The edges and the undersides of the tiles shall be
completely free from glaze and the undersides shall have ribs or indentations for better
anchorage with the fixing mortar. The coloured tiles, when supplied shall preferably come
from one batch to avoid difference in colour.

158
4.4.2 Mix : Under-bed
The mix for the under-bed shall consist of 1 part cement and 3 parts coarse sand by weight
mixed with sufficient water or any other mix, if specified.

4.4.3 Laying
The under-bed mortar shall be evenly spread and brought to proper grade and consolidated to
a smooth surface. The surface shall be roughened for better bond. Before the underbed has
time to set and while it is still fairly moist but firm, cement shall be hand dusted over it or a
cement slurry applied and the tiles shall immediately be placed upon and firmly pressed by
wooden mallet on to the under-bed until it achieve the desired level. The tiles shall be kept
soaked for about 10 minutes just before laying. The joints in tiles shall be as closed as
possible and not more than 1.5 mm wide.

Special care shall be taken to check the level of the surface and the lines of the joints
frequently so that they are perfect. When tiles are required to be cut to match the dimensions
these shall be sawn and edges rubbed smooth.

At the junction of horizontal surface with vertical surface the tiles or the former shall enter at
least 12 mm under the latter. After fixing, the floor shall be kept moist and allowed to mature
undisturbed for 7 days. Heavy traffic shall not be allowed for a further period of 14 days.

4.4.4 Finishing
The joints shall be cleaned and flush pointed with white cement or cement mixed with
pigment for coloured tiles and cured for 7 days by keeping in wet. The surface shall be
cleaned with soap or suitable detergent, washed fully and wiped with soft cloth to prevent
scratching before handing over.

4.5 Stone Slab Finish: Marble Flooring.


This shall include natural stone slabs of regular shape and dimensions and capable of taking a
good polish and under-bed over a concrete or masonry surface.

4.5.1 Thickness
The total thickness of the floor shall be as given in the approved drawing including the
underbed.

4.5.2 Stone Slab


The stone slab shall be hard, sound, homogeneous, dense and white in texture and free from
flaws. Angles and edges shall be true, squatter, free from chipping and surface shall be plane.
The slabs shall be machine cut to the required dimensions. Tolerance of + or -5 mm in
dimensions and + or -2 mm in thickness will be allowed. Unless otherwise specified the slabs
shall not be smaller than 450 mm X 450 mm.

159
Stone slabs will come from specific regions and in specified quality with top surface fine
chisel dressed. All sides shall also be fine chisel dressed to the full depth to allow for the
finest possible joints.

Stone slabs shall be delivered to the site well protected against damage and stored in a dry
place under cover.

4.5.3 Mix : Under-bed


The mix for the under-bed shall consist of 1 part cement and 3 parts coarse sand by weight
mixed with sufficient water or any other mixed as specified.

4.5.4 Laying
The sides and top surface of the slabs shall be machine polished and washed clean before
laying.

The under bed mortar shall be evenly spread and brought to proper grade and consolidated to
a smooth surface. The surface shall be roughened for better bond. Before the under-bed has
time to set and while it is still fairly moist but firm, cement shall be hand dusted over it or a
cement slurry applied and the slab shall immediately be placed upon and firmly pressed by
wooden mallet on to the under bed until it achieve the desired level. The slab shall be kept
soaked for about 10 minutes just before laying. The joints in slab shall be as closed as
possible and not more than 1.5 mm wide.

Special care shall be taken to check the level of the surface and the lines of the joints
frequently so that they are perfect. When slab are required to be cut to match the dimensions
these shall be sawn and edges rubbed smooth.

After fixing the floor shall be kept moist and allowed to mature undisturbed for 7 days.
Heavy traffic shall not be allowed for a further period of 14 days.

4.5 Ironite Flooring (IPS Flooring) :


12 mm IPS (metallic hardener) over 50 mm PCC M-20 concrete shall be provided. The sub
base shall consist of 100 mm thick brick ballast 1:6:12 (1 cement, 6 sand, 12 brick ballast)
laid over 100 mm well compacted sand layer. The floor should be casted in panels not more
than 900 mm x 900 mm. Aluminium strips should be provided at the junction of two panels.

160
5. Painting, Whitewashing and Allied Works

General
This specification covers painting, white washing, distempering, wall finishing etc. of both
interior surfaces of masonry, concrete, plaster, structural and other miscellaneous steel items,
floor and roof drains, waste and service water pipes, and other ferrous and non-ferrous metal
items as shown on approved drawings or as directed by the Engineer.

If surface to be finished cannot be put in suitable condition for painting by customary


preparatory methods, the contractor shall notify the Engineer in writing or assume
responsibility for and rectify any unsatisfactory finishing that results.

5.1 Materials
5.1.1 Materials shall be highest grade products of well-known approved manufacturer and shall be
delivered to the site in original sealed containers, bearing brand name, manufacturer’s name,
and color shade, with labels intact and seal unbroken. All materials shall be subject to
inspection & approval by the Engineer. It is desired that the materials of one manufacturer
only shall be used as far as possible and paint of particular shade be obtained from the single
batch. All paints shall be subjected to analysis from random samples taken at site from
painter’s bucket, if so desired by the Engineer.

All prime coats shall be compatible to the material of the surface to be finished as well as to
the finishing coats to be applied.

All unspecified materials such as shellac, turpentine or linseed oil shall be of the highest
quality available and shall conform to the latest I.E. Standards. All such materials shall be
made by reputable recognised manufacturers and shall be approved by the Engineer.

All colours shall be as per painting/finish schedule and tinting and matching shall be done to
the satisfaction of the Engineer. In such cases, where samples are required, they shall be
executed in advance with the specified materials for the approval of the Engineer.

5.2 Storage
The contractor shall arrange for safe and proper storage of all materials and tools. Paints shall
be kept covered at all times and mixing shall be done in suitable containers. All necessary
precautions shall be taken by the Contractor against fire hazards.

5.3 Preparation of Surface


Before starting the work the Contractor shall obtain the approval of the Engineer regarding
the soundness of the surface to be painted on.

161
5.3.1 Masonry, Concrete and Plastered Surface
Surface shall be free from all oil, grease, efflorescence, mildew, loose paint or other foreign
and loose materials. Masonry cracks shall be cleared out and patch filled with mortar similar
to the original surface and uniformly textured. Where this type of resurfacing may lead to the
finishing paint being different in shade from the original surfaces, the resurfaced area shall be
treated with minimum one coat of cement primer which shall be continued to the surrounding
area for a distance of minimum 100 mm.

Surface with mildew and efflorescence shall be treated as below:

i. Mildew
All mildewed surfaces shall be treated with an approved fungicide such as ammonia wash
consisting of 7g. of copper carbonate dissolved in 80 ml liquid ammonia and diluted to 1
litre with water, or 2.5 per cent magnesium silico fluoride solution and allowed to dry
thoroughly before paint is applied.

ii. Efflorescence
All efflorescence shall be removed from affected surfaces with a solution of muric acid in
water (1:6 to 1:8), washed fully with clear water and allowed to dry thoroughly.

5.3.2 Metal
All metal surfaces shall be absolutely clean, dry and free from wax, grease and soap films.
All steel and iron surfaces in addition shall be free from rust. All galvanised iron surfaces
shall be pre-treated with a compatible primer according to the manufacturer’s direction. Any
abrasion in shop coat shall be touched up with the same quality of paint as the original coat.

5.4 Application

General
The method of application shall be as recommended by the manufacturer. In case of selection
of special shades and colour ( not available in standard shades) the contractor shall mix
different shades and prepare test panels of minimum size 1 meter square as per instruction of
the Engineer and obtain his approval prior to application of finishing paints.

Proper tools and implements shall be used. Scaffoldings if used shall be independent of the
surface to be painted to avoid shade differences of the freshly repaired anchor holes.

Painting shall be done by skilled labor’s in a workmanlike manner. All materials shall be
evenly applied, so as to be free of sags, runs, crawls or there defects. All coats shall be of
proper consistency.

162
In case of application by brush, no brush marks shall be visible. The brushes shall be clean
and in good condition before application of paints. All priming undercoats for painting shall
be applied by brush only, and rollers, spray equipment’s etc. shall not be used.

No work shall be done under conditions that are unsuitable for production of good results. No
painting shall be done when plastering is in progress or is drying. Application of paint which
seals the surface to moisture shall only be done after the moisture on and below the surface
has dried out.

All coats shall be thoroughly dry before being sand papered or before the succeeding coat is
applied. Coats of painting as specified are intended to cover surfaces perfectly. In case the
surface is not covered properly by applying the specified number of coats, further coats shall
be applied by the Contractor when so directed by the Engineer.

All primer and undercoats shall be tinted to approximate the colour of the finishing coats.
Finishing coats shall be of exact colour and shade as per approved samples and all finish
shall be uniform in colour and texture. All parts of mouldings and ornaments shall be left
clean and true to finish.

5.5 Synthetic Enamel Paint


Shall be applied on properly primed surface. Subsequent coat shall not be applied till the
previous coat is dry. The previous coat shall be lightly sand papered for better adhesion of
subsequent coats.

5.6 Bituminous Painting


Two coats of bituminous paint of approved make and grade with 0.5 litre per sqm spread
shall be provided on all internal surfaces of all water retaining structures including channels.

5.6.1 Application
All corners and junctions shall be properly rounded off to present a uniform and smooth
finish. After complete curing of the plaster, it will be allowed to dry up. The surface should
be well cleaned with smooth brush to make it dust free. The coating shall be allowed to dry
and kept in dry condition till final setting takes place. The work should be done according to
the entire satisfaction of the Engineer.

5.7 Painting of Structural Steel/ Miscellaneous Steel

Scope
The specification covers painting of the structural/ miscellaneous steel supplied and erected
either by other agencies or by the Contractor for work under the scope of this contract. One
shop coat of red oxide zinc chromate primer including necessary touching up has already
been completed by the concerned agency. One coat of red oxide zinc chromate primer

163
followed by a coat of undercoating and two or more finishing coats of synthetic enamel paint
as described hereunder are only required to be provided under the item for painting structural
/miscellaneous steel.

5.7.1 Type of Structures to be Painted


Painting shall be done on all exposed surfaces (including undersides wherever exposed of
various structural steel members like columns, trusses, beams, roof girders, oil tanks, trestles,
bracings, crane girders, chequered plates, gratings, brackets, base plates, CI / DI pipes,
specials and equipments etc. in the plant as directed by the Engineer. It shall be clearly noted
that all structures are already erected/placed in position or are under erection, hence the
quoted rate by Contractor shall account for all aspects involved in painting keeping in view
the heights, available access to members etc.

5.7.2 Painting
1. In general, painting work shall be in accordance with IS:1477 (Part I & II)
2. Surface of steel work to be painted shall be thoroughly cleaned of all grease, oil, dirt, rust,
foreign matter like cement splashings, etc. by suitable solvent and mild rubbing with
abrasive paper/hand scrapping to the full satisfaction of the Engineer. Cleaning with
solvents/scraping shall be limited to the affected areas only.
3. In cases where the existing primer is removed while cleaning the surface, damaged portions
shall be provided with a coat of wash or etching primer on suitable chemical pre-treatment
solutions and another coat of red oxide Zinc chromate primer.
4. After the surface is prepared in a manner described above, the primer coat shall be dry cut
without scratching or in any way damaging the primer coats and clean the surfaces from
dust.
5. Over this dry surface apply an optimum coat of undercoating (Synthetic enamel Paint) by
brush or spray with minimum brush marks.
6. Finishing coats shall consist of two coats of synthetic enamel paint of approved colour and
brand. The secondary coat, if so directed by Engineer, shall be applied only after the first
coat is hard dry, it’s gloss is gently removed over the entire surface and dusted off.
7. The total dry film thickness of each coat shall be not less than 23 microns.
8. The paint shall be applied by brushing/spraying, Spraying shall be adopted with prior
approval of Engineer generally on large surface areas. Paints shall be stirred frequently to
keep the pigment in suspension. Paint shall be ready mixed in original sealed containers as
packed by the paint manufacturers and no thinners shall be permitted.

5.8 Protection
Furniture and other movable objects, equipments, fittings and accessories shall be moved,
protected and replaced upon completion of the painting work. All stationary items of
equipments shall be well covered so that no paint can fall on them. Work finished by other
agencies shall be well protected. All protection shall be as per instruction of the Engineer.

164
5.9 Cleaning Up
The Contractor shall upon completion of painting etc. remove all marks and make good
surfaces, where paint has spilled, splashed or splattered, including all equipments, fixtures,
glass furniture, fittings, etc. to the satisfaction of the Engineer.

5.10 Acceptance Criteria


1. All painted surfaces shall be uniform and pleasing in appearance.
2. The colour, texture, etc. shall match exactly with approved samples.
3. All stains, splashes and splatters of paint shall be removed from surrounding surfaces.

5.11 Codes of Practice

The following Indian standards are applicable and shall be followed unless otherwise
specified:

IS:104 Ready mixed paint, brushing, zinc chrome, priming


IS:124 Ready mixed paint, brushing, finishing semigloss, for general purposes
(parts I,II,III)
IS:157 Ready mixed paint, brushing, acid and alkali resistant, lead free for
general purposes.
IS:158 Ready mixed paint, brushing, bituminous, black, lead free, acid alkali,
water and heat resistant for general purposes.
IS:159 Ready mixed paint, brushing, acid resisting for protection against acid
fumes, colour as required.
IS:168 Ready mixed paint, air drying, semi-glossy/matt, for general purposes.
IS:430 Paint remover, solvent type non-inflammable.
IS:431 Paint remover, solvent type flammable I.S. 104 1979
Ready mixed paint, brushing, zinc chrome, priming.
IS:5411 Plastic emulsion paint.
(part I and II)
IS:5660 Ready mixed paint, brushing, aluminium red oxide primer.

6. Doors, Windows, Grills & Rolling Shutters

General
The items under this clause cover doors, windows, grills, rolling shutters etc. normally
required to be provided in a building used whether for residential, office, laboratory or
industrial purpose.

Doors and windows Shutter shall be of Aluminum as approved or as directed by the


Engineer. The sizes of the above items and locations of the same shall be as approved by
Engineer. The material used shall be of approved make and as per Indian standard.

165
The frames of Doors and Windows shall be of Aluminum section as approved by Engineer.

They shall be provided with all necessary fittings like hold fasts, hinges, locking
arrangements, stoppers, eyes and hooks, tower bolts, handles, fixing lugs etc., of sizes and
quality grade as approved by the Engineer.

They shall be provided in complete form including painting, glazing, fixing in position true
to level and plumb.
Steel rolling shutters shall be of approved make and shall conform to IS:6248-1979.
The builder’s hardware shall all be as per relevant Indian Standards.

