You are on page 1of 300

Public Health Engineering Department

Detailed Notice Inviting Tender


(DNIT)

GOVERNMENT OF HARYANA
Public Health Engineering Department

Name of work: Sadalpur :- Detailed Project Report for providing Sewerage System in village Sadalpur Distt.
Hisar (Under Swran Jayanti Mahagram Yojna) “Construction of 3.50 MLD STP at village
Sadalpur District Hisar comprising boundary wall, staff quarter, pump chamber, collecting tank
for TE, HDPE rising main lines, pumping machinery, DG set, electric transformers, panel
boards etc. Operation and Maintenance during defect liability period of 12 months after
successful completion of 3 Months trial run and thereafter for 5 years complete in all respect.
Estimate Cost: Rs 1217.00 Lakhs

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 1 of 139


Public Health Engineering Department

TABLE OF CONTENTS

Sr. Name of Contents


INVITATION FOR BIDS
i Press Notice
ii Detailed Notice Inviting Tender
iii Key Dates
SECTION-1
Instructions to Bidders (ITB)
SECTION-2
Qualification information
SECTION-3
Conditions of Contract& Contract Data
SECTION-4 A
Detailed Scope of Work (In case of Turn Key works)
SECTION-4 B
Technical specification of Works
SECTION-5
Drawings
SECTION-6
Bill of quantities

SECTION-7
Standard Forms Letter of Acceptance and Other Forms

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 2 of 139


Public Health Engineering Department
e-Tender Notice
PRESS NOTICE
HARYANA Public Health Engg. Dept. DEPARTMENT

Notice Inviting Tender No. 1212202308-48-42/Public Health Engg. Dept.


Dept/HRY. Dated: 12/12/2023

The Governor of Haryana invites bids from the eligible contractors online on the website:
https://etenders.hry.nic.in for the work detailed in the table.
Name of Work: Sadalpur :- Detailed Project Report for providing Sewerage System in
village Sadalpur Distt. Hisar (Under Swran Jayanti Mahagram Yojna)
“Construction of 3.50 MLD STP at village Sadalpur District Hisar comprising
boundary wall, staff quarter, pump chamber, collecting tank for TE, HDPE
rising main lines, pumping machinery, DG set, electric transformers, panel
boards etc. Operation and Maintenance during defect liability period of 12
months after successful completion of 3 Months trial run and thereafter for
5 years complete in all respect.
Cost of work Rs 1217.00 Lakhs
Time Limit 13 Months and 10 Days
Tenders to be received till: 03:00 hours on dated 02/01/2024
1. Bidder shall pay Rs. 1180/- as E-Service fee through Net Banking in favour of
“Society for IT initiative fund for e-Governance” payable at Chandigarh..

2. For further details and e-tendering schedule please visit website http://etenders.hry.nic.in

For and on behalf of Governor of Haryana


Executive Engineer
Public Health Engineering Department
Hisar PHED No.1[EE PHE Division No. 1
Hisar]
Phone No: 9253666363

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 3 of 139


Public Health Engineering Department

DETAIL NOTICE INVITING TENDER

The Governor of Haryana invites the bids from the contractors who have created login ID on
the portal http://works.haryana.gov.in through online bids on the website for the work detailed in
the table below.

Sr. Name of work Cost of work Earnest money Cost of Time Date and
No (For bid limit time for bid
. unregistered document Submission.
bidders only) (in Rs.)
(in Rs.)
1 2 3 4 5 6

1. Sadalpur :- Detailed Project Rs 1217.00 ₹24,34,003.00 ₹20,000.0 13 02/01/2024


Report for providing Lakhs for Contractors 0/- Months Upto 03:00
Sewerage System in village and 10
Sadalpur Distt. Hisar
& Days
hrs.
(Under Swran Jayanti ₹12,17,001.50
Mahagram Yojna) for Societies
“Construction of 3.50 MLD
STP at village Sadalpur
District Hisar comprising
boundary wall, staff
quarter, pump chamber,
collecting tank for TE,
HDPE rising main lines,
pumping machinery, DG
set, electric transformers,
panel boards etc. Operation
and Maintenance during
defect liability period of 12
months after successful
completion of 3 Months
trial run and thereafter for 5
years complete in all
respect.
1. Bidders registered on the portal https://works.haryana.gov.in are not required to deposit any
earnest money and are required to submit earnest money declaration Form as provided in
Section 7 of the bidding document.
2. Interested bidders are encouraged to get themselves registered as contractor on the portal
https://works.haryana.gov.in.
3. Interested bidders must have contractor ID on https://works.haryana.gov.in.

4. Cost of tender document fee: ₹20,000.00/-(non refundable) (to be submitted online).

5. Availability of Bid document and mode of submission:

a. Tender document is available online on http://etenders.hry.nic.in


b. 1. Earnest Money :for un-registered bidders – Online.
2. Earnest Money Declaration Form: Bidders registered by Haryana Government – the
bidder shall upload a earnest money declaration form as per format given in Section – 7
in the bidding document online, which can be generated from contractor login on
Haryana Engineering Works Portal.

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 4 of 139


Public Health Engineering Department
c. Tender document fee ₹20,000.00/- to be paid - Online
d. Submission of Technical Bid – Online
e. Submission of Price Bid - Online

Note: Bidding shall be online only and no document shall be accepted in any physical form.

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 5 of 139


Public Health Engineering Department

5. In the first instance, Earnest money /Earnest money Declaration Form (as provided in Section
7) shall be opened online and checked for correctness along with tender document fee. If the
earnest money declaration form / earnest money are found in order, Technical Bid shall be
opened (Online) in the presence of such contractors who choose to be present. The Financial
offer shall be opened (Online) only, if the bidders meet the qualification criteria as per the bid
document. The date of opening of Financial Bid shall be intimated separately.

Exemption of tender document fees of the Contractors/Agencies:

• “Single tender shall normally not be considered unless there are special circumstances to
do so. In such eventuality, decision to accept the single tender shall be as prescribed in
the rules. If special circumstances are not present, tenders shall be re-called. If re-
tendering again results in a single

• Tender, its acceptance may be considered with proper justification and reasons”. Where
on first call of tender, number of bidders participate in the tender but on Technical
evaluation only one participating bidder qualifies, the tender shall be re-invited treating it
as single tender.

• Those bidders shall not be required to pay tender document fees, who choose to submit
bids again on tender being re-called on account of single tender being received or single
bidder qualifies on first call.
6. Bidders shall have to pay the e-Service Fees of Rs. 1180 in favour of ‘Society for IT initiative
fund for
e-Governance through Debit Cards & Internet Banking Accounts are required to be paid online
directly through Internet Baking Accounts.
7. Last Date/ Time for receipt of bids through e-tendering: 02/01/2024 up-to 03:00 Hrs.
(time)

8. The site for the work is available.

9. Only online submission of bids is permitted, therefore; bids must be submitted online on
website
https://etenders.hry.nic.in. The technical qualification part of the bids will be opened online at
EE PHE Division No. 1 Hisar on 02/01/2024 at 03:00 hrs. by the authorized officers. If the
office happens to be closed on the date of opening of the bids as specified, the bids will be
opened online on the next working day at the same time.
10. The bid for the work shall remain open for acceptance during the bid validity period to be
reckoned from the last date of ‘Submission of Online Bids. Bids as submitted online shall be
valid for 120 days from the date of bid closing i.e. from last date of submission of online bids.
In case the last day to accept the tender happens to be holiday, validity to accept tender will be
the next working day.

11. Bidders may bid for any one or more of the works mentioned in the Table above.

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 6 of 139


Public Health Engineering Department
12. To qualify for a package of contracts made up of this and other contracts for which bids are
invited in the same NIT, the bidder must demonstrate having experience and resources
sufficient to meet the aggregate of the qualifying criteria for the individual contracts.

13. Other details can be seen in the bidding documents. The Employer shall not be held liable for
any delays due to system failure beyond its control. Even though the system will attempt to
notify the bidders of any bid updates, the Employer shall not be liable for any information not
received by the bidder. It is the bidders’ responsibility to verify the website for the latest
information related to the tender.
14. Conditional tenders will not be entertained and are liable to be rejected.

15. In case the day of opening of tenders happens to be holiday, the tenders will be opened on the
next working day. The time, mode and place of receipt of tenders and other conditions will
remain unchanged.
16. The invitation of this tender can be cancelled without assigning any reason.
17. The societies shall produce an attested copy of the resolution of the Co-operative department
for the issuance of tenders.
18. The tender without Earnest money /Earnest money Declaration form and tender document fee
will not be opened.
19. The jurisdiction of court will be as defined as in Appendix to ITB.
20. The tender of the bidder who does not satisfy the qualification criteria in the bid documents are
liable to be rejected and financial bids will not be opened.
21. The Pre-bid meeting will be held as per the details in Appendix to ITB.
22. The bidders may note that the works are to be carried out strictly as per the applicable laws,
permits, rules and regulations. Any damages / penalties imposed by any statutory authority, like
NGT etc, on account of noncompliance of any applicable laws, permits, rules and regulations
shall have to be borne by the contractor.

23. The undersigned reserves the right to reject any or all of the bids without assigning any reason.
For and on behalf of Governor of Haryana

Executive Engineer
Public Health Engineering Department
Hisar PHED No.1[EE PHE Division No. 1
Hisar]
Phone No: 9253666363

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 7 of 139


Public Health Engineering Department

KEY DATES

1. Date of Issue of Notice Inviting Bid : Date 12/12/2023

2. Period of availability of Bidding Documents on : From


website http://etenders.hry.nic.in 12/12/2023
To
02/01/2024

3. Time, Date of Pre-bid Meeting : Not Applicable

4. Deadline for Receiving Bids online : Date 02/01/2024 at 03:00 hrs

5. Opening of Bids : Date 02/01/2024 at 03:00 hrs


(Tender Document fee &Earnest Money Declaration
Form)

6. Time and Date for opening of Part-I of the Bid : Date 02/01/2024 at 03:00 hrs
(Technical Qualification Part)

7. Time and Date of opening of Part-II of the Bid : To be intimated.


(Financial Part) of the Bidders who Qualify in
Part I of the Bid.

8. Last Date of Bid Validity Date 10/04/2024

9. Officer inviting Bids : Executive Engineer


Hisar PHED No.1[EE PHE Division
No. 1 Hisar]
Public Health Engineering
Department

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 8 of 139


Public Health Engineering Department

Section 1: Instructions to Bidders(ITB)


Table of Clauses

A. General E. Bid Opening


1. Scope of Bid 23 Bid Opening
2. Source of Funds 24. Process to be Confidential.
3. Eligible Bidders 25. Clarification of Bids and Contacting the
4. Qualification of the Bidder Employer.
5. One Bid per Bidder 26. Examination of bids and Determination of
6. Cost of Bidding Responsiveness.
7. Site Visit 27. Correction of Errors.
28. Adjusted in bid.
B. Bidding Documents and Evaluation 29. Evaluation and Comparison of Bids.
8. Content of Bidding Documents. 30. Payment Caping Condition
9. Clarification of Bidding Documents and
Pre-Bid Meeting. F. Award of Contract
10. Amendment of Bidding Documents. 31. Award Criteria
32. Employer’s Right to Accept any Bid and
C. Preparation of Bids to Reject any or all Bids.
11. Language of Bid 33. Notification of Award and Signing of
12. Documents Comprising the Bid. Agreement.
13. Bid Prices 34. Performance Security.
14. Currencies of Bid. 35. Advances
15. Bid Validity 36. Corrupt or Fraudulent Practices.
16. Earnest money 37. Debarring.
17. Alternative Proposals by Bidders. 38. Completion of Work.
18. Format and Signing of Bid. 39. Instructions / Special Qualification
D. Online Submission of Bids Requirements (If any)
19. Bidding Through e-Tendering system.
20. Deadline for Submission of Bids.
21. Late Bids.
22. Withdrawal or modification

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 9 of 139


Public Health Engineering Department

A. General
1. Scope of Bid

1.1 The Employer (Appendix to ITB) on behalf of ‘Authority’ (defined in Appendix to ITB)
invites bids for the construction of Works as described in these documents and referred to as “the
Works”. The name of the works is provided in the Appendix to ITB. The bidders may submit bids
for any or all of the works detailed in the table given in the Notice Inviting Tender. Bid for each
work should be submitted separately. The bidders should refer Section 4-A for the detailed scope
of work and Section 4-B for Technical Specifications for the work.

1.2 The successful Bidder will be expected to complete the Works by the Intended
Completion Date specified in the Contract data.

1.3 Throughout these documents, the terms “bid” and “tender” and their derivatives
(bidder/tender, bid/tender, bidding/tendering etc.) are synonymous.

1.4 The jurisdiction of court will be as defined as in Appendix to ITB

2. Source of Funds

2.1 The expenditure on this project will be met from the budget provided by the Govt. of
Haryana.

3. Eligible Bidders

3.1 The Invitation for Bids is open to all bidders have created contractor Id on the portal
https://works.haryana.gov.in and eligible bidders meeting the eligibility criteria as defined in ITB.

3.2 The bidders in Joint Ventures are allowed as per the Appendix to ITB.

3.3 Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices
by the Central Government, the State Government or any public undertaking, autonomous body,
authority by whatever name called under the Central or the State Government.

4. Qualification of the Bidder

A) For works put to tender upto Rs. 25.00 Lacs, a valid Registration Certificate/
contractor’s id created on Haryana Engineering Works Portal.(No technical
evaluation shall be carried out for this category). The intending bidders who are not
registered are required to submit the following documents in place of Registration:

Interested bidders who are not registered should upload the following documents at the
time of bidding:

a. Mandatory Documents
i. Proof of Constitution - Partnership deed (in case of the partnership firm
registration); or Certificate of Incorporation (in case of Private limited company,
public limited company, Public sector undertaking, Limited Liability Partnership,
registration); or Any proof substantiating constitution (in the case of society, trust,
DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 10 of 139


Public Health Engineering Department
AOP, Government department, local authority, statutory body registration.)
ii. PAN Card
iii. GST Certificate
iv. Undertaking of Non-Blacklisting – (Certificate that contractor has not been
blacklisted previously)
v. Proof of immovable properties/self-certification that doesn't have any property
vi. Cancelled Cheque / Proof of bank account
vii. Proof of Address
viii. Similar works experience for the category of registration
ix. The applicant himself or his employee (at least one) should be a Diploma Holder
Engineer (Civil/Electrical/Agri./Hort.) as applicable. Accordingly, self-declaration
certificate of applicant and his employee along with copy of Diploma certificate is
to be submitted.
x. In case of registration for electrical works the applicant or the employee of the
applicant should submit valid Wireman License from Chief Electrical Inspector,
Haryana

b. Optional Documents

i. TAN Number Document


ii. MSME Registration Certificate (If Applicable)
iii. Form 26AS for last three years (Provided by Income Tax Department)
iv. LLCs (Limited Liability Company) to upload last audited balance sheet
v. Change of constitution of agency
vi. Litigation History (If any)
vii. List of Abandoned works (if any)
viii. Any Other relevant documents

In case during examination it is found that any bidder for this category of works
has not submitted above mandatory documents or has submitted false documents
his bid shall be rejected.

B) For works put to tender from Rs. 25.01 Lacs to Rs. 64.00 Lacs, a valid enlistment in the
respective category on Haryana Engineering Works Portal with proof of ownership/ lease of
specified machinery/ manpower as listed in Clause 39 in section 1 of this document.

(Technical Evaluation shall be carried out as per the requirement specified in Clause 39 in
section 1 of this document and financial bid of only responsive qualifying bidders shall be
opened)

C) For works put to tender from Rs. 64.01 Lacs onwards, following qualification criteria is
required to be fulfilled:-

4.1 All bidders shall provide the Qualification Information as specified in Section-2 of this
document, Forms of Bid and the undertaking(s) as specified in Section 7. The undertaking should
be of a date after the first invitation of this tender. Initially the scanned copy of undertaking(s) shall
have to be submitted in technical bid and before signing the agreement, the original undertaking(s)
should be submitted by the bidders to the concerned Executive Engineer. The undertaking(s) in
original shall make integral part of the agreement. The bidder should also meet the requirements
mentioned in clause 39 .

4.2 All bidders participating in tenders costing more than Rs. 25.00 lacs shall include the
following information and documents with their bids in Section 2, Qualification Information unless
otherwise stated in the Appendix to ITB:

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 11 of 139


Public Health Engineering Department
(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 annual financial turnover of each of the last three years duly certified by
Chartered Accountant;

(c) (i) Experience in works of a similar nature and size for each of the last seven
years with certificates from the concerned officer not below the rank of
Executive Engineer or equivalent;

(ii) and details of works in progress or contractually committed with detail of


clients who may be contacted for further information on those contracts;

(d) The undertakings as per the format and language given in Section 7 of the
document. The undertakings should be of a date after the invitation of this tender.
The bids accompanying with the language deviated from the language of the draft
provided in Section 2 shall be treated as non – responsive.

4.3 All care should be taken by the bidder to submit correct information and documents in first
place. No cognizance of the documents submitted subsequently by the bidder on his own
regarding his technical bid shall be taken. However, clarification can be sought upto
the extent of clearing any doubt on the documents already submitted online.

4.4 Joint Ventures are permitted to bid for the work as defined in the Appendix to ITB. Bids
submitted by a Joint Venture (JV) shall comply with the following requirements:

a. There shall be a Joint Venture Agreement (as per the format given in Section-
7) specific for these contract packages between the constituent firms, indicating
clearly, amongst other things, the proposed distribution of responsibilities both
financial as well as technical for execution of the work amongst them. For the
purpose of this clause, the most experienced lead partner will be the one
defined. A copy of the Joint Venture agreement shall be submitted before any
award of work could be finalized.

b. The bid, and in the case of the successful bidder, the Form of Agreement, etc.,
shall be signed and / or executed in such a manner as may be required for
making it legally binding on all partners (including operative parts of the
ensuing Contract in respect of Agreement of Arbitration, etc.). On award of
work, the Form of Agreement and Contract Documents shall be signed by all
partners of the Joint Venture to conclude Contract Agreement.

c. Lead partner shall be nominated as being partner-in-charge; and this


authorization shall be evidenced by submitting a power of attorney signed by
the legally authorized signatories of all the partners.

d. The partner-in-charge shall be authorized to incur liabilities and to receive


instructions for and on behalf of the partners of the Joint Venture, whether
jointly or severally,and entire execution of the Contract (including payment)
shall be carried out exclusively through the partner-in-charge. A copy of the said
authorization shall be furnished in this Bid.

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 relevant

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 12 of 139


Public Health Engineering Department
statement to this effect shall be included in the authorization mentioned under
sub clause I above as well as in the Form of Tender and the Form of Agreement
(in case of a successful bidder).

f. In the event of default by any partner, in the execution of his part of Contract,
the Employer shall be so notified within 30 days by the partner-in-charge, or in
the case of the partner-in-charge being the defaulter, by the partner nominated
as partner-in-charge of the remaining Joint Venture. The partner-in-charge shall,
within 60 days of the said notice, assign the work of the defaulting partner to
any other equally competent party acceptable to the Employer to ensure the
execution of that part of the Contract, as envisaged at the time of bid. Failure to
comply with the above provisions will make the Contractor liable for action by
the Employer under the Conditions of Contract. If the Most Experienced i.e.
Lead Partner defined as such in the Communication approving the qualification
defaults, it shall be construed as default of the Contractor and Employer will
take action under the Conditions of Contract.

g. Not with standing the permission to assigning the responsibilities of the


defaulting partner to any other equally competent party acceptable to the
Employer as mentioned in sub clause (f) above, all the partners of the Joint
Venture will retain the full and undivided responsibility for the performance of
their obligations under the Contract and/ or for satisfactory completion of the
Works.

h. The bid submitted shall include all the relevant information as required under
the provisions of Sub-Clause 4.5 D of ITB and furnished separately for each
partner.

4.5 Qualification Criteria [applicable as per cost of work put to tender]

4.5A To qualify for award of the contract, each bidder in its name should have :-

i) Minimum average annual financial turnover (as certified by the Chartered


Accountant) during the last three years, ending 31st March of the previous financial
year, should not be less than 30% of the value of work. The turn over shall be
updated to price level of the last financial year at the rate of 8% per year
compounded yearly.

ii) Experience of having successfully completed or substantially completed similar


works (i.e. road/bridge/building works/airport runway/PHED/ IWRD works/) as
applicable for that type of tender during the last seven years ending last day of
month previous to the one in which bids are invited should be either of the
following:-
(a) Three similar works each costing not less than 40% of the value of work.
or
(b) Two similar works each costing not less than 50% of the value of work.
or
(c) One similar work costing not less than 80% of the value of work.

The amount of works shall be updated to price level of the last financial year at the rate of
8% per year compounded yearly.

Note 1:- The works may have been executed by the applicant as Prime contractor or as a member
of Joint Venture As contractor, he should have acquired the experience of execution of all major

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 13 of 139


Public Health Engineering Department
items of works under the proposed contract. In case a project has been executed by a Joint Venture,
the turnover or experience shall be evaluated in proportion to their participation of the Joint
Venture. In case of experience as a sub contractor, the certificate from the Principal Employer
shall have to be furnished.

Note 2:- Substantially completed works means those works which are at least 95% completed as
on the date of submission (i.e. gross value of work done upto the last date of submission is 95% or
more of the original contract price or enhanced contract price as the case may be) and continuing
satisfactorily.

Note 3:-Similar works means road work for road tender, building work for building tender, bridge
work for bridge tender and so on.
For these, a certificate from the employer shall be submitted along with qualification
information clearly mentioning the name of work, Contract Value, billing amount. Date of
commencement of works, satisfactory performance of the Contractor and any other relevant
information.

4.5 B Each bidder must produce:

(i) An affidavit (format affidavit to be attached) in the prescribed format


given in this document in Section 7. The affidavit should be of a date later
then the date of calling of tender; and
(ii) Such other certificates as defined in the Appendix to ITB. Failure to
produce the certificates shall make the bid non-responsive.

4.5 C To qualify for a package of contracts made up of this and other contracts for which
bids are invited in the Notice Inviting Tender, the bidder must demonstrate having
experience and resources sufficient to meet the aggregate of the qualifying criteria for
the individual contracts.

