Professional Documents
Culture Documents
1 CONTRACT INCLUDES:
1.1 Supply & erection of all required tools plants (T&P,) for drilling of necessary bore of
required size, lowering of MS Pipes together with all excavation, pumping, all
temporary masonry work, channels for samples, dressing & cleaning of site &
reinstatement.
1.2 Supply & erection of all required T& P for development of Tube Well.
1.3 Supply & erection of all temporary and auxiliary plants such as derricks, hoists, etc.
and other appliance required for the work.
1.4 Supply of all materials & consumables required during the drilling, developing and
testing operations.
1.5 Supply of bentonite and sticky clay if required to line up the bore and also sodium
hexameta phosphate required during the development of the bore.
2. TRANSPORTATION:
This includes transportation of drilling and developing equipment like rig, compressor,
O.P. unit with all required auxiliary T&P and material to allotted site including carting
loading, unloading etc. complete work.
3. DRILLING:
3.1 This includes installation of rig machine, drilling of bore well, up to required depth for
successful construction of tube well in full satisfaction of Engineer in charge,
including supply of all required material like bentonite, sticky clay water arrangement
for drilling at their own expenses.
4. LOGGING:
4.1 After completing the bore hole logging necessarily will be within the scope of the
contractor which shall be done by the departmental/U.P. Jal Nigam approved loggers at
their own cost.
4.2 No compensation shall be paid to the contractor on account of any delay in electric
logging of bore well.
4.3 The Contractor shall maintain the bore hole up to logging or lowering or shrouding is
complete in all respect.
4.4 Depth of the bore hole shall be measured while logging as per the reading recorded on
logger machine or sounding measured prior to the lowering of the tube well assembly
whichever, is deemed to be considered.
5. TUBE WELL ASSEMBLY AND ITS LOWERING:
5.1 The tube well Assembly & accessories etc. will be supplied by the Contractor as
per specifications related to various I.S. and make approved with U.P. Jal Nigam.
5.2 All the associated accessories as mentioned in detailed specification, of tube well
Assembly, will be supplied by the contractor.
5.3 The contractor shall prepare the tube well assembly as approved by the Engineer in
advance and shall arrange the same in proper sequence at site. He shall get the same
checked and passed by the Engineer or his authorized representative. There after the
assembly shall be painted with standard quality anti-corrosive paint.
5.4 Before lowering the tube well assembly the contractor shall ensure that the bore hole is
clear up to the required depth and shall get it checked while logger testing or before the
lowering of the tube well assembly by the Engineer or his authorized representative.
5.5 The lowering of tube well assembly carried out by contractor.
5.6 The welding Job work of tube well assembly parts to give sufficient strength to the
assembly will be done by the contractor at the time of lowering, in the presence of the
Engineer or his authorized representative. The contractor shall ensure that lowering of
assembly takes place smoothly, & entire responsibility for that shall be on the
contractor.
5.7 As soon as the lowering is complete, the contractor shall make arrangement for taking
sounding of the tube well assembly lowered to the Engineer or his authorized
representative. In case the complete sounding of tube well assembly is not found then it
will be entire responsibility of the contractor.
5.8 Carting of tube well assembly upto pin point of tube well will be done by contractor at
his own cost. No payment shall be made by department against loading and unloading
and carting of tubewell assembly other than Schedule-G.
6. LIMITS OF CONTRACT:
The work included in this contract shall be deemed to be complete finally when all the
specifications set up herein and conditions of contract attached have been completed
within and tube well having been successfully tested and handed over to the Local
body for successful construction of tubewell in full satisfaction of Engineer in charge,
including supply of all required material like bentonite, sticky clay water arrangement
for drilling at their own expenses.
7. DESIGN, MATERIAL AND WORKMANSHIP:
The specification as set for the execution of the various parts are to be followed. Any
suggestions with a view to effect the economy or to increase reliability in operation
which the tender may wish to offer must be set forth in the schedule as addendum for
consideration.
8. RESPONSIBILITIES OF CONTRACTOR:
8.1 The contractor shall maintain Chaukidar at his own cost to watch T&P and also provide
material for protection of work if necessary. He shall arrange for storing of T&P and
materials for accommodation of supervising staff engaged on the work by him. The
contractor shall also arrange his own supplies of water, fuel etc. for the use of his
workman and also for the execution of the work.
8.2 Until the test specified herein have been applied and the installation have been
completed the contractor shall be entirely responsible for the working or performance,
whether such working as for the propose of testing or in the service of Nigam.