6.1 Door & Window Shutters

6.1.1 Doors:
The Contractor shall provide and fix anodized aluminum doors with partly glazing. The
frame / chowkhat of the door shall be of 45.0 mm x 100.0 mm x 3 mm thick Aluminum
section. Openable leaf frame section, top rail shall be of 48mm x 48 mmx 2.5 mm, lock rail
shall be of 84 mm x 45 mm x 2.5 mm, bottom rail shall be of 115 mmx 45 mmx 2.5 mm shall
be provided. Snap beading for holding glass shall be of 0.18 kg/m with natural anodizing
handle lock and tower bolt. Corner shall be fixed with heavy duty extended aluminum cleats.
Inclusion of neoprene gaskets etc complete in all respects shall be provided.

The Contractor shall provide and fix 5 mm thick plain float glass for glazing.

The Contractor shall provide and fix both side prelaminated particleboard 12 mm thk. of
approved make and colour, in the blind section of the door.

The Contractor shall provide and fix floor spring, of required size ISI Marked.

6.1.2 Windows
The Contractor shall provide and fix anodized aluminum hollow ‘Z’ windows partly fixed
and partly openable with extended aluminum section equivalent to 44 series of approved
make. The Snap beading for holding the glass shall be of Wt. 0.18 kg/m

The corners shall meet at 45 degrees and fixed by heavy duty extended aluminum sheets
inclusive of 4 bar Stainless Steel friction hinges, The Contractor shall provide window
locking handle and hardware to match with framing glazing gaskets and polysulphide sealant
between building members and framing etc. complete and fully finished in all respects.
The Contractor shall provide and fix 5 mm thick plain glass for glazing.
The design of the Doors and Windows shall be made as approved by the Engineer

166
6.2 Fittings
They shall be provided with all necessary fittings like hold fasts, hinges, locking
arrangements stoppers, eyes and hooks, tower bolts, handles, fixing lugs etc., of sizes and
quality grade as approved by Engineer.

All doors shall be provided with handles on both sides and all windows with handles on the
inner side. One of the doors of each room shall be provided with outside locking
arrangement. Smooth finished handles, tower bolts, sliding bolts (for locking) of approved
sizes and makes shall be provided.

They shall be provided in complete form including painting, glazing, fixing in position true
to level and plumb.

6.3 Rolling Steel Shutters / Grills


Scope
The specification covers the design, supply of materials, fabrication, delivery and erection of
Rolling Shutters/grills crank & gear operated (manually operated) including all accessories as
hereinafter specified. All Electrical work shall be in strict accordance with the latest Indian
Electricity Rules. This shall conform to IS:6248.

6.3.1 Components
Slates for rolling shutters shall be made from tested bright cold rolled, annealed M.S.
strips, not less than 0.9 mm thick for shutters upto 3.5m width and above, machine
rolled at 75 mm rolling centres, interlocking with each other. The profile will be such as
to prevent excessive deflection under specified wind load.

End lock shall be heavy type MC/CI and shall be provided at each end of alternate
slates.

Guides shall be of such depth as to retain the shutter under a wind pressure of 150
Kg/sqm. The minimum thickness of guide to be of 12 G.
Shafts shall be of steel pipe of sufficient size to carry the torsional load with a
maximum deflection of 1/360 th of span. Grease packed ball bearings or bushings shall
be provided for smooth trouble free operation.

Bottom bars shall be finished with two angles not less than 6 mm thick external shutters
when shown on drawings. A flexible weather strip shall be applied to make tight
contact with the floor.

Hoods shall be formed of not less than 20 gauge steel, suitably reinforced to prevent
sag.

167
Locks shall be slide bolt and hasp or cylinder lock operatable from one or both sides.
Provision to securing hand chain with pad-lock, provision for immovable handle for
hand cranks etc. shall be made as desired by the Engineer.

6.3.2 Manually Operated Shutters/Grills


Manually operated shutters shall be easily operatable by one person. Shutter shall be crank &
gear operated. The crank handle shall be removable. All shutters shall be lockable from one
or both sides as desired by the Engineer.

6.3.3 Shop Coat


Shutters shall be painted with one coat of red oxide or zinc chromate primer. Shutters shall
be painted with one coat of zinc chromate for adhesion of field coat. At site one more coat
Red oxide Zinc chromate primer shall be applied. These shall be followed by two coats of
Synthetic Enamel paint of approved quality and conforming to IS: 2932, unless specified
otherwise.

6.3.4 Inspection
After installing the shutters, the Contractor shall test the performance of the shutter in the
presence of the Engineer. The doors shall be smoothly operable under all ambient
conditions. All control and locking devices shall give fault free performance.

6.3.5 Guarantee
The contractor shall give one year guarantee for the successful operation and manufacturing
defect of the shutters including aluminum doors, windows and their accessories.

6.4 IS Codes

All relevant IS codes with latest amendments shall be referred to.

IS:6248 Metal rolling shutters and rolling grills

IS:1038 Specifications for steel doors, windows and ventilators

IS:1081 Code of practice for fixing glazing of metal (steel and aluminium) doors,
windows and ventilators.

IS:1361 Specifications for steel windows for industrial buildings

IS:1948 Specifications for aluminium doors, windows and ventilators

168
7. Structural Steel Fabrication Work

General
Structural steel fabrication work shall include all types of steel structural work required for
installation of platforms for operation and installation of equipment where rolled steel
sections are joined together either by bolting or welding as specified on the approved
drawings/directed by the Engineer. It shall also include fabrication and installation of Electric
Hoisting System, MS Stairs etc. Covers for electrical cable trenches along with their seating
arrangements are also classified under this heading.

7.1 Materials
Structural steel rolled sections and plates shall conform to specified grade ‘A’ of IS:2062.
However, rolled sections and plates upto 20mm, conforming to IS:226 may be used in place
of grade-A of IS:2062. Pipes used in Hand rails, embedment etc. shall conform to IS:1161.
Chequered plate shall conform to IS:3502. All other materials shall be as per the list of
standard codes given above or mentioned elsewhere in the relevant sections.

All steel sections and plates shall be straight, sound, free from twists, cracks, flaws,
laminations, rough, jagged and imperfect edges and other defects.

In case any defect like laminations is noticed in the steel sections and plates during
fabrication and erection, the same shall be brought to the notice of the Engineer. These
sections and plates shall be rejected unless specifically approved for acceptance by the
Engineer.

Structural steel that is used for fabrication shall be conforming to any of the following grades
of steel as specified to each of the works:

IS:226-1975 Structural steel (standard quality)

IS:1977-1975 Structural steel (ordinary quality)

IS:2062-1980Weldable Structural steel (fusion quality)

Whenever steel is supplied by the contractor, he shall on demand produce the test certificates
from the manufacturer.

The welding rods used for fabrication shall conform to IS:814-1974 (parts I and II).

The fasteners like bolts, nuts shall conform to IS:1367.


Rivets shall conform to IS:1148-1982.

169
Plain washers shall conform to IS:2016-1967.
Spring washers shall conform to IS:3063-1972.

Note: All structural steel shall be ISI marked.

7.2 Fabrication
All the specified shop drawings shall be prepared by the contractor and got approved from
Engineer. The drawings shall be submitted in triplicate. Approval of the shop drawings
however shall not relieve the contractor of his responsibility of correct conformation to the
designs and fabrications of the structure to meet the requirements of the contract.

Fabrication work shall be carried out as laid down in IS: 800-1984, code of practice for
general construction in steel.

In the shop drawings to be submitted by the contractor for approval, standard symbols as
described in the IS: 813-1961 shall be followed, as well as the stipulations contained in these
specifications.

Welding shall be carried out in accordance with the following specifications as applicable:

IS: 803-1976 Code of practice for design fabrication and erection of vertical mild
steel cylindrical welded oil storage tanks.

IS: 816 -1969 Code of practice for use of metal arc welding for general construction
in mild steel.

IS: 822-1970 Code of practice for manual arc welding of mild steel.

IS: 9595-1980 Recommendations for metal arc welding of carbon Radiographic tests
are required to be carried out as directed by the Engineer in case of
pressure vessels.

IS: 818-1968 Code of practice for safety and health requirements in electric and gas
welding and cutting operations.

IS: 3016-1982 Code of practice for fire precautions in welding and cutting operations.

IS: 7205-1973 Safety code for erection of structural steel work.

The stanchions shall be fixed absolutely vertical or to the specified angle as shown on the
approved drawings/as desired/directed by the Engineer.

170
All connections like angle brackets, cleats, gusset plates, anchor bolts, bearing plates shall be
fixed as shown on the approved drawings or as directed by the Engineer.

The item of work shall include supply of materials, fabrication and erection in position on
site as shown on the approved drawings. This shall also include all labour costs, materials
and equipment required for all fabrication, hoisting, erection, and satisfactory completion of
the item of work.

The supply of materials includes all structural members like rolled sections, plates, brackets,
rivets, bolts and nuts and welds.

The steelwork shall be painted as specified in the approved drawings, or as directed by the
Engineer. Unless otherwise provided for the rate quoted for the item is inclusive of all costs
for painting like cost of paint, cost of labour, scaffolding etc. Welding work shall be done
generally using electric arc welding.

Gas welding shall not be allowed to be resorted to for welding. Under special circumstances
if in the opinion of the Engineer it cannot be avoided, gas welding can be done with the prior
permission of the Engineer. However, gas welding shall not be used where structural strength
is the criteria for consideration.

All arrangements shall be made by the contractor for access for inspection by the Engineer or
his representative to the workshop where the welding work is being carried out and necessary
equipment like gauges, measuring instruments etc., shall be made available to the inspecting
personnel.

Painting work shall not be started without the approval of the Engineer and the painting shall
be started only after his inspection and approval of the works after carrying out surface
preparations.

All holes shall be carefully marked and drilled. Holes shall have their axis perpendicular to
the surfaces bored through. Holes through two or more members shall be truly concentric.
Holes shall not be formed by gas cutting process.

All the temporary connections of parts during assembly shall be done in the following ways:
For welded structures: Tack welding fastening devices, fixtures.

For riveted and bolted structures: Jointing shall be done by adequate number of bolts. If tack
welding is permitted by the Engineer the same shall be adopted but they shall be removed
after the work is completed.

171
For the riveted structures in which holes are to be drilled after assembly, jointing shall be
done by appropriate fixtures.

Welded joints shall be free from defects that would impair the service performance of the
construction. All the welds shall be free from incomplete penetration, incomplete fusion,
slag inclusion, burns, un-welded craters undercuts and cracks in the welded metal, porosity
etc. All the defects shall be rectified as directed by the Engineer. Defective portions shall be
removed to the sound metal and re-welded. Rectification of the welds by caulking shall not
be permitted.

All welds shall be cleaned of slag and other deposits after completion.

7.3 Straightening
All steel materials shall be straight and free from bends or twists. If the sections are distorted
or twisted during transit, storage etc. they shall be straightened and/or flattened by
straightening machine at ambient temperature, though minor kinks or bends may be corrected
by limited heating under careful supervision. Normally all steel issued by the department
shall be reasonably straight although it may have minor kinks and bends.

7.4 Bending
The bending of plates and sections to specially required shapes shall be done either on
appropriate machine or by angle smithy and black smithy processes.

7.5 Cutting
Cutting may be affected by shearing, cropping, sawing or by gas cutting by mechanically
controlled torch. Gas cutting by hand may only be used when specifically authorised in
writing by the Engineer. The edges of all plates shall be perfectly straight and uniform
throughout. Shearing, cropping and gas cutting shall be clean, square and free from
distortion and burrs, and shall the Engineer find it necessary the edges shall be ground
afterwards by the Contractor.

7.6 Grinding
All the edges cut by flame shall be ground before they are welded. Ends of all bearing
stiffeners shall be ground to fit tightly at both top and bottom. The maximum permissible gap
between the bearing stiffeners and the flanges shall not be more than 0.2 mm locally.

In case of gantry girders the bottom of the knife-edge support shall be accurately ground to
provide effective bearing on the column bracket with a clearance not exceeding 0.2 mm
locally at any place. The top surface of the column bracket shall also be ground similarly.
The column splices and butt joints of struts and compression members shall be accurately

172
ground and closely butted over the whole section with tolerance not exceeding 0.2mm locally
at any place. Notwithstanding the above, full load shall be transferred through welds.

The ends of shafts together with attached gussets, angles, channels, etc. after welding
together shall be accurately ground so that the parts connected, butt over the entire surface of
contact. Care shall be taken to see that these connecting angles or channels are fixed with
such accuracy that they are not reduced in thickness by grinding by more than 1 mm.

The slab bases shall be similarly ground over the bearing surface and shall have effective
contact with the end of the shaft. The bearing face which is to be grouted direct to a
foundation need not be ground if such face is true and parallel to the upper face. To facilitate
grouting and escape of air, holes shall be provided wherever necessary in column bases.

7.7 Clearances
The erection clearance for cleated ends of members connecting steel to steel shall not be
greater than 2 mm at each end unless specifically approved by the Engineer.

7.8 Holes
Holes through more than one thickness of materials for members, such as compound
stanchion and girders, flanges, shall where possible, be drilled after the members are
assembled and tightly clamped or bolted together. Sub-punching may be permitted before
assembly, provided at the holes are punched 3 mm less in diameter than the required size and
reamed after assembly to the full size. Punching shall not be adopted where the thickness of
metal exceeds 16 mm.

When holes are being drilled in one operation through two or more separable parts, those
parts, when so specified by the Engineer, shall be separated after drilling and burrs removed.

Holes in connecting angles and plates, other than splices, also in roof members and light
framing, may be punched full size through material not over 12 mm thick, except where
required for close tolerance.

Matching holes for rivets and black bolts shall register with each other so that a gauge of 1.5
mm or 2.0 mm (as the case may be, depending on whether the diameter of the bolts is less
than or more than 25 mm) less in diameter than the diameter of the hole will pass freely
through the assembled members in a direction at right angles to such members. Finished
holes shall not be more than 1.5 or 2.0 mm (as the case may be) larger in diameter than the
diameter of the black bolts passing through them unless otherwise specified by the Engineer.

Holes for bolts shall not be formed by a gas cutting process, except in special cases with
specific permission of the Engineer. Wherever a horizontal member is likely to collect water,
suitable holes for drainage shall be provided.

173
7.9 Notches
The ends of all joints, beams and girders shall be cut truly square unless required otherwise
and joist flanges shall be neatly cut away or notches where necessary, the notches being kept
as small as possible.

7.10 Assembly
The component parts shall be assembled in such a manner that they are neither twisted not
otherwise damaged and shall be so prepared that the specified camber, if any is provided. In
order to minimize distortion in a member the component parts shall be positioned by using
clamps, clips, dogs, jigs and other suitable means and fastener (bolts and welds) shall be
placed in a balanced pattern. If the individual components are to be bolted, parallel and
tapered drifts shall be used to align the parts so that the bolts can be accurately positioned.

For columns which are fabricated in two or more parts, controlled assembly shall be carried
out before dispatch to the erection site.

7.11 Bolting
Every bolt shall be provided with a washer under the nut so that no part of the threaded
portion of the bolt is within the thickness of the parts bolted together.

Flat washers shall be circular of a diameter 2.5 times that of bolt and of suitable thickness.
Where bolt heads/nuts bear upon the beveled surfaces they shall be provided with the square
tapered washers of suitable thickness to afford a seating square with the axis of the bolt.