4.5 D If bidder is a Joint Venture, the partners would be limited to three (including lead
partner). Joint Venture firm shall be jointly and severally responsible for completion
of the project. Joint Venture must fulfill the following minimum qualification
requirement.

i. The lead partner shall meet not less than 50% of qualification criteria given in
sub-clause 4.5 A (i) & (ii) of ITB above.

ii. Each of the remaining partners shall meet not less than 25% of all the criteria
given in sub-clause 4.5 A (i) & (ii) of ITB above.

iii. The Joint Venture must also collectively satisfy the subject of the criteria of
Clause 4.5 B and 4.5 C of ITB for this purpose the relevant figures for each of the
partners shall be added together to arrive at the Joint Venture total capacity
which shall be 100% or more.

iv. In the event that the Employer has caused to disqualify under Clause 4.7 of
ITB below all of the Joint Venture partners will be disqualified.

v. Joint Venture Applicants shall provide a certified copy of the Joint Venture
Agreement in demonstration of the partners undertaking joint and several
liabilities for the performance of any contract entered into before award of work.

vi. The available bid capacity of the JV as required under Clause 4.6 of ITB below will

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 14 of 139


Public Health Engineering Department
be applied for each partner to the extent of his proposed participation in the
execution of the work. The total bid capacity available shall be more than
estimated contract value.
vii. The Sub-Contractors’ experience and resources shall not be taken into account in
determining the bidder’s compliance with the qualifying criteria.

4.5. E Any other requirement as specified elsewhere in the ITB.

4.6 Bidders who meet the minimum qualification criteria will be qualified only if their
available bid capacity for construction work is equal to or more than the total bid
value.The available bid capacity will be calculated as under:

Assessed Available Bid Capacity = (A*N*2- B) Where

A = Maximum value of financial turnover (as certified by the Charted Accountant) in


any one year during the last three years (updated to price level of the last financial
year at the rate of 8% per year compounded yearly).

N = Number of years prescribed for completion of the works for which bids are invited
(period up to 6 months to be taken as ½ and more than 6 months as 1 in a year).

B = Value, at the current price level (compounded yearly @8% per year), of existing
commitments and on-going works to be completed during the period of
completion of the works for which bids are invited.

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, affidavits


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: and/or.
· participated in the previous bidding for the same work and had quoted
unreasonably high bid prices and could not furnish rational justification to the
employer.

5. One Bid per Bidder

5.1 Each Bidder shall submit only one Bid for one work. A Bidder who submits more than one
Bid for one work will cause the proposals with the Bidder's participation to be disqualified.

6. Cost of Bidding

6.1 The Bidder shall bear all costs associated with the preparation and submission of his Bid,
and the Employer will, in no case, be responsible or liable for those costs.

7. Site Visit

7.1 The Bidder, at the Bidder’s own responsibility and risk is encouraged 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. The costs of visiting
the Site shall be at the Bidder’s own expense. The Bidder acknowledges that prior to the
submission of the bid, the Bidder/Contractor has, after a complete and careful examination, made
DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 15 of 139


Public Health Engineering Department
an independent evaluation of the Scope of the Project, Specifications and Standards of design,
construction and maintenance, Site, local conditions, physical qualities of ground, subsoil and
geology, suitability and availability of access routes to the Site and all information provided by the
Employer or obtained, procured or gathered otherwise, and has determined to its satisfaction the
accuracy or otherwise thereof and the nature and extent of difficulties, risks and hazards as are
likely to arise or may be faced by it in the course of performance of its obligations hereunder. The
Employer makes no representation whatsoever, express, implicit or otherwise, regarding the
accuracy, adequacy, correctness, reliability and/or completeness of any assessment assumptions,
statement or information provided by it and the Bidder confirms that it shall have no claim
whatsoever against the Employer in this regard.

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 16 of 139


Public Health Engineering Department

B. BIDDING DOCUMENTS
8. Content of Bidding Documents

8.1 The set of bidding documents comprises the documents listed below and addenda issued in
accordance with Clause 10 of ITB.

1. Detail Notice Inviting Tender

2. Instructions to Bidders including Appendix to bid

3. Qualification Information and other forms

4. Conditions of Contract (Part I General Conditions of Contract, and Contract Data;


Part II Special Conditions of Contract)

5 Technical Specifications

6 Drawings

7 Bill of Quantities

8 Form of Acceptance, Form of Agreement, Issue of Notice to Proceed with the


Work,

9 Forms of Securities and Form of Unconditional Bank Guarantee.

8.2 The bidder is expected to examine carefully all instructions, conditions of contract, contract
data, forms, terms and specifications, bill of quantities, forms and drawings in the Bid Document.
Failure to comply with the requirements of Bid Documents shall be at the bidder’s own risk.
Pursuant to clause 26 hereof, bids, which are not substantially responsive to the requirements of
the Bid Documents, shall be rejected.

9. Clarification of Bidding Documents and Pre-bid Meeting

9.1 A prospective bidder requiring any clarification of the bidding documents may notify the
Employer in writing or through email at the Employer’s address indicated in the invitation to bid.
The Employer will respond to any request for clarification which he receives earlier than 10 days
prior to the deadline for submission of bids. Copies of the Employer’s response will be put on
website including a description of the enquiry but without identifying its source.

9.2 If a pre-bid meeting is to be held, the bidder or his authorized representative is invited to
attend it. Its date, time and address are given in the Appendix to ITB.

9.3 The purpose of the meeting will be to clarify issues and to answer questions on any matter
that may be raised at that stage.

9.4 Minutes of the meeting, including the text of the questions raised (without identifying the
source of the enquiry) and the responses given will be uploaded for information of the public or
other bidders. Any modifications of the bidding documents listed in Clause 8.1 of ITB, 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 of ITB and not through the minutes of
the pre-bid meeting.

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 17 of 139


Public Health Engineering Department

9.5 Non-attendance at the pre-bid meeting will not be a cause for disqualification of a bidder.

10. Amendment of Bidding Documents

10.1 Before the deadline for submission of bids, the Employer may modify the bidding
documents by issuing corrigendum.

10.2 Any addendum/corrigendum thus issued shall be part of the bidding documents and put on
website only and shall be deemed to have been communicated to all the bidders. The Employer
will assume no responsibility in this regard.

10.3 To give prospective bidders 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 Clause 20.2 of ITB.

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 18 of 139


Public Health Engineering Department

C. PREPARATION OF BIDS

11. Language of Bid

11.1 All documents relating to the Bid shall be in English language.

12. Documents Comprising the Bid

12.1 The Bid submitted by the Bidder shall be in two separate parts:

Part I Technical bid This shall be named Technical Qualification Part of Bid and shall comprise
of:

i) The cost of the bidding documents.

ii) The Earnest money in any of the forms as specified in clause 16 of ITB or
Earnest Money declaration form specified in Section-7 as applicable.

iii) Authorized address and contact details of the Bidder having the following
information:
a. Address of communication:
Telephone No.(s):
Office:
Mobile No.:

b. Facsimile (FAX) No.:

c. Electronic Mail Identification (E-mail ID):

iv) Qualification information, supporting documents as specified in ITB.

v) Any other information/documents required to be completed and submitted by


bidders, as specified in the Appendix to ITB, and

vi) Scanned copy of the affidavit (on the format given in Section 7 of bid
document).

Part II. Financial Bid:- It shall be named Financial Bid and shall comprise of:

(i) Priced bill of quantities for items specified in Section 6;

12.2 The following documents, which are not submitted with the bid, will be deemed to be part
of the bid.

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 19 of 139


Public Health Engineering Department

Section Particulars
1. Detail Notice Inviting Tender
2. Instructions to Bidders
3. Conditions of Contract
4. Contract Data
5. Technical Specifications
6. Drawings
13. Bid Prices

13.1 The Contract shall be for the whole Works, as described in Clause 1.1 of ITB, based on
the priced Bill of Quantities submitted by the Bidder.

13.2 For item rate tenders, the bidder shall fill in item rate at its appropriate place in figures.
Items for which no rate or price is entered by the bidder will not be paid for by the employer. Such
item, where the bidder does not quote the price or leaves it blank, will be treated as item to be
executed free of cost item from the contractor.

13.3 For percentage rate tender, the bidder shall make its due diligence and quote a single
percentage above or below HSR items including any premium if applicable and individual rate for
NS items which are in the BOQ but not in HSR. NS Items in the BOQ, for which no rate or price is
entered by the bidder will not be paid for by the Employer and considered as nil rate items.

13.4 All duties, taxes (excluding GST) , royalties, compensation, cost and other levies payable
by the Contractor under the Contract or to execute item(s) of work or for any other cause,
shall be included in the rates, prices, and total Bid price submitted by the Bidder online.
The GST amount shall be reimbursed on production of proof of deposit of GST with Govt.
for the previous payment.

13.5 The rates and prices quoted by the bidder are subject to adjustment during the performance
of the Contract in accordance with the provision of Clause 42 A of the Conditions of
Contract.

14. Currencies of Bid

14.1 The unit rates and the prices shall be quoted by the bidder entirely in Indian Rupees.

15. Bid Validity


15.1 Online Bids shall remain valid for a period of not less than 120 days after the deadline date
for bid submission specified in ITB. 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 bidders’ responses shall be made in writing or by email. A bidder may refuse the
request without forfeiting his Earnest money. 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 Earnest money for
a period of the extension, and in compliance with Clause 16 of ITB in all respects.

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 20 of 139


Public Health Engineering Department
16. Earnest money and Earnest money declaration Form

16.1. The Bidder who does not have contractor id on HEWP can not participate in tendering
process. Bidders who have contractor ID but have not registered on HEWP can participate in
tendering process by paying the earnest money through online payment on the portal. Bidders who
have contractor Id and are registered on HEWP and also have deposited one time deposit are
eligible for participation in the tender by annexing bid specific Earnest Money Declaration Form
generated from HEWP.

16.2. The bidder who is registered as contractor with Haryana Government and is
availing the exemption available for earnest money, shall upload bid specific
Earnest Money Declaration form duly downloaded from HEWP.

16.3 Any bid from the registered bidders not accompanied by an acceptable Earnest
Money Declaration form (in case exemption is availed) as above or not secured as
indicated in Sub-Clauses 16.1 above shall be rejected by the Employer as non-
responsive.

16.4. The successful bidder shall be de-registered with forfeiture of his/its one time
deposit of EMD exemption amount on HEWP and further barred from participation
in future bidding for a period of 2 years, in case of failure to submit the
Performance Bank Guarantee as per Clause 34 of this document.

17. Alternative Proposals by Bidders

17.1 Bidders shall submit offers that comply with the requirements of the bidding documents,
including the Bill of Quantities and the basic technical design as indicated in the drawings and
specifications. Conditional offer or alternative proposals will be rejected as non-responsive.

18. Format and Signing of Bid


Deleted

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 21 of 139


Public Health Engineering Department

D. ONLINE SUBMISSION OF BIDS

19. Bidding through E-Tendering System

Instructions to bidder on Electronic Tendering System

These conditions will over-rule the conditions stated in the tender documents, wherever relevant
and applicable.

19.1 Registration of bidders on eProcurement Portal:-

All the bidders intending to participate in the tenders processed online are required to get registered
on the centralized e – Procurement Portal i.e. https://etenders.hry.nic.in. Please visit the website for
more details.

19.2 Obtaining a Digital Certificate:

19. 2.1 The Bids submitted online should be encrypted and signed electronically with a Digital
Certificate to establish the identity of the bidder bidding online. These Digital Certificates are
issued by an Approved Certifying Authority, by the Controller of Certifying Authorities,
Government of India.

19.2.2 A Digital Certificate is issued upon receipt of mandatory identity (i.e. Applicant’s PAN
Card) and Address proofs and verification form duly attested by the Bank Manager / Post Master /
Gazetted Officer. Only upon the receipt of the required documents, a digital certificate can be
issued. For more details please visit the website – https://etenders.hry.nic.in.

19.2.3 The bidders may obtain Class-II or III digital signature certificate from any Certifying
Authority or Sub-certifying Authority authorized by the Controller of Certifying Authorities or
may obtain information and application format and documents required for the issue of digital
certificate from the authority.

19.2.4 The bidder must ensure that he/she comply by the online available important guidelines at
the portal https://etenders.hry.nic.in for Digital Signature Certificate (DSC) including the e-Token
carrying DSCs.
19.2.5 Bid for a particular tender must be submitted online using the digital certificate (Encryption
& Signing), which is used to encrypt and sign the data during the stage of bid preparation. In case,
during the process of a particular tender, the user loses his digital certificate (due to virus attack,
hardware problem, operating system or any other problem) he will not be able to submit the bid
online.

Hence, the users are advised to keep a backup of the certificate and also keep the copies at safe
place under proper security (for its use in case of emergencies).

19.2.6 In case of online tendering, if the digital certificate issued to the authorized user of a firm is
used for signing and submitting a bid, it will be considered equivalent to a no-objection
certificate/power of attorney /lawful authorization to that User. The firm has to authorize a specific
individual through an authorization certificate signed by all partners to use the digital certificate as
per Indian Information Technology Act 2000. Unless the certificates are revoked, it will be
assumed to represent adequate authority of the user to bid on behalf of the firm in the department
tenders as per Information Technology Act 2000. The digital signature of this authorized user will
be binding on the firm.
DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 22 of 139


Public Health Engineering Department

19.2.7 In case of any change in the authorization, it shall be the responsibility of management /
partners of the firm to inform the certifying authority about the change and to obtain the digital
signatures of the new person / user on behalf of the firm / company. The procedure for application
of a digital certificate however will remain the same for the new user.

19.2.8 The same procedure holds true for the authorized users in a private/Public limited
company. In this case, the authorization certificate will have to be signed by the directors of the
company.

19.3 Pre-requisites for online bidding:

In order to bid online on the portal http://etenders.hry.nic.in, the user machine must be
updated with the latest Java & DC setup. The link for downloading latest java applet & DC setup
are available on the Home page of the e-tendering Portal.

19.4 Online Viewing of Detailed Notice Inviting Tenders:

The bidders can view the detailed N.I.T and the time schedule (Key Dates) for all the
tenders floated through the single portal e-Tender system on the Home Page at
http://etenders.hry.nic.in

19.5 Download of Tender Documents:

The tender documents can be downloaded free of cost from the e-Tender portal
http://etenders.hry.nic.in

19.6 Key Dates:

The bidders are strictly advised to follow dates and times as indicated in the online Notice
Inviting Tenders. The date and time shall be binding on all bidders. All online activities are time
tracked and the system enforces time locks that ensure that no activity or transaction can take place
outside the start and end dates and the time of the stage as defined in the online Notice Inviting
Tenders.

19.7 Online Payment of eService fee & Bid Preparation & Submission (PQQ/ Technical &
Commercial /Price Bid):

i) Online Payment e-Service fee:

The online payment for eService fee can be done using the secure electronic payment
gateway by bidders/ Vendors online directly through Debit Cards & Internet Banking Accounts.
The secure electronic payments gateway is an online interface between contractors and Debit card /
online payment authorization networks.

ii) PREPARATION & SUBMISSION Of online APPLICATIONS/BIDS:

Detailed Tender documents may be downloaded from e-Tenders website


(http://etenders.hry.nic.in) and tender mandatorily be submitted online.
Scan copy of Documents to be submitted/uploaded for Prequalification or Technical bid under
online. The required documents (refer to DNIT) shall be prepared and scanned in different file
formats (in PDF /JPEG/MS WORD format such that file size is not exceed more than 10 MB)
and uploaded during the on-line submission of Technical Bid.

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 23 of 139


Public Health Engineering Department
FINANCIAL or Price Bid PROPOSAL shall be submitted mandatorily online in the Excel Format.

19.8 ASSISTANCE TO THE BIDDERS:-

In case of any query regarding process of e-tenders and for undertaking training purpose,
the intended bidder can also avail the following and can contact service provider as per below:

Office Timings of Help-desk support for Single e-TenderPortal of Government of


Haryana- Technical Support Assistance will be available over telephone Monday to Friday (09:00
am. To 5:00 pm) 0172-2700275 also contact to help desk team of Delhi (24 x 7) as given below
0120-4001002
0120-4200462
0120-4001005
0120-6277787
All queries would require to be registered at our official email support as under (only those
queries which are sent through email along with appropriate screen shots or error description will
be considered as registered with the Help-desk)

(a) Technical:– Support e proc (at) nic (dot) in


(b) Policy Related:- cppp-doc(at) nic (dot) in

Important Note:-

(a) Any intending bidder can contact the helpdesk on or before prior to 4 hours of the
scheduled closing date &time of respective Tender event.
(b) For queries pertaining to e-Payment, please contact the help desk atleast 2 business days
prior to the closing date&time of Tender event.
(c) Help-desk support will remain closed during lunch break i.e. from 1:30 PMupto 2:15 PM
on each working day.

Schedule for Training

Haryana e-Tender Help Desk Office will remain closed on Saturday, Sunday and National
Holidays.

NOTE:- Bidders participating in online tenders shall check the validity of his/her Digital
Signature Certificate before participating in the online Tenders at the portal
http://etenders.hry.nic.in.
For help manual please refer to the ‘Home Page’ of the e-Tender website at
https://etenders.hry.nic.in and click on the available link ‘How to ...? to download the file.

20. Deadline for Submission of Bids

20.1 Complete Bids in two parts as per clause 19 above must be submitted by the Bidder online
not later than the date and time indicated in the Appendix to ITB.

20.2 The Employer may extend the deadline for submission of bids by issuing an amendment in
accordance with Clause 10.3 of ITB. In such 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.

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 24 of 139


Public Health Engineering Department

22. Withdrawal or modification

22.1 No bid shall be modified or withdrawn after the deadline of submission of bids.

22.2 Withdrawal or modification of a bid between the deadline for submission of bids and the
expiration of the original period of bid validity specified in clause 15.1 above or as extended
pursuant to Clause 15.2 may result in the forfeiture of the Earnest money pursuant to Clause 16 or
invite action as per Earnest Money declaration undertaking.

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 25 of 139


Public Health Engineering Department

E. Bid Opening and Evaluation

23. Bid Opening

23.1 The Employer inviting the bids or its authorized representative will open the bids online in
the presence of the bidders or their representatives who choose to attend at time, date and the place
specified in Appendix to ITB. The bids shall be evaluated by committee generated online by the
system.

23.2 In the event of the specified date for the Opening of bids being declared a holiday for the
Employer, the Bids will be opened at the appointed time and location on the next working day.

23.3 The file containing the Part-I of the bid will be opened first.

23.4 The amount, form and validity of the cost of bidding document and earnest money
furnished with each bid will be announced. If the cost of bidding document and earnest money
furnished does not conform to the amount and validity period as specified in the Invitation for Bid,
and has not been furnished in the form specified in Clause 16, the remaining technical bid will not
be opened and will be disqualified for opening of financial bid. Similarly for registered bidders, bid
not accompanied by the Earnest Money declaration form, shall be rejected and technical bid will
not be opened.

23.5 The Employer will also prepare minutes of the Bid opening, including the information
disclosed in accordance with Clause 23.4 of ITB.

23.6
(i) Subject to confirmation of the earnest money, the bids accompanied with valid earnest
money/earnest money declaration form will be taken up for evaluation with respect to the
Qualification Information and other information furnished in Part I of the bid pursuant to Clause
12.1.

(ii) The technical bid will be evaluated on the basis of the documents submitted online by the
bidder and no modification of his technical bid will be sought from the bidder. No cognizance of
the documents submitted subsequently by the bidder on his own regarding his technical bid shall be
taken. However, clarification can be sought upto the extent of clearing any doubt the documents
already submitted online.

(iii) The bidders will respond in not more than 7 days of issue of the clarification letter, which
will also indicate the date, time and venue of opening of the Financial Bid.

(iv) Immediately, on receipt of these clarifications the Evaluation Committee will finalize the
list of responsive bidders whose financial bids are eligible for consideration.

23.7 The Employer shall hoist the result of technical evaluation of bids alongwith the reasons for
rejection of Part-I of the bid (Technical bid) on the website. Thereafter, the employer shall wait for
7 days before opening the financial bid of the qualified bidders so as to give the disqualified
bidders and opportunity to avail, if they so desire, any remedy available under the Law.

23.8 Part II (Financial Bid) of bids of only those bidders will be opened online, who have
qualified in Part I of the bid. The bidders’ names, the Bid prices, the total amount of each bid, and
such other details as the Employer may consider appropriate will be notified by the Employer at
the time of bid opening.

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 26 of 139


Public Health Engineering Department
23.9 The Employer shall prepare the minutes of the online opening of Part-II of the Bids.

24 Process to be Confidential

Information relating to the examination, clarification, evaluation, and comparison of bids


and recommendations for the award of a contract shall not be disclosed to bidders or any other
persons not officially concerned with such process until the award to the successful Bidder has
been announced. Any attempt by a Bidder to influence the Employer’s processing of bids or award
decisions may result in the rejection of his Bid.

25 Clarification of Bids and Contacting the Employer

25.1 No Bidder shall contact the Employer on any matter relating to its bid from the time of the
bid opening to the time the contract is awarded except as specified in clause 25.3 here under. If
the bidder wishes to bring additional information to the notice of the Employer, it should do so in
writing.

25.2 Any attempt by the bidder to influence the Employer’s bid evaluation, bid comparison or
contract award decision may result in the rejection of his bid.

25.3 To assist in the examination, evaluation, and comparison of Bids, the Employer may, at his
discretion, ask any Bidder for clarification of his Bid, including breakdowns of unit rates. The
request for clarification and the response shall be in writing or by email, but no change in the price
or substance of the Bid shall be sought, offered, or permitted.

26. Examination of Bids and Determination of Responsiveness

26.1 During the detailed evaluation of “Part-I of Bids”, the Employer will determine whether
each Bid
(a) meets the eligibility criteria defined in Clauses 3 and 4;
(b) has been properly signed;
(c) is accompanied by the required securities; and
(d) is substantially responsive to the requirements of the bidding documents.

During the detailed evaluation of the “Part-II of Bids”, the responsiveness of the bids will be
further determined with respect to the remaining bid conditions, i.e., priced bill of quantities.

26.2 A substantially responsive “Financial Bid” is one which conforms to all the terms,
conditions, and specifications of the bidding documents, without material deviation or reservation.
A material deviation or reservation is one
(a) which affects in any substantial way the scope, quality, or performance of the Works;
(b) which limits in any substantial way, inconsistent with the bidding documents, the
Employer’s rights or the Bidder’s obligations under the Contract; or
(c) whose rectification would affect unfairly the competitive position of other bidders
presenting substantially responsive bids.

26.3 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.

27. Correction of Errors.

27.1. “Financial Bids” determined to be substantially responsive will be checked by the


‘Employer’ for any errors. Errors will be corrected by the Employer as follows:

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 27 of 139


Public Health Engineering Department
(a) Where there is a discrepancy between the unit of any item mentioned
in BOQ, from that in HSR, the unit mentioned in HSR shall prevail
and the total resulting from multiplying the quoted rate by the
quantity, shall be taken in to account.

27.2. The amount stated in the “Financial Bid” will be corrected by the Employer in accordance
with the above procedure and the bid amount adjusted in the following manner.