8.3 As every part of the work as per C.B. is completed, it shall be verified by the Engineer
or his authorized representative. The representative of contractor shall ascertain with
the Engineer’s representative from time to time it’s the decision of Engineers
representative, wished to check or pass it, but such passing shall be no way relieve the
contractor from his responsibility, until the entire work has been completed according
to the contract.
8.4 Contractor shall take all safety measures at site. He shall arrange first aid box at site.
in the event of any accident, he should make arrangement for primary & higher
medical facilities to labour engage by him. Jal Nigam shall not bear any liability about
accident at site. The entire liabilities about first aid, higher medical facilities and
compensation if arises have to be borne by the contractor.
8.5 The contractor shall maintain daily report of the work done by him each day to the
Engineer. These reports shall be handed over to the Engineer’s representative stationed
at site or/also posted to the Engineer (in case there is no representative stationed at site)
every day after close of the day. Postage changes for the same shall be borne by the
contractor.
8.6 Work done of any kind to the designated site for the construction of Tube Well or any
other material such as fuel etc consumed by the contractor shall not be paid out in case
of failure of tube well however contractor can retrieve them.
9. TESTS:
During the progress of the work and after its completion the contractor shall carry out
such tests, as in the opinion of the Engineer are necessary to insure that the installation
compile with the conditions of these specification whether under test conditions or in
ordinary working.
All pipe connections and other apparatus required for the tests shall be provided by the
contractor at his own cost.
10. REINSTATEMENT:
After completion of work the contractor shall level the ground including disposal of all
surplus material causing disturbance while construction and development of the tubewell.
11. VERTICALITY:
11.1 The formal test is not required due to proposed Pumping Plant is of submersible type,
although constructed tube well should be vertical and having clear cylindrical space within the
housing pipe to accommodating the O.P. Unit for development of Tube Well and also
submersible Pumping Plant of requisite capacity with its proper installation and working.
11.2 If the housing pipe is so much non-vertical that it could not accommodate a submersible
pumping plant of requisite capacity with its proper working up to desired depth then the tube
well will be rejected outright, no payment shall be made by department to contractor
and all expenditure if any how done by department on tube well should be recovered from
contractor. If there is any dispute in this regard the final decision authority will be chief
Engineer (E&M) and whose decision shall be binding to contractor.
12. YIELD TEST:
The official yield test shall be conducted by department as per departmental norms, but
all arrangements for that shall be provided by contractor on his own cost.
The following specifications are to be followed for supply of Pea Gravel for Tubewell.
1. The Gravel has to be supplied from Lalkuan, Query Haldwani and conforming to IS
4097-1967 and as latest amendments.
2. The average particle size of Gravel shall be 1.6 to 4.8mm.
3. The Gravel shall consist of hard quartz (about 96% SiO2) or other suitable material, with
an average specific gravity of not less than 2.5. Not more than 10% by weight of the
material shall have a specific gravity of less than 2.25. The Gravel shall contain
not more than 2% by weight of thin flat or elongated pieces. In case of such pieces, the
larger dimensions shall not be more than 3 times the smallest dimensions. The quartz
shall be of sub rounded to rounded grains with minimum angular features.
4. The Gravel shall be free from impurities, such as shale, mica, feldspar, clay, sand, dirt,
loam hematite and organic materials.
5. The particle size distribution of Gravel may be Determine by screening through standard
sieve accordance with IS: 460.
6. The gravel shall have a hardness of not less than 5 in Mohr’s scale.
7. Pea Gravel must be clean from any dust, dully washed & screened and stacked in
trapezoidal shape on the ground level near the tubewell pin point. If stacking of pea
gravel is not done near the pin point or would be stacked at some distance from the pin
point then it is sole authority of contractor to cart the total quantity of pea gravel near the
pin point in prior to the lowering of tubewell assembly at its own cost.
8. Voids @ 5% shall be deducted from quantities measured at site.
9. Any tax, Royalty shall be included in the offered rates.
The tubewell shall be developed either by surging, including washing and agitation by
air compressor or by over pumping and back washing with or without an air lift. The
development of tubewell by air compressor process shall be continued until
Firstly, the discharge of the tube well will be increased in stages at an interval of one
hour and relevant readings at each stage will be recorded by checking these readings.
The most suitable discharge will be selected and the tube well will be run for about 6
hours and the readings of depression and discharge will taken after every half an hour
for ensuring the figure of discharge and depression remain steady during the entire
period of test. The specified discharge of the tube-well shall be obtained at a
depression not exceeding 20 ft.