All bolts and nuts shall be of specified steel, with well-formed hexagonal heads unless
specified otherwise, forged from the solid and shall be dipped in hot boiled linseed oil as
soon as they are made. The nuts shall be good fit on the bolts and clear threads shall show
through the nut when it has been finally tight end up.

Notwithstanding anything to the contrary contained in IS:1363, IS:1364 and IS:1367, the
unthreaded length of the bolt shall be equal to total thickness of metal being bolted together
plus 2 mm. The threaded length shall be equal to at least the diameter of bolt plus 6 mm.

7.12 Chequered Plate


Chequered plates shall be fixed to supporting members by welding as shown/specified in
relevant approved drawings or as directed by the Engineer. The edges shall be made smooth
and no burrs or jagged ends shall be left. While splicing care shall be taken so that there is
continuity in pattern between the two portions. Care shall also be taken to avoid distortion of
the plate while welding of stiffening angles/vertical-stiffening ribs. Surface shall be provided
with primer paint.

174
7.13 Welding
The works shall be done as per approved fabrication drawing or as directed by the Engineer
which would clearly indicate various details of joints to be welded, type of weld, length and
size of weld, whether shop or site weld. Symbols for welding on approved fabrication
drawings shall be according to IS:813. Efforts shall be made to reduce site welding so as to
avoid improper welding due to constructional difficulties.

7.14 Welding of Structural Steel Work


Welding of structural steel shall be done by an electric arc process. The procedure to be
followed, materials, plant and equipment to be used, testing and inspection procedures to be
applied shall be subject to the approval of the Engineer and shall conform generally to
relevant acceptable standards viz. IS:816, IS:9595, IS:814, IS:4354 and Indian Standard
Hand Book for metal arc welding, and other standard codes of practice internationally
accepted.

Necessary jigs & fixtures and rotation of structures shall be so arranged that vertically down-
hand position of welding becomes possible.

Open-Arc welding process employing coated electrodes shall be employed for fabrication of
welded connections and field welding. The cost of electricity for arc welding shall not be
charged extra. The lump sump rate quoted for the item shall be inclusive of cost of
electricity.

Wherever welding is done for assembling the components of structures, the job shall be so
positioned that down hand welding is possible. In cases where down hand positioning of job
is not possible other manual welding positions could be resorted to.

Any structural joint shall be welded only by those welders who are qualified for all welding
procedures and positions required in such joint that is welded.

7.15 Girders for Movement of Hoisting System


All civil items related to Hoisting System shall be provided in Sludge sump, Filtrate sump
etc. complete in all respect.

7.16 MS Stair
The Contractor shall provide MS staircase where ever required. The MS staircase shall be
1000 mm wide and the tread shall be 200 mm made of MS chequred plates. Rise of steps will
be 150 mm. The main supporting beams shall be made of ISLC 200. The hand rail of the
staircase shall be of MS 75 mm x 10 mm with PVC cover on it.

175
8 Water Proofing and Damp Proofing
This specification covers furnishing, installation, finishing, curing, testing, protection, and
maintenance till handed over of water proofing and allied works.

8.1 Water Proofing


Water proofing treatment of 110 mm avg. thickness consisting of 12 mm thick layer in
cement mortar 1:3 with water roofing compound at 1 kg per bag as base, constructing and
laying brick bat coba in cement mortar 1:5 with water proofing compound at 1 kg per bag
and having average thickness of 80 mm thick and finishing with 20 mm thick cement plaster
layer in cement mortar 1:3 with water proofing compound 1 kg per bag including all lead, lift
and laid to proper slope to drain off water entirely including treatment at junction of parapet
and wall upto a height of 300mm or as directed including finishing the top layer of water
proofing treatment with false marking of 30 x 30 cm or as directed.

8.2 Damp Proofing


Damp proof coarse shall consist of cement, coarse sand and stone aggregate of 1:2:4
proportion with standard water proofing compound (1 kg per bag of cement). The DPC shall
be applied at the plinth level in the horizontal layer of 40 mm thickness. The DPC shall be
properly cured as per specifications. Two coats of bitumen of 20/30 penetration at 1.65
kg/cm2 spread shall be applied uniformly on the surface when the concrete is dry.

176
9. Gates
9.1 CI Control Gates
Sluice gates shall be placed according to the general arrangement as per approved drawing.
The dimensions of sluice gates shall be as per approved drawing. The sluice gate shall be
single faced with head stock arrangement. The sluice gate shall conform to IS:13349.

Sluice gate shall have the following specifications:

S. No. Description Qty. Material of Construction


1. Frame 1 CI, IS 210, GR.FG 200
2. Door 1 CI, IS 210, GR.FG 200
3. Guide strip(wedge) 2 CI, IS 210, GR.FG 200
4. Spindle 1 Mild steel
5. Door ring/frame ring 1 Zinc Free Bronze
6. Wall thimble 1 CI, IS 210, GR.FG 200
7. Stop bar 1 CI, IS 210, GR.FG 200
8. Flush Bottom seal 1 EPDM rubber
9. Fastener, anchor, bolts, nuts LS ST to ASTM A276 type 316
10. Spindle nut LS Bronze IS 318
11. Cotter 1 Mild Steel
12. Stem Coupling 1 Cast Steel
13. Lifting mechanism, stem guide, Pedestal 1 Cast iron to IS 210 Grade FG
gear house 200

9.2 Aluminum Control Gates


The construction of Aluminum open channel gate shall be in accordance with the specifications
mentioned hereunder. The open channel gate shall be capable of performing the duties set out in
this specification without undue wear or deterioration, They shall be constructed, so that
maintenance is kept to a minimum. The open channel gate shall be rising spindle type.

Specifications of Aluminum Open Channel Gate.


Shape of water way : Square / Rectangular.
Mounting : Suitable for mounting in between two parallel walls of an
open channel.
Type : Self-contained type gate with headstock mounted on the
yoke of the gate frame.
Type of head : Seating as well as Unseating.
Distance between : as per drawing approved by Engineer.
channel bed/invert

177
of gate opening to
top of operating
platform
Method of : Manually operated suitable for opening with maximum18 kgs
operation effort by a single person with maximum diameter of Hand
wheel/crank being 750mm.
Specific : Gate frame shall be manufactured of non-corrosion 6061-T6
Construction high strength extruded aluminum section weighing minimum
Requirement of 5 Kg/m. Frame guides shall be made of UHMWPE (Ultra
for gate High Molecular Weight Polyethylene) to prevent metal to
metal rubbing between frame and shutter.
The shutter shall be made of same composition as the frame
and sufficiently reinforced to restrict deflection to less than
1/360 of span under the design head. All parts of shutter shall
have minimum thickness of 6mm.
The complete gate assembly shall be given a coating of
suitable epoxy lacquer.
Stem : Rising type unless otherwise specified.
Type of closure : Flush Bottom closure.
Sealing : Only at two vertical and bottom sides of gate aperture due to
open channel installation.
Seal seat clearance : With the slide in the closed position shall not exceed 0.10mm.
Fluid flowing : Raw unscreened sewage.
Pipe hood cover to cover the threaded portion of spindle and with additional mechanical stop
nut on threaded stem.

Indicate number of hand wheel revolutions required to fully open the gate.

MATERIAL OF CONSTRUCTION :
PART MATERIAL
Gate frame, shutter/Door : Aluminium Alloy 6061-T6
Side Guides : Ultra High Molecular weight polyethylene
Seating faces : Aluminum
Rubber Seals : EPDM Rubber
Rubber seal retainer bar : Stainless Steel AISI-304
Drive Nut : Leaded Tin Bronze to Is : 318 LTB-2
Assembly bolts, nuts and : Stainless Steel AISI-304
fasteners
Stem & connecting pin : Stainless Steel AISI-304
Yoke : Mild Steel to IS : 2062
Headstock : Cast Iron
Pipehood : Transparent Polycarbonate

178
PAINTING :
Paint for gate assembly : Epoxy primer and finish paint.
Paint for yoke and : Epoxy primer and finish paint. Minimum coating thickness to
headstock be 250 microns.

SHOP TESTING : : Following shop tests at manufacturer site will be conducted as


per procedure mentioned hereunder.
Movement Test : Movement test should be conducted in assembled condition
using stems & headstock. The gate should be operated once
from full close to full open and back to full close condition
with a max. force of 135 Newton-meter on the crank or hand
wheel.
Dimensional Check : Important Dimensions shall be checked with reference to
approved drawing.
Seat clearance check : With the gate in closed condition 0.1 mm thick feeler gauge
should not pass through the sealing faces.
Material Test Certificates : Material test certificates for important components such as
Frame, Side guides, Shutter, Rubber seals & Fasteners to be
furnished at the time of inspection.

10. Electrical Requirements


10.1 Electrical Requirements
General
The bidder shall execute all works related to electrical lighting requirements of the entire
plant including buildings. The bidder shall provide all indoor/outdoor lighting fixtures
complete with lamps, ceiling fans complete with speed controlling device, receptacles, fuses,
lighting panels for each unit, earthing and all other miscellaneous works required to fulfill the
lighting requirements.

10.1.1 Internal Lighting of Buildings


Internal Lighting of Buildings include the following work:
a) Furnishing and installation of lighting fixtures (complete with Lamps).
b) Executing works related to cabling, internal wiring, lighting fixtures components and
support material.
c) Earthing

10.1.2 Conditions
The decision of the Engineer regarding the acceptability of any fixture shall be final.
10.1.3 General Lighting Requirements
a) Provide a lighting fixture for each lighting outlet as per the Lighting Schedule

179
b) Provide complete fixtures including glassware, diffusers, lenses, canopies, sockets,
reflectors, ballast, wiring, hangers and any other auxiliaries necessary to complete
such fixture installation.
c) Verify ceiling materials employed and co-ordinate fixtures to mount to the ceiling
system used.
d) All lighting fixtures and fittings shall be ISI marked.
e) Provide support materials of all types necessary to secure lighting fixtures to the
building structure. Such support shall include all material required to support lighting
fixtures to the basic building structural members. Method of support shall comply
with local codes and ordinances effecting each type of installation.
f) Submit an initial sample of each fixture and obtain an approval from EIC before
manufacturing total quantities required.
g) The actual location of fixtures shall be as per the site condition and shall be finalised
with the Engineer before starting the work.
h) All products shall be as per Indian Standards

10.1.4 Lighting Schedule for Buildings


Min No. Min No. of Min No. of
S.No. Unit Type of Fittings of Ceiling Exhaust
Fittings Fans Fans

Single forty watts 20


Administrative tube/Led lights
1 10 8
Building Decorative
Fluorescent 10
Fittings (2 x 40 W)

9.1.5 Lighting Panels for Different Units of Building


The lighting distribution panel shall be of sheet with Bakelite top. The switches shall be 5 A,
single pole, rocker type and shall conform to IS: 3854. Each light fixture, fans and plug
point shall have an individual switch.

Each lighting panel shall have fuse on incoming side and shall have one 5 ampere multi-pin
(3+2 pins) plug socket with switch.
A. Point Wiring
Unless otherwise specified, the point wiring shall be with heavy duty I.S. marked PVC
conduit as approved by Engineer.

B. Fixture Finish
a) Cold-rolled sheet steel shall be degreased, washed and have a corrosion resisting, paint
bonding surface applied, using a non-metallic phosphate or equivalent coating.

180
b) Cast-iron or steel shall be degreased, and washed with a primer containing a phosphoric
or equivalent thinner.
c) Aluminium shall be degreased, washed and etched as required to provide proper paint
bonding, unless anodized Aluminium finishes are specified.
d) Aluminium alloys and similar alloy metals shall be degreased and washed with a primer
containing phosphoric or equivalent thinner.
e) Reflectors in fluorescent fixtures shall be finished with white enamel baked as per
specifications and shall have a reflection of not less than 82 percent. Porcelain enamel
shall be used where specified.
f) Fixture parts not finished by anodising shall be given a baked enamel finish. Finish shall
be white unless otherwise specified. Enamels shall be baked as per specifications and
where a white finish is used the reflection efficiency shall not be less than 82 percent.
g) Where fixtures are noted to have standard finish, the normal colour scheme used by the
manufacturer will be acceptable. Exterior Aluminium shall be anodised. Where finish
colour is not evident obtain correct finish information from the EIC prior to ordering
lighting fixtures.

C. Fixture Location
Prior to installing fixture outlets, approval from EIC is necessary.
a) Locate fixtures to suit site condition and as directed by the Engineer.
b) Locate fixtures symmetrical with patterns and room dimensions.
c) Fixture outlets shall be accessible and fixtures shall hang clear of ducts and piping.
Verify exposed duct and piping locations prior to final location of electrical outlets.
Adjust outlet locations to co-ordinate with ducts and piping.
d) Follow standard mounting heights.

10.1.6 Fixture Support and Installation Conditions


A. General
a) Lighting installation shall be carried out strictly in accordance with relevant Indian
Electricity Rules, I.S. codes of practice, Fire Insurance and other applicable codes and
regulation.
b) Lighting fixtures, receptacles and junction boxes shall be properly earthed by 14G GI
wire run along with the Lighting Wires/Cables.
c) All junction boxes shall be fabricated from galvanized iron sheet steel as per I.S. 2667.
d) Lighting wiring from lighting panel to junction box shall be carried out with 2.5/4 mm2
PVC insulated solid copper conductor and from junction box to lighting fixture with 2.5
mm2 PVC insulated flexible copper conductor.
e) A separate neutral shall be provided for each circuit.

181
B. Fluorescent Fixture
a) Provide material required for complying with code requirement. Install in perfect
vertical and horizontal alignment.
b) Support surface fixtures with a minimum of 2 fastenings per fixture, located near each
end of fixture.
c) Locate fastening for all surface-mounted fixtures to provide maximum fixture support
and optimum fixture alignment.
d) Individually mounted, suspended fluorescent fixtures shall have a minimum of two
supports per fixture.
e) Fastening for suspended fixture supports attached to concrete slab shall consist of a
minimum of 10mm screws fastened to concrete inserts for each individual fixture
support.
f) Provide canopies on stems fitting to and concerning outlet boxes and support devices.
g) Cable entries shall be sealed with cable compound.

Expansion Shield Anchors


Expansion shields may be used for supporting lighting fixtures instead of concrete inserts
under the following conditions:

a) Fastening and expansion shield anchors shall be one trade size larger than specification
requirements for fastening used with concrete inserts.
b) Holes for expansion shield anchors, clinch anchors, etc. shall be self-drilled with carbide
tipped rotary type concrete drills.
c) Drill holes for expansion shields carefully in a workmanlike manner. Drill to the depth
of the expansion shield anchor and in a manner that will develop the full strength of the
fastening.

Fixture Schedule
a) A1- Decorative fluorescent fitting with 2 x 40 W (or 2 x 36 W) fluorescent tube pendent
support of 500 mm. Fitting comprises of basic channel fully wired and provided with
attachments like plates opal acrylic diffuser. It will comprise ballast, capacitor, starters
and holder for starters etc. Ballast are copper wire wound encapsulated in a CRCA can
with polyester resin, conforming to IS 1534.