(a) If the Bid price increases as a result of these corrections, the


amount as stated in the bid will be the ‘bid price’ and the increase
will be treated as rebate;
(b) If the bid price decreases as a result of the corrections, the
decreased amount will be treated as the ‘bid price’.

28. Adjusted in bid price pursuant to clause 27 above, shall be considered as binding upon the
Bidder. If the Bidder does not accept the corrected amount the Bid will be rejected, and action as
per provisions of Earnest Money Declaration Form shall be initiated or Earnest Money shall be
forfeited as applicable.

29. Evaluation and Comparison of Bids

29.1 The Employer will evaluate and compare only the bids determined to be substantially
responsive in accordance with Clause 26 of ITB.

29.2 In evaluating the Bids, the Employer will determine for each Bid the evaluated Bid Price
by adjusting the Bid Price as follows:
(a) adjustments to reflect discounts or other price offered in Financial bid submitted online.

29.3 If the Bid of the successful Bidder is seriously unbalanced in relation to the
Engineer’s estimate of the cost of work to be performed under the contract, the Employer may
require the Bidder to produce detailed price analysis for any or all items of the Bill of Quantities, to
demonstrate the internal consistency of those prices. After evaluation of the price analysis, the
Employer may require that the amount of the Performance Security set forth in Clause 34 of ITB
be increased at the expense of the successful Bidder to a level sufficient to protect the Employer
against financial loss in the event of default of the successful Bidder under the Contract. The
amount of the increased Performance Security shall be decided at the sole discretion of the
Employer, which shall be final, binding and conclusive on the bidder. The amount of additional
performance security shall be equal to an amount arrived at as below: -

(i) If the Bid price offered by the contractor is negatively unbalanced upto the 10% of the
estimated project cost (as per analytical rates / N.S. rates).

In such cases no additional performance security shall be taken from the successful bidder;

(ii) If the bid price offered by the contractor is negatively unbalanced below 10% and upto 20%
of the estimated project cost (as per analytical rates / N.S. Rates): -

In such case, Additional performance security shall be calculated @ 20% of the {(% below
quoted by the contractor – 10%) of the estimated cost of the project};

(iii) If the bid price offered by the contractor is further negatively unbalanced below 20% of the
estimated project cost (as per analytical rates / N.S. Rates): -

In such case, the Additional performance security shall be calculated @ 30% of the {(%

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 28 of 139


Public Health Engineering Department
below quoted by the contractor – 10%) of the estimated cost of the project};

(iv) 20% of the total unbalanced amount of all the seriously unbalanced items (i.e. unbalanced by
more than 40% of the estimated amount of that particular item/items).

Out of (i), (ii), (iii) and (iv) above Whichever is higher is to be deposited by the successful
bidder.

29.4 Validity of above Additional performance Security shall be valid until a date 28 days from
the date of issue of the certificate of completion.

29.5 The Employer reserves the right to accept or reject any variation or deviation. Variations
and deviations and other factors, which are in excess of the requirements of the Bidding documents
or otherwise result in unsolicited benefits for the Employer, shall not be taken into account in Bid
evaluation.

29.6 The estimated effect of the price adjustment conditions under Clause 47 of the Conditions
of Contract, during the period of implementation of the Contract, will not be taken into account in
Bid evaluation.

30. The agency/Bidder to whom the work is allotted shall be paid lowest of the following in the
running/final bills.

i) Amount calculated with the accepted rates of lowest agency.


ii) Amount worked out with the accepted percentage above/below HSR+CP/analytical
rates/ NS item rates, worked out in financial statement. Financial statement will be
made a part of agreement.

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 29 of 139


Public Health Engineering Department

F. AWARD OF CONTRACT

31. Award Criteria

31.1 Subject to Clause 32 of ITB, the Employer will award the Contract to the Bidder whose Bid
has been determined:

(i) To be substantially responsive to the bidding documents and who has offered the
lowest evaluated Bid price and

(ii) To be within the available bid capacity adjusted to account for his bid price which is
evaluated the lowest in any of the packages opened earlier than the one under
consideration. In no case, the contract shall be awarded to any bidder whose available
bid capacity is less than the evaluated bid.

32. Employer’s Right to Accept any Bid and to Reject any or all Bids

32.1 Notwithstanding Clause 31 above, the Employer reserves the right to accept or reject any
Bid, and to cancel the bidding process and reject all bids, at any time prior to the award of
Contract, without thereby incurring any liability to the affected Bidder or bidders or any obligation
to inform the affected Bidder or bidders of the grounds for the Employer’s action.

33. Notification of Award and Signing of Agreement

33.1 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 email confirmed by registered letter. This letter
(hereinafter and in the Part I General Conditions of Contract called the “Letter of Acceptance”)
will state the sum that the Employer will pay to the Contractor in consideration of the execution,
completion and maintenance of the works, by the Contractor during defect liability period as
prescribed by the Contract (hereinafter and in the Contract called the“Contract Price”).

33.2 The notification of award will constitute the formation of the Contract, subject only to the
furnishing of a Performance Security in accordance with the provisions of Clause 34.

33.3 The Agreement will incorporate all agreements between the Employer and the successful
Bidder. It will be signed by the Employer and the successful Bidder after the Performance Bank
Security is furnished.

33.4 Upon the furnishing by the successful Bidder of the Performance Security, the Employer
will promptly notify the other Bidders that their Bids have been unsuccessful.

33.5 Upon the furnishing by the successful Bidder of the Performance Security, the Employer
shall issue the letter to proceed with the work.

33.6 If the lowest tenderer (L-1) backs out, his earnest money shall be forfeited or action as per
conditions of Bid Security Declaration Form shall be initiated. The agency will be de-barred for
giving tenders for two year and the second lowest tenderer (L-2), third lowest tenderer (L-3) in
order of sequence, may be called upon to bring his offer to the same level as the originally first
lowest tenderer. In the event of their refusal to do so, tenders shall be recalled. In case of great
urgency, authority competent to accept the tender may authorize call of limited or short notice
tenders.

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 30 of 139


Public Health Engineering Department

34. Performance Security


34.1.a) Within 15 days of receipt of the Letter of Acceptance, the successful Bidder shall deliver to
the Employer a Performance Security in any of the forms given below 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 Conditions of Contract:

A Bank Guarantee in the form given in Section 7/FDR in the name of Executive Engineer
concerned. Performance bank guarantee shall be valid until a date 45 days after the expiry of
Defect Liability-cum-Maintenance Period.

b) As per Haryana Govt. Co-operation Department Notification No. 8366-C-7-2016/13818


dated 08.12.2016, the performance security for Co-operative Labour and Construction Societies
shall be half of the performance security applicable to contractors for works upto any value. In case
of the Cooperative Labour and Construction Societies consisting of all women members or all SC
members the performance security will be 25% of the performance security applicable to
contractor.`

34.2 If the performance security is provided by the successful Bidder in the form of a Bank
Guarantee/FDR, it shall be issued either (a) at the Bidder’s option, by a Nationalized/Scheduled
Indian Bank or (b) by a foreign bank located in India and acceptable to the Employer.

34.3 Failure of the successful Bidder to comply with the requirements of Sub-Clause 34 shall
constitute sufficient grounds for cancellation of the award and forfeiture of the Earnest
money/action due as per Earnest Money declaration. The bidder shall also be debarred for period
of 2 year from participation in tenders in any of the Departments/Boards/Corporations etc. of
Haryana Government. If the work of is an urgent nature and cannot brook delay involved in re-
tendering, the remaining tenderers shall be offered the lowest approved rates. If more than one
tenderer turns up, then preferences shall be given to the tenderer graded according to the rates
quoted in the first instance.

34.4 Whenever the work value is enhanced on account of variation in quantities / change of scope
of work during the execution, beyond 10% above the original agreement amount, the contractor
shall be required to submit the additional Performance Security in the form of Bank Guarantee @
5% of the enhanced value of contract with the same validity as applicable to the original
Performance Security and a supplementary agreement for the revised work value shall be signed
with the department which shall also define the mile stones as well as revised intended completion
date.The contractor shall deliver additional Performance Security within 21 days of receipt of
request in this regard from the employer.

Illustration:

Original Amount of Enhancement Amount after Additional Performance


agreement enhancement
Rs 1,00,000.00 Rs 10,000.00 1,10,000.00 Nil
Rs 1,00,000.00 Rs 15,000.00 1,15,000.00 5% of Rs 15,000.00

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 31 of 139


Public Health Engineering Department

34.5 Failure of the contractor to submit a valid additional Performance Bank Guarantee @ 5% of
the enhanced value of contract as above shall invite similar penalties as prescribed for non-
submission of original Performance Security. The time control on the revised work shall
also be monitored and implemented on pro-rata basis as per the clauses applicable to the
original work.

35. Advances
The Employer will provide Advances as stipulated in the conditions of contract, subject to
maximum amount, as stated in the Contract Data.

36. Corrupt or Fraudulent Practices

36.1 The ‘Employer’ will reject a proposal for award if it determines that the Bidder
recommended for award has engaged in corrupt or fraudulent practices in competing for the
contract in question and will declare the firm ineligible, either indefinitely or for a stated period of
time; to be awarded a contract by Haryana Government in any of
Departments/Boards/Corporations etc.

36.2 The successful bidder shall be required to sign an Integrity Pact as provided in Section 7.

36.3 The Employer requires the Bidders/Contractors to strictly observe the laws against fraud
and corruption in force in India, namely, Prevention of Corruption Act, 1988.

37. Debarring

If a registered but unverified bidder submits Financial Bid online but he/it fails to submit the
Earnest Money instruments in physical form by 5:00 pm with the Executive Engineer on the last
date of submission of this tender, he / it shall be blacklisted for participation in the bidding in all
future tenders floated by any of Department/Boards/Corporations etc. of Government of Haryana,
for a period of 2 years

38. Completion of work

The agency to whom the work is allotted shall complete the entire work as per drawings
irrespective of quantities in the DNIT. The agency is bound to consult the drawings before
tendering and tender the work accordingly. However, Clause 37 of GCC shall be applicable
on the varied quantities

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 32 of 139


Public Health Engineering Department
39. Instructions
/ Special Qualification Requirements (Any other condition for execution of
works may also be added)

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 33 of 139


Public Health Engineering Department

Appendix to ITB

Instructions to Bidder Clause Reference


Sr. Description Value to be printed on system generated Clause No.
No. CBD
1. Authority Governor of Haryana [Cl.1.1] or Press
Notice/ DNIT
2. The Employer is PHED Haryana [Cl.1.1] or Press
Designation: Executive Engineer Notice/DNIT
Address: PHED Division No. 1 Hisar
3. Name of authorized Sanjeev Kumar Tyagi [Cl.1.1]
Representative
4. The Engineer is PHED Haryana [Cl.1.1]
Designation: Executive Engineer
Address: PHED Division No. 1 Hisar
5. The Intended Completion 13 Months 10 and Days [Cl.1.1, 17&27]
Date for the whole of the
Works is 13 Months 10
and Days after start of
work.
6. The Works is (Name of Sadalpur :- Detailed Project Report for [Cl.1.1]
the work) providing Sewerage System in village
Sadalpur Distt. Hisar (Under Swran Jayanti
Mahagram Yojna) “Construction of 3.50 MLD
STP at village Sadalpur District Hisar
comprising boundary wall, staff quarter, pump
chamber, collecting tank for TE, HDPE rising
main lines, pumping machinery, DG set,
electric transformers, panel boards etc.
Operation and Maintenance during defect
liability period of 12 months after successful
completion of 3 Months trial run and thereafter
for 5 years complete in all respect.
7. The jurisdiction of court is Hisar [Cl.1.1]
8. The average annual 365.58 lacs [Cl.(4.5 A) (i)]
financial turn over amount (Rs. Three crore sixty five lac fifty eight
is thousand only )
9. Value of work is as under (i) Three works :- Rs 487.44 Lacs [Cl.(4.5 A) (ii)]
:- (ii) Two works :- Rs 609.31 Lacs
(iii) Single Work:- Rs 974.89 Lacs

Construction of STP (SBR based) and laying


Similar Work:- the HDPE rising main lines at any village /
Town.
10. Joint Ventures Not allowed [Cl.3.1,4.4]
11. The contact person is: Executive Engineer, Sanjeev Kumar Tyagi [Cl.7.1]
Address : PHED Division No. 1 Hisar
Telephone No. 9253666363

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 34 of 139


Public Health Engineering Department
12. Place, Time and Date for Place :- N/A [Cl.9.2]
pre-bid meeting are Time :- N/A
Date :- N/A
Public Health Engineering Department

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 35 of 139


Public Health Engineering Department

Section-2
Qualification Information

Notes on Form of Qualification Information


The information to be filled in by bidders 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. Attach additional pages as necessary.

1. Individual Bidders

1.1 Constitution or legal status of Bidder [attach copy]

Place of registration: _________________________________________

Principal place of business: _________________________________________

Power of attorney of signatory of Bid (if [attach]


required)

1.2 Total annual financial turnover of each (Rs. In lacs)


of the last three year duly certified by Year _________
Chartered Accountant Year _________
Year _________

1.3.1 Work performed as prime Contractor (in the same name and style) on construction works of a
similar nature and volume over the last Five years. Attach certificate from the Engineer-in-charge.

Project Name of Description Value of Contract No Date of Stipulated Actual Date of Remarks
Name Employer of work contract Issue of date of Completion explaining
Work Order completion reasons for
delay, if any

1.3.2 Work performed as Sub-Contractor (in the same name and style) on construction works of a
similar nature and volume over the last Seven years. Attach certificate from Principal Employer
(Main Client).Attach legal document of agreement / subcontract, Form 26 AS of the sub-contractor.
Project Name of Description Value of Contract No Date of Stipulated Actual Date of Remarks
Name Employer of work contract Issue of date of Completion explaining
Work Order completion reasons for
delay, if any

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 36 of 139


Public Health Engineering Department

1.3.3 Information on Bid Capacity (works for which bids have been submitted and works which are
ongoing and yet to be completed) as on the date of this bid.

Existing commitments and on-going construction works:

Descriptio Place & Contract No Name & Value of Stipulate Value of Anticipated
n State & Date Address Of Contract period of works Date of
of Work Employer (Rs.In lacs) completion remaining to completion
be
complete
(Rs.Lacs) *
(1) (2) (3) (4) (5) (6) (7) (8)

1.3.3 (A) Works for which bids already submitted:

Descriptio Place & Name& Estimated value Stipulated Date when Remarks, if any
n of works State Address of of works (Rs. in period of decision is
Employer lacs) completion expected

1 2 3 4 5 6 7

Note:- Here, any of the departments may specify the quantities of the work executed by the
bidder.

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 37 of 139


Public Health Engineering Department

Section 3
Conditions of Contract
Table of Contents
A. General 32. Correction of Defects
1. Definitions 33. Uncorrected Defects
2. Interpretation
3. Language and Law D. Cost Control
4. Engineer’s Decisions 34. Bill of Quantities
5. Delegation 35. Variations
37. Payments for Variations
6. Communications
38. Cash Flow Forecasts
7. Subcontracting 39. Payment Certificates
8. Other Contractors 40. Payments
9. Personnel 44. Compensation Events
10. Employer’s and Contractor’s Risks 45. Tax
11. Employer’s Risks 46. Currencies
12. Contractor’s Risks 47. Price Adjustment
13. Insurance 48. Retention Money
14. Site Investigation Reports 49. Liquidated Damages
15. Queries about the Contract Data 50. Advance Payment
16. Contractor to Construct theWorks and 51. Securities
do maintenance 52. Cost of Repairs
17.The Works to Be Completed bythe
Intended Completion Date E.Finishing the Contract
18. Approval by the Engineer 55. Completion of Construction and
19. Safety Maintenance
20. Discoveries 54. Taking Over
21. Possession of the Site 55. Substantial Completion
22. Access to the Site 56. Defect Liability
22A. Royalties 57. Final Account
23. Instructions 58. Operating and Maintenance Manuals
24. Dispute Redressal System 59. Termination
25. Arbitration 60. Payment upon Termination
61. Property
B. Time Control 62. Release from Performance
26. Programme
27. Extension of the IntendedCompletion Date F.Special Conditions of Contract
28. Delays Ordered by the Engineer
29. Management Meetings

C. Quality Control
30. Identifying Defects
31. Tests

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 38 of 139


Public Health Engineering Department

Section 3
Part I General Conditions of Contract
A. General

1. Definitions

1.1 Terms which are defined in the Contract Data are not also defined in the Conditions ofContract
but keep their defined meanings. Capital initials are used to identify defined terms.

Bill of Quantities means the priced and completed Bill of Quantities forming part of the Bid.

Compensation Events are those defined in Clause 40 hereunder.

The Completion Date is the date of completion of the Works as certified by the Engineer, in
accordance with Clause 48.1.

The Contract is the Contract between the Employer and the Contractor to execute, complete, and
maintain the Works. It consists of the documents listed in Clause 2.3.

The Contract Data defines the documents and other information which comprise the Contract.

The Contractor is a person or corporate body whose Bid to carry out the Works, including routine
maintenance, has been accepted by the Employer.

The Contractor's Bid is the completed bidding document submitted by the Contractor to the
Employer.

The Contract Price is the price stated in the Letter of Acceptance and thereafter as adjustedin
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 or distressed
development in the work irrespective of any causes.

The Defect Liability-cum-Maintenance Periodis the period named in the contract Data and
calculated from the Completion Date.

The ‘Defect Liability-cum-Maintenance Period’ is without any payment for maintenance


activities.

The Defect Liability-cum-Maintenance Period Certificate is the certificate issued by Engineer,


after the Defect Liability-cum-Maintenance Period has ended and upon correction of Defects by the
Contractor.

The Maintenance means the activities required to be carried out for routine maintenance of road
relating to works covered in scope of work as per the agreement or enhanced agreement.

Drawings include calculations and other information provided or approved by the Engineer for the
execution of the Contract.

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 39 of 139


Public Health Engineering Department
The Employer is the party as defined in the Contract Data, who employs the Contractor to carry
out the Works, including routine maintenance. The Employer may delegate any or all functions to a
person or body nominated by him for specified functions.

The Engineer is the person named in the Contract Data (or any other competent person appointed
by the Employer and notified to the Contractor, to act in replacement of the Engineer) who is
responsible for supervising the execution of the Works and administering the Contract.

Equipment is the Contractor's machinery and vehicles brought temporarily to the Site to construct
the Works.

The Initial Contract Price is the Contract Price listed in the Employer's Letter of Acceptance.

The Revised Contract Price is the Contract Price agreed after signing of a supplementary
agreement with the Employer.

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.

Materials are all supplies, including consumables, used by the Contractor for incorporation in the
Works.

Plant is any integral part of the Works that shall have a mechanical, electrical, electronic, chemical,
or biological function.

The Site is the area defined as such in the Contract Data.

Site Investigation Reports are those that were included in the bidding documents and are reports
about the surface and subsurface conditions at the Site.

Specification means the Specification of the Work included in the Contract and any modification
or addition made or approved by the Engineer. Specifications for Road and Bridge Works (Latest
Edition as on date of Tender) published by Ministry of Road Transport & Highways shall be
applicable or any or all other specifications/IS Codes applicable to a work.

The Start Date is given in the Contract Data. It is date when the Contractor shall commence
execution of the works. It does not necessarily coincide with any of the Site Possession Dates.

A Sub-Contractor is a person or corporate body who has a Contract with the Contractor to carry
out a part of the construction work in the Contract, which includes work on the Site.

Temporary Works are works designed, constructed, installed, and removed by the Contractor that
are needed for construction or installation of the Works.

A Variation is an instruction given by the Engineer, which varies the Works.

The Works,as defined in the Contract Data, are what the Contract requires the Contractor to
construct, install, maintain, and hand over to the Employer.

Substantial completion means those works which are at least 95% completed as on the date of
submission (i.e. gross value of work done upto the last date of submission is 95% or more of the
original contract price) and continuing satisfactorily.

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 40 of 139


Public Health Engineering Department
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. Words have their
normal meaning under the language of the Contract unless specifically defined. The Engineer will
provide instructions clarifying queries about these 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).

2.3 The documents forming the Contract are to be taken as mutually explanatory, and unless
otherwise expressly provided elsewhere in the Contract, the priority of the documents, in the event
of any ambiguity between them, shall be interpreted in the following order of priority:

(1) Agreement / Revised Agreement / Supplementary Agreement,


(2) Notice to Proceed with the Work,
(3) Letter of Acceptance,
(4) Contractor's Bid,
(5) Contract Data,
(6) Special Conditions of Contract Part II,
(7) General Conditions of Contract Part I,
(8) Specifications,
(9) Drawings,
(10) Bill of Quantities, and
(11) Any undertaking given subsequent to submission of bid.
(12) Any other document listed in the Contract Data.

3. Language and Law

3.1 The language of the Contract shall be English. The law governing the Contract are the
Acts/Rules/Guidelines etc. notified by Government of India and Government of Haryana.

3.2 The works are to be carried out strictly as per the applicable laws, permits, rules and
regulations. Any damages / penalties imposed by any statutory authority, like NGT etc, on
account of noncompliance of any applicable laws, permits, rules and regulations shall have
to be borne by the contractor.

4. Engineer's Decisions

4.1 Except where otherwise specifically stated, the Engineer will decide contractual matters
between the Employer and the Contractor in the role representing the Employer. However, if the
Engineer is required under the rules and regulations and orders of the Employer to obtain approval
of some other authorities for specific actions, he will so obtain the approval.

4.2 Except as expressly stated in the Contract, the Engineer shall not have any authority to
relieve the Contractor of any of his obligations under the Contract.

5. Delegation

5.1 The Engineer, with the approval of the Employer, may delegate any of his duties and
responsibilities to other person, after notifying the Contractor, and may cancel any delegation after
notifying the Contractor.

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 41 of 139


Public Health Engineering Department

6. Communications

6.1 All certificates, notices or instructions to be given to the Contractor by the


Employer/Engineer shall be sent on the address or contact details given by the Contractor. The
address and contact details for communication with the Employer/ Engineer shall be as per the
details given in Contract Data to GCC. Communications between parties that are referred to in the
conditions shall be in writing. The Notice sent by facsimile (fax) or other electronic means shall be
effective on confirmation of the transmission. The Notice sent by Registered post or Speed post
shall be effective on delivery or at the expiry of the normal delivery period as undertaken by the
postal service.

7. Subcontracting

7.1(a) The Contractor may subcontract part of the work with the approval of the Employer
in writing, up to percent defined in contract data of the contract price, but will not assign the
Contract. It is expressly agreed that the Contractor shall, at all times, be responsible and liable for
all his obligations under this Agreement notwithstanding anything contained in the agreements with
his Sub-contractors or any other agreement that may be entered into by the Contractor and no
default under any such agreement shall exempt the Contractor from his obligations or liability
hereunder.