5. ABANDONMENT OF TUBEWELL:
During construction it may be required to abandon the tubewell due to negligence of the
working staff of the contractor, in such case no payment of the executed work will be made
to the contractor. If during drilling very hard rock or boulders or uncontrollable caving strata
is met and also if due to any natural reason i.e. connecting the well with any nearby natural
well and it is not possible to drill further or no strata is met, the department shall not make
any payment to the contractor for that T/W and if any expenditure done by department on
that tube well will be recovered from the contractor’s Security Money Deposit/payments out
standing in this division or any other divisions in Jal Nigam. However the contractor for at
least 48 hours in case of hard rock, try to penetrate it in presence of the Engineer in-charge
for 24 hours and if the progress is less than 1 feet in 24 hours and sufficient strata has not
been met to yield required discharge, the bore may be declared as abandoned .
6. QUALITY OF WATER:
In the construction of the tubewell, due precautions shall be taken by the drilling agency to
maintain the premises in a sanitary condition and to avoid as much as practical, the entrance
of contaminated water into the safe water bearing formations, any water or materials used
shall be free of contamination and, if their nature permits, should be adequately disinfected
with chlorine before use. The slush pit should be constructed so that no material there from
will enter the well, except mud reused when the construction is by rotary method. In such
cases the slush pit and mud return channels should be protected against contamination from
surface water or any other sources.
The well shall be disinfected after completion of test for yield. All the exterior parts of
the pump coming in contract with the water shall be thoroughly cleaned and dusted with
powdered chlorine compound.
SUPPLY, INSTALLATION, COMMISSIONING & TESTING OF 1200 LPM, 60M HEAD
SUBMERSIBLE PUMPING PLANT & ITS APPURTENANT WORKS UNDER
RETROFITTING OF “INDAUR KHERA” RURAL WATER SUPPLY SCHEME DISTT–
BULANDSHAHAR.
SCOPE OF WORK
AND
GENERAL TECHNICAL SPECIFICATIONS & CONDITIONS
CONTRACT INCLUDES AS FOLLOWING:
1. SUBMERSIBLE PUMP SET:
Submersible pumping set suitable for 300/200mm dia T/W Bore fitted with dynamically balance
bronze or SS impellers mounted on a stainless steel pump shaft with shaft protection sleeves having
stage bowls of closed grained cast iron. The pump will be fitted with built in non-return valve and
shall be suitable for direct coupling to the squirrel cage electric induction, water cooled type
submersible motor suitable to operate on 400 ± 10% V, 3 phase, 50 cycles/sec. A.C. Power Supply
and 2900 rpm (nominal) speed and capable to give a discharge and head as is mentioned in NIT.
Other specifications shall be as per following:
1.1.1 PUMP SET:
1.1.2 A Standard hydrostatic test on all pressure containing parts shall be made at 1.5 times the maximum
discharge pressure.
1.1.3 The bowls shall be equipped with replaceable casing bearing.
1.1.4 The bowl assembly shall bear a name plate preferably embossed information as per following:
a) Name of the manufacturer or trade mark.
b) Serial number of the pump set.
c) Pump type.
d) Number of stages.
e) Total head.
f) Shut off head.
g) Capacity.
Note: Shut off head must be above 25% of the total head required.
1.1.5 The impeller shall be of enclosed type equipped with seal rings on their hubs. Seal rings shall be
provided either with impeller or in the bowl.
1.1.6 The pump shaft shall be guided by bearing provided in each bowl of above and below the impeller
shaft assembly. The shaft without sleeves shall have a surface finish 0.75 micron Ra Max.
1.1.7 The opening in the suction case for the entrance of water shall be of proper size and shape to avoid
eddy currents.
1.1.8 The suction case shall be fitted with a strainer made of corrosion resistant material.
1.1.9 Suitable sand guard shall be provided just above the suction case bearing to prevent the entry of
foreign matter into the suction case.
1.1.10 Non return valve shall be provided above the pump discharge case.
1.2 SUBMERSIBLE MOTOR:
1.2.1 The submersible motor shall be squirrel cage induction motor.
1.2.2 The winding of motor shall be wet type.
1.2.3 The motor shall be suitable for operation voltages and frequency confirming to IS 585-1962 (revised)
“Voltages and frequency for A.C. transmission and distribution system”
1.2.4 The earthing of the motor shall comply with IS: 3043-1966 code of practice for earthing.
1.2.5 The Thrust bearing shall be of adequate size to withstand the weight of all rotating parts as well as
the imposed hydraulic thrust. These shall be lubricated suitably.