F1- High Breeze 48" (120 cm) ceiling fan shall comply with IS 374. They shall be suited
for 220/240 volts, single phase, 50 C/S and shall have three Aluminium blades hanging
shackles cover and top cover. The fan shall have two ball bearings one at upper end and
the other at lower end. The fan regulator shall be of electronic type and shall be mounted
on the distribution board where its control switch is provided. The fan regulator switch
shall not cause humming at all it’s positions of regulation.

182
Receptacles
The Contractor/ bidder shall provide suitable number of indoor receptacles as per requirement
of site conditions.
General
a) Protective metallic plug and deeply recessed contacts in the sockets shall be provided
such that it gives very high degree of safety for operating personnel against risk of
accidental exposure of live contacts.
b) Earthing connection of plug while inserting and removing shall be made first and broken
after the main circuit connections.
c) Plug shall be provided with compression gland to grip the cable firmly.
d) Casting of plug, sockets and conduit boxes shall be of non-corroding Die-cast
Aluminium alloy.
e) Guide pin shall ensure the non-reversibility.

C. Receptacle Type Z-2


Receptacle Z-2 shall be 15 or 20-Ampere single phase metal clad totally enclosed wall-
mounting type, interlocked switch, socket and plug unit shall conform to the relevant Indian
Standards. Switch shall be interlocked with plug such that plug cannot be inserted or removed
while the switch is in `ON' position. Plug and sockets shall be Crompton make ASSP 20 type.

D. Office Receptacles Type Z1


Receptacle shall be single phase 15 Ampere multi-pin, plus ground plastic moulded with
switch, fuse and plug mounted in common enclosure. Receptacle shall conform to IS 1293 and
switch shall conform to IS 3854.

10.1.11 Exhaust Fans


Exhaust fans shall be 300 mm dia heavy duty, noise free. Wall cowl acoustic lining shall be
provided.

10.1.12 External Plant Lighting


The contractor shall provide external plant lighting as defined in the scope of work.

Specification of Fixtures: 150 Watt HPSV street light luminaries of Aerodynamically shaped
single piece pressure die cast aluminium housing, toughened glass cover efficient POT optics
(IP 66) ingress protection and special PU coating for improved aesthetics as per Philips Cat No
SGP438 with 150 W SON PIA lamp complete as per specifications and as approved by EIC.

Specification of Steel Octagonal Pole : 8 mtr long galvanized steel octagonal pole complete
as per relevant IS specification. The pole shall be in single piece and shall be tapered towards
the top. A/F dimensions at base and top shall be 155 mm and 70 mm respectively with steel
thickness 3 mm. The bottom section shall have openable slot for housing three phase 4 wire
cable connection, MCB, Loop in and Loop out arrangement for ingoing / outgoing cables. The

183
cost of connection arrangements including insulators / bakelite sheet at least 5 mm thick with
required connectors shall be included in the scope. Base plate of suitable sie and thickness as
per manufacturer’s design shall be welded at the bottom of pole. The pole shall be erected over
CC 1:2:4 platform of 60 x 60 x 150 cm. The CC platform will have nominal reinforcement as
per standard laid down by the pole manufacturer. The job shall be required to be completed as
desired by the EIC.

11. Internal Water Supply & Sanitary System

Water supply system consists of providing water pipe lines, connections, taps etc. complete
with all the fittings to Administrative Building, Toilets etc. The water pipe lines include
excavation, laying, refilling, jointing etc. Fittings such as stop cock, bib cock, valves, taps, etc.
of various capacities are to be provided as complete work. The service connections and internal
pipe line shall be of GI (Class – B) having diameter of 15 & 20 mm. Peet Valves, Bib cock,
stop cock etc. shall be of Chromium plated brass as per relevant IS Code. Sufficient no. of taps,
stop cock, bib cocks etc. should be provided in Administrative building. The schedule / plan
and make of all fixtures of building will be got approved from Engineer – in – charge before
execution of works.

Sanitary works consist of water closet, wash basin / sink, footrest, flushing cistern, mirror,
flushing pipe, tower rail, etc. Gulley traps, floor traps and inspection chambers shall be
provided wherever required. In the toilet, one water closet (European Type), along with
ablution jet one wash basin, three urinals, one towel rail, flush cistern, footrest shall be
provided. Additional tap for bathing shall also be provided. The scope of work also includes
provision of floor traps, gully traps, manhole chamber, vent pipe and interconnections required
thereof. Carriage & disposal system beyond manhole chamber is included in this contract. The
sanitary wares shall be first quality of Hindustan / Hind ware / Johnson / Parry ware make I.S.I
marked and other fittings shall confirm to relevant IS code. White glazed tiles shall be
provided in bath room, kitchen and laboratory as approved by Engineer – in – Charge before
execution of work.

12. Roads and Pavements

General

This shall include the construction of RCC kerb channels, Cement Concrete roads and Cement
Concrete topping footpaths. An adequate longitudinal and cross gradients shall be provided in
the kerb channel and the roads for proper drainage of storm water.

The Roads shall be 4.2 m wide as per the CPWD specifications and as directed by the
Engineer. Cement Concrete Pavements will be 2.2 m wide.

184
17.1 Road Works
Cement concrete roads shall be provided 4.2 m wide. The roads shall be designed as per IRC
specifications and relevant IS codes and shall be got approved from the Engineer before
execution of work.

Kerb Channel
The Contractor shall provide Concrete Kerb Channel (1:2:4) on both side of the road. The
Kerb& Channel shall be 30 cm x 60 cm x 10 cm.

Note: All the road work will be executed as per the CPWD specifications and approval of
Engineer. The section of road shall be as per design provided by the contractor and approved
by Engineer before execution

17.2 Cement Concrete Pavements.

Cement Concrete pavements shall be constructed with 100mm thick cement concrete 1:6:12 in
the base and 50mm thick cement concrete 1:2:4. The base of pavements shall be compacted
properly to avoid any settlement.

185
PART ‘B’: ELECTRICAL & MECHANICAL WORKS

186
General Requirements for E&M Works
This section covers mainly the job requirements before and after the supply of Electrical &
Mechanical equipment at site and before / after start of work. This section also covers the
liabilities of the contractor and the quality standards that the contractor has to maintain for the
work to be carried out by him.

1.1 Prerequisites before the supply of equipment


1.1.1 Submission of Drawings / design sheets / Data sheets

1.1.1.1 The Contractor shall submit the following detailed drawings for review and approval of the
Engineer.

(i) Detailed Design Calculation sheets for electrical and mechanical works / equipment.
(ii) General arrangement drawings for all electrical works/equipments to be supplied.
(iii) Technical Specification sheets showing rating, make and quantity of various components
used in a specific mechanical/electrical item.

1.1.1.2 Approval of Drawings \ Documents \Technical Data Sheets


Drawings will either be approved by EIC or he will convey comments that contractor shall
incorporate by modifying the drawings accordingly.
The review of design calculations and drawings shall be carried out only in respect of
orientation and sizes of important members, general design principles and approach,
adherence to requirements of the relevant IS or other statutory codes, compliance with the
technical specifications given in the tender document, general or specific notes and with the
requirements of good engineering practice. Check for any interference and taking remedial
action is the responsibility of the contractor.
Approval by the Engineer of the contractor’s design or drawings shall not relieve the
contractor of any of the contractual obligations or liabilities under the contract or his
responsibilities for correctness of dimensions, material of construction, weights, quantities,
design details, assembly fits, performance particulars and conformity of the supplies with the
Indian statutory laws as may be applicable.

Should it be found at any time after approval has been given by the Engineer that any
drawings or documents submitted by contractor are not consistent with any technical data,
drawings or documents submitted or approved previously or substantially deviate from any
major aspect of the contract, then such alterations or additions as may be deemed necessary by
the Engineer shall be made therein by the contractor and the works carried out accordingly
without any extra cost.
The contractor shall make no revision after a design; drawing or document is “approved” by
the Engineer. In case the contractor desires to incorporate any amendments in any

187
amendments in an “approved” drawing, he shall re-submit the same for formal approval
giving reasons for the change required.

1.1.2 Tests and Inspection before supply of equipment


Inspection of material is to be arranged by the contractor for bonafide use of work at
manufacturer’s premises. The bidder shall have to made arrangement of all the material /
equipment for testing at his own cost. All the major equipment (such as pumps, blowers,
motors etc.) shall be inspected within 15 days of inspection call. The inspection of material
shall be carried out by the officer authorized by the Engineer. The department will also have
the right to get the material inspected from the 3rd party. 3rd party inspection charges, if any,
will be borne by the department.

1.1.2.1 Shop Tests


For tests carried out at the manufacturer's factory, relevant test certificates shall accompany
the supply of equipment however two copies of test certificates shall be provided by the
contractor immediately to the Engineer at the time of completion of the shop test. Some of
the equipment may have to be tested for certain parameters only when installed in position at
site. The Engineer or his representative reserves the right to visit manufacturer's workshop or
at site on their own without informing the contractor. Where certificates are required by the
specification or relevant reference standard, the original and one copy of each such certificate
shall be provided by the contractor.

1.2 Prerequisite along with supply of equipment


1.2.1 Submission of Document related to installation, operation and maintenance
The contractor shall submit instructions / operation & maintenance manual to the Engineer at
the time of delivery of items at site.
 Information supplied by the sub-contractor and Manufacturers employed by the contractor
shall be coordinated into the comprehensive manual. The instruction manual shall describe
the installation as a whole and shall give a step by step procedure for any operation likely to
be carried out during the life of each item of the plant including the erection, commissioning,
testing, operation, maintenance, dismantling and repair.
 Where applicable, fault location charts shall be included to facilitate tracing the cause of
manufacture or breakdown.
 A section dealing with procedures for ordering spares shall also be included in the instruction
manual.
 Technical Specifications of equipment.
 Schedule of preventive maintenance, calibration and repair instructions.
 Parts list and spare parts recommendations.
 Safety precautions to be furnished while handling different units and First aid instructions.
 Do’s and don’ts in equipment operation. Operators attention shall be drawn to all operations
considered to be dangerous to operate or likely to cause damage to the plant.
A complete list of recommended lubricants, oils and their charts.

188
1.3 Prerequisites after completion of supply of equipment
Contractor shall make arrangements for proper storage of the equipment supplied by him at
site before being installed at their respective positions.
All equipment shall be installed in accordance with the equipment manufacturer’s
recommendations and good practice. Sufficient notice shall be given to the EIC prior to
equipment installation in order that the EIC or his representative may be present during
installation.
Some of the equipment may have to be tested for certain parameters only when installed in
position at site.
Contractor shall also submit a proper commissioning schedule for commissioning of the STP
as agreed by the Engineer. The commissioning of machinery shall be run in order to ensure
the normal functioning of the plant to the satisfaction of E.I.C. The problems faced shall be
trouble-shooted immediately.
Final test certificates carried out during the construction or on completion of the whole
works/at the successful commissioning of the equipment shall be submitted within seven
days of the completion of the test.

1.3.1 Tests on Items of Plant during Erection


Devices and equipment shall be checked for correct functional performance in accordance
with apparatus rating, operating sequence and code requirements. All motors shall be
checked and adjusted for correct direction of rotation. Loading of circuits and feeders in
panel boards shall be checked and balanced.

Interior installation and distribution systems,600 volts and less, shall be tested for insulation
resistance after all wiring is completed and fixtures and equipment are connected being ready
for use. Tests shall be made with an instrument capable of measuring accurately the
resistance involved and having a voltage rating as specified by IS Reading shall be taken
after the high voltage test of insulation resistance between conductors and also between each
conductor and ground.
The contractor shall carry out all tests on plant witnessed by the Engineer or his authorized
representative. All tests shall be to the satisfaction of the Engineer / authorized representative
appointed by him who may require tests to be repeated prolonged or modified as may be
necessary to ensure that any or all items of plant confirm with the contract.

If during or after testing any item of plant fails to achieve its intended duty or otherwise
proves defective, it shall be modified or altered as necessary and re-tested and re-inspected as
required by the Engineer and the contractor shall bear all costs for such
rectification/modification / replacement work.

The Engineer or his representative will have the power to omit, add, modify or adjust during
stages of erection of any item of work as may be necessary or expedient for the work. No
claim for compensation or damage will be entertained on the account of such changes.

189
1.3.2. Commissioning and testing
Commissioning shall commence after installation of all equipments and their installation
checks carried out successfully and inspected / approved by the Engineer's or his authorized
representative.

Ground Tests
Ground readings shall not exceed 5 ohms when tested as per I.S. 3043.

After installation and before placing in service, the system shall be given a high potential test
by applying alternating or direct current between each conductor of the system as one
terminal consisting of the ground. Prior to making the tests, the wires and cables shall be
disconnected from the equipment. The method, voltage, length of time shall be in accordance
with the cable manufacturer's and I.S.I Standards.

1.3.3 Special tools and accessories


All special tools, equipment, or accessories required for the installation and maintenance for
plant equipment as well as five sets of copies each of instruction manuals necessary for the
proper use of such tools, equipment or accessories shall be provided by the equipment
manufacturer.

1.4 Quality Assurance from contractor side


The contractor shall provide all the required labour, permanent equipment and materials,
tools, safety equipment, transportation and test equipment for supplying, installing, adjusting
and fully testing all the mechanical work shown on the approved drawings or included in the
tender document or ordered by the Engineer.

1.4.1 Standards
All mechanical equipment and the materials used shall comply with the relevant Indian
Standards unless a more rigorous requirement is specifically stipulated. If no applicable
Indian Standard is available for any item of equipment or materials, the specifications will be
decided by EIC. In every situation the latest specifications, standards etc. shall apply unless
otherwise stated.

All main items of electrical equipment such as switchgear and motor controllers, motor
control centers, panels, starters etc. shall have an etched metal or laminated Bakelite name
plate identifying these pieces of equipment and securely mounted on the equipment by
screws.

1.4.2 Packing and Transport


The equipment shall be transported to site packed in wooden crates. They shall be wrapped
with polythene sheets to prevent damage to the finish.

190
1.4.3 Materials and Workmanship
All equipment furnished under this or allied sections shall be new and guaranteed free from
defects in materials, design and workmanship. If inadequate information is provided in the
specifications, it shall be the contractor's responsibility to ascertain the conditions and service
under which the equipment is required to operate and to warrant accordingly that operation
under such conditions shall be successful. All parts of the equipment shall be adequately
proportioned to safely withstand all stresses that may occur or be induced in them during
fabrication, erection and intermittent or continuous operation.

All equipment shall be designed, fabricated and assembled in accordance with the latest
standards and workshop practice. Individual parts shall be manufactured to standard sizes
and gauges so those spares, furnished at any time, can be installed in the field. Corresponding
parts of duplicate units shall be fully interchangeable. Equipment shall not have been in
service at any time prior to delivery, except as required for tests.

All materials used shall be appropriate for the service conditions. Iron castings shall be
tough, close-grained grey iron free from blowholes, flaws or excessive shrinkage and shall
comply with the requirements of IS 210. Except where otherwise specified structural and
miscellaneous fabricated steel used in items of equipment shall conform to the relevant
Indian Standards. All structural members shall be considered as subject to shock or vibratory
loads.