7.1 (b) However, any specialized work can be Subletted to a Sub Contractor possessing required
valid Experience and certificate required if any after approval from the Employer.

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 for labour, or labour component.

(c) the purchase of Materials which are in accordance with the standards
specified in the Contract.

7.3. The Engineer should satisfy himself before recommending to the Employer whether the
Sub-Contractor so proposed for the Works possesses the experience, qualifications and equipment
necessary for the job proposed to be entrusted to him in proportion to the quantum of Works to be
sub-contracted.

7.4 While sub-contracting part of construction work as per provisions of Clause 7.1 and 7.3
above, the Contractor shall enter into formal sub-contract with sub-contractor making
provisions for such requirements as may be specified by the Engineer including a condition
that to the extent of inconsistency, provision of the Contract shall prevail over the
provisions of the sub-contract. A copy of document of formal sub-contract shall be
furnished to the Employer within a period of 30 days from the date of such sub-contract. In
all such cases, on completion of the Contract, the Engineer, unless for reasons recorded in
writing decides otherwise shall issue a Certificate of Experience to the contractor and in
such certificate, the experience of the sub-contractors shall also be mentioned. The Copy of
such certificate would also be endorsed to the sub-contractor.

8. Other Contractors

8.1 The Contractor shall cooperate and share the Site with Other Contractors, public

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 42 of 139


Public Health Engineering Department
authorities, utilities, and the Employer between the dates given in the Schedule of Other
Contractors, as referred to in the Contract Data. The Contractor shall also provide facilities and
services for them as described in the Schedule. The Employer may modify the Schedule of Other
Contractors, and shall notify the Contractor of any such modification.

8.2 The Contractor should take up the works in convenient reaches as decided by the Engineer
to ensure there is least hindrance to the smooth flow of traffic including movement of vehicles and
equipment of Other Contractors till the completion of the Works.

9. Personnel

9.1 The Contractor shall ensure that the personnel engaged by it in the performance of its
obligations under this Contract are at all times appropriately qualified, skilled and experienced in
their respective functions.

9.2 The Contractor shall employ for the construction work and operation of lab, the technical
personnel named in the Contract Data or other technical persons approved by the Engineer. Before
signing the agreement the contractor will submit the bio data of the technical personnel, as given in
contract data, he proposes to employ on this work to the Engineer and will get the bio data
approved from the Engineer. The Engineer will approve any proposed replacement of technical
personnel only if their relevant qualifications and abilities are substantially equal to or better than
those of the personnel stated 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 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 Works in the Contract. The Contractor
shall then appoint (or cause to be appointed) a replacement.

9.4 The Contractor shall not employ any retired Gazetted officer who has worked in the
Engineering Department of the State Government and has either not completed two years after the
date of retirement or has not obtained State Government’s permission for employment with the
Contractor.

9.5 The Engineer may require the Contractor to remove (or cause to be removed) any person
employed on the Site or Works, including the Contractor's Representative, who in the opinion of
the Engineer:

(a) persists in any misconduct,

(b) is incompetent or negligent in the performance of his duties,

(c) fails to conform with any provisions of the Contract, or

(d) persists in any conduct which is prejudicial to safety, health, or the


protection of the environment.

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 theydirectly

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 43 of 139


Public Health Engineering Department
affect the execution of the Works in the Employer’s country, the risks of war, 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.

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 other than the excepted risks,
referred to in clause 11.1, are the responsibility of the Contractor.

13. Insurance

13.1 The Contractor at his cost shall provide, in the joint names of the Employer and the
Contractor, insurance cover from the Start Date to the date of completion, 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 and material, plant and machinery to be
incorporated in the work.

(b) Personal injury or death.

(c) Loss of damage to property of third party other than the Contractor and the
Employer (except works, plant, material and equipments) in connection with
the Contract.

13.2 Insurance policies and certificates for insurance shall be delivered by the Contractor to the
Engineer for the Engineer's approval before the Start Date. All such insurance shall provide for
compensation to be payable in Indian Rupees to rectify the loss or damage incurred.

13.3 (a) The Contractor at his cost shall also provide, in the joint names of the Employer and the
Contractor, insurance cover from the date of completion to the end of Defect Liability-cum-
Maintenance Period, in the amounts and deductibles stated in the Contract Data for personal
injury or death which are due to the Contractor's risks:

(b) Insurance policies and certificates for insurance shall be delivered by the Contractor to the
Engineer for approval before the completion date/start date. All such insurance shall provide for
compensation to be payable in Indian Rupees.

13.4 Alterations to the terms of insurance shall not be made without the approval of the
Employer.

13.5 Both parties shall comply with any conditions of the insurance policies.

14. Site Investigation Reports

14.1 The Contractor, in preparing the Bid, may, at his own risk, rely on any Site Investigation
Reports if referred to in the Contract Data, supplemented by any other information available to him,
before submitting the bid.

14.2 The Contractor shall be required to make adequate dewatering arrangements to make the

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 44 of 139


Public Health Engineering Department
area dry for construction work. No separate payment shall be made to the Contractor for
dewatering. The percentage premium (above or below) for HSR items and individual rates for NS
items shall include the cost of dewatering unless specific provisions are made in the BOQ for
payment of dewatering. This includes sub soil/surface dewatering also, if needed to execute the
work properly.

15. Queries about the Contract Data

15.1 The Engineer will clarify queries on the Contract Data.

16. Contractor to Construct the Works

16.1 The Contractor shall construct, and install and maintain the Works in accordance with the
Specifications and Drawings.

17. The Works to Be Completed by the Intended 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 Programme 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

18.1 The Contractor shall submit Specifications and Drawings showing the proposed Temporary
Works to the Engineer, who is to approve them.

18.2 The Contractor shall be responsible for design and safety of Temporary Works.

18.3 The Engineer's approval shall not alter the Contractor's responsibility for design and safety
of the Temporary Works.

18.4 The Contractor shall obtain approval of third parties to the design and safety 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 before their use.

19. Safety

19.1 The Contractor shall be responsible for the safety of all activities on the Site.

19.2 The Contractor shall be responsible for safety of all persons, employed by him on Works,
directly or through petty contractors or Sub-Contractors, and shall report accidents to any of them,
however, and wherever occurring on Works, to the Engineer or the Engineer’s Representative, and
shall make every arrangement to render all possible assistance and to provide prompt and proper
medical attention. The compensation for affected Workers or their relatives shall be paid by the
Contractor in such cases expeditiously in accordance with the Workmen’s Compensation Act and
other labour Laws and regulations.

20. Discoveries

20.1 Anything of historical or other interest or of significant value unexpectedly discovered on the
Site shall be the property of the Employer. The Contractor shall notify the Engineer of such

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 45 of 139


Public Health Engineering Department
discoveries and carry out the Engineer's instructions for dealing with them.

21. Possession of the Site

21.1 The Employer shall handover complete or part possession of the site to the Contractorseven
days in advance of construction programme. At the start of the work, the Employer shall handover
the possession of at least 80% of the site.

22. Access to the Site

22.1 The Contractor shall allow access to the Site and to any place where work inconnection with
the Contract is being carried out, or is intended to be carried out to the Engineer and any
person/persons/agency authorized by:

(a) The Engineer


(b) The Employer
(c) State Government of Haryana.

22 A. Royalties

Except where otherwise stated, the contractor shall pay all tonnage and other royalties, rent and
other payments of compensation, if any, for getting stone, sand, gravel, clay or other materials
required for the works.
The contractor has to give proof for making payment of royalty to any state Government for
procuring stone soling, stone metal, bajri and earth etc. If these are arranged from quarries situated
in Haryana but not auctioned by Industries Department, Government of Haryana, the Engineer shall
be at liberty to make recovery of royalties after due notice to the contractor. The decision of
Employer in this regard shall be final.

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. Dispute Redressal system


24.1 If any dispute or difference of any kind what-so-ever shall arise in connection
with or arising out of this contract or the execution of work or Defect Liability-
cum-Maintenance period of the works there under, whether before its
commencement or during the progress of works or after the termination,
abandonment or breach of the contract, it shall, in the first instance, be referred
for settlement to the competent authority, described alongwith their powers in the
contract data above the rank of the Engineer. The competent authority shall,
within a period of forty five days after being requested in writing by the
contractor to do so, convey his decision to the contractor. Such decision in
respect of every matter so referred shall, subject to review as hereinafter
provided, be final and binding upon the contractor. In case the work is already in
progress, the contractor shall proceed with the execution of the works, including
maintenance thereof pending receipt of the decision of the authority as aforesaid,
with all due diligence.

24.2 Either of the parties is barred from making reference to the competent authority
after 120 days from completion of work i.e. the claims will be time barred if the
reference to the competent authority is not made within 120 days from the
completion of work.

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 46 of 139


Public Health Engineering Department
24.3 Either Party will have the right to apply for arbitration as provided here in after if
he/it is not satisfied with decision of the competent authority.

25. Arbitration
(a) Where any of the party is not satisfied with the order passed by the competent
authority can apply for appointment of Arbitrator. In case the party invoking
arbitrator is contractor he shall deposit a sum as security deposit, proportionate to
the claim amount, determined as per the values given in ‘Contract Data’with
‘Engineer’. On termination of the arbitration proceedings, this fee shall be adjusted
against the cost, if any, awarded by the arbitrator against the claimant party and the
balance remaining after such adjustment, and in the absence of such cost being
awarded, the whole of the sum bill will be refunded within one month of the date
of award.
(b) For agreement amounts upto Rs. 10.00 Crore (after adjusting the contract price any
increase/decrease due to variations etc.) the matter will be referred to a single
Arbitrator to be appointed by the Engineer-in-Chief from the panel of arbitrators
approved by the Government.
(c) For agreement amounts more than Rs. 10.00 Crore (after adjusting the contract price
any increase/decrease due to variations etc.) the matter will be referred to an
Arbitral Tribunal consisting of 3 arbitrators, one each to be appointed by the
Employer after taking approval from Engineer-in-Chief and the contractor and the
third arbitrator to be chosen by the two arbitrators so appointed by both the parties
to act as Presiding Arbitrator. In case of failure of the two arbitrators appointed by
the parties to reach upon a consensuswithin a period of 30 days from the
appointment of the arbitrator appointed subsequently, the Presiding Arbitrator shall
be appointed by the Administrative Secretary, of the department to which the work
belongs (Principal Secretary/ Additional Chief Secretary) as the case may.
(d) If one of the parties fails to appoint its arbitrator in pursuance of sub-clause (c)
above within 30 days after receipt of the notice of the appointment of its arbitrator
by the other party, then the Administrative Secretary, of the department to which
the work belongs shall appoint the arbitrator. A certified copy of the order of the
Administrative Secretary, of the department to which the work belongs, making
such an appointment shall be furnished to each of the parties.
e. The decision of the majority of arbitrators shall prevail both parties.
f. Arbitration proceedings shall be held in India, and the language of the arbitration
proceedings and that of all documents and communications between the parties
shall be English.
g. The cost and expenses of Arbitration proceedings will be paid as provided
hereinafter. However, the expenses incurred by each party in connection with the
preparation, presentation, etc. of its proceedings as also the fees and expenses paid
to the arbitrator appointed by such party or on its behalf shall be borne by each
party itself. The fee and expenses of presiding Arbitrator shall be borne by both the
parties equally.
h. Performance under the contract shall continue during the arbitration proceedings
and payments due to the contractor by the employer shall not be withheld, unless
they are the subject matter of the arbitration proceedings.
i) The fee and other charges payable to an arbitrator shall be as per of “THE
ARBITRATION AND CONCILIATION (AMENDMENT) ACT., 2016.

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 47 of 139


Public Health Engineering Department

B. Time Control
26. Programme

26.1 Within the time stated in the Contract Data, the Contractor shall submit to the Engineer for
approval a Programme showing the general methods, arrangements, order, and timing for all the
activities in the Works, for the construction of works.

26.2 The Contractor shall submit the list of equipment and machinery being brought to site, the
list of key personnel being deployed, the list of machinery/ equipments being placed in field
laboratory and the location of field laboratory along with the Programme. The Engineer shall cause
these details to be verified at each appropriate stage of the programme.

26.3 An update of the Programme shall be a programme showing the actual progress achieved
on each activity and the effect of the progress achieved on the timing of the remaining Works,
including any changes to the sequence of the activities.

26.4 The Contractor shall submit to the Engineer for approval an updated Programme at
intervals no longer than the period stated in the Contract Data. If the Contractor does not submit an
updated Programme 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 Programme has been submitted.

26.5 The Engineer's approval of the Programme shall not alter the Contractor's obligations. The
Contractor may revise the Programme and submit it to the Engineer again at any time. A revised
Programme shall show the effect of Variations and Compensation Events.

27. Extension of the Intended Completion Date

27.1 The Engineer shall extend the Intend Completion Date, with approval from authority
competent to grant time extension as mentioned in clause 16.16.6 of PWD code through Employer,
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.

The Clause 16.16.6 is reproduced as under:-


“16.16.6 The authority competent to technically sanction the estimate shall have the
power to grant EOT. However, to check disproportionate EOTs and to ensure
uniformity in approach, the Engineer-in-Chief shall issue instructions in this regard
from time to time.”

27.2 The Engineer with the approval of the authority competent to grant time extension as per
PWD Code Clause 16.16.6 through employer shall decide whether and by how much to extend the
Intended Completion date within 56 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 to delay or has failed to cooperate in dealing with a
delay, the delay by the failure shall not be considered in accessing the new Intended Completion
Date.

27.3 The Engineer shall within 14 days of receiving full justification from the contractor for
extension of Intended Completion Date refer to the employer. The employer shall refer the case to
the authority competent to grant time extension as per Clause 16.16.6 of PWD Code within further
14 days for his decision. It the authority competent to grant time extension fails to give his
acceptance within next 28 days, the engineer shall not grant the time extension and the Contractor
DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 48 of 139


Public Health Engineering Department
may refer the matter to the Dispute Redressal System under clause 24.1. In case the employer
happens to be the authority competent to grant time extension, he would convey his decision to the
Engineer within 42 days.

28. Delays Ordered by the Engineer

28.1 The Engineer may instruct the Contractor to delay the start or progress of any activity within
the Works. Delay/delays totaling more than 30 days will require prior written approval of the
Employer.

29. Management Meetings

29.1 The Engineer may require the Contractor to attend a management meeting. The business of
a management meeting shall be to review the plans for the Works.

29.2 The Engineer shall record the business of management meetings and provide copies of the
record to those attending the meeting. The responsibility of the parties for actions to be taken shall
be decided by the Engineer either at the management meeting or after the management meeting and
stated in writing to all those who attended the meeting.

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 49 of 139


Public Health Engineering Department

C. Quality Control
30. Identifying Defects

30.1 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.

31. Tests

31.1 For carrying out mandatory tests as prescribed in the specifications, the Contractor shall
establish field laboratory at the location decided by Engineer. The field laboratory will have
minimum equipments as specified in the Contract Data. The Contractor shall be solely responsible
for :

(a) Carrying out the mandatory tests prescribed in the relevantSpecifications, and

(b) For the correctness of the test results, whether preformed in his laboratory or elsewhere.

If the Engineer instructs the Contractor to carry out a test not specified in the Specifications 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.

32. Correction of Defects noticed during the Defects Liability-cum-Maintenance Period. Period
as defined in Contract Data.

32.1 The Engineer shall give notice to the Contractor of any Defects before the end of the
Defect Liability-cum-Maintenance Period, which begins from the Completion Date. The Defect
Liability-cum-Maintenance Periodshall be extended for as long as the Defects remain to be
corrected.

32.2 Every time notice of Defect/Defects is given, the Contractor shall correct the notified
Defect/Defects within the duration of time specified by the Engineer’s notice.

32.3 To fulfill the objectives laid down, the Contractor shall undertake detailed inspection of the
work at least once in a month. The Engineer can increase this frequency in case of emergency. The
Contractor shall forward to the Engineer, the record of inspection and rectification each month. For
Road works the Contractor shall pay particular attention on those road sections which are likely to
be damaged or inundated during rainy season.

32.4 The Engineer may issue notice to the Contractor to carry out maintenance of defects, if any,
noticed in his inspection, or brought to his notice. The Contractor shall remove the defects within
the period specified in the notice and submit to the Engineer a compliance report.

33. Uncorrected Defects

33.1 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 the Contractor will
pay double of this amount.

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 50 of 139


Public Health Engineering Department
33.2 If the contractor fails to pay the amount as intimated by the ‘Engineer’ to the contractor as
per clause 33.1 the same shall be recovered from the running bill or the security amount and it if is
more than the security amount then the same shall be recovered from the performance security.

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 51 of 139


Public Health Engineering Department

D. Cost Control
34. Bill of Quantities

34.1 The Bill of Quantities shall contain items for the construction, installation, testing, and
commissioning works to be done by the Contractor.

35 The Bill of Quantities is used to calculate the Contract Price. The Contractor is paid for the
quantity of the work done at the rates in the Bill of Quantities for each item.

36. Variations

36.1 The Engineer shall, having regard to the scope of the Works and the sanctioned estimated
cost, have power to order, in writing, Variations within the scope of the Works, he considers
necessary during the progress of the Works. Such Variations shall form part of the Contract and the
Contractor shall carry them out and include them in updated Programmes produced by the
Contractor. Oral orders of the Engineer for Variations, unless followed by written confirmation,
shall not be taken into account.

37. Payments for Variations

37.1 If the final quantity of the work done exceeds from the quantity in the Bill of Quantities for
the particular item by more than 25 per cent provided the change exceeds 1% of initial
Contract Price, the ‘Engineer’ with the approval of the Competent Authority and shall adjust
the rate to allow for the change, duly considering:

(a) justification for rate adjustment as furnished by the Contractor,

(b) economies resulting from increase in quantities by way of reduced plant,


equipment and overhead costs.

(c) Entitlement of the Contractor to compensation events where such events are
caused by any additional work.

37.2 If requested by the ‘Engineer’ / Employer, the Contractor shall provide the ‘Engineer’ /
Employer with a detailed cost breakdown of any rate in the Bill of Quantities.

38. Cash Flow Forecasts

38.1 When the Programme is updated, the Contractor shall provide the Engineer with anupdated
cash flow forecast.

39. Payment Certificates

39.1 The Contractor shall submit to the ‘Engineer’ monthly statements of the estimated value of
the work completed less the cumulative amount certified previously by 1st week of the month. In
case contractor does not submit his bill by 1st week of the month, ‘Engineer’ shall get the monthly
statement of the estimated value of work completed less cumulative amount prepared by the end of
third week of the month. This procedure will be followed even if no work is carried out at the site
of work.

39.2. Deleted.

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 52 of 139


Public Health Engineering Department

39.3 Deleted.

39.4 Deleted.

40. Payments

40.1 Payments shall be adjusted for deductions for advance payments, security deposit/retention,
other recoveries in terms of the contract and taxes at source, as applicable under the law.

41. The Employer may appoint another authority, as specified in the Contract Data (or any
other competent person appointed by the Employer and notified to the Contractor) to make
payment certified by the Engineer.

42. Items of the Works for which no rate or price has been entered in the Bill of Quantities, will
not be paid for by the Employer and shall be deemed covered by other rates and prices in the
Contract.

43. The agency / bidder to whom the work is allotted shall be paid lowest of the following in
the running / final bills:-
1. Amount calculated with the accepted rates of lowest agency.
2. Amount worked out with the accepted percentage above /below HSR+CP/analytical
rates/NS item rates, worked out in financial statement. Financial statement will be made a part
of agreement.

44. Compensation Events

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

(a) The Employer does not give access to 80% of the area of project 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.

(e) The Engineer does not approve of a subcontract to be let, within 30 days.

(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.
DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 53 of 139


Public Health Engineering Department

(i) The advance payment is delayed, beyond 28 days after receipt of application
and bank guarantee.

(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.

44.2 In case of works of Irrigation Water Resources Department, no compensation would be


payable due to non availability of closure of a canal. If the closure is not made available within the
Intended Completion Date, the Contractor will have the option to complete the works, with the
permission of Competent Authority, in the extended period.”

44.3 If a Compensation Event would prevent the Works being completed before the Intended
Completion Date, the Intended Completion Date shall be extended. The Engineer shall recommend
to the Employer whether and by how much the Intended Completion Date shall be extended. Final
approval shall rest with the Employer.

45. Tax
The Price Bid by the Contractor shall include all custom duties, import duties, levies,
business taxes, income, toll and other taxes, duties etc. of local bodies and authorities as
applicable that may be levied in accordance to the laws and regulations in being as on the
closing date for submission of Bid in the countryof Employer on the Contractor’s
Equipment, Plant, materials and supplies (permanent, temporary and consumables) acquired
for the purpose of Contract and on the services performed under the Contract excluding
GST . Nothing in this Contract shall relieve the Contractor from the responsibility to pay the
taxes and duties that may be levied in the Employer’s country on profits made by him in
respect of the Contract. The GST amount shall be reimbursed on production of proof of
deposit of GST with Govt. for the previous payment.

45.1 Subsequent Legislation


If, after the closing date for submission of Bid there occur changes to any National or State
Statue, Ordinance, Decree or other Law or any regulation or bye-law of any local or other
duly constituted authority, or the introduction of any such State Statue, Ordinance, Decree,
Law, regulation or bye-law which causes additional or reduced cost to the Contractor in the
execution of the Contract, such additional or reduced cost shall, after due consultation with
the Employer and the Contractor, be determined by the Construction Manager and shall be
added to or deducted from the Contract Price and the Construction Manager shall notify the
Contractor accordingly, after taking approval from the Competent Authority, with a copy to
the Employer.

45.2 Other Changes in Cost


To the extent that full compensation for any rise or fall in costs to the Contractor is not
covered by the provisions of this or other ‘Clauses in the Contract, the unit rates and prices
included in the Contract shall be deemed to include amounts to cover the contingency of
such other rise or fall of costs.

46 Currencies
46.1 All payments will be made in Indian Rupees.

47. Price Adjustment

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 54 of 139


Public Health Engineering Department
47.1 Contract price shall be adjusted for increase or decrease in rates with the principles and
procedures and as per formula given in the contact data. The rate of cement/steel issued under the
authority of Engineer-in-Chief concerned on the date of receipt of tender shall be considered as
base rate.

47.2 To the extent that full compensation for any rise or fall in costs to the contractor is not
covered by the provision of this or other clauses in the contract, the unit rates and prices included in
the contract shall be deemed to include amounts to cover the contingency of such other rise or fall
in costs.

47.3 The contractor shall submit original bill/ voucher while claiming the payment for the work
done. The bill/ voucher should pertain to the period of original contractual time limit and should
correspond with the progress of work. No extra payment due to increase in rate of
cement/steel/bitumen will be paid if the original bill/ vouchers are not submitted by the agency. No
increase in prices of the cement/steel/bitumen shall be reimbursed to the contractor beyond the
original time period allowed for construction as per contract agreement irrespective of extension of
time limit granted to the agency for any reason, whatsoever.