1.2.6 The Motor winding and nearing bushes of the rotor shaft shall be cooled/lubricated by pure water
filled in the motor before erecting the pump set.
1.2.7 The motor shall be protected by means of cable glands, rubber seals etc. from ingress of tubewell
water, sand and other foreign matter.
1.2.8 The thrust bearing housing shall be provided with a drain plug to empty the pure water filled into the
thrust bearing housing/Motor.
1.2.9 The rotor shaft in copper strip shall be provided with shaft protecting sleeves having a surface finish
of 0.75 micron Ra max.
1.2.10 The Motor shall be provided with a breathing attachment like bellows, diaphragm etc. to compensate
the Volumetric variations due to change in temperature.
1.2.11 The motor shall be made of corrosion resistant materials or suitably treated materials to resist
corrosion.
1.2.12 The motor shall have a name plate preferably embossed on body of motor giving the following
information :
a) Induction Motor;
b) Name of Manufacturer;
c) Manufacturer’s number and frame reference;
d) Type of duty;
e) Frequency in Hz;
f) Number of Phases;
g) Rated output in HP/KW;
h) Rated voltage and winding connections;
i) Current in amperes at rated output.
j) Speed in RPM at rated output.
1.3 DATA OF PUMP SET:
These shall be furnished in the following manner: s
a) Model of motor.
b) Model of pump.
c) Discharge in LPM.
d) Total head.
e) Nett effective head.
f) Number of stages.
g) Pump outlet size in mm.
h) O.D. of pump in mm.
h) MOC of each and every component of the pump set.
i) Speed of pump set.
j) Method of starting.
The performance details as per enclosed schedule ‘E’ are to be submitted as per enclosed sheet
separately.
1.5 TESTING OF PLANT:
In recent facing the outbreak of COVID-19 pandemic worldwide, the contractor shall do testing
and inspection at site or at factory workshop as per decision taken by the department at the
time of inspection call for testing and when it is completed as specified and this official testing of
the same in accordance with schedule ‘E’. The electric motor and pump may be type tested at the
site. Pump sets will be tested at site of the SICT as per schedule ‘E’ uploaded by the contractor and
as per IS:8034. Other material/accessories will be checked as per relevant ISS. Test certificate of the
pump set concluded at works of the manufacturer is obligatory to be submitted in the office and
furnished with characteristic curve stipulating the discharge, head or pump efficiency etc that it could
ensure duties of the pump set is well suited to need of the pumping system.
Note: Rating of star- main & delta electromechanical contactors type AC-3 shall be the same and
identical. Since range of contactors vary manufacturer / vendor to vendor, range of contactors has to
be chosen the same as cited above or the next higher commercial range of the above cited range in
the event of the range not matching with above cited range.
Data sheet for Electrical Items Part-II
(Recommended Rating of Electrical Starters and Cables Items)
SCHEDULE ‘B’
SCHEDULE ‘C’
(List of the drawings to be provided by the contractor to the Engineer during
the course of contract)
1) Strata chart of tubewell
2) Design & Drawing of Pumping Plant, switch gear / Starter / Stabilizer & Other
Electrical Equipments etc. lies under the scope of this tender.
3) Manual of O&M for pumping plant, switch gear materials etc. are to be provided
the site in charge.
SCHEDULE ‘D’
(List of samples to be submitted by the contractor to the Engineer during the course of contract)
Signature of Contractor
Dated : …….................
SUPPLY, INSTALLATION, COMMISSIONING & TESTING OF 1200 LPM, 60M HEAD
SUBMERSIBLE PUMPING PLANT & ITS APPURTENANT WORKS UNDER
RETROFITTING OF “INDAUR KHERA” RURAL WATER SUPPLY SCHEME DISTT–
BULANDSHAHAR.
Schedule-‘E’
Note : Schedule ‘E’ has to be filled and uploaded in terms of discharge (Q)- head (H) & efficiency of
pump and motor from the selected characteristic curve of model and make of the pumping plant.
Any deviation or speculation in terms of discharge (Q)- head (H) & efficiency of pump and motor is
observed that may be treated as ineligibility for qualifying the tender, liable to be turned down.
Note:
1. The rate should be FOR respective site inclusive of all taxes, duties, freight, insurance etc as per
BOQ/Tender document. No concessional form will be issued.
2. Before tendering the contractor are advise to visit tube well site of work and ascertain to local
condition nature of soil and all geographical, geological condition etc.
3. Running means contractor have to depute one person at site to watch & ward for safety of whole
plant.