Contractor shall assign a competent representative who shall supervise the electrical
construction work from beginning to completion and final acceptance.

1.4.4 Cutting, Drilling and Welding

1. The Contractor shall provide the required cutting, drilling and welding etc. that will be
required for the mechanical/electrical construction work.

2. Cutting and drilling of structural members shall not be permitted, except when approved
by the Engineer. A core drill shall be used wherever it is necessary to drill through
concrete or masonry.

3. The Contractor shall provide the required welding for equipment supports as desired by
Engineer.

4. Junction Pull Boxes and Hand holes shall have covers stencilled with box number when
shown on the drawings. Data shall be lettered in a conspicuous manner with a colour
contrasting to finish.

191
5. Switch plates in designed areas shall be suitably engraved with a legend showing function
or areas when required by Codes or shown on the drawings.

1.4.5 Drives:
To ensure vibration free operation all rotating components of each pumping unit shall be
statically and dynamically balanced. 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 the Indian Standards.

Upon completion of the electrical work, the Contractor shall remove all surplus materials,
rubbish, and debris that accumulated during the construction work. The entire area shall be
left neat and acceptable to the Engineer.

1.4.6 Lubrication
Contractor shall ensure constant presence of lubricant on all wearing surfaces. Lubricant
filling and draining openings shall be readily accessible. Easy means for checking the
lubricant level shall be provided. Prior to testing and/or operation, the equipment shall
receive the prescribed amount and type of lubricant as required by the equipment
manufacturer.

1.4.7 Painting
Shop painting should conform to the standard requirements. Electric motors, gears, starters
and other similar self-contained or enclosed components shall be shop primed and finished
with high-grade, oil-resistant acrylic enamel or other coating. Surfaces that will be in
accessible after assembly shall be painted or otherwise protected before assembly by a
method that provides effective protection throughout the expected economic life of the
equipment.

Unless otherwise required in the detailed equipment specification, surfaces to be painted at


the plant site shall be shop-painted with one or more coats of a primer which will adequately
protect the equipment until finishing coats are supplied at site.

Machined and polished metallic surfaces that are not to be painted shall be coated with an
approved rust-preventive compound.

Before applying paint, the surfaces to be painted shall be cleaned and shall be free from rust,
dust, oil etc. The painting shall be with two coats of zinc rich /chrome primer and two coats
of finish paint. Each coat shall not be less than 50 micron.

Electrical equipment, which shall be installed outdoors shall be provided with a proper cover
and the protection provided shall conform to the latest IS codes for outdoor installations.

192
Contractor shall provide the required painting for all unfinished surfaces of electrical
materials, including supports.

All scratched or marred surfaces shall be refinished with touch-up paint to match the original
finish.

1.5 Equipment Guarantee


Unless specified otherwise elsewhere, the Contractor shall furnish and replace at no cost to
the Department any component of the equipment that is defective or shows undue wear
within guaranteed period of twenty-four months from the date of stabilisation of STP. In
addition to performance guarantees, processes or systems shall comply with the requirements
stipulated in the relevant sections of the specifications.

1.6 Liability of the Contractor


The contractor shall obtain and pay for the required bonds, insurance's, licenses, permits and
inspections and pay all taxes, fees and utility charges that shall be required for the
mechanical/electrical works.
If during the period of erection, Contractor or his workmen damage willingly or accidentally
any part of the building structure or materials without written permission of Engineer, the
contractor shall be completely responsible for the damages and he will have to make
rectification /replacement at his own cost.
Incidental items not included in the tender drawing and specifications, that can legitimately
and reasonably be inferred to belong to the electrical work shall be provided by the
Contractor at no additional cost to the Department. The decision of the Engineer in this
matter shall be final.
All equipment and materials shall be of latest design, and standard products of established
manufacturers.
The equipment approval at the factory only allows the manufacturer to ship the equipment to
the project site. The contractor shall be responsible for the proper installation and satisfactory
start-up operation of the equipment in accordance with the manufacturer's requirement and to
the satisfaction of the Engineer.
Inspection of the equipment at the factory by the Engineer will be made after the
manufacturer has performed satisfactory checks, adjustment tests and operations.
Contractor shall make arrangement of all power required during the construction period and
tests performed during erection of equipment.
The contractor shall be absolutely and solely responsible for damages due to accidents,
injuries or losses, occurring to any person and property by his sub- contractors, agents or
employees involved on his behalf in the execution of the work

193
2. Technical Specifications for E&M Works

2.1 Manual & Mechanically Operated Screens

2.1.1 Manual Fine 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.

2.1.2 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
2.1.3 Mechanical Fine Bar Screens

GENERAL :
Mechanically operated step screen completely made of Stainless Steel grade 304 having 6
mm average spacing between the bars shall be provided in inlet screen channel(s) 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 sewerage
system.
The screen shall include discharge chute as required to discharge the screenings on the belt /
screw conveyor without employing any external mechanism / rake mechanism.
The screen shall be factory assembled & movement tested at plant before dispatch to site &
shall be installed at the site in factory assembled condition only thereby avoiding chances of
misalignments.

SCOPE :

194
Design, Supply, Installation, Testing & Commissioning of screening equipment consisting of
following:
a) Mechanized step screen having 6 mm average spacing between bars and suitable for
installation at an inclination of 40 degrees in channel.
b) Level sensing instrument for automatic operation of screen mechanism and allied
accessories.
c) Local control panel installed near screen.
d) Belt / screw conveyor to discharge the screened material 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 grade 304 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 without 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 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 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.

Level Sensor :
The level Sensor shall be of upstream type Ultrasonic level switch.

Electrical Motor :

195
The motor shall be TEFC type with IP 55 protection & Class F insulation and shall be
suitable for operation on 3 phase, 415V ± 10% and frequency of 50Hz ± 5%, Combined
variation ± 10%.

Control Panel:
The Control Panel shall have IP 65 protection, painted with Epoxy paint and shall be
comprising of
a) Mushroom Head Emergency stop.
b) Overload relays for motor protection.
c) MCB’s, HRC Fuses and Glass Fuses.
d) Circuitry to operate the screen with level sensors.
e) Selector Switch to operate the screen on JOG mode.

SPECIFICATION:
The Fine bar screen shall be Factory assembled and shall be subjected to following tests at
the manufacturer’s premises before dispatch.
Dimensional Check:
The overall dimensions of the screen shall be conforming to the approved drawing.

Operational Test:
The complete screen including its mechanism, Electro-motor/ hydraulic operating
mechanism and control panel shall be integrated and mechanically operated in dry condition
to verify interference free movement and satisfactory working.

Positive Material Identification (PMI) test:


To ensure that Screens are actually made of Stainless Steel Grade 304 positive material
identification (PMI) test to be conducted for all important screen components like Bars &
Frame during inspection and PMI reports to be submitted to client / corporation along with
joint inspection report.

Dye Penetration test:


Dye penetration test to be conducted at random for checking the soundness of welding joints
during the inspection. Both Procedure as well as person conducting the dye penetration test
should be certified by the outside agency as per relevant standard.

Review of test certificate:


Material test report / certificate, Motor certificate, Control Panel certificate to be furnished
for review during the inspection.

Review of WPS, PQR &Weldor's qualification certificate:

196
To be offered for review during the inspection and copy of same to be submitted to client /
corporation along with joint inspection report.

MISCELLEANOUS:
The installation and commissioning of screens has to be done in the presence of
manufacturer’s representative(s) so as to avoid any possibility of misalignment and faulty
installation.
Packing of screens and allied accessories shall be transit worthy to avoid any possibility of
damage during the transportation to the site(s).

2.2 GRIT SEPERATOR


2.2.1 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.

The Organic return pump 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.

Painting:
All MS parts shall be provided with one coat of epoxy primer followed by one coat of epoxy
paint after sand blasting prior to dispatch to a total DFT of minimum 120 microns.

2.2.2 Units of Mechanical Grit Removal System (Detritor)


The Detritor mechanism for grit removal comprises of Detritor proper, classifier and organic
return screw pumps. Detritor tank is fitted with reciprocating classifier on one side in an
inclined position.
Detritor mechanism will comprise of central drive located over RCC / MS bridge along with
hand-rails 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. Detritor drive

197
shall be of suitable rating and overload protection by way of shearing pin arrangement.
Turning vanes for flow control in Detritor 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.

2.2.3 Organic return pump


Organic return pump will be located by the side of classifier so as to return organic back to
the Detritor. The organic mixer will have specifically designed impellers to create washing
action and a suitable motor through worm gear drive will drive the mixer.

2.3 Non Clog Submersible Pumps

2.3.1 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 75 mm diameter when the Delivery Size is 100 mm and more
for Small Discharge pipes smaller sizes of soft solid handling is acceptable if the process
does not have limitations of solid size and capable of dealing with the sewage/sludge with a
specific gravity of 1.05. Impeller shall be closed type single/double Vane with solid handling
capacity of 75 mm dia. for selected duty parameter.

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 with 2 to 3% Nickel and
CF 8M impeller. The pump set shall be supplied along with the guide rail/ wire, duck foot
bend, lifting chain with shackles, SS foundation bolts and nuts complete. The pump will have
reputed make mechanical seals with Sic/SiC face combinations for both Pump and motor
side sealing. Moisture sensor shall be provided for tripping of pump in case of any leakages
or moisture entry. Bi-Metallic temperature switches shall be used for high temperature of
winding. Motors above 75kw Shall be fitted with bearing temperature sensors as an
additional safety. A Starter come Control panel shall be used to monitor the safety controls of
the pumpset in operation.

For easy installation and removal of the pump, auto installation and removal system shall be
provided which shall use twin guide wires/rails. This being a permanent installation, a

198
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. Non-Return Valves shall be used for
protecting reverse rotation of pumps due to continuous reverse flow. The pumps should be
provided with a reverse rotation due to phase reversal feature in the control Panels to stop the
unit instantly if connected to start in the wrong direction.

Pump Details Capacity /Size /Material


Scope of Supply
Pump, motor with requisite length of cable, As per requirement
Guide Rail System, Guide Pipe, Chains
,Shackles with rings and Control Panel
Submersible Sludge Pump As per requirement
Liquid Sewage / Sludge
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 1450
Class of Insulation H
Electric Supply 3ph. 50 Hz, 415 V
Solid handling cap. in mm Min 75 mm
Material of Construction
Casing CI IS 210 Gr Fg 260 ( 2to 3% Ni)
Impeller C.F 8M
Motor body CI IS 210 Gr Fg 260
Shaft SS 410 ( H&T) / AISI 420
Fasteners/Foundation bolt. SS 316/A4
Mechanical Seals Si C/ SiC
Guide Rail System WCB SS 304 Nuts, Bolts and Fasteners
Guide pipe/ wire SS 304
Chain with shackles SS 304
Class of insulation H Class

2.3.2 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.

2.3.3 Pump Construction:

199
1. Pump Casing
The pumps casing should be of cast iron as per IS 210 Gr FG 260 with 2 to 3 % Ni. 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,
non-clog Closed/semi-open design.

3. Pump Shaft
The pump shaft should be robust and shall be of AISI 410 of AISI 420. The design of shaft shall
be dry type and it should not come in contact with pumped liquid.

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 40,000
hours. The bearings should be grease lubricated for longer life and shall be maintenance free.

5. Guide Rail Assembly


The assembly should have CI pedestal, however the fasteners and foundation nuts and bolts
should be of stainless steel with twin guidewire/ 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 mechanical seals
should be Silicon Carbide Vs Silicon Carbide for both sides

Recommended Make: Burgemann

7.0 Moisture Sensor


Moisture sensor or seal monitor should be provided in the Motor 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 304 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
wire/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.

200
A SS 304 Chain of sufficient length 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 thereof, shall be less than 0.8 or more than
1.3.
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.

10. 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.

2.3.4 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

201
d. Balancing (Impeller only)
e Total Power consumed.
All tests shall be conducted in accordance with the requirements of the latest Indian/ ISO 9906
grade-2 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 at least five pumping conditions. One test shall be at the
shut off head. These tests shall be carried out through reputed and authorized agencies with the
involvement of CMC officials. After it has been demonstrated to the satisfaction of the Engineer
that the pumping equipment complies with these specifications the Engineer 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.

2. Field Test
General operational check shall be carried out after installation and before commissioning.

2.3.5 Submersible Motor:

2.3.5.1 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.

2.3.5.2 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.

2.3.5.3 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.

202
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

2.3.5.4 Operating Conditions

a. 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.
b. At rated voltage with frequency variations of ± 5% of nominal value.
c. With a simultaneous and combined variation in frequency and voltage of ± 10% from
the nominal values.

c. Starting
Unless otherwise specified motors shall be designed for Star Delta starting 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.

203
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 7 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.

2.3.5.5 General Requirements and Construction Details


The motor should be dry, squirrel cage type, suitable for 3 phase 415V supply, continuous
duty with Class H 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.

A. Windings
All motors shall be provided with Class H 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

204
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 ISO 9906/Class-2 / IS 325 and IS 4029. Eight
copies of the test report should be submitted for approval.

K. Fasteners
All fasteners shall be SS 316/A4

2.3.5.6 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.

205
2.4 Air Blowers (Aeration Tank)
The blowers shall be provided for providing adequate oxygen into the reactor tank for
aeration. All air blowers shall be provided with Silent Type, CPCB approved canopy.
The blowers shall be capable of developing the required total pressure at the rated capacity
for continuous operation. The blowers shall be Twin/Tri lobe type. One number VFD drive
shall be provided with each set of blower. Directly coupled design shall be provided. V-Belt
design shall not be allowed.
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 85 dB(A) and less than 4.5mm/s at a
distance of 1.5 m respectively. The blower shall be driven by squirrel cage induction motor
The speed of the blowers shall be below 1000 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, eye bolts etc.

Material of construction:
Casing : C I conforming to IS: 210 Gr FG 260
Rotor : Alloy steel / SS-316
Shaft : SS-316
Timing gear : Cast alloy steel
Pulley and gear side plates and cover: CI conforming to IS 210 Gr FG 260

Parameter:
Type Twin / Tri lobe
Discharge pressure To suit process requirement
Power transmission direct drive
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

2.5 Fine Bubble Diffusers

206
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.

2.5.1 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 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 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.

2.5.2 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

207
not be permitted. The air vertical down comers 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.

2.6 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. Decanter mechanism shall include local control
box with manual operation selection and communication to main PLC.

2.7 Screw Pumps

These pumps shall be used for pumping sludge. 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 1.50m.
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.

Progressive Cavity Pumps comprising a stator manufactured from a resilient material and a
helically ground rotor shall be considered for pumping domestic/industrial sewage, sludge
having abrasive and corrosive particles/solids.

208
Material of Construction

SNo Component Material


1 Pump Housing CI IS 210 Grade220 or 260
2 Rotor SS AISI 410(HCP)
3 Shaft SS AISI 410(HCP)
4 Stator Nitrite black
5 Type of drive V belt & Pulleys
6 Base plate MS fabricated
7 Seal type Gland packing

Design
Drive torque shall be transmitted through two universal Cardan joints with 24 months
warrantee instead of Pin Bush Joint.

Dry-running protection device.