48. Retention Money

The Employer shall retain is sum of 6% (six percent) from each payment due to the
contractor subject to maximum of 5% of the final contract price until Completion of the whole of
the Works.

On completion of the whole of the Works half the total amount retained is repaid to the Contractor
and half when the Defect Liability-cum-Maintenance 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.

On completion of the whole works, the contractor may substitute retention money with an “on
demand” Bank guarantee/FDR.

49. Liquidated Damages

49.1 In the event of failure on part of the Contractor to achieve timely completion of the project,
including any extension of time granted under Clause 27, he shall, without prejudice to any other
right or remedy available under the law to the Employer on account of such breach, pay as agreed
liquidated damages to the Employer and not by way of penalty in a sum calculated at the rate per
day or part thereof as stated in the Contract Data. For the period that the Completion Date is later
than the Intended Completion Date, liquidated damages at the same rate shall be withheld if the
Contractors fails to achieve the milestones prescribed in the Contract Data. However, in case the
Contractor achieved the next milestone, the amount of the liquidated damages already withheld
shall be restored to the Contractor by adjustment in the payment certificate. Both the Parties
expressly agree that the total amount of liquidated damages shall not exceed 10% (ten percent) of
the value of the balance work (amount of uncompleted work)on the date on which liquidated
damages have become due. The liquidated damages payable by the Contractor are mutually agreed
genuine pre-estimated loss and without any proof of actual damage likely to be suffered and
incurred by the Employer; and the Employer is entitled to receive the same and are not by way of
penalty.

The Employer may, without prejudice to any other method of recovery, deduct the amount
of such damages from any sum due, or to become due to the Contractor or from Performance
Security or any other dues from Government or semi Government bodies within the state.

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 55 of 139


Public Health Engineering Department

The payment or deduction of such damages shall not relieve the Contractor from his
obligations to complete the Works, or from any other of his duties, obligations or responsibilities
under the Contract.

The Contractor shall use and continue to use his best endeavour to avoid or reduce further
delay to the Works, or any relevant Stages.

49.2 The Employer, with the approval of the competent authority, based on the justified reasons,
can extend the intended completion date.The liquidated damages can be deferred/reduced/waived
(whole or part) by the SE concerned for contract(s) upto Rs.1.00 cr., CE from Rs.1.00 cr. to
Rs.10.0. cr. and E-In-C for contract(s) above Rs.10.00 cr. This will be done on the written request
of the contractor and written recommendations of EE/SE as the case may be. If the Intended
Completion Date is extended after liquidated damages have been paid, the Engineer shall correct
any such payment of liquidated damages by the Contractor

49.3 It is agreed by the Contractor that the decision of the Employer as to the liquidated damages
payable by the Contractor under this Clause shall be final and binding.

50. Advance Payment

50.1. The Employer shall make advance payment to the Contractor of the amounts stated in the
Contract Data by the date stated in the Contract Data, against provision by the Contractor of an
Unconditional Bank Guarantee in a form as per Section-7and by a bank acceptable to the Employer
in amounts and currencies equal to the advance payment. 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. Interest will be charged on the advance payment
as specified in the contract data.

50.2. 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’.

50.3. 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 payment or its repayment is assessing
valuations of work done, Variations, price adjustments, Compensation Events, or Liquidated
Damages.

50.4. Secured Advance

The ‘Engineer’ shall make advance payment in respect of materials intended for but not yet
incorporated in the Works in accordance with conditions stipulated in the Contract Data.

51 Securities

51.1 The Performance Security equal to 5% (five percent) and additional security for unbalanced
bids shall be provided to the Employer no later than the date specified in the Letter of Acceptance
and shall be issued in an amount and form and by a bank or surety acceptable to the Employer, and
denominated in Indian Rupees. The Performance Security shall be valid until a date 45 days from
the date of expiry of Defect Liability-cum-Maintenance Period and the additional security for
unbalanced bids shall be valid until a date 28 days from the date of issue of the certificate of
completion.

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 56 of 139


Public Health Engineering Department

51.2 Whenever the work value is enhanced on account of variation in quantities / change of
scope of work during the execution, beyond 10% above the original agreement amount, the
contractor shall be required to submit the additional Performance Security in the form of Bank
Guarantee @ 5% of the enhanced value of contract with the same validity as applicable to the
original Performance Securityand a supplementary agreement for the revised work value shall
be signed with the department which shall also define the mile stones as well as revised intended
completion date. The contractor shall deliver additional Performance Security within 21 days of
receipt of request in this regard from the employer.

Illustration:

Original Amount Enhancement Amount after Additional Performance


of agreement enhancement
Rs 1,00,000.00 Rs 10,000.00 1,10,000.00 Nil
Rs 1,00,000.00 Rs 15,000.00 1,15,000.00 5% of Rs 15,000.00

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 57 of 139


Public Health Engineering Department

52. Cost of Repairs

52.1 Loss or damage to the Works or Materials to be incorporated in the Works between theStart
Date and the end of the Defect Liability-cum-Maintenance Period shall be remedied by the
Contractor at his cost if the loss or damage arises from the Contractor's acts or omissions.

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 58 of 139


Public Health Engineering Department

E. Finishing the Contract


53. Completion of Construction and Maintenance

53.1 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, within 21 days of the receipt
of request or within a reasonable period as per nature of the work.

54. Taking Over

54.1 The Employer shall take over the Works within seven days of the Engineer's issuing a
certificate of Completion of Works. The Contractor shall continue to remain responsible for its
Defect Liability-cum-Maintenance period during the Defect Liability-cum-Maintenance
Period.

54.2 The Employer shall take over the maintained work within seven days of the Engineer
issuing a certificate of clearance of Defect Liability-cum-Maintenance Period.

55. Substantial completion

55.1 The Engineer shall issue a substantial completion certificate if so requested by the
contractor if the work is atleast 95% complete and the work has been executed to such an extent
that it can be gainfully utilized by the Employer and remaining work is minor in nature not
affecting gainful use of the work.

56. Defect Liability-cum-Maintenance period

56.1 The Defect Liability-cum-Maintenance period shall be as defined in the Contract Data and
Special Condition of Contract.

57. Final Account

57.1. 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 56 days of receiving the Contractor’s account if it is correct and complete. If it is
not, ‘Engineer’ shall issue within 56 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 56 days of receiving the Contractor’s revised account.

57.2 The contractor will submit the final bill of construction within 21 days of issue of
Completion Certificate. The Engineer will process and pass the final bill within 21 days of the
submission of final bill by the contractor.

58. Operating and Maintenance Manuals

58.1 The Contractor shall submit “as built” drawings for the work by the dates given in the
contract data.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.

58.2 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.
DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 59 of 139


Public Health Engineering Department

59. Termination

59.1 The Employer or the Contractor may terminate the Contract if the other party causes a
fundamental breach of the Contract.

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

(a) the Contractor stops work for 28 days when no stoppage of work is shown on the
current Programme 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 56 daysthe Contractor is declared as bankrupt or goes into
liquidation other than for approved reconstruction or amalgamation;

(c) the Engineer gives Notice that failure to correct a particular Defect whether pertaining
to construction work or pertaining to Defect Liability-cum-Maintenance Period is a
fundamental breach of the Contract and the Contractor fails to correct it within a
reasonable period of time determined by the Engineer;

(d) the Contractor does not maintain a Security, which is required;

(e) the Contractor has delayed the completion of the Works by the number of days for
which the maximum amount of liquidated damages can be paid, as defined in clause
44.1;

(f) the Contractor fails to provide insurance cover as required under clause 13;

(g) if the Contractor, in the judgment of the Employer, has engaged in the corrupt,
fraudulent or coercive practice in competing for or in executing the Contract. For the
purpose of this clause, “corrupt practice” means the offering, giving, receiving, or
soliciting of anything of value to influence the action of a public official in the
procurement process or in Contract execution. “Fraudulent Practice” means a willful
misrepresentation or omission of facts or submission of fake/forged documents in order
to induce public official to act in reliance thereof, with the purpose of obtaining unjust
advantage by or causing damage to justified interest of others and/or to influence the
procurement process to the detriment of the Government interests. And, this includes
collusive practice among Bidders (prior to or after bid submission) designed to establish
bid process at artificial non-competitive levels and to deprive the Employer of the
benefits of free and open competition. “Coercive practice” means the act of obtaining
something, compelling an action or influencing a decision through intimidation, threat
or the use of force directly or indirectly, where potential or actual injury may befall
upon a person, his/ her reputation or property to influence their participation in the
tendering process.

(h) if the Contractor, in the judgment of the Employer, has engaged in the corrupt,
fraudulent practice to extract undue payments from the department while executing the
Contract. For the purpose of this clause, “corrupt practice” means the offering, giving,
receiving, or soliciting of anything of value to influence the action of a public official in
the procurement process or in Contract execution. “Fraudulent Practice” means a willful
misrepresentation or omission of facts or submission of fake/forged documents / claims
/ bills in order to induce public official to act in reliance thereof, with the purpose of
obtaining unjust advantage detriment of the Government interests.

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 60 of 139


Public Health Engineering Department

(i) any other fundamental breaches as specified in the Contract Data.

59.3 When either party to the Contract gives notice of a breach of contract to the ‘Engineer’ for
a cause other than those listed under Sub Clause 59.2 above, the ‘Engineer’ shall decide whether
the breach is fundamental or not

59.4 Notwithstanding the above, the Employer may terminate the Contract for convenience.

59.5 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.

60. Payment upon Termination

60.1 (i) 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 liquidated
damages, less advance payments received up to the date of the issue of the certificate and less the
percentage to apply to the value of the work not completed, as indicated in the Contract Data. If the
total amount due to the Employer exceeds any payment due to the Contractor, the difference shall
be recovered from the Retention Money and Performance Security. If any amount is still left un-
recovered it will be a debt payable to the Employer from any other due payments to the contractor
for any other works executed by him in the State of Haryana, any other state Govt. works, Central
Govt. works including state public sector works executed by the Contractor.

(ii) If the Contract is terminated because of a fundamental breach of contract by theContractor


due to non compliance of the requirements of clause 32 of GCC regardingDefect Liability-cum-
Maintenance Period, the Engineer will assess the cost of having the defect corrected. If the total
amount due to the Employer exceeds any payment due to the Contractor, the difference shall be
recovered from the Security Deposit and Performance Security. If any amount is still left un-
recovered, it will be recovered from any dues payable to the Contractor from any other State
Government works including State Public Sector works executed by the Contractor. If any amount
still remains unrecovered, it shall be recovered as arrears of land revenue.

60.2 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 cost of balance material brought by the contractor and available at site, the
reasonable cost of removal of Equipment, repatriation 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.

61. Property

61.1 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 to
make recoveries.

62. Release from Performance

62.1 If the Contract is frustrated by the outbreak of war or by any other event entirely outside the
control of 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 a commitment was made.

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 61 of 139


Public Health Engineering Department

62.2 If a Contractor dies during the currency of the Contract or becomes permanently
incapacitated, and his/her legal heirs are not willing to complete the Contract, the Contract shall be
closed without levying any damages/compensation as provided for in clauses 44 and 60 of GCC.
However, if the nominee expresses his/her intention to complete the balance work and the
competent authority is satisfied about the competence of the nominee, then the competent authority
shall enter into a fresh agreement for the remaining work strictly on the same terms and conditions,
under which the Contract was initially awarded.

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 62 of 139


Public Health Engineering Department

Part-II Special Conditions of Contract


1. LABOUR:

1.1 Every Contractor shall:-

(i) In relation to an establishment to which this Act applies on its


commencement, within a period of 60 days from such commencement, and

(ii) In relation to any other establishment to which this Act may be applicable at
any time after such commencement, within a period of 60 days from the date
on which this Act becomes applicable to such establishment, make an
application to the registering officer for the registration of establishment.

Further, the first running bill of the contractor shall be cleared only after the receipt of
registration certificate under the Building & Other Construction Workers Welfare (RE&CS)
Act, 1996 and registration of all the eligible construction workers as a beneficiary of the
Haryana Building & Other Construction Worker Welfare Board.

1.2 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.

1.3 The Contractor shall, if required by the ‘Engineer’s , 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.

2. COMPLIANCE WITH LABOUR REGULATIONS :

During continuance of the contract, the Contractor shall abide at all times by all existing
labour enactments and rules made thereunder, 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 make
thereunder, 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’s /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.

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

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 63 of 139


Public Health Engineering Department
2.1. Registration of Establishment:-

(1) Every employer shall –

(a) in relation to an establishment to which this Act apples on its commencement,


within a period of sixty days from such commencement; and

(b) in relation to any other establishment to which this Act may be applicable at any
time after such commencement, within a period of sixty days from the date on
which this Act becomes applicable to such establishment, make an application to the
registering officer for the registration of such establishment;

Provided that the registering officer may entertain any such application after the expiry
of the periods aforesaid, if he is satisfied that the applicant was prevented by sufficient
cause from making the application within such period.

(2) Every application under sub-section (1) shall be in such form and shall contain such
particulars and shall be accompanied by such fees as may be prescribed.

(3) After the receipt of an application under sub-section (1), the registering officer shall
register the establishment and issue a certificate of registration to the employer thereof
in such form and within such time and subject to such conditions as may be prescribed.

(4) Where, after the registration of an establishment under this section, any change-occurs
in the ownership or management or other prescribed particulars intimated by the
employer to the registering officer within thirty days of such change in such form as
may be prescribed”.

In case of work executed through the contractor, it is the responsibility of the


contractor to get the works registered as employers as per section 2(i) of the BOCW Act. In
case of works executed directly through the department, the department is liable to get the
works registered.

a) Every Contractor shall:-

(i) In relation to an establishment to which this Act applies on its commencement, within a
period of 60 days from such commencements; and

(ii) In relation to any other establishment to which this Act may be applicable at any time
after such commencement, within a period of 60 days from the date on which this Act
becomes applicable to such establishment, make an application to the registering officer
for the registration of establishment.

It is mandatory to strictly compliance of BOCW Act and registration of all eligible


construction labour. Otherwise it will attract criminal proceedings against the contractual agency
and employer for non-compliance of Building & Other Construction Workers Welfare (RE&CS)
Act, 1996 and registration of all the eligible construction workers as a beneficiary of the Haryana
Building & Other Construction Worker Board.

2.2 SALIENT FEATURES OF SOME MAJOR LABOUR LAWS APPLICABLE TO


DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 64 of 139


Public Health Engineering Department
ESTABLISHMENTS ENGAGED IN BUILDING AND OTHER CONSTRUCTION WORK.

a) Workman 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 service or more 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) Employee P.F. and Miscellaneous Provision Act 1952:- The Act Provides for
monthly contributions by the employer plus workers @10% each. The benefits
payable under the Act are:

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

d) Maternity Benefit Act 1951:- The Act provides for leave and some other benefits to
women employees in case of confinement or miscarriage etc.

(e) 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 licence 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) Equal Remuneration Act 1979:- The Act provides for payment of equal wages for
work of equal nature to Male and Female workers and for not making
discrimination against Female employees in the matters of transfers, training and
promotions etc.
(i) Deleted

(j) 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) Industrial Employment (Standing Orders) Act 1946:- It is applicable to all


establishments employing 100 or more workmen (employment size reduced by
some of the States and Central Government to 50 ). The Act provides for laying
down rules governing the conditions of employment by the Employer on matters
provided in the Act and get the same certified by the designated Authority.
DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 65 of 139


Public Health Engineering Department

(l) Trade Unions Act 1926:- The Act lays down the procedure for registration of trade
unions of workmen and employers. The Trade Unions registered under the Act have
been given certain immunities from civil and criminal liabilities.

(m) 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 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 upto 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 establishment
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 of 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.

2.3 FAIR WAGE CLAUSES

(a) The Contractor shall pay not less than the fair wage to labourers engaged
by him on the work.
EXPLANATION:- Fair Wage’ means wage whether for time of piece work
notified from time to time for the area and where such wages have not been so
notified the wages specified by the Public Health Engineering Department for
the district in which the work is done.

(b) The Contractor shall not withstanding the provisions of any agreement to
the contrary, caused to be paid fair wages to labour, indirectly engaged on
the work including any labour engaged in connection with the said work, as
if the labourers had been directly employed by him.

(c) In respect of labour directly or indirectly employed on the works for the
performances of the contractor’s part on this agreement the contractor shall
comply with or cause to be complied with the Public Health Engineering
Department Contractor’s Labour’s Regulations made by the Government
DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 66 of 139


Public Health Engineering Department
from time to time in regard to payment of wages wage period deductions
from wages recovery of wages not paid and deductions unauthorized made
maintenance of wage register wage book, wage slip, publication of wages
and other terms of employment inspection and submission of periodical
returns and all other matters of a lime nature.

(d) The Executive Engineer or Sub Divisional Engineer concerned shall have
the rights to deduct, from the moneys due to the Contractor, any sum
required or estimated to be required for making good the loss suffered by a
worker or workers by reason of non-fulfillment of the conditions of the
contract for benefit of the workers, non payment of wages or deductions
made from his or their wages, which are not justified by terms of the
contract for non observance of the regulations referred to in clause I above.

(e) Vis-à-vis the Haryana Government, the Contractor shall be primarily liable
for all payments to be made under and the observance of the regulations
aforesaid without prejudice to his right to claim indemnity from his sub
Contractors.

(f) The regulations shall be deemed to be a part of this contract and any branch
there shall be deemed to be branch of this contract.

2.4 RULES FOR PROTECTION OF HEALTH & SANITARY ARRANGEMENTS

2.4.1 Rules for the Protection of Health and Sanitary Arrangements for Workers Employed
by the Public Health Engineering Department or its Contractors

The Contractor shall at his own expense provide or arrange for the provision of foot wear
for any labour doing cement mixing work (the Contractor has undertaken to execute under this
contract) to the satisfaction of the Engineer – in – charge and on his failure to do so Government
shall be entitled to provide the same and recover the cost thereof from Contractor.

The Contractor shall submit by the 4th and 19th of every month to the Executive Engineer a
true statement showing in respect of the second half of the proceeding month and the first half of
the current month respectively (i) the number of labourers employed by him on the work (ii) their
working hours (iii) the wages paid to them (iv) the accident that occurred during the said forthright
showing the circumstances under which they happened and the extent of damage and injury caused
by them and (v) the number of female workers who have been allowed Maternity benefit according
to clause 19-F and the amount paid to them failing which the Contractor shall be liable to pay to
Government a sum not exceeding Rs. 50/- for each default or materially incorrect statement. The
decision of the Executive Engineer shall be final in deducting from any bill due to the contractor
the amount levied as fine.

Maternity benefit for female workers employed by the Contractor, leave and pay during
leave shall be regulated as follow: -

1. LEAVE (i) in case of delivery/maternity leave not exceeding 8 weeks (4


weeks up to and including the day of delivery and 4 weeks following that
day) (ii) in case of miscarriage : up to 3 weeks from the date of miscarriage.

2. PAY (i) In case of delivery, leave pay during maternity leave will be at the
rate of the woman’s average daily earning calculated on the total wages
earned on the day when full time work was done during a period of 3
months immediately preceding the date of which she gives notice that she
excepts to be confined or at the rate of Rs. 12/- per day which ever is
DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 67 of 139


Public Health Engineering Department
greater.

(ii) In case of miscarriage, Leave pay at the rate of average daily earning
calculated on the total wages earned on the days when full time work was done during a
period of 3 months immediately proceeding the date of such miscarriage.

(iii) Conditions for the grant of Maternity leave:- No Maternity leave benefit shall
be admissible to a woman unless she produces a certificate of confinement and
excepted delivery within 4 weeks proceeding the date on she proceeds on leave.

3. FIRST AID (a) At every work place, there shall be maintained in readily accessible
place first aid appliances including an adequate supply of sterilized dressing and
cotton wools. The appliances shall be kept in good order and in large workplaces it
shall be placed under the charge of a responsible person who shall be readily
available during the working hours.

(b) All large work places where hospital facilities are not available within easy
distance of the work, first aid post shall be established and be run by a trained compo
under.
(c) Where large work places are remote from regular hospital an indoor ward
shall be provided with one bed for every 250 employees.
(d) Where large work places are situated in cities, towns in their suburbs and no
beds are considered necessary owing to the proximity of city or town hospitals a
suitable transport shall be provided to facilitate removal of urgent cases to these
hospitals.

At other work place, the conveyance facilities such as car shall be kept readily available to
take injured or persons suddenly taken seriously ill, to the nearest hospital.

2.4.2 Scales of accommodation in Latrines Urinals

These shall be provided within the precinct of every work places, Latrines and Urinals in an
accessible place and the accommodation separately for each of them shall not be less than the
following scales : -
No. of Sheds

(a) Where the number of persons does not exceed 50 2

(b) Where the number of persons exceeding 50 but 3


does not exceeds 100

(c) For every additional 100 3 per 100

In particulars cases the Executive Engineer shall have the powers to very the scale where
necessary.

2.4.3 Latrines and Urinals for women


If women are employed, separate latrines and urinals screamed from these for men and
marked in vernacular in conspicuous letters ‘FOR WOMEN ONLY’ shall be provided on the scale
laid in rules, Similarly those for men shall be marked ‘FOR MEN ONLY’ A poster showing the
figures of a man and women shall also be exhibited at the entrance of latrine for each sex. There
shall be adequate supply of water close to latrines.

2.4.4 Latrines and Urinal


Except in work places provided with flush latrines concerned with a water borne sewerages
DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 68 of 139


Public Health Engineering Department
systems all latrines shall be provided with receptacies order earth system which shall be in working
order and kept in strictly sanitary conditions. The receptacles shall be tarried inside and outside at
least once a year.

The inside walls shall be constructed of masonry or some suitable heat resisting non
absorbent material and shall be cement washed inside and outside at least once a year. The dates of
cement shall be noted in register maintained for this purpose and kept available for inspection.

2.4.5 Disposal of Excreta


Unless otherwise aggranged for by the local sanitary authority arrangements for proper
disposal and a sanitary of excreta by incineration at the work place shall be made by means of a
suitable incineration approved by the Asstt. Director of Public Health or Municipal Medical
Officer of Health, as the case may be, in whose jurisdiction the work place is situated. Alternately
excreta may be disposed of by putting a layer of night soil at the bottom of pucca tank prepared for
the purpose and covering it with 9 inches layers of earth for a fortnight when it will turn into a
manure.

2.4.6 CRECHE:

At every work place these shall be provided free of cost two suitable sheds one main and the
other for the use of labour. The height of the shelter shall not be less than eleven feet from the floor
level to the lowest part of the roof.