For pump installed in negative suction condition the Pumps shall be fitted with individual
dry-running protection to initiate pump trip. Dry running Protection by ‘under-current’
monitoring or ‘pipeline-intrusive’ device shall not be used.
Parameters of Pump
Capacity - As per Bidder
Head - As per bidder
Mechanical efficiency - 50% to 70%
Volumetric Efficiency - above 65%
Pump Speed - Rubbing velocity (VGM) and it should be within the level of 2.5
m/sec.

Ball Passing Size


S.No. Flow rate Upto (m3/hr) Soft & Compressible solid (in mm)
1 1 16 mm
2 2 20 mm
3 3 24 mm
4 6 24 mm
5 12 28 mm
6 >12 40 mm
Applicable Code
Design - API 676 second edition with std. deviation
Performance - As per VDMA 24284 Gr.II, Class II
Testing
Material Test Certificates - Pump housing, Rotor & Shaft
Hydrostatic test - It should be 1.5 times the differential pressure.

209
Performance Test - As per VDMA 24284 Gr.II, Class II
Mechanical balancing - Not applicable for Single screw Pumps
Field Test - Not applicable

2.8 Air Blowers (Sludge Sump)

The blowers shall be provided in 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 / Tri 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 85 dB(A) and less than 4.5mm/s at a
distance of 1.50 m respectively. The blower shall be driven by squirrel cage induction motor
The speed of the blowers shall be below 1000 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 / Tri lobe
Discharge pressure To suit process requirement
Power transmission Direct drive
Cooling Air cooled
Code BS 1571

Tests
S. No. Test 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

210
2.9 Centrifuge Unit
Centrifuge shall be capable of handling sludge consisting of minimum 0.8% 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 85 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).

2.10 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 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,

211
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.

2.11 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:
(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

212
(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.
2.12 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.

213
2.12.1 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.

2.13 Main Electrical Panels


Electrical Panels would be provided for feeding and controlling the various electrical loads.

2.13.1 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.

214
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 IS-5. 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 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 (red-white-red or black-white-black) lamicoid sheets. Size of the ‘Letter’ will be 5 mm

215
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.

2.13.2 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
400A and above will have adjustable Magnetic Setting.
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 minimum breaking capacity of
MCCB will be 16KA ICS=100% ICU

2.13.3 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.

2.13.4 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.

2.13.5 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.

216
2.13.6 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 de rating
at 55 degree C for AC3 applications. Above 185Amp Coil Access should be available from
front.
The rated operational voltage of the contactor should be 690V and rated insulation voltage
will be 690-1000V. The rated impulse voltage of the contactor would be 8KV.
The contactor will have 1 NO+1 NC inbuilt 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.
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.All
Technical data should be laser printed on the Contactor
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 with damping Resistance
having unlimited in rush current handling capacity.
2.13.7 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

217
will be tripping as per the specified tripping curves given in the technical data. The overload
Relay would have build in phase loss 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 200 A thermal bimetal over load
relay would be used and beyond ratings of 200A 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.

2.13.8 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 incoming 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.
All the circuit-breakers shall be available in fixed and withdrawable three-pole or four-pole
versions. Each series of circuit-breakers shall offer terminals made of silver-plated copper
bars, with the same dimensions, regardless of the rated currents of the circuit-breakers. The
fixed parts for withdrawable circuit-breakers shall be common to each model, regardless of

218
the rated current and breaking capacity of the relative moving parts, The availability of
various types of terminals shall make it possible to build wall-mounted switchgear, or
switchgear to be accessed from behind with rear connections. For special installation needs,
the circuit-breakers shall be capable to be fitted with various combinations of top and bottom
terminals. Dedicated terminal conversion kits shall allow horizontal terminals to be changed
to vertical or front ones and vice versa
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.
.
2.13.9 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 wot circuit breakers of two different thermal ratings.
There would be a provision of positive earth connection between fixed and moving portion of
the ACB either through 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.

2.13.10 Protections
The Electromagnetic 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.
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.

219
2.13.11Danger Plate
A Danger Plate of suitable size would be fixed on the front side of the Pump Controller.

2.13.12Bus-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 pretreatment 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.

2.13.13 Single Phase Preventer


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.

2.13.14 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.

2.14 Automation and Control


PLC based automation system with application software 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.

220
- 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

2.15 CABLING

2.15.1 Scope
This specification covers design, manufacture, testing and supply of Medium Voltage PVC
Cables and High Voltage XLPE Cables.

2.15.2 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 : Cross – linked polyethylene insulated PVC sheathed cables for
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

221
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 : Drums for Electric Cables
10418

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. “Power Cables shall be provided as per following specifications: “1100V, XLPE insulated,
PVC inner & outer sheathed, GI armoured, Aluminium conductor cables to be considered for
power cables. Minimum power-cable size shall be 3C x 4 sq mm.”
4. Control Cables shall be provided as per following specifications: “XLPE insulated, PVC
inner & outer sheathed, GI armoured, solid copper conductor cables to be considered.
Minimum control cable size shall be 1.5 sq mm.”
5. Insulation
The conductors shall be insulated with the high quality PVC based compound.
as per I.S. specifications.
6. 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.

222
7. 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).

8. 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.

9. 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

10. 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
Neutral Black
Ground Green

223
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.

224
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 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.
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 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 shall be used in order to
secure a good substantial and permanent grounding system. Under no conditions shall the

225
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.
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 non-
current 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.
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.

226
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.

2.16 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 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.

227
2.17 Polyelectrolyte Dosing Pumps

The Polyelectrolyte solution from the preparation tanks shall be pumped by the use of
Polyelectrolyte solution dosing pump to Belt Filter Press.
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 belt filter press requirement
Material of construction of wetted parts : AISI SS 304

2.18 INSTRUMENTATION

2.18.1 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.

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.

228
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
.
2.18.1.2 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.

2.18.2 LEVEL MEASURING SYSTEM

2.18.2.1 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.
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.

229
If turbulence exists, shielding, stilling tubes or other measures shall be provided to
avoid effects on the measurement.

2.18.2.2 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.

2.18.2.3 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.

2.18.3 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.

2.18.4 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

230
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.

2.18.5 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.

2.18.6 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.

2.18.7 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 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.

231
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
2.18.8 DIRECT DIGITAL CONTROLLERS (DDC)
2.18.8.1Design 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.

2.18.8.2 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 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.

232
2.18.8.3 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.

2.18.9 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.
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.

233
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 with SMF battery shall have a back up of 30 minutes at full load and supported
with inverter of suitable capacity.

2.18.10 TESTING / INSPECTION :


2.18.10.1 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.

2.18.10.2. 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

2.18.10.3. 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.
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

234
2.18.10.4 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.

2.18.10.5 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.

2.19 FIRE EXTINGUISHERS


The Contractor shall provide 3 Kg CO2 fire extinguishers of suitable capacity and numbers
for the treatment plant at the following locations after consultation with the Employer’s
representative. These shall be provided as adhoc at the start itself and replaced fully up to
date before handing over of the work.
Blower room -4
Near MCC Room -4

2.20 FIRST AID KITS


The first aid kit shall consists of all materials, medicines necessary for treatment of cuts,
wounds, burns etc., These shall be provided as adhoc at the start itself and replaced fully up
to date before handing over of the work

235
2.21 EMERGENCY LAMPS
The Contractor shall provide for 4 lamps with autonomy of 5 hours continuous service. The
units shall be DC 6V and shall be rechargeable from any 5A plugs. They shall be
continuously chargeable without damage to the battery.

2.22 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

2.23 SPECIFICATIONS FOR 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 45 lux and minimum illumination of 25 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.

Measurements

236
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.

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 enclosed drawing and 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

237
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.
iii) Connections between different components shall be made in such a way that they will
not work loose by small vibration.

238
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.
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.

239
iii) The housing shall be stove-enameled / epoxy stove-enameled-Vitreous enameled 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 " dia mandrel.
v) 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 Wind Load
Less than 8 m - 15 N/m2
8 to 16 m - 20 N/m2
Above 16 m - 24 N/m2

ii) 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-enameled 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.
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.

240
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.
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.

241
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.

2.24 Chlorination System


For each set of chlorination system, following equipment shall be provided :-

S. No. Material Description Qty


A. Tonners/ Trunions
i Empty chlorine tonners 30 days 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 2 nos
valve.
8. Mild steel piping for gas under pressure with pipe and As per requirement
specials
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

242
S. No. Material Description Qty
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
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 2
duration 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 100M
K) Mandatory Spare Parts
1. Maintenance kit for vacuum regulator, chlorinator, ejector 1

243
S. No. Material Description Qty
2. Copper tube 2
3. Impeller, shaft bush for pump
4. Electrolyte solution for gas sensor
5. Lead Washers As per requirement
L) Chlorine Gas Leak absorption Equipment
FRP Half Hoods Two (2) Nos
Caustic Solution tank in PP-FRP complete with solution One (1) No
inlet, gas inlet, overflow, drain, manhole and PP diffuser.
 Tank Capacity : 5m3

Caustic solution pump in polypropylene c/w electric drive One (1) No.
motor (415V/50HZ/3Ph/2900 RPM) mounted on a common
base plate with coupling.
Air blower having impeller and inside casing in MS with One (1) No
FRP lined directly mounted on a electric motor shaft.
(415V) 50HZ/3Ph. 2900RPM)
PP/PVC air duct piping between hood, chlorination room As per requirement
and 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
12M-PP 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.

2.25 DIESEL GENERATING SET

General
1. 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 co-
ordination with regular maintenance and repair agency or as specified by Engineer.

244
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 Electricity Department 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 Electricity Department, Pollution Control Board etc. before
commissioning of the D.G. Set and same shall be submitted to Engineer 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.

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 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.

2.0 Scope

245
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.

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 tothe Engineer 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 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 had, in writing,
called the Engineer attention to such deviations at the time of submission, nor shall it

246
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/ Electricity Department 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.

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
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

247
complete with all the accessories described below for safe and trouble free
commercial operation, in manner accepted to the department.

2. 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) Electricity Department
2) Pollution Control Board.
3) Fire Department of the local Fire Brigade.
4) Municipal Corporation.

All requirement offered shall be provide design and reliable in operation. Diesel Generator
set capacity specified is at site condition.

248
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

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.

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.

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.

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:

249
i) 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.

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.

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.

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. 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

250
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.

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 inwhich the D.G. set are housed. The scope also includes providing
insulation.
f) Installation and charging of battery along with leads, battery stand, etc.

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.

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:

251
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

Day Fuel Tank


The fuel oil day tank shall be provided with gauge glass, filling, drainage and vent
connections with valves. Fuel Transformer pumpbetween Engine & Day tank should by
engine driven only.

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.

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-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.

252
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.

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.

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.

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.

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.

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.

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 IS: 4722 or equivalent.
Tests
1. 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)
6. Transient response tests for sudden application and rejection of loads of 25°/0/ 50%,
75%, and 100% of rated capacity.

253
7. Wave from test (type test result are acceptable ).
8. Please sequence test.
9. Vibration test.
10. Noise level test
11. Dimensional and alignment.

Dg Auto Transfer Switch Control Panel


DG set shall be supplied with automatic transfer switch control panel. This panel shall be
floor mounting, free standing, dust tight, vermin proof/ sheet metal enclosed, cubicle type.
Cable entry to the ATS 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 shall not be 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 thefront 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.
"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.

254
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:

Auto Mains Failure Control Panel:


The AMF 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 DPX-
630 - 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.
 Automatic transfer switch fixed version supply inverter mounting phase suitable for
suitable rating Amps similar to MDS make, Cat No.26509 & 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.
 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.

255
 1 Set Window Annunciation's with audio visual alarm & Trips for:
 High Water Temp.
 Low lubes Oil pressure.
 Over speed stop
 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:
o Transformer
o Rectifier
o D.C. ammeter
o 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,
1. Load manager with CTS V, KW, KWH, KVA Rand
P.F. Freq. KVA,
Parameters.
2. Voltage choosing switch (Alt/manual/Load) 16 Amps.
3. Voltage selector switch 16 Amps.
4. Mode selector switch (Auto Manual/ Test) 16 Amps.
5. Battery charge switch 16 Amps.
6. Current Transformers 1250/5A, CL1
800/400 Amps 4 pole MCCB 36KA with
7. MDS make
0/C, S/C shunt release remote control, front
operated auxiliary contact block & spreader link.
8. Line Voltage Monitor -
9. Auxiliary Contactors 6A, 230V.
10. AC Timer ON/OFF Delay 230V. A.C.

256
Sr. No. Description Range / Rating
11. DC timer 24 Volts D.C.
12. Hooter 24 Volts D.C.
13. Charging Resistor 100 DHMS : 200 W
14. Battery charger transformer 360VA 230V
15. Battery charger rectifier 25A, 200V
16. English Elect CDG3/Type
Over current Earth fault
Microprocessor based.
Automatic transfer switch fixed version
17.
electronic control unit & supply inverter MDS make
mounting plate.

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
RESET
ALT ACB CLOSE/TRIP
DIODE LAMP TEST
11. PROTECTIVE RELAY FUNCTIONS TO BE OVER VOLTAGE
PROVIDED
UNDER VOLTAGE
OVER FREQUENCY
UNDER FREQUENCY
OVER CURRENT
REVERSE POWER

257
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. PARTICULARS DATA
NO.
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
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

258
SR. PARTICULARS DATA
NO.
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 Temp.
Deration of the Engine - Altitude @
50 Degree C.
Deration 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
Max intake manifold temperature
Intake manifold pressure
Combustion air inlet flow rate
FUEL SYSTEM
Fuel system type
Filter type
Filtration capacity

259
SR. PARTICULARS DATA
NO.
Priming pump (HP) manual
Max head on transfer pump
Fuel filter change period
Max lift of fuel transfer pump
Fuel transfer pump flow

2.26 AUTOMATIC VOLTAGE REGULATING RELAY


Automatic Voltage Regulating Relay designed for maximum 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.

SPECIFICATIONS: -
Auxiliary supply : 110 V/ 230V AC +15% 50Hz, 15 VA
PT Supply( Regulating : 110V + 10%, 50Hz.,1.5VA
Voltage )
Sensitivity ( Dead Band ) : 1 Nominal value adjustable (NVA) between
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.
: 4 Actual PT voltage also readable on DPM.
Time delay setting : Fixed (voltage independent) time delay continuously
adjustable from 10 to 120 seconds.
Time delay Resetting : Instantaneous resetting with voltage deviation occurring
in opposite direction.

260
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 : 0 – 500C.
Size : Panel cutout dimensions 330 x 135mm Depth 260mm
approx. Mounting Hole dimensions
360mm + 2mm x 100mm + 2mm ( ¼” Ø x 4).

2.27 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
Short time current with stand : 26.2kA
(RMS) capacity.
Rated Making Current (Peak) : 65.5kA
Capacity.
Rated insulation Level : 28/75kV
Operating Sequence : 0-0.3 sec.
-CO-3min – CO
Auxiliary Switch Contacts : 8 NO + 8NC

2.28 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.

261
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.
 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

262
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, preprogrammed 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.

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. S-
Curve 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.

263
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
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.

264
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
 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

265
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.

266
SECTION 6

FORMS OF SECURITIES

267
Forms of Securities

Acceptable forms of securities are annexed. Bidders should not complete the Performance and
Advance Payment Security forms at this time. Only the successful Bidder will be required to
provide Performance and Advance Payment Securities in accordance with one of the forms, or in a
similar form acceptable to the Employer.

Annexure A: Bank Guarantee for Bid Security

Annexure B: Bank Guarantee for Security Deposit

Annexure C: Bank Guarantee for Additional Security Deposit for Unbalanced items

Annexure D: Bank Guarantee for Advance Payment

Annexure E: Sample Format for Evidence of Access to or Availability of Credit Facilities


Section 6 - Annexure-A

BANK GUARANTEE FOR BID SECURITY

WAPCOS Limited,
76-C, Sector 18,
Gurgaon-122015.

In consideration of ____________________ (Employer’s name) (hereinafter referred to as "the


Employer") which expression shall, unless repugnant to the context or meaning thereof include its
successors, administrators and assigns) having awarded to _____________________ (Contractor’s
name & address) (hereinafter referred to as "the Contractor “ which expression shall unless
repugnant to the context or meaning thereof, include its successors, administrators, executors and
assigns) a contract, by issue of Employer’s Notification of Award No. _______________ dt.
_____________ and the same having been unequivocally accepted by the Contractor, resulting into
a contract valued at Rs. _____________(Rupees ______________only) for
________________(name of work) (hereinafter called “ the contract”) and the Contractor having
agreed to provide a Contract Performance Guarantee for the faithful performance of the entire
contract equivalent to Rs. _____________ (Rupees ______________________only) (10 % of the
said value of the Contract to the Employer.

We, ____________________(name & address of bank) (hereinafter referred to as "the Bank"


which expression shall, unless repugnant to the context or meaning thereof, include its successors,
administrators, executors and assigns) do hereby guarantee and undertake to pay the Employer, on
demand any or, all monies payable by the Contractor to the extent of Rs. _____________(Rupees
__________________only) as aforesaid at any time upto ___________without any demur,
reservation, contest , recourse or protest and/or without any reference to the Contractor. Any
such demand made by the Employer on the bank shall be conclusive and binding notwithstanding
any difference between the Employer and the Contractor or any dispute pending before any Court,
Tribunal, Arbitrator or any other authority. The Bank undertakes not to revoke this guarantee during
its currency without previous consent of the Employer and further agrees that the guarantee herein
contained shall continue to be enforceable till the Employer discharges this guarantee.

We the said Bank further agree that the guarantee herein contained shall remain in full force
and effect during the period that would be taken for the performance of the said Contract and that it
shall continue to be enforceable till all the dues of the Employer under or by virtue of the said
contract have been fully paid and its claims satisfied or discharged or till the Employer certifies that
the terms and conditions of the said Contract have been fully and properly carried out by the said
Contractor and accordingly discharges the guarantee.

The Employer shall have the fullest liberty without affecting in any way the liability of the
Bank under this guarantee, from, time to time to extend the time for performance of the Contract by
the Contractor. The Employer shall have the fullest liberty without affecting this guarantee, to
postpone from time to time the exercise of any powers vested in them or of any right which they
might have against the Contractor and to exercise the same at any time in any manner and either to
enforce or to forbear to enforce any covenants, contained or implied, in the Contract between the
Employer and the Contractor or any other course or remedy or security available to the Employer.
The bank shall not be released of its obligations under these presents by any exercise by the
Employer of its liberty with reference to the matters aforesaid or any of them or by reason of any

269
other act or forbearance or other acts of omission or commission on the part of the Employer or any
other indulgence shown by the Employer or by any other matter or thing whatsoever which under
law would but for this provision, have the effect of relieving the Bank. The guarantee shall not be
affected by a change in the constitution of the bank or of the employer.

The bank also agrees that the Employer at its option shall be entitled to enforce this Guarantee
against the Bank as a principal debtor, in the first instance, without proceeding against the
Contractor and notwithstanding any security or other guarantee that the Employer may have in
relation to the Contractor's liabilities.

We The Said Bank do hereby declare that we have absolute and unconditional power to
issue this guarantee in your favour under the Memorandum and Articles of Association or such
other constitutional documents of the Bank and the undersigned have full power to execute this
guarantee under the Power of Attorney/ Post Approval Authorization
dated_____________________ of the bank granted to him / us by the Bank. We the said bank do
hereby declare and undertake that your claim under the guarantee shall not be affected by any
deficiency or other defect in the powers of the bank or its officials and the guarantee shall be
deemed to have been issued as if the bank and its officials have all the powers and authorization to
give this guarantee on behalf of the bank.

We the said bank do hereby certify the genuineness and appropriateness of the Stamp paper
and stamp value used for issuing the guarantee. We the said bank do hereby declare and undertake
that your claim under the guarantee shall not be affected by any deficiency or other defect in the
stamp paper or its stamp value.

We the said bank do hereby declare that our payments hereunder shall be made to you , free
and clear of and without and deduction, reduction on account of any reasons including any and all
present and future taxes, levies, charges of withholding whatsoever imposed or collected with
respect thereto.

Notwithstanding anything contained hereinabove our liability under this guarantee is restricted to
Rs. _____________(Rupees ____________________ only) and it shall remain in force upto and
including _____________ and shall be extended from time to time for such period as may be
desired by M/S WAPCOS Limited on whose behalf this bank guarantee has been given.

Notwithstanding anything contained herein

i) our liability under this guarantee shall not exceed Rs. _____________ (Rupees
_______________ only) ;
ii) This bank guarantee shall be valid upto _____________; and
iii) our liability to make payment shall arise and we are liable to pay the guaranteed amount or any
part thereof under this guarantee, only and only if you serve upon us a written claim or
demand in terms of the guarantee on or before _________(indicate a date six months after
validity of guarantee).

Dated this ________day of ________ at New Delhi.

270
Section 6 - Annexure B

BANK GUARANTEE TOWARDS SECURITY DEPOSIT

WAPCOS Limited,
76-C, Sector 18,
Gurgaon-122015.

In consideration of ____________________ (Employer’s name) (hereinafter referred to as


"the Employer") which expression shall, unless repugnant to the context or meaning thereof
include its successors, administrators and assigns) having awarded to
_____________________ (Contractor’s name & address) (hereinafter referred to as "the
Contractor “ which expression shall unless repugnant to the context or meaning thereof,
include its successors, administrators, executors and assigns) a contract, by issue of
Employer’s Notification of Award No. _______________ dt. _____________ and the same
having been unequivocally accepted by the Contractor, resulting into a contract valued at
Rs. _____________(Rupees ______________only) for ________________(name of work)
(hereinafter called “ the contract”) and the Contractor having agreed to provide a Security
Deposit in the form of Bank Guarantee for the faithful performance of the entire contract
equivalent to Rs. _____________ (Rupees ______________________only) (10 % of the
said value of the Contract to the Employer.

We, ____________________(name & address of bank) (hereinafter referred to as "the


Bank" which expression shall, unless repugnant to the context or meaning thereof, include
its successors, administrators, executors and assigns) do hereby guarantee and undertake to
pay the Employer, on demand any or, all monies payable by the Contractor to the extent of
Rs. _____________(Rupees __________________only) as aforesaid at any time upto
___________without any demur, reservation, contest , recourse or protest and/or without
any reference to the Contractor. Any such demand made by the Employer on the bank shall
be conclusive and binding notwithstanding any difference between the Employer and the
Contractor or any dispute pending before any Court, Tribunal, Arbitrator or any other
authority. The Bank undertakes not to revoke this guarantee during its currency without
previous consent of the Employer and further agrees that the guarantee herein contained
shall continue to be enforceable till the Employer discharges this guarantee.

We the said Bank further agree that the guarantee herein contained shall remain in full force
and effect during the period that would be taken for the performance of the said Contract
and that it shall continue to be enforceable till all the dues of the Employer under or by
virtue of the said contract have been fully paid and its claims satisfied or discharged or till
the Employer certifies that the terms and conditions of the said Contract have been fully and
properly carried out by the said Contractor and accordingly discharges the guarantee.

271
The Employer shall have the fullest liberty without affecting in any way the liability of the
Bank under this guarantee, from, time to time to extend the time for performance of the
Contract by the Contractor. The Employer shall have the fullest liberty without affecting
this guarantee, to postpone from time to time the exercise of any powers vested in them or
of any right which they might have against the Contractor and to exercise the same at any
time in any manner and either to enforce or to forbear to enforce any covenants, contained
or implied, in the Contract between the Employer and the Contractor or any other course or
remedy or security available to the Employer. The bank shall not be released of its
obligations under these presents by any exercise by the Employer of its liberty with
reference to the matters aforesaid or any of them or by reason of any other act or
forbearance or other acts of omission or commission on the part of the Employer or any
other indulgence shown by the Employer or by any other matter or thing whatsoever which
under law would but for this provision, have the effect of relieving the Bank. The guarantee
shall not be affected by a change in the constitution of the bank or of the employer.

The bank also agrees that the Employer at its option shall be entitled to enforce this
Guarantee against the Bank as a principal debtor, in the first instance, without proceeding
against the Contractor and notwithstanding any security or other guarantee that the
Employer may have in relation to the Contractor's liabilities.

We The Said Bank do hereby declare that we have absolute and unconditional power to
issue this guarantee in your favour under the Memorandum and Articles of Association or
such other constitutional documents of the Bank and the undersigned have full power to
execute this guarantee under the Power of Attorney/ Post Approval Authorization
dated_____________________ of the bank granted to him / us by the Bank. We the said
bank do hereby declare and undertake that your claim under the guarantee shall not be
affected by any deficiency or other defect in the powers of the bank or its officials and the
guarantee shall be deemed to have been issued as if the bank and its officials have all the
powers and authorization to give this guarantee on behalf of the bank.

We the said bank do hereby certify the genuineness and appropriateness of the Stamp paper
and stamp value used for issuing the guarantee. We the said bank do hereby declare and
undertake that your claim under the guarantee shall not be affected by any deficiency or
other defect in the stamp paper or its stamp value or lack of authority by the signing
officials.

We the said bank do hereby declare that our payments hereunder shall be made to you , free
and clear of and without and deduction, reduction on account of any reasons including any
and all present and future taxes, levies, charges of withholding whatsoever imposed or
collected with respect thereto.

272
Notwithstanding anything contained hereinabove our liability under this guarantee is
restricted to Rs. _____________(Rupees ____________________ only) and it shall remain
in force upto and including _____________ and shall be extended from time to time for
such period as may be desired by M/S WAPCOS Limited on whose behalf this bank
guarantee has been given.

Notwithstanding anything contained herein

i. our liability under this guarantee shall not exceed Rs. _____________ (Rupees
_______________ only) ;
ii. This bank guarantee shall be valid upto _____________; and
iii. our liability to make payment shall arise and we are liable to pay the guaranteed amount or
any part thereof under this guarantee, only and only if you serve upon us a written claim
or demand in terms of the guarantee on or before _________(indicate a date six months
after validity of guarantee).

Dated this ________day of ________ at New Delhi.

273
Section 6 - Annexure C
BANK GUARANTEE FOR ADDITIONAL SECURITY DEPOSIT
(for unbalanced items)

WAPCOS Limited,
76-C, Sector 18,
Gurgaon-122015.

In consideration of ____________________ (Employer’s name) (hereinafter referred to as


"the Employer") which expression shall, unless repugnant to the context or meaning thereof
include its successors, administrators and assigns) having awarded to
_____________________ (Contractor’s name & address) (hereinafter referred to as "the
Contractor “ which expression shall unless repugnant to the context or meaning thereof,
include its successors, administrators, executors and assigns) a contract, by issue of
Employer’s Notification of Award No. _______________ dt. _____________ and the same
having been unequivocally accepted by the Contractor, resulting into a contract valued at
Rs. _____________(Rupees ______________only) for ________________(name of work)
(hereinafter called “ the contract”) and the Contractor having agreed to provide a Security
Deposit in the form of Bank Guarantee for the faithful performance of the entire contract
equivalent to Rs. _____________ (Rupees ______________________only) (10 % of the
said value of the Contract to the Employer.

We, ____________________(name & address of bank) (hereinafter referred to as "the


Bank" which expression shall, unless repugnant to the context or meaning thereof, include
its successors, administrators, executors and assigns) do hereby guarantee and undertake to
pay the Employer, on demand any or, all monies payable by the Contractor to the extent of
Rs. _____________(Rupees __________________only) as aforesaid at any time upto
___________without any demur, reservation, contest , recourse or protest and/or without
any reference to the Contractor. Any such demand made by the Employer on the bank shall
be conclusive and binding notwithstanding any difference between the Employer and the
Contractor or any dispute pending before any Court, Tribunal, Arbitrator or any other
authority. The Bank undertakes not to revoke this guarantee during its currency without
previous consent of the Employer and further agrees that the guarantee herein contained
shall continue to be enforceable till the Employer discharges this guarantee.

We the said Bank further agree that the guarantee herein contained shall remain in full force
and effect during the period that would be taken for the performance of the said Contract
and that it shall continue to be enforceable till all the dues of the Employer under or by
virtue of the said contract have been fully paid and its claims satisfied or discharged or till
the Employer certifies that the terms and conditions of the said Contract have been fully and
properly carried out by the said Contractor and accordingly discharges the guarantee.

274
The Employer shall have the fullest liberty without affecting in any way the liability of the
Bank under this guarantee, from, time to time to extend the time for performance of the
Contract by the Contractor. The Employer shall have the fullest liberty without affecting
this guarantee, to postpone from time to time the exercise of any powers vested in them or
of any right which they might have against the Contractor and to exercise the same at any
time in any manner and either to enforce or to forbear to enforce any covenants, contained
or implied, in the Contract between the Employer and the Contractor or any other course or
remedy or security available to the Employer. The bank shall not be released of its
obligations under these presents by any exercise by the Employer of its liberty with
reference to the matters aforesaid or any of them or by reason of any other act or
forbearance or other acts of omission or commission on the part of the Employer or any
other indulgence shown by the Employer or by any other matter or thing whatsoever which
under law would but for this provision, have the effect of relieving the Bank. The guarantee
shall not be affected by a change in the constitution of the bank or of the employer.

The bank also agrees that the Employer at its option shall be entitled to enforce this
Guarantee against the Bank as a principal debtor, in the first instance, without proceeding
against the Contractor and notwithstanding any security or other guarantee that the
Employer may have in relation to the Contractor's liabilities.

We The Said Bank do hereby declare that we have absolute and unconditional power to
issue this guarantee in your favour under the Memorandum and Articles of Association or
such other constitutional documents of the Bank and the undersigned have full power to
execute this guarantee under the Power of Attorney/ Post Approval Authorization
dated_____________________ of the bank granted to him / us by the Bank. We the said
bank do hereby declare and undertake that your claim under the guarantee shall not be
affected by any deficiency or other defect in the powers of the bank or its officials and the
guarantee shall be deemed to have been issued as if the bank and its officials have all the
powers and authorization to give this guarantee on behalf of the bank.