2.4.7 PROVISION OR SHELTER DURING REST:

At every work place at which 50 or more women workers are ordinary employed, these two
huts for use of children under the age of six years belonging to such women. One hut shall be used
for infants “Games and to play” and the other as their bed room. The hut shall not be constructed
on a lower standard then the following :-

(i) Thatched roofs.

(ii) Mud floors and walls.

(iii) Plants spread over mud floor and covered with mating.

The huts shall be provided with suitable and sufficient opening for light and ventilations. There
shall be adequate provision of sweepers to keep the place clean. There shall be two day attendant.
Sanitary, utensils shall be provided to the satisfaction of Health Office of the area concerned. The
use of the hut shall be restricted to children, their attendant and mothers of the children.

2.4.8 CANTEEN:
A cooked food canteen on a moderate scale shall be provided for the benefit of workers where over
it is considered expedient.

2.4.9 GENERAL RULES AS TO SCAFFOLDS :

(i) Suitable scaffolds shall be provided for all workmen for all works that
cannot be safely done from a ladder or by other means.

(ii) A scaffolds shall not be constructed taken down or substantially altered


except.

(iii) Under the supervision of a competent and responsible person, and

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 69 of 139


Public Health Engineering Department
(a) As far as possible by competent workers possessing adequate experience in
this kind of work.
(b) All scaffolds and appliances connected there with and ladder shall :-

1. be of sound material.

2. be of adequate strength having regard to the load and strains to which


they will be subjected and

3. be maintained in proper condition.

4. scaffolds shall not be overloaded and so far as practicable, the load shall be
evenly distributed.

5. scaffolds shall be so constructed that no part there of can be displaced in on


normal use.

6. Before installing, lifting gear on scaffolds special precautions shall be taken


to ensure the strength and stability of the scaffolds.

7. scaffolds shall be periodically inspected by the competent person.

8. before allowing a scaffold to be used by the workman, every care shall be


taken to see whether the scaffolds have been erected by his workmen and
steps taken to ensure that it complies fully with the requirement of the
articles.

9. Working platforms gangways and stairways shall.


(a) be so constructed that no part of the road is covered.

(b) Be so constructed and maintained, having regard to the prevailing condition


as to reduce as for as practicable.

(c) Be kept free from any unnecessary obstruction.

(d) In case of working platforms gangways place and stairways at a height


exceeding that to be prescribed by a national laws and regulations :-

(i) Every working platform and every gangway shall be closely boarded unless
other adequate measures are taken to ensure safety.

(ii) Every working platform and every gangway shall have adequate width, and;
Every opening in the floor of a building or in working platforms shall except for
the time and to the extent required to allow the access of persons or the
transport or shifting of material be provided with suitable means to prevent the
fall of persons or materials.

When persons are employed on a roof where there is a danger of failing from a height
exceeding that to be prescribed by national laws of regulations suitable precautions shall be a taken
to prevent the fall of persons or materials.
Suitable precautions shall be taken to prevent persons being struck by articles which might
fall from scaffolds or other working places.

1. Soft means of access shall be provided to all working platforms an other working

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 70 of 139


Public Health Engineering Department
places.

2. Every place where work is carried on the means approach there to shall be
adequately lighted.

3. Every ladder shall be securely fixed of such length as to provide secure hand held
and foot at every position at which it is used.

4. Adequate precautions shall be taken to prevent danger from electrical equipment.

5. No material on the site shall be so stacked or placed as to cause danger to any


person.

2.4.10 GENERAL RULES AS TO SAFETY EQUIPMENT AND FIRST AID

(1) All necessary personal safety equipment shall be kept and available for use of the
persons employed on the site be maintained in condition suitable for immediate
use.

(2) The worker shall be required to use the equipment thus provided and the employed
shall take adequate steps to ensure proper use of the equipment by these concerned.
(3) Adequate provision shall be made for prompt first aid treatment of all injuries
likely to be sustained during the course of the work.

3.0 Environment
a) The contractor shall take all reasonable steps to protect the environment at 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.

b) During continuance of the contract, the contractor shall abide at all times by all
existing enactments on environmental protection and rules made there under,
regulations, notifications and by laws of the State or Central Government or local
authorities and any other law, bye law, regulations that may be passed for
notification that may be issued in this respect in future by the State or Central
Government or the local authority.

3.1 Salient features of some of the major laws that are applicable are given below:
(i) The water (Prevention and Control of Pollution) Act 1974: This provides for the
prevention and control of water pollution and the maintaining and restoring of
wholesomeness of water. ‘Pollution’ means such contamination of water or such
alternation of 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.

(ii) 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 the atmosphere in such concentration
DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 71 of 139


Public Health Engineering Department
as may be or tend to be injurious to human beings or other living creatures or plants
or property or environment.

(iii) 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 interrelationship which exists
among and between water, air and land, and human beings, other living creatures,
plants, micro-organism and property.

(iv) 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.

4. The Apprentices Act, 1961

4.1 The Contractor shall duly comply with the provisions of the Apprentices Act, 1961 (IIIof
1961), the rules made there under and the orders that may be issued from time to time under the
said Act and the said Rules and on his failure or neglect to do so, he shall be subject to all liabilities
and penalties provided by the said Act and said Rules.

5.0 Amendment
The Haryana Government may, from time to time and to amend any of the Labour or
Pollution or other regulations, all amendments in any or all Acts shall also be followed.

6.0 Drawings and Photographs of the Works

6.1 The Contractor shall do photography/video photography of the site firstly before the start of
the work, secondly mid-way in the execution of different stages of work and lastly after the
completion of the work. No separate payment will be made to the Contractor for this.

6.2 The Contractor shall not disclose details of Drawings furnished to him and works on which
he is engaged without the prior approval of the Employer in writing. No photograph of the works
or any part thereof or plant employed thereon, except those permitted under clause 58.1, shall be
taken or permitted by the Contractor to be taken by any of his employees without the prior
approval of the Employer in writing. No photographs/ Video photography shall be published or
otherwise circulated without the approval of the Employer in writing.

7. The various works shall be done in line to line level and grade. The periodical checking of
these by the Engineer or Engineer’s representative shall not absolve the Contractor of his
responsibility regarding their accuracy. In case of any deviation or discrepancy in line, level or
grade at the meeting faces, the Contractor shall make good the discrepancy at his own cost and
without any compensation for the additional work, if any involved. The Engineer shall further have
right, if need be, to rectify the discrepancies and recover the cost from the Contractor.

8. All materials, before being incorporated in the work, shall be inspected by the Engineer or
his representative and, if necessary, tested before use. Any work, on which such materials are used
without approval and written permission of the Engineer, is liable to be considered as defective and
not acceptable.

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 72 of 139


Public Health Engineering Department
8.1 The day to day and periodical tests, to be carried out on materials, mixes and placed
concrete, etc., shall be specified by the Engineer from time to time and the Contractor shall
allow all the facilities and cooperation towards collections of samples etc. All labour for
collecting samples for tests will be supplied by the Contractor free of cost to the Engineer.
Where testing facility is not available in the field lab, the Engineer-in-Charge will get the
test conducted from some approved laboratory and testing and transportation charges shall
be borne by the Contractor in all such cases.

8.2 An authorized representative of the Contractor shall remain present at the time when the
samples are taken and shall authenticate the facts, if so required. If the Contractor’s
representative fails to be present as aforesaid, the samples or cores, etc. as are taken by the
Engineer or his representatives shall be considered to be authentic. The Contractor will
however be informed of the details of such samples having been taken.

8.3 The materials, mixes and the cores shall be tested day to day and periodically at the
laboratory and the results given thereby shall be considered correct and authentic by the
Contractor. The Contractor shall be given access to all operations and tests that may be
carried out as aforesaid so that he may satisfy himself regarding the procedure and method
adopted. It shall then be the Contractor’s responsibility to produce the works, materials and
finished item to the standards based on the laboratory design and tests.

8.4 The methods of sampling, testing, procedures and standards shall be laid down by the
Engineer from time to time.

8.5 The quality and quantity of material shall be the responsibility of the Contractor,
irrespective of the test results being good.

9. Arrangement of water and electric power, etc. required by the Contractor for the work shall
be made by him at his own cost. Engineer will, however, recommend to the concerned State
Electricity Utilities for providing the connection and power to the Contractor, however, the
Engineer will bear no responsibility in this respect.

9.1 Contractor shall not be allowed to start the work till Engineer is satisfied with the proper
arrangement of good quality water for execution of work including curing for 28 days. For
this, the Contractor shall have to construct water storage tanks of sufficient capacity. No
extra payment shall be made on this account. Any delay in execution of work due to non-
availability of sufficient water will be responsibility of the Contractor. In case water is used
from Government source, the contractor has to pay 0.5% of the cost of the part of such
work for which the water is used.

9.2 The Contractor shall not set fire to any standing jungle, trees, ‘bush’ wood or grass without
a written permission from the Engineer.

9.3 When such permission is given and also in all cases when destroying of dug trees, bush
wood, grass, etc. by fire the Contractor shall take necessary measures to prevent such fire
spreading to or otherwise damaging surrounding property.

9.4 Any damage caused by the spreading of such fire, whether in or beyond limits of the
Engineer’s property shall be made good by the Contractor within a period specified by the
Engineer or in default the amount of the damage shall be recovered by the Engineer from
the Contractor’s bill as damages or deducted by any other duly authorized officer from any
sums that may be due or become due from the Employer to the Contractor under the
Contract or otherwise.

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 73 of 139


Public Health Engineering Department
9.5 The Contractor shall bear the expenses of defending any action of law proceedings that may
be brought by any person by injury sustained owing to neglect of precautions to prevent the
spread of fire and shall pay any damage, and cost that may be awarded in consequence.

10. The Engineer may order the Contractor to suspend any work that may be subject to damage
by climatic conditions and no claim of the Contractor will be entertained by the Engineer on this
account.

11. A site order book shall be kept on the site of the work. As far as possible, all orders,
regarding the work are to be entered in this Book. All entries therein shall be signed by the
Engineer or his authorized representative and the Contractor or his authorized representative. In
important cases, the Engineer will countersign the entries which have been made. The site order
book shall not be removed from the work site except with the written permission of the Engineer
and the Contractor or his representative shall be bound to take note of all instructions and
directions meant for the Contractor as entered in the site order book without having to be called on
separately to note them. The authorized representative of the Engineer shall submit periodically
copies of the remarks in the site order book to the Engineer for record and to the Contractor for
submitting compliance report.

12. The Contractor shall confirm to the regulations, safety precautions,bye-laws or any other
statutory rules made by any local authority or by the Government and shall protect and indemnify
the Engineer against any claims or liability arising from or based on the violations of any such
laws, ordinance, regulations, orders and decrees, etc.

13. The Contractor shall make his own arrangement for supply of all materials including
cement and steel. The Contractor shall be responsible for all transportation and storage of the
materials at site and shall bear all the related costs. The Engineer shall be entitled, at any time, to
inspect or examine all such materials. The Contractor shall provide reasonable assistance for
inspection or examination as may be required.

13.1 The Contractor shall keep an accurate record for use of materials like cement and steel used
in the works in a manner prescribed by the Engineer.

13.2 Large stock of cement shall not be kept at the work site but only sufficient quantities shall
be kept to ensure continuity of the work. The Contractor shall provide and maintain
efficient water proof storage sheds for cement on the site of work. It shall be stacked on the
platform 30 cm above the floor level and shall be covered with tarpaulin or any other
impervious covering material in order to protect the cement bags from moisture. The
cement shall be neatly stacked in an orderly manner so as to allow an easy access and
count. The arrangement of storage and utilization shall be such as to ensure the utilization
of cement in order of its arrival at the stores and the Contractor shall maintain satisfactory
records which would at any time show the date of receipt and proposed utilization of
cement lying in the stores at site.

14. The Contractor shall also construct and equip at his cost a working office with electricity
and water arrangement for his site Engineer.

15. The contractor shall also provide instruments for setting up field laboratory at his own cost
to site Engineer. No separate payment shall be made for this.

16. The Engineer shall have the right to deduct from the money due to Contractor any sum
required or estimated to be required for making good the loss suffered by a worker or workers by
reason of non-fulfillment of the condition of Contract for the benefit of the workers vis-à-vis the
Haryana Government, the Contractor shall be primarily liable for all payments to be made under

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 74 of 139


Public Health Engineering Department
and for the observance of the rules, regulations and labour law without prejudice to his right to
claim indemnity from his sub-Contractor.

17. Third Party Inspection - The Engineer-in-Charge may opt for 3rd party inspection other
than department in addition to inspection by department staff, the 3rd party would inspect to ensure
execution of work as per specification/ agreement and also quality control i.e. draw of samples,
testing and other items etc. The report of the same would be submitted to Engineer-in-Charge by
the 3rd party. The agency/ contractor shall be bound by the report of 3rd party inspection and shall
take remedial measures for execution of work as per specifications in agreement at their own cost.
The cost of 3rd party inspection will be borne by the employer.

18. The Contractor shall confirm to the regulations, safety precautions,bye-laws or any other
statutory rules made by any local authority or by the Government and shall protect and indemnify
the Engineer against any claims or liability arising from or based on the violations of any such
laws, ordinance, regulations, orders and decrees, etc.

19. The Contractor shall make his own arrangement for supply of all materials including
cement and steel. The Contractor shall be responsible for all transportation and storage of the
materials at site and shall bear all the related costs. The Engineer shall be entitled, at any time, to
inspect or examine all such materials. The Contractor shall provide reasonable assistance for
inspection or examination as may be required.

19.1 The Contractor shall keep an accurate record for use of materials like cement
and steel used in the works in a manner prescribed by the Engineer.

19.2 Large stock of cement shall not be kept at the work site but only sufficient
quantities shall be kept to ensure continuity of the work. The Contractor shall
provide and maintain efficient water proof storage sheds for cement on the
site of work. It shall be stacked on the platform 30 cm above the floor level
and shall be covered with tarpaulin or any other impervious covering
material in order to protect the cement bags from moisture. The cement shall
be neatly stacked in an orderly manner so as to allow an easy access and
count. The arrangement of storage and utilization shall be such as to ensure
the utilization of cement in order of its arrival at the stores and the Contractor
shall maintain satisfactory records which would at any time show the date of
receipt and proposed utilization of cement lying in the stores at site.

20. The Engineer may order the Contractor to suspend any work that may be subject to damage
by climatic conditions and no claim of the Contractor will be entertained by the Engineer on this
account.

21. Cement contents - Actual cement required for the aggregates in concrete to be used shall be
determined by laboratory test while designing the concrete mixes. If the cement contents of the
design mix of that grade come less than the provision of cement contents provided in the Haryana
Scheduled of Rates, (with latest amendments) due to durability conditions, the cement contents as
provided in the Haryana Schedule of Rates shall be used and no extra payment on this account
shall be made to the contractor. No extra amount over and above the minimum cement content as
provided in the Haryana Schedule of Rates shall be paid.

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 75 of 139


Public Health Engineering Department
Special conditions of contract as per the requirement of the work.

The additional conditions of the contract has been described in the additional documents.

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 76 of 139


Public Health Engineering Department

Contract Data to General Conditions of Contract


Sr. Description Clause No.
No.
1. The Employer is PHED Haryana [Cl.1.1]
Designation: Executive Engineer
Address: PHED Division No. 1 Hisar
2. Name of authorized Sanjeev Kumar Tyagi [Cl.1.1]
Representative
3. The Engineer is PHED Haryana [Cl.1.1]
Designation: Executive Engineer
Address: PHED Division No. 1 Hisar
4. The Intended Completion Date 13 Months 10 and Days [Cl.1.1,
for the whole of the Works is 13 17&27]
Months 10 and Days after start
of work.
5. The Site is located At Village Sadalpur [Cl.1.1]
6. The Start Date shall be 10 days [Cl.1.1]
after the date of issue of the
Notice to Proceed with the work
7. Section completion [Cl 2.2]
8. The following documents also [Cl.2.3
form part of the Contract : (11,12)]

9. Joint Ventures Not allowed [Cl.3.1,4.4]

10. Sub Contracting Not allowed [Cl 7.1]

11. The Schedule (if any) of Other [Cl. 8.1]


Contractors is attached
12. The Technical Personnel for work and operation of lab are: [Cl. 9.2]

Sr. Personnel Qualification No. of personals


No.
1 Project Manager -
2 Site Engineer -
3 Plant Manager -
4 Quantity Surveyor -
5 Soil and Material Engineer -
Total: -

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 77 of 139


Public Health Engineering Department

Note:-
In case, the above qualified personnel are not deployed the following deduction shall
be made per month from the payment due to the contractor.

Project Manager = Rs. 150000/- per month


Site Engineer = Rs. 75000/- per month
Plant Manager = Rs. 50000/- per month
Quantity Surveyor = Rs. 40000/- per month
Soil and Material = Rs. 40000/- per month
Engineer
The Employer reserves the right to employ any or all the above personal as per requirement
given above irrespective of above deductions made from the payments due to the contractor.

11. Amount and deductible for insurance are:


(i) Insurance cover for work is equal to the contract price and the [Cl. 13.1 (a)]
amount of deductable is 1% of the contract price

(ii) Minimum insurance cover for injury and death is Rs.10.00 lacs per [Cl. 13.1 (b)]
occurrence with the number of occurrences limited to four. After
each occurrence, contractor will pay additional premium necessary
to make insurance valid for four occurrences always. The amount
of deductable is Rs. 2.00 Lacs of the contract price.

(iii) Minimum insurance cover for damage to the property of the third [Cl. 13.1 (c)]
party is Rs. 20.00 Lacs. The amount of deductable is Rs. 2.00 Lacs
of the contract price.
(iv) Insurance cover for work is equal to the contract price and the [Cl. 13.3 (a)]
amount of deductable is 1% of the contract price
12. Site investigation report [Cl.14.1]
13. Security Deposit for invoking Arbitration [Cl. 25]
Sr No. Amount of Claim Rate of Security Deposit
1. For claims below 10,000 2% of claimed amount
2. For claims of Rs. 10,000 and 5% of claimed amount
above but below Rs 1,00,000/-
3. For claims of Rs 1,00,000 7.5% of claimed amount
and above

14. a. The period for submission of the programme for approval of [Cl.26.1]
Engineer shall be days from the issue of Letter of Acceptance

b. The updated programme shall be submitted at interval of days [Cl. 26.4]

c. The amount to be withheld for late submission of an updated [Cl. 26.4]


programme shall be 2% of the initial / revised contract price or
the enhanced contract price as applicable.

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 78 of 139


Public Health Engineering Department

15. The following events shall also be Compensation Events: [Cl. 44.2 l]

Substantially adverse ground conditions encountered during the course of execution


of work not provided for in the bidding document.

(i) Removal of underground utilities detected subsequently


(ii) Significant change in classification of soil requiring additional mobilization
by the contractor, e.g. ordinary soil to rock excavation,
(iii) Removal of unsuitable material like marsh, debris dumps, etc not caused by
the contractor
(iv) Artesian conditions
(v) Seepage, erosion, landslide
(vi) River training requiring protection of permanent work
(vii) Presence of historical, archeological or religious structures, monuments
interfering with the works.
(viii) Restriction of access to ground imposed by civil, judicial, or military authority.

15 a. The formula for price adjustment of prices are: [Cl. 47.1]

15 (a) (i) Adjustment of price for bitumen:

Price adjustment for increase or decrease in the cost of bitumen shall be paid as
follows:

That the rate of bitumen/ emulsion at the refinery on the date of close for financial
bidding shall be considered as base rate if during execution of the works, the rate of
bitumen/ emulsion increase or decrease at refinery, the difference in cost shall be
paid/ recouped from the contractor in the bill, subject to the following conditions:-

(A) The contractor shall submit original bill/ voucher of the refinery while
claiming the payment for the work done. The bill/ voucher should pertain to
the period of original contractual time limit and should correspond with the
progress of work. No extra payment due to increase in rate of bitumen /
emulsion will be paid if the original bill/ voucher are not submitted by the
agency.

(B) No increase in prices of the bitumen / emulsion shall be reimbursed to the


contractor beyond the original time period allowed for construction as per
contract agreement irrespective of extension of time limit granted to the
agency for any reason, whatsoever. However, decrease in price of
bitumen/emulsion shall be recouped from the contractor even beyond the
original time period allowed for construction.

(C) After approval of tender, the contractor shall submit the work programme for
execution of work and get it approved from the Engineer-in-Charge in the
time limit prescribed in the tender document. The increase in rates of
bitumen, emulsion shall only be paid if the bitumen work is carried out within
the prescribed period as per approved work programme.

(D) Only actual difference of rates of Bitumen will be payable / deductable to the
contractor. No overhead charges and contractor profit etc. are to be added /
deleted, no tender premium is to be added / deleted.”
DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 79 of 139


Public Health Engineering Department

(E) The contractor can arrange the bitumen from any of the refinery or import the
same subject to the condition that the quality of bitumen is as per the
requirement of contract and specifications. Regarding payment of price
variation of bitumen as per the agreement, that the escalation de-escalation
will be paid on the basis of lesser cost implication to Department /
Government on consideration of the difference in rates as given below subject
to financial regularity and other terms and conditions of agreement :-

(a) Prevailing rates of IOC refineries at Panipat at the time of tender and at the
time of purchase of bitumen.

(b) Prevailing rates at the source from which the bitumen is purchased by the
contractual agency at the time of tender.

It is further clarified that:-

(a) When recovery is due on account of decrease in rates of bitumen, higher of


the difference in rates of IOC Panipat and that of private refinery / Sector,
shall be considered.

(b) When escalation is due to increase in rates of bitumen is due to agency, then
lesser of the difference in rates of IOC Panipat and that of private refinery /
Sector, from whom bitumen was purchased, shall be considered.

15 (a) (ii) Adjustment for Grey Cement (OPC/PPC) and, Steel for reinforcement and
structural members (index for MS Long Products) :

Price adjustment for increase or decrease in the cost of Grey Cement (OPC/PPC) and,
Steel for reinforcement and structural members (index for MS Long Products) shall
be paid as follows:

(A) If after submission of the, the price of Grey Cement (OPC/PPC) or Steel for
reinforcement and structural members (index for MS Long Products)
incorporated in the works (not being a material supplied form the Engineer-
in-Charge’s Store) increase (s) beyond the price (s) prevailing at the time of
the last stipulated date for financial bid closing of tenders (including
extensions, if any) for the work, then the amount of the contract shall
accordingly be varied and provided further that any such increase shall not be
payable if such increase has become operative after the stipulated date of
completion of work in question.