We the said bank do hereby certify the genuineness and appropriateness of the Stamp paper
and stamp value used for issuing the guarantee. We the said bank do hereby declare and
undertake that your claim under the guarantee shall not be affected by any deficiency or
other defect in the stamp paper or its stamp value or lack of authority by the signing
officials.

We the said bank do hereby declare that our payments hereunder shall be made to you , free
and clear of and without and deduction, reduction on account of any reasons including any
and all present and future taxes, levies, charges of withholding whatsoever imposed or
collected with respect thereto.

275
Notwithstanding anything contained hereinabove our liability under this guarantee is
restricted to Rs. _____________(Rupees ____________________ only) and it shall remain
in force upto and including _____________ and shall be extended from time to time for
such period as may be desired by M/S WAPCOS Limited on whose behalf this bank
guarantee has been given.

Notwithstanding anything contained herein

i. our liability under this guarantee shall not exceed Rs. _____________ (Rupees
_______________ only) ;
ii. This bank guarantee shall be valid upto _____________; and
iii. our liability to make payment shall arise and we are liable to pay the guaranteed amount or
any part thereof under this guarantee, only and only if you serve upon us a written claim
or demand in terms of the guarantee on or before _________(indicate a date six months
after validity of guarantee).

Dated this ________day of ________ at New Delhi.

276
Section 6 - Annexure D

BANK GUARANTEE FOR ADVANCE PAYMENT

M/s WAPCOS Limited,


76-C, Sector 18,
Gurgaon-122015.

In consideration of WAPCOS LTD. (hereinafter referred to as "the Employer") which expression


shall, unless repugnant to the context or meaning thereof include its successors, administrators and
assigns) having awarded to _______________________(Contractor’s name) with its Registered
/Head Office at __________________(hereinafter referred to as "the Contractor “ which
expression shall unless repugnant to the context or meaning thereof, include its successors,
administrators, executors and assigns) a contract, by issue of Employer’s Notification of Award No.
____________________dt. __________and the same having been unequivocally accepted by the
Contractor, resulting into a contract valued at Rs. _________ (Rupees )
____________________only) for _______________ (hereinafter called “ the contract”) and the
Employer having agreed to make an advance payment to the Contractor for performance of the
above Contract amounting to Rs. _________________(Rupees ______________only) as an
advance against bank guarantee to be furnished by the Contractor.

We,__________________(name & address of bank) having its Head Office at


_____________(hereinafter referred to as "the Bank" which expression shall, unless repugnant to
the context or meaning thereof, include its successors, administrators, executors and assigns) do
hereby guarantee and undertake to pay the Employer immediately on demand any or, all monies
payable by the Contractor to the extent of Rs. ______________ (Rupees ________________only)
as aforesaid at any time upto ___________without any demur, reservation, contest , recourse or
protest and/or without any reference to the Contractor. Any such demand made by the Employer
on the bank shall be conclusive and binding notwithstanding any difference between the Employer
and the Contractor or any dispute pending before any Court, Tribunal, Arbitrator or any other
authority. We agree that the Guarantee hereincontained shall be irrevocable and shall continue to
be enforceable till the Employer discharges this guarantee. We further agree that no change in the
constitution of the Bank or of the Employer shall affect this guarantee.

The Employer shall have the fullest liberty without affecting in any way the liability of the
Bank under this guarantee, from time to time, to vary the advance or to extend the time for
performance of the Contract by the Contractor. The Employer shall have the fullest liberty without
affecting this guarantee, to postpone from time to time the exercise of any powers vested in them or
of any right which they might have against the Contractor and to exercise the same at any time in
any manner, and either to enforce or to forbear to enforce any covenants, contained or implied, in
the Contract between the Employer and the Contractor or any other course or remedy or security
available to the Employer. The bank shall not be released of its obligations under these presents by
any exercise by the Employer of its liberty with reference to the matters aforesaid or any of them or
by reason of any other act or forbearance or other acts of omission or commission on the part of the
Employer or any other indulgence shown by the Employer or by any other matter or thing
whatsoever which under law would but for this provision, have the effect of relieving the Bank.

277
The bank also agrees that the Employer at its option shall be entitled to enforce this Guarantee
against the Bank as a principal debtor, in the first instance without proceeding against the
Contractor and notwithstanding any security or other guarantee that the Employer may have in
relation to the Contractor's liabilities.

We The Said Bank do hereby declare that we have absolute and unconditional power to
issue this guarantee in your favour under the Memorandum and Articles of Association or such
other constitutional documents of the Bank and the undersigned have full power to execute this
guarantee under the Power of Attorney/ Post Approval Authorization
dated_____________________ of the bank granted to him / us by the Bank. We the said bank do
hereby declare and undertake that your claim under the guarantee shall not be affected by any
deficiency or other defect in the powers of the bank or its officials and the guarantee shall be
deemed to have been issued as if the bank and its officials have all the powers and authorization to
give this guarantee on behalf of the bank.

We the said bank do hereby certify the genuineness and appropriateness of the Stamp paper
and stamp value used for issuing the guarantee. We the said bank do hereby declare and undertake
that your claim under the guarantee shall not be affected by any deficiency or other defect in the
stamp paper or its stamp value.

We the said bank do hereby declare that our payments hereunder shall be made to you , free
and clear of and without and deduction, reduction on account of any reasons including any and all
present and future taxes, levies, charges of withholding whatsoever imposed or collected with
respect thereto.

Notwithstanding anything contained hereinabove our liability under this guarantee is limited to
Rs.______________(Rupees ________________only) and it shall remain in force upto and
including ________________and shall be extended from time to time for such period (not
exceeding one year), as may be desired by M/S _____________on whose behalf this bank
guarantee has been given.

Notwithstanding anything contained herein

i) our liability under this guarantee shall not exceed Rs.__________(Rupees


_______________________only);
ii) This bank guarantee shall be valid upto ________________
And

iii) our liability to make payment shall arise and we are liable to pay the guaranteed amount or
any part thereof under this guarantee, only and only if you serve upon us a written claim

278
or demand in terms of the guarantee on or before ___________(indicate a date six
months after the validity of the guarantee).

Dated this ________day of _________at New Delhi.

WITNESS
_______________________ ________________________
(Signature) (Signature)
________________________ ________________________
(Name) (Name)

________________________ ________________________
(Official address) (Designation with bank stamp)

________________________ Attorney as Power of


Attorney
(Signature) No.__________ dt._______
________________________
(Name)
________________________

279
Section 6 - Annexure E

SAMPLE FORMAT FOR EVIDENCE OF ACCESS TO OR AVAILABILITY OF CREDIT


FACILITIES
CLAUSE (f) OF Eligibility Criteria-

BANK CERTIFICATE

This is to certify that M/s. …………………………… is a reputed company with a good financial
standing.

If the contract for the work, namely …………………………………………………………. is


awarded to the above firm, we shall be able to provide overdraft/credit facilities to the extent of Rs.
…………… to meet their working capital requirements for executing the above contract.

__ Sd. __
Name of Bank
Senior Bank Manager
Address of the Bank

* Change the text as follows for Joint venture:


This is to certify that M/s. ……………………………… who has formed a JV with M/s.
…………………………… and M/s. …………………………………………. for participating in
this bid, is a reputed company with a good financial standing.

If the contract for the work, namely …………………………………………………………. is


awarded to the above Joint Venture, we shall be able to provide overdraft/credit facilities to the
extent of Rs. …………… to M/s. …………………….. to meet the working capital requirements
for executing the above contract.

[This should be given by the JV members in proportion to their financial participation.]

280
SECTION 7

BILL OF QUANTITY
&
TERMS OF PAYMENT

281
PRICE SCHEDULE

1.0 Price Schedule

1.1 General

(i) The Schedule of Payment shall be read in conjunction, with the instructions to
Bidders, Conditions of Contract, Technical Specifications and Drawings.
(ii) In case a particular item mentioned in this schedule is not fully completed, payments
on prorate basis shall be allowed.
(iii) The percentage as provided in this schedule for payment to the Contractor can be
further split up into smaller components, as approved by the Engineer.
(iv) 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.
(v) 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.
(vi) 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.
(vii) Contractor shall first execute item 1 and 2 at table 1.4 given below. However, item 3
and 4 shall be executed after completion of item 1. In no case, any escalation shall be
applicable for execution of item 3 and 4 and contractor may be intimated for
execution of item 3, within 1 year of completion of item 1.
(viii) Payment terms for item 3 and 4 shall be decided prior to execution.
(ix) In case of any discrepancy between the amount quoted in words and figures, price
quoted in words shall be considered as final and valid.
1.3 Taxes
The total price quoted by the bidder shall include sales tax, income tax, service tax, work
tax, cess and all other Central Govt. and State Govt. taxes / duties as applicable.
1.4 Price Schedule
(i) Total Price

S. No Description Unit Amount in Rs.


1. Construction of 2.5 MLD capacity Sewerage
Treatment Plant (STP) and Allied Structures
based on Sequential Batch Reactor (SBR)
Technology and all other works contingent For
thereto including Design, Drawing, complete
Construction of Civil Works, Supply, Erection, job
Testing and Commissioning of Mechanical,
Electrical & Instrumentation Works complete
in all respects, along with trial run of 6 months

282
2. Operation and Maintenance for additional 36
For
months w.e.f. date of commissioning on
complete
turnkey basis complete in all respects, for 2.5
job
MLD STP
3. Expansion of 2.5 MLD STP to 6.5 MLD
capacity Sewerage Treatment Plant (STP) and
Allied Structures based on Sequential Batch
Reactor (SBR) Technology and all other works For
contingent thereto including Design, Drawing, complete
Construction of Civil Works, Supply, Erection, job
Testing and Commissioning of Mechanical,
Electrical & Instrumentation Works complete
in all respects, along with trial run of 6 months
4. Operation and Maintenance for additional 36
For
months on turnkey basis complete in all
complete
respects, for 4.0 MLD STP w.e.f. date of
job
commissioning
Total

Rupees (in words) ____________________________________________

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) Any condition given on this page shall not be considered and offer will be summarily rejected.
iii) The price bid is to be sealed without any change and condition.
(ii) Broad Break-up of Cost (for payment purposes) :

S. No Unit Percentage
1. Civil Works 35 %
2. Mechanical Works 39%
3. Electrical & Instrumentation Works 15 %
Operation and maintenance for 1st Year
4. 3%
during Defect Liability Period
5. Operation and maintenance for 2nd Year 4%
6. Operation and maintenance for 3rd Year 4%
Total 100%
Date: Contractor

283
(iii) Detailed Breakup of Price for Civil Works (for payment purposes) :
S. No. Process Units & Buildings Percentage
1. Stilling Chamber 1%
2. Fine Screen Chambers 2%
3. Grit Chambers 4%
4. SBR Reactors 40%
5. Sludge Sump 2%
6. DWPE Dosing Tank 1%
7. Sludge Pump House 3%
8. Centrifuge House 3%
9. Chlorine Contact Tank 3%
10. Sludge Storage Platform 1%
11. Piping, Specials and Channels 12%
12. Tonner Room 2%
13. Chlorinator Room 2%
14. Energy meter cum HT Panel Room 3%
15. Administrative (Operations) Building 10%
16. Toilet Block for Workers 1%
17. Effluent Disposal Channel with Tail End 1%
18. Road & Pavements 1%
19. Byepass pipe / channel 1%
Service Water Supply in the Plant (UGSR, Service Water
20. 2%
Pumps, Piping etc)
21. External sewerage system 1%
22. Boundary Wall & Gate 1%
23. Site filling, levelling and landscaping 1%
24. Painting, Whitewashing and allied works 1%
25. Any other 1%
TOTAL 100%

Date: Contractor

284
(iv) Detailed Breakup of Price for Mechanical Works (for payment purposes) :

S No Item Percentage
1. Mechanical Fine Screens & Manual Bar screen 2%
2. Mechanical Detritor 3%
3. Air Blowers (SBR) 12%
4. Fine Bubble Diffusers 20%
5. Decanters 22%
6. RAS Pumps 2%
7. SAS Pumps 1%
8. Air Blowers (Sludge Sump) 1%
9. Centrifuge Feed Pumps 1%
10. Centrifuge Units 8%
11. Polyelectrolyte Agitator 1%
12. Polyelectrolyte Dosing Pumps 1%
Lifting arrangements (Electric Hoist / Chain Pulley Block
13. 2%
etc)
14. Valves 6%
15. Gates 4%
16. Chlorination System 11%
17. Laboratory Equipment 3%

Date: Contractor

285
(v) Detailed Breakup of Price for Electrical & Instrumentation Works (for payment
purposes) :

S No Item Percentage
1. HT Breaker Panel 7%
2. HT Substation & Yard 10%
3. DG Sets with Shed 25%
4. Main PCC with APFC 10%
5. Sub MCC & DB 12%
6. Automation & Control (PLC – SCADA) 10%
7. Instrumentation 8%
8. HT / LT Cables 10%
9. Plant Lighting 6%
10. Energy Meter 1%
11. Any other 1%
TOTAL 100 %

Date: Contractor

286
2.0 SCHEDULE OF PAYMENT
2.1 Payment for Civil Works
1 On approval of concept of design and detailed drawings. 2 %
2 On completion of excavation and lean concrete work in foundations. 10 %
3 On completion of foundation upto plinth level in building work and
30 %
work of raft / RCC footings in other works.
4 On completion of structure up to half staging in all R.C.C. work and
20 %
up to roof level in building work.
5 On completion of structure up to full staging and after laying of roof
20 %
slab in building work.
6 On completion of balance work of structure, finishing, hydraulic test
of structure for its hydraulic levels, hydraulic gradients and leakages
16 %
etc. and for building after full completion of finishing item including
flooring, white washing, doors, glass panes etc.
7 On completion and satisfactory testing commissioning and handing
over of plant upto the satisfaction of Engineer after the stabilization
period. This balance amount shall be released only after a certificate 2 %
furnished by the Engineer that all the parameters of treatment of
sewage has been tested/ fulfilled as per requirement of DNIT.
Total 100 %

2.2 Payment for Mechanical Works


1 Supply payment as per approved billing schedule on pro- 75 %
rata against delivery in good condition at site.
2 Item price on pro rata against erection/installation/laying of 15 %
the equipment
3 On handing over of fully functional system to the 10 %
department after completion of stabilisation period
Total 100 %
2.3 Payment for Electrical & Instrumentation Works
1 Supply payment as per approved billing schedule on pro- 75 %
rata against delivery in good condition at site.
2 Item price on pro rata against erection/installation/laying of 15 %
the equipment
3 On handing over of fully functional system to the 10 %
department after completion of stabilization period
Total 100 %

287
2.4 Further in case any additional cost is increased on chemicals/after consumables due to
faulty/defective design, the recovery of additional cost shall be made from this balance 2% (two
percent), retention money and performance bank guarantee.

2.5 Operation and Maintenance


1 On completion of one 1
of the rate for that particular year of O&M
month basis. 12

Note: In case for any item / unit the Schedule of Payment is not mentioned above, it shall be
decided by the Engineer during execution and his decision shall be final and binding.

288

You might also like