(B) If after submission of the, the price of Grey Cement (OPC/PPC) / or Steel for
reinforcement and structural members (index for MS Long Products)
incorporated in the works (not being a material supplied form the Engineer-
in-Charge’s Store) is decreased, Govt. shall in respect of these materials
incorporated in the works (not being materials supplied from the Engineer-in-
Stores) be entitled to deduct from the dues of the contractor such amount as
shall be equivalent to the difference between the prices of Cement
(OPC/PPC) as prevailed at the time of last stipulated date for receipt of
tenders including extensions if any for the work and the prices of these
materials on the coming into force of such base price of Cement (OPC/PPC)
and issued under authority of Engineer-in-Chief, Haryana PWD B&R,
Chandigarh.

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 80 of 139


Public Health Engineering Department

(C) It is further clarified that the decrease in the prices of of Grey Cement
(OPC/PPC) / or Steel for reinforcement and structural members (index for
MS Long Products) and shall be deducted from the dues of the contractor if
such decrease has become operative after the stipulated date of completion of
work in question and increase shall not be payable if such increase shall not
be payable if such increase has become operative after the stipulated date of
completion of work in question.

(D) The increase/ decrease in prices shall be determined by the All India
Wholesale Prices Indices for Grey Cement (OPC/PPC) / or Steel for
reinforcement and structural members (index for MS Long Products) as
published by the Economic Advisor to Government of India, Ministry of
Commerce and Industry) and base price for Grey Cement (OPC/PPC) / or
Steel for reinforcement and structural members (index for MS Long Products)
as mentioned in the Bid Document or if not mentioned then as issued under
authority of Engineer-in-Chief, Haryana PWD B&R, Br. Chandigarh as valid
on the last stipulated date of receipt of tender, including extension if any and
for the period under consideration.

Adjustment Calculation Formula for Grey Cement

The amount of the contract shall accordingly be adjusted for Cement (OPC/PPC) will be
worked out as per the formula given below:-
Adjustment for component of “Grey Cement (OPC/PPC)”
Vc=Pc X Qc x CI-C1o
C1o
Where,
Vc= Variation in Cement (OPC/PPC) cost i.e. increase or decrease in the amount in
rupees to be paid or recovered.

Pc= Base price of Cement (OPC/PPC) as mentioned in the Bid Document or if not
mentioned then as issued under authority of Engineer-in- Chief, Haryana
PWD B&R, Br. Chandigarh valid at the time of the last stipulated of receipt
of tender including extension if any.

Qc= Quantity of Cement (OPC/PPC) used in the works since previous bill.

CI0= All India wholesale price index for Cement (OPC/PPC) as published by the
Economic Advisor to Government of India, Ministry of Industry and
Commerce as valid on the last stipulated date of receipt of tenders including
extensions if any.

C1= All India wholesale price index for Cement (OPC/PPC) for period consideration
as published by the Economic Advisor to Government of India, Ministry of
Industry and Commerce

Adjustment Calculation Formula for Steel for reinforcement and structural members
(index for MS Long Products)
Vs=Ps x Qs x SI-S1o
S1o
Vs = Variation in cost of Steel (MS Long Products) i.e. increase or decrease in the
amount in rupees in the amount in rupees to be paid or recovered.

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 81 of 139


Public Health Engineering Department
Ps = Base price of Steel (MS Long Products), as mentioned in the Bid Document or
if not mentioned then as issued under authority of Engineer-in-Chief,
Haryana PWD B&R Br., Chandigarh at the time of the last stipulated date of
receipt of tender including extensions, if any.

Qs= Quantity of Steel (MS Long Products) paid either by way of secured advance or
used in the works since previous bill (Whichever is earlier).

S1o= All India wholesale Price Index for Steel (MS Long Products) for the period
under consideration as published by Economic Advisor to Government of
India, Ministry of Industry and Commerce as valid on the last stipulated date
of receipt of tenders including extensions, if any.

S1= All India Wholesale Price Index for Steel (MS Long Products) for the period
under consideration as published by Economic Advisor to Government of
India, Ministry of Industry and Commerce.

Base rate of Cement (OPC/PPC) and Steel (MS Long Products)


Grey- Cement (OPC/PPC) : Rs. 4940 /- per MT excluding taxes.
Steel (MS Long Products) : Rs. 50000 /- per MT excluding Taxes.
No other increase/decrease in prices is permissible.

15 (a) (iii) Adjustment of POL (fuel and lubricant) component


Price adjustment for increase or decrease in the cost of POL (fuel and lubricant) shall
be paid in accordance with the followings formula:

Vf = 0.85xPf/100xRx(Fl-Fo)/Fo

Vf =increase or decrease in the cost of work during the month under consideration
due to changes in rates for fuel and lubricants.

Fo = The all India wholesale price index for ‘Fuel and Power’ for the calendar month
28 days preceding the date of opening of bids as published by the Office of
Economic Advisor, Government of India, Ministry of Commerce and Industry,
Department of Industrial Policy and Promotion with website
www.eaindustry.nic.in

F1 =The all India average wholesale price index for ‘Fuel and Power’ for the month
under consideration as published by Office of Economic Advisor, Government
of India, Ministry of Commerce and Industry, Department of Industrial Policy
and Promotion with website as www.eaindustry.nic.in

Pf = 5.
R = Value of work executed during the period.

16. The proportion of payments retained (Retention Money) shall be 6% from each
bill subject to a maximum of 5% of final contract price.
[CI.48]
17. (a) Milestones to be achieved during the contract period.

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 82 of 139


Public Health Engineering Department
Financial works to be completed Period from the start date [Cl. 49.1]
Milestone 1 i.e. 20% 25% of the stipulated time
Milestone 2 i.e. 50% 50% of the stipulated time
Milestone 3 i.e. 75% 75% of the stipulated time
Milestone 4 i.e. 100% 100% of the stipulated time

(b) Amount of liquidated damages For whole of work


for delay in completion of works (1/2000)th of the initial / revised
Contract Price, rounded off to the
nearest thousand, per day.
For non achievement of
milestone,
(1/2000)th of the initial /
revised Contract Price,
rounded off to the nearest
thousand, per day.

(c) Maximum limit of liquidated 10 (Ten) per cent of the contract price
damages for completion of rounded off to nearest thousand.
work

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 83 of 139


Public Health Engineering Department
18. The amounts of the advance payment are: [CL:50]

Nature of Amount Conditions to be fulfilled


Advance
I Mobilization Maximum 5 % of the An interest bearing mobilization
contract price advance upto the extent of 5% of contract
value (or such limit as prescribed) may be
given to contractors for works costing
more than Rs.2.00 crores, against
unconditional and irrecoverable bank
guarantees to be furnished by the
contractor equal to the amount of advances
paid from time to time. Interest @Marginal
Cost of Funds based Lending (MCLR) of
SBI prevalent at the time of tender per
annum shall be charged on mobilization
advance given to the contractor

The recovery of the mobilization


advance together with interest shall be
done through percentage deductions
from interim/running payments, in the
manner prescribed in the contract. It shall
be desirable to recover the total amount
of mobilization advance alongwith
interest within 80 % of the time
stipulated for completion. The
mobilization bank guarantee shall be
released after the recovery of full
mobilization advance, including interest
thereon.

In case, of slow progress of work,


the‘Engineer’ comes to a conclusion that
the total amount of mobilization advance
with interest cannot be recovered by the
time 80% of stipulated time is over, the
bank guarantee(s) furnished by the
contractor may be encashed.

If the tender document so provides,


the contractor will have the option to
furnish mobilization bank guarantee in
parts and on recovering of ¼ , ½, ¾ and
full advance, proportional bank guarantees
can be released.

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 84 of 139


Public Health Engineering Department
II Secured advance 75% of Invoice value In case the contractor requires an advance
for non-perishable on the non-perishablematerials brought to
materials brought to site, ‘Engineer’ may, on written request
site from the contractor, sanction the advance
upto an amount 75% or as decided by the
‘Engineer’ of the value (as assessed by
themselves) as stated in the Contract Data
of such materials, provided such
materialsare to be consumed with in next
three months and that a formal agreement
is drawn up with the contractors under
which Govt. secures a lien on the materials
and is safeguarded against losses due to the
contractor postponing the execution of the
work or misuse of the material and against
the expense entailed for their proper watch
and safe custody. If the material is fire
prone or can be destroyed fully/partially on
storage, it shall be desirable to have it first
insured by the contractor. Cases in which a
contractor, whose contract is for finished
work, requires an advance on the security
of materials brought to site. Any secured
advance should be settled / recovered
within 3 months of its release.
Note : Such advance will not be given for
sand, aggregate, GSB and stone metal etc.
The contractor will submit the original bills
and e-way bills for the material for which
secured advance is being claimed.

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 85 of 139


Public Health Engineering Department
III Machinery Advance Maximum 5 % of the For works costing more than Rs.10.00
contract price crores another interest bearing machinery
advance to a maximum of 5% of the
contract price, depending on merits of the
case, can be given against the new key
construction equipment brought to the site
and to be deployed on the work, if a written
request is made by the contractor.

The advance shall be paid only upon the


contractor furnishing (i) an affidavit that
the machinery in question is free of any
charge or hypothecation with any bank or
financial institution: (ii) unconditional
and irrecoverable bank guarantee(s) (iii)
satisfactory proof of purchase/payment
of the machinery, and (iv) a written
undertaking that the equipment so
purchased by him is required for use on
the work in question, is fully serviceable
shall work only on that job and shall not
be removed from the site without
obtaining written approval of the
‘Engineer’s .The recovery of machinery
advance and the Interest @Marginal Cost
of Funds based Lending (MCLR) of SBI
prevalent at the time of tender per annum
shall be charged. against the machinery
advance given to the contractor.

The recovery of the machinery advance


together with interest shall be done through
percentage deductions from
interim/running payments, in the manner
prescribed in the contract. It shall be
desirable to recover the total amount of
machinery advance alongwith interest
within 80% of the time stipulated for
completion. The mobilization bank
guarantee shall be released after the
recovery of full machinery advance,
including interest thereon.
The bank guarantee shall be unconditional, requiring the bank to pay the beneficiary the sum
specified in the guarantee on the first demand and without demur, and without reference to
the party on whose behalf it has been issued, notwithstanding any dispute or disagreement
that might have arisen between the employer and the contractor. The f orm of bank
guarantee shall be prescribed by the departments.
It shall be the duty of the ‘Engineer’ to obtain independent confirmation about the
genuineness of the bank guarantees directly from the bank issuing them. Further, he shall
keep them in safe custody and hand them over to his successor when a change of charge
takes place. Details of bank guarantees shall be entered into a register which shall be
reviewed every month to ensure timely action in respect of renewal of any guarantee, if
required, before it expires.

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 86 of 139


Public Health Engineering Department
(The advance payment will be paid to the Contractor no later than 28 days after fulfillment
of the above conditions)
Always provided that the advance shall be completely repaid prior to the expiry of the
original time for completion pursuant to clauses 17.
The secured advance shall be repaid from each succeeding monthly payments to the extent
material [for which advance was previously paid pursuant to Clause 51.4 of G.C.C.] have
been incorporated into the Works.

19. The period for setting up a field laboratory with the prescribed equipment [Cl.31.1]
is 28 days from the date of notice to start work

20. The Defect Liability-cum-Maintenance Period is 6 years from the date of [Cl. 56]
completion.
21. The date by which “as-built” drawings (in scale as directed) in 2 sets are [Cl.58.2]
required is within 28 days of issue of certificate of completion of whole or
section of the work, as the case may be.
22. The amount to be withheld for failing to supply “as-built” drawings by the date [Cl.58.2]
required is Rs. 0.5% of agreement amount.
23. The following events shall also be fundamental breach of Contract: [Cl.59.2 (h)]
(i) The Contractor has contravened Clause 7.1 or Clause 9 of Part I General
Conditions of Contract
(ii)

24. The percentage to apply to the value of the work not completed representing the [Cl.60.1(i)]
Employer’s additional cost for completing the Works shall be 20 (Twenty)
percent.
s

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 87 of 139


Public Health Engineering Department

Section 4-A
Detailed Scope of Work
Detailed Scope of Work.

Proposed STP:

1. 3.50 MLD STP

2. Boundary wall (600 m)

3. Road and Path (320 m)

4. Staff Quarter (2 no)

5. Pump Chamber ( 3.65 x 3.05 m )

6. Collecting tank for TE ( 8.00 x 5.50 x 1.83 m )

7. Rising Main Line ( 450 mm DN HDPE =6975 m)

8. Pumping Machinery for Treated Effluent

9. D.G set (200 KVA)

10. Electric Installation (175 KVA)

OPERATION and MAINTENANCE:

1. O and M FOR 5 YEARS as per O&M schedule

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 88 of 139


Public Health Engineering Department

Section 4-B
Technical Specifications

(1) Execution of Electrical Works


In case where the work involves electrical work also, the contractor will get the work executed through a
sub contractor and will get the sub contractor approved from the employer before start of electrical work. The
employer will examine the credentials of the electrical sub contractor on the basis of similar qualification
criteria as has been applied for the civil works in this bid. The electrical sub contractor must have license of
electrical works from Chief Electrical Inspector, Haryana.

(2) Execution of Public Health Works


The execution of shifting of Public Health utilities works shall be supervised by the PHED as agreed vide
letter No. 100708/PHE/Plg. dated 10.11.2016. The payment shall be made by PWD (B&R) after getting
verification of the bill with respect to the Public Health utilities by the PHED.

(3) List of Equipment, Plant and Machinery


Sr. Type of Equipment Maximum Contract Value
No. Age as on
date of bid
submission
Upto More Upto More More than More
Rs. than Rs. Rs. 5 than Rs. Rs. 20 than
50 50 lacs crore 5 crore crore upto Rs.
lacs upto Rs. upto Rs. Rs. 50 50
1 crore 20 crore crore crore
1. Tipper Trucks 5-7 * * 6 10 15 20
2. Motor Grader 5 * * 2 2 3 4
3. Dozer 5 * * 1 1 1 2
4. Front end Loader 5 * * 2 2 2 4
5. Smooth Wheeled Roller 5 * * 2 2 3 4
6. Vibratory Roller 5 * * 2 2 2 3
7. Batch Type/Hot Mix Plant/Drum Type 5 * * 1 1 1 2
Hot Mix Plant with Electronic Controls
(Minimum 80-100 TPH Capacity) as
per BOQ
8. Paver Finisher with Electronic Sensor 5 * * 1 1 1 2
9. Water Tanker 5 * * 3 3 4 5
10. Bitumen Sprayer 5 * * 1 1 1 2
11. Tandem Roller 5 * * 1 1 1 1
12. Concrete Mixers with Integral Weigh 5 * * 2 2 1 2
Batching facility
13. Concrete Batching and Mixing Plant 5 * * - - 1 1
(Minimum Capacity – 15m3/hour)

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 89 of 139


Public Health Engineering Department
14. Concrete paver capable of paving 7.5m 5 * * - - - 1
width in one single pass including all
accessories such as automatic dowel
bar insertor, integral vibratory system
and electronic sensors ancillary
equipment for applying curing
compound joint cutting etc.
15. Concrete Batching and Mixing plant 5 * * - - - 1
with automatic control
(minimum 100 cum/hour)
Total 24 28 36 54
Note: above list is only suggestive and not exhaustive. Any other machinery shall also be included and
deployed for execution of work as per site requirement.
The Technical Personnel for work are to be deputed as given in table below:

Sr. Personnel Qualification Contract value


No.
Upto Rs. More More More More More
50 lacs than Rs. than Rs. than Rs. than Rs. than Rs.
50 lacs 1 crore 5 crore 20 crore 50 crore
upto Rs. upto Rs. upto Rs. upto Rs.
1 crore 5 crore 20 crore 50 crore
1. Project Manager BE.Civil + 10 Years Exp - 1 1 1 No 1 No 1 No
2. Site Engineer BE.Civil+3 Years Exp. OR - 1 1 2 No. 4 No. 6 No.
diploma with 7 years Exp.
3. Plant Engineer BE. Mech. +3 Years Exp. - 1 1 1 No 1 No 2 No.
Or Dip.Mech. + 7 Years
Exp.
4. Quantity BE. Civil +3 Years Exp. 1 1 1 1 No 1 No 2 No.
Surveyor Or Dip. Civil+7 Years
Exp.
5. Soil & Material B.E. Civil + 3 Years Exp. - 1 1 1 No 1 No 1 No
Engineer Or Dip. Civil + 7 Years
Exp.
Total: 1 5 5 6 8 12

5. The Defect Liability-cum-Maintenance Period (DLP)’


(i) For improvement / special repair of roads DLP is 3 years for State Highway and MDR. For VT road and
V1, V2, V3 roads it is 4 years. In case of new construction, DLP is 4 years.
(ii) For premix carpet work, ‘Defect Liability-cum-Maintenance Period’ is 2 years.
(iii) For surface dressing work, Defect Liability-cum-Maintenance Period’ when executed on through rates
from contractual agency is 1 ½ year.
Further, it is clarified that DLP for drains / retaining wall / culverts / bridges Inter-locking paver blocks shall
be kept as per category of road (i.e. 3 years for SH / MDR and 4 years for ODRs) even in case of roads treated
with premix carpet where DLP is for 2 years and treated with surface dressing where DLP is for 1 ½ year.
The ‘Defect Liability-cum-Maintenance Period’ is without any payment for maintenance activities.
iv) The defect liability for cement concrete pavement shall be ten years irrespective of category of road.

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 90 of 139


Public Health Engineering Department
Technical specification for execution of the work.

The technical specifications has been described in the additional documents.

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 91 of 139


Public Health Engineering Department

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 92 of 139


Public Health Engineering Department
Error: Subreport could not be shown.

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 93 of 139


Public Health Engineering Department

Section 6
Bill of Quantities
Preamble

1) The Bill of quantities shall be read in conjunction with the instructions to Bidders, Conditions of contract,
Technical Specifications and Drawings.

2) The quantities given in the Bill of Quantities are estimated and provisional, and are given to provide a
common basis for bidding. The basis of payment will be the actual quantities of work ordered and carried
out, as measured by the contractor and verified by the Engineer and valued at the rates and prices tendered
in the priced Bill of Quantities, where applicable, and otherwise at such rates as the Engineer may fix within
the terms of the Contract.
3) The rates and prices tendered in the priced Bill of Quantities shall, except in so far as it is otherwise
provided under the Contract, include all constructional plant, labour, supervision, materials, erection,
maintenance, insurance, profit, all taxes (but excluding GST) and duties, together with all general risks,
liabilities and obligations set out or implied in the Contract.
4) The rates and prices shall be quoted entirely in Indian Currency.

5) A rate or price shall be entered against each item in the Bill of Quantities, whether the quantities are stated
or not. The cost of Items against which the contractor has failed to enter a rate or price shall be deemed to
be covered by other rates and prices entered in the Bill of Quantities.

6) The whole cost of complying with the provisions of the Contract shall be included in the items provided in
the priced Bill of Quantities, and where no Items are provided the cost shall be deemed to be distributed
among the rates and prices entered for the related Items of work.

7) General directions and descriptions of work and materials are not necessarily repeated or summarized in the
Bill of Quantities. References to the relevant sections of the contract documentation shall be made before
entering rates or prices against each item in the Bill of Quantities.

8) Errors will be corrected by the Employer for any arithmetic errors pursuant to clause of the Instructions to
Bidders.
9) Any items of work not provided in the contract schedule of rates if required to be executed will be paid as
per Haryana PWD schedule of rates 2021 plus ceiling premium as applicable in DNIT subject to the
premium tendered by the contractor. In case of non schedule item, these will be paid by the ‘Engineer’
based on market rates of that time after getting approval from the competent authority and will be binding
upon the contractor.
10) The work will be carried out strictly in accordance with the PWD book of specification 1990 edition,
CPWD Specifications and MoRT&H Specifications as applicable and that will form part and parcel of this
contract agreement.

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 94 of 139


Public Health Engineering Department
11) The ‘Engineer’ shall be entitled to order work against any item or work shown in this contract schedule of
rates hereinafter called the “Schedule” to any extent and without any limitation whatsoever as may be
required in his opinion for the purpose of work irrespective of the fact the quantities are omitted altogether
in the “Schedule” or shown more or less than the work ordered to be carried out.

12) In this contract schedule of rates only essential portion of items has been written, but it will deem to cover
the entire items as fully described in Haryana PWD schedule rates 2021 till the date of opening of tender
and will be applicable on this contract schedule of rates.

13) All the items in this contract schedule of rates 2021 subject to the foot notes given in the Haryana PWD
schedule of rates 2021 till the date of opening of tender and will be applicable on this contract schedule of
rates.
14) Quantities given in the BOQ may vary at the time of execution of works done at site by the contractor.

15) Unless otherwise specified all material, machinery and labour input are to be arrange by the contractor.

16) All amendments issued to the Haryana PWD schedule of rates will be applicable on the contract schedule of
rates.
17) As and when contractor gives condition that arrangement of water shall be made by the department, it shall
be deemed that all the charges incurred thereon shall be borne by the department and recovery on the total
work done shall be made from him.

18) No claim will be entertained from the contractor in case of any mistake in description, rate or unit occurred
on account of typing or comparison or over sight. If there is any mistake, the same shall be rectifiable by the
‘Engineer’ at any stage as per Haryana PWD schedule of rates 2021 and all the amendments received from
time to time.
19) The premium should be quoted above or below for HSR items and individual rates for NS Items. No
conditional offer should be made. In case any conditions is tendered, this will be considered as null and
void and only the premium or discount quoted by the tender shall be accepted. In case any tender refused to
accept the above afterwards, his earnest money will be forfeited or the action as per conditions of Bid
Security Declaration Form shall be taken.

20) Tender premium will not be allowed on new N.S. items.

21) Rate quoted by the contractor for each N.S. item shall be for complete job including all taxes (but excluding
GST) , carriage etc. Nothing extra on any account shall be paid.

22) The payment will be made according to the actual work done by the contractor.

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 95 of 139


Public Health Engineering Department

BILL OF QUANTITIES

Name of work:-Sadalpur :- Detailed Project Report for providing Sewerage System in village
Sadalpur Distt. Hisar (under Swran Jayanti Mahagram Yojna)

HSR ITEMS:

Sr. Description of Item with brief specification and Quantity Unit Rate to be quoted by the contractor/
No reference to book of specification. society

In figures In words

1. [10.1]Providing and laying of base course of floors 17.70 Sqm


consisting of 100 mm thick cement 1:8:16 and 100 mm
sand or stone filling.
2. [10.37.1]Providing and fixing of Kota stone slab flooring 37.03 Sqm
over 20 mm (average) thick base laid over and jointed with
grey cement slurry mixed with pigment to match the shade
of the slab, including rubbing and polishing complete with
base of cement mortar 1 : 4 (1 cement : 4 coarse sand) : 1.
25 mm thick
3. [10.38]Providing and fixing of Kota stone slabs 20 mm 2.93 Sqm
thick in risers of steps, skirting, dado and pillars laid on 12
mm (average) thick cement mortar 1:3 (1 cement: 3 coarse
sand) and jointed with grey cement slurry mixed with
pigment to match the shade of the slabs, including rubbing
and polishing complete.
4. [10.57]Providing and laying Ceramic glazed floor tiles of 60.32 Sqm
size 300x300 mm (thickness to be specified by the
manufacturer) of 1st quality conforming to IS : 15622 of
approved make in colours such as White, Ivory, Grey,
Fume Red Brown, laid on 20 mm thick cement mortar 1:4
(1 Cement : 4 Coarse sand), Jointing with grey cement
slurry @ 3.3 kg/sqm including pointing the joints with
white cement and matching pigment etc., complete.
5. [10.58]Providing and fixing 1st quality ceramic glazed 59.52 Sqm
wall tiles conforming to IS : 15622 (thickness to be
specified by the manufacturer ) of approved make in all
colours, shades except burgundy, bottle green, black of any
size as approved by Engineer-in-Charge in skirting, risers
of steps and dados over 12 mm thick bed of cement Mortar
1:3 (1 cement: 3 coarse sand) and jointing with grey
cement slurry @ 3.3kg per sqm including pointing in white
cement mixed with pigment of matching shade complete.
6. [11.4.2]10 mm thick cement plaster 2. 1:3 (1 cement: 3 336.28 Sqm
fine sand)
7. [11.5.3]12 mm cement plaster of mix : 3. 1:4 (1 cement: 4 1039.78 Sqm
fine sand)
8. [11.52]Cement rendering on plaster 1 mm thick 12.06 Sqm

9. [11.58]Providing and applying two coats white cement 630.92 Sqm


based putty of approved brand and manufacturer, over
plastered surface and grinding the surface smooth with
sand paper to get en even and smooth finish including cost
and carriage of all material , labour charges, scaffolding,
sundries etc. complete
10. [11.6.1]15 mm cement plaster on the rough side of single 624.00 Sqm
or half brick wall of mix : 1. 1:4 (1 cement: 4 fine sand)

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 96 of 139


Public Health Engineering Department
Sr. Description of Item with brief specification and Quantity Unit Rate to be quoted by the contractor/
No reference to book of specification. society

In figures In words

11. [11.63]Distempering with dry distemper of approved brand 52.81 Sqm


and manufacture (two or more coats) of required shade on
new work, over and including water thinnable priming coat
to give an even shade.
12. [11.74.2]Wall painting with acrylic emulsion paint, having 336.28 Sqm
VOC (Volatile Organic Compound ) content less than 50
grams/ litre, of approved brand and manufacture, including
applying additional coats wherever required, to achieve
even shade and colour. 2. Two coats
13. [11.93.1]Finishing walls with water proofing cement paint 2162.97 Sqm
of required shade : 1. New work (Two or more coats
applied @ 3.84 kg/10 sqm)
14. [11.97.2]Finishing with Deluxe Multi surface paint system 59.16 Sqm
for interiors and exteriors using Primer as per
manufacturers specifications : 2. Painting wood work with
Deluxe Multi Surface Paint of required shade. Two or
more coat applied @ 0.90 litre/10 sqm over an under coat
of primer applied @0.75 litre/10 sqm of approved brand
and manufacture
15. [11.97.3]Finishing with Deluxe Multi surface paint system 63.38 Sqm
for interiors and exteriors using Primer as per
manufacturers specifications : 3. Painting Steel work with
Deluxe Multi Surface Paint to give an even shade. Two or
more coat applied @ 0.90 litre/10 sqm over an under coat
of primer applied @ 0.80 litre/10 sqm of approved brand
and manufacture
16. [12.19.1.1.1]Providing and fixing wire gauge shutters 15.84 Sqm
using galvanized M.S. wire gauge of average width of
aperture 1.4 mm in both directions with wire of dia 0.63
mm, for doors, windows and clerestory windows with
hinges and necessary screws : 1.1.1. 35 mm thick shutters
with ISI marked M.S. pressed butt hinges bright finished
of required size Second class teak wood
17. [12.37.1]Providing and fixing ISI marked flush door 16.26 Sqm
shutters conforming to IS : 2202 (Part I) non-decorative
type, core of block board construction with frame of 1st
class hard wood and well matched commercial 3 ply
veneering with vertical grains or cross bands and face
veneers on both faces of shutters: 1. 35 mm thick including
ISI marked Stainless Steel butt hinges with necessary
screws
18. [12.50.1]Providing and fixing M.S. grills of required 80.00 Kg.
pattern in frames of windows etc. with M.S. flats, square or
round bars etc. including priming coat with approved steel
primer all complete. 1. Fixed to steel windows by welding
19. [12.65.2]Providing and fixing ISI marked oxidised M.S. 8.00 Each
sliding door bolts with nuts and screws etc. complete : 2.
250x16 mm
20. [12.66.2]Providing and fixing ISI marked oxidised M.S. 10.00 Each
tower bolt black finish, (Barrel type) with necessary
screws etc. complete : 2. 200x10 mm
21. [12.66.4]Providing and fixing ISI marked oxidised M.S. 20.00 Each
tower bolt black finish, (Barrel type) with necessary
screws etc. complete : 4. 100x10 mm
22. [12.7.1.2]Providing and fixing panelled or panelled and 10.08 Sqm
glazed shutters for doors, windows and clerestory
windows, including ISI marked M.S. pressed butt hinges
bright finished of required size with necessary screws,
excluding panelling which will be paid for separately, all
complete as per direction of Engineer-in-charge. (Note:-
Butt hinges and necessary screws shall be paid separately)
1.2. Second class teak wood
30 mm thick shutters

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 97 of 139


Public Health Engineering Department
Sr. Description of Item with brief specification and Quantity Unit Rate to be quoted by the contractor/
No reference to book of specification. society

In figures In words

23. [12.71.3]Providing and fixing oxidised M.S. casement 8.00 Each


stays (straight peg type) with necessary screws etc.
complete. 3. 200 mm weighing not less than 120 gms
24. [12.75.1]Providing and fixing bright /matt finished 16.00 Each
Stainless Steel handles of approved quality and make with
necessary screws etc all complete. 1. 125 mm
25. [12.75.2]Providing and fixing bright /matt finished 16.00 Each
Stainless Steel handles of approved quality and make with
necessary screws etc all complete. 2. 100mm
26. [12.80]Providing and fixing bright finished brass 100 mm 2.00 Each
mortice latch and lock with 6 levers and a pair of lever
handles of approved quality with necessary screws etc.
complete.
27. [12.86]Providing and fixing bright finished brass hanging 4.00 Each
type floor door stopper with necessary screws, etc.
complete.
28. [12.89]Providing and fixing aluminium extruded section 2.00 Each
body tubular type universal hydraulic door closer (having
brand logo with ISI, IS : 3564, embossed on the body, door
weight up to 36 kg to 80 kg and door width from 701 mm
to 1000 mm), with double speed adjustment with necessary
accessories and screws etc. complete.
29. [12.9.7.1]Providing and fixing panelling or panelling and 10.08 Sqm
glazing in panelled or panelled and glazed shutters for
doors, windows and clerestory windows (Area of opening
for panel inserts excluding portion inside grooves or
rebates to be measured). Panelling for panelled or panelled
and glazed shutters 25 mm to 40 mm thick : 7.1. Float
glass panes
4 mm thick glass pane (weight not less than 10kg/sqm).
30. [13.10.2]Providing and fixing glass panes with putty and 2.16 Sqm
glazing clips in steel doors, windows, clerestory windows,
all complete with : 2. 5.5 mm thick glass panes
31. [13.29.2]Steel work welded in built up sections/ framed 250.00 Kg.
work, including cutting, hoisting, fixing in position and
applying a priming coat of approved steel primer using
structural steel etc. as required. 2. In gratings, frames,
guard bar, ladder, railings, brackets, gates and similar
works
32. [13.3.1.1]Providing and fixing pressed steel door frames 19.20 Metre
conforming to IS: 4351, manufactured from commercial
mild steel sheet of 2.0 mm thickness, including hinges,
jamb, lock jamb, bead and if required angle threshold of
mild steel angle of section 50x25 mm, or base ties of 2.00
mm, pressed mild steel welded or rigidly fixed together by
mechanical means, including M.S. pressed butt hinges 2.5
mm thick with mortar guards, lock strike-plate and shock
absorbers as specified and applying a coat of approved
steel primer after pre-treatment of the surface as directed
by Engineer-in-charge: 1.1. Profile B Fixing with
adjustable lugs with split end tail to each jamb
33. [13.3.3.1]Providing and fixing pressed steel door frames 33.60 Metre
conforming to IS: 4351, manufactured from commercial
mild steel sheet of 2.0 mm thickness, including hinges,
jamb, lock jamb, bead and if required angle threshold of
mild steel angle of section 50x25 mm, or base ties of 2.00
mm, pressed mild steel welded or rigidly fixed together by
mechanical means, including M.S. pressed butt hinges 2.5
mm thick with mortar guards, lock strike-plate and shock
absorbers as specified and applying a coat of approved
steel primer after pre-treatment of the surface as directed
by Engineer-in-charge: 3.1. Profile E Fixing with
adjustable lugs with split end tail to each jamb

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 98 of 139


Public Health Engineering Department
Sr. Description of Item with brief specification and Quantity Unit Rate to be quoted by the contractor/
No reference to book of specification. society

In figures In words

34. [13.3.3.2]Providing and fixing pressed steel door frames 37.00 Metre
conforming to IS: 4351, manufactured from commercial
mild steel sheet of 2.0 mm thickness, including hinges,
jamb, lock jamb, bead and if required angle threshold of
mild steel angle of section 50x25 mm, or base ties of 2.00
mm, pressed mild steel welded or rigidly fixed together by
mechanical means, including M.S. pressed butt hinges 2.5
mm thick with mortar guards, lock strike-plate and shock
absorbers as specified and applying a coat of approved
steel primer after pre-treatment of the surface as directed
by Engineer-in-charge: 3.2. Profile E Fixing with carbon
steel galvanised dash fastener of required dia and size (to
be paid for separately)
35. [13.6.1]Providing and fixing 1mm thick M.S. sheet door 5.76 Sqm
with frame of 40x40x6 mm angle iron and 3 mm M.S.
gusset plates at the junctions and corners, all necessary
fittings complete, including applying a priming coat of
approved steel primer. 1. Using M.S. angels 40x40x6 mm
for diagonal braces
36. [17.5.3]Compacting Original Ground 3. Compaction of 800.00 Sqm
Earthwork
Compaction of & preparation of sub grade including
loosening, levelling of earth 225 mm thick top layer, rough
dressing of soil, final dressing of earth to give level,
camber, watering, rolling with road roller, compacting the
bed to achieve minimum dry density as given in the Table
3000-2 as per technical clause 305 of MORT&H
specifications
37. [17.70]Removal of existing IPB by manual means and 837.00 Sqm
disposal of dismantled material with all lead and lift as per
technical specification clause 202.3.
38. [17.71]Relaying of available (removed and stacked) 837.00 Sqm
Interlocking Paver Block Pavement having thickness
100mm/80 mm/ 60 mm (average = 80mm) as per drawings
and Technical Specification Clause 1504
39. [20.11.4]Providing and fixing cast iron double flanged 2.00 Each
swing check type reflux (non return) valves PN-1.6 marked
with IS:5312 including nuts and bolts marked with
IS:1363, rubber sheet marked with IS:638 etc., carriage
loading, unloading, stacking, handling, re-handling etc.
Complete in all respect to the satisfaction of Engineer-in-
charge 4. 200 mm i/d
40. [20.114.4]Supplying erection, testing of fully 2.00 Each
automatic electric control panel board for
T/Wells in Pump Chamber consisting of
MS sheet of thickness 14 gauge duly
painted box type floor mounted made of
angle Frame containing 1 no. fully
automatic air brake starter suitable for
Motor of the following capacity, Min
switch of suitable range with HRC fuse, 1
no. volt meter (0 to 500 volts), 1 No.
Amp. Meter of 0 to 100 amp. 3 sets of
indicating lamp capacitor of suitable
capacity and 1 no. single phase preventers
with the timer switch including wiring in
panel board and suitable electric energy
meter wiring in Electric Control Panel
Board complete in all respect as per
specification given in Schedule No. II,
Including MCB, suitable, Capacitor,
Wooden Box etc as per site
requirement complete in all respect. 4. 25 HP Motor

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 99 of 139


Public Health Engineering Department
Sr. Description of Item with brief specification and Quantity Unit Rate to be quoted by the contractor/
No reference to book of specification. society

In figures In words

41. [20.15.1]Providing and fixing C.I. Kinetic air valves 5.00 Each
conforming to and marked with IS: 14845 including
carriage, loading, unloading stacking, handling, re-
handling etc., drilling, tapping, screwing in valves
connections complete in all respects to the satisfaction of
Engineer-in- Charge. 1. 80 mm i/d
42. [20.69.1]Providing, lowering, laying in trenches, aligning, 1500.00 Per Kg.
fixing in position and jointing at all level/depths cast iron
(CI) standard specials plain /flanged/ socketed confirming
to IS13382 with rubber ring, nut bolts and rubber sheet
such as tees, bends, tapers, caps etc. complete including all
material, labour, testing and commissioning along with
pipe line as per Technical Specifications and as per
direction of Engineer. 1. Up to 300mm dia
43. [20.71.1]Supply, erection, testing of Ceiling fans IS 5.00 Each
marked (as per IS code 374) with suitable GI pipe
complete in all respects complete as per directions of
Engineer-in-charge 1. 48" (1200mm)
44. [20.72]Supplying, errection, testing of Exhaust fan (as per 1.00 Each
IS code 374) having a capacity of 45 cubic metre per
minute complete with suitable G.I sheet ducting in
structure confirming to latest IS specifications complete
in all respect to satisfaction of Engineer-in-charge.
45. [20.73.2]Supply and fixing of Gantry with chain 1.00 Each
pulley block (tested for 1.5 times the rated
capacity) with travelling trolley of
appropriate lifting capacity as per IS code
3177:1999 with up to date amendments for
handling of pumping sets capable of
moving along the girders including cost of
suitable sized RCC pillars to be provided in
pump house complete in all respects as per
directions of Engineer-in-charge 2. 1.5 tonne capacity
46. [20.76.7]Design, Supply and erection of transformer of 1.00 Each
standard make Required 25 KVA 11/0.433 KVA rating
outdoor type 11 KVA V.C.B, panel, G.O. switch, H. Pole ,
H.T metering panel, APFC panel, battery charges, 11 KVA
substation, entire cable network from G.O. switch to H.T
metering equipment and from H.T metering to
Transformer. From transformer to main to L.T, panel
earthling, safety equipment, fenced enclosure for
transformer, and any other contingent thereto complete in
all respect as per approved make and directions of
Engineer-in-charge as per respective capacity. 7. 175 KVA
47. [20.84]Providing and fixing of insulated rubber matting 2.00 Each
suitable for 11 KV installation 1 M x 2 M x 12 mm thick
(IS code 15652-40091) as per specification complete and
as per directions of Engineer-in-charge

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 100 of 139


Public Health Engineering Department
Sr. Description of Item with brief specification and Quantity Unit Rate to be quoted by the contractor/
No reference to book of specification. society

In figures In words

48. [20.89.9]`Designing, Supply and erection of DG set of 1.00 Each


capacity given below with noise controlled devices
acoustic of suitable rating, testing and commissioning of
diesel generating set, radiator cooled, 3 phase, 4 wire, 50
cycles 415 plus (-)1% volts AC alternator coupled directly
through a set of flexible coupling on a common MS
fabricated base frame with diesel engine complete with
suitable size incoming cable from generator to change
over/AMF panel, making 2nd incoming cable connection
from transformer, outgoing cable connection from
changeover/ standard panel, making second incoming
cable connection from transformer, outgoing cable
connection from changeover / STD panel to incomer of
motor starter panel, fenced enclosure with platform for DG
sets complete as per following detailed scope and
specifications and directions of Engineer-in-charge.
The rating should be at 1500 RPM.
a) Diesel Engine
b) Alternator
c) Battery 24 V.
d) Base Plate.
e) suitable sq mm suitable core copper cable upto 40
metres.
f) Tools, standard panel
g) Metering set 415 VAC-1 set (Amp. meter, Volt Meter,
ASS, VSS, Phase Indicator, control fuse, frequency meter,
CT`s)
h) Metering set 60/5A/110V (Amp. Meter, Volt Meter)
i) Overload protection for DC-1 No.
j) Battery Charger 24V DC
k)Copper bus bar of suitable size
l) KWH meter 96 sqmm size
m) Starting fuse button and key switch9on/off)
n) Indicating lamps for low lubricated oil pressure, high
coolant temperature, set running, load on, Dc control and
other required accessories complete in all respects to the
satisfaction of Engineer-in-charge` 9. 200 KVA
49. [21.108.34]Supplying, erection, testing and 2.00 Each
commissioning of submersible motor
pumping set non clog for sewerage
having head 20.00 m as per the indicated
requirements of discharge in LPM and
power capacity in BHP as per IS marked
including all accessories (like SS Pipes,
SS Chain (Shackle Chain) ,SS Foundation
Bolt, complete base frame, Monorail,
Chain Guide Line, Auto Compiling, Duct
Foot Bend (D/F Bend) etc. complete in all
respect 34. Discharge Capacity (LPM) - 2500
Power Capacity (BHP) - 20
50. [21.28]Providing and fixing steel bar embedded plastic 12.00 Each
steps of size 263mm x 165mm of orange colour,
confirming to specification in pump chambers, manholes
etc., having minimum 3mm thick polypropylene polymer
confirming to is:10910 encapsulated on 12mm dia ribbed
steel bars per IS :1786. The rate include cost of setting the
same to correct lines and levels duly embedded in 1:2:4
cement concrete including carriage, loading, uploading,
stacking, handling, re-handling etc., complete in all respect
to the satisfaction of Engineer-in-charge

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 101 of 139


Public Health Engineering Department
Sr. Description of Item with brief specification and Quantity Unit Rate to be quoted by the contractor/
No reference to book of specification. society

In figures In words

51. [21.84.1]Constructing brick masonry inspection Chamber 4.00 Each


sizes as given below up to 0.60 metre average depth in
cement mortar 1:5 lime concrete with 40 per cent lime
mortar 2:3 in foundation cement concrete 1:2:4 benching
12mm thick cement plaster 1:2 with a floating coat of 1
mm thick of neat cement R.C.C. 1:2:4 slab 100 mm
thick/cement concrete topping, 50mm thick with
455mmx455mm / 455mm x610mm inside light duty C.I.
inspection chamber cover and frame weight as per I.S.I.
specification painted with 3 coats of black bitumastic
superior paint complete as per standard design. 1. Size 450
mm X450 mm inside (with 455 mm x 455 mm cover and
frame light duty single seal weighing 20 kg with C.C.
topping
52. [21.97.8]`Providing, lowering, laying, aligning, fixing in 6975.00 Per Metre
position and jointing at all level/ depths ISI marked HDPE
pipe of PE-100 grade and PN-6 for sewer. application as
per IS 14333-1996 (amended up to date) in trenches in
complete including cost of HDPE Specials, labour,
sectional hydro testing (including the cost and conveyance
of water to site for testing) and commissioning as per
Technical Specifications and as per direction of Engineer.
Note: E/w to be measured and paid separately. Rate
includes cost of all specials like bends, tees required during
laying of pipe line along required alignment.
` 8. 450 mm Outside Dia
53. [22.1.1]Providing and fixing wash basin with C.I. brackets, 4.00 Each
15 mm C.P. brass pillar taps, 32 mm C.P. brass waste of
standard pattern, including painting of fittings and
brackets, cutting and making good the walls wherever
require: 1. White vitreous chinaware Wash basin size
630x450 mm with a pair of 15 mm C.P. brass pillar taps
54. [22.10.1.1]Providing and fixing Stainless Steel A ISI 304 2.00 Each
(18/8) kitchen sink as per IS:13983 with C.I. brackets and
stainless steel plug 40 mm, including painting of fittings
and brackets, cutting and making good the walls wherever
required : 1.1. Kitchen sink with drain board
510x1040 mm bowl depth 250 mm
55. [22.102.2]Providing and fixing C.P. brass shower rose 2.00 Each
with 15 or 20 mm inlet : 2. 150 mm diameter
56. [22.14.2.1]Providing and fixing P.V.C. waste pipe for sink 6.00 Each
or wash basin including P.V.C. waste fittings complete.
2.1. Flexible pipe
32 mm dia
57. [22.159.2]Providing and laying Double Flanged (screwed / 20.00 Metre
welded) Centrifugally (Spun) Cast Iron, Class B (IS :
1536) : 2. 150 mm dia C.I. Double Flanged Pipe
58. [22.159.3]Providing and laying Double Flanged (screwed / 20.00 Metre
welded) Centrifugally (Spun) Cast Iron, Class B (IS :
1536) : 3. 200 mm dia C.I. Double Flanged Pipe
59. [22.159.5]Providing and laying Double Flanged (screwed / 10.00 Metre
welded) Centrifugally (Spun) Cast Iron, Class B (IS :
1536) : 5. 300 mm dia C.I. Double Flanged Pipe
60. [22.162.3.1]Providing and fixing C.I. sluice valves (with 2.00 Each
cap) complete with bolts, nuts, rubber insertions etc. (the
tail pieces if required will be paid separately) : 3.1. 150
mm diameter
Class I
61. [22.162.4.1]Providing and fixing C.I. sluice valves (with 2.00 Each
cap) complete with bolts, nuts, rubber insertions etc. (the
tail pieces if required will be paid separately) : 4.1. 200
mm diameter
Class I

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 102 of 139


Public Health Engineering Department
Sr. Description of Item with brief specification and Quantity Unit Rate to be quoted by the contractor/
No reference to book of specification. society

In figures In words

62. [22.162.6.1]Providing and fixing C.I. sluice valves (with 1.00 Each
cap) complete with bolts, nuts, rubber insertions etc. (the
tail pieces if required will be paid separately) : 6.1. 300
mm diameter
Class I
63. [22.171.1]Making soak pit 2.5 m diameter 3.0 metre deep 2.00 Each
with 45 x 45 cm dry brick honey comb shaft with bricks
and S.W. drain pipe 100 mm diameter, 1.8m long complete
as per standard design. 1. With common burnt clay non-
modular bricks of class designation 7.5
64. [22.181]Providing and placing on terrace (at all floor 1000.00 Litre
levels) polyethylene water storage tank, IS : 12701
marked, with cover and suitable locking arrangement and
making necessary holes for inlet, outlet and overflow pipes
but without fittings and the base support for tank.
65. [22.20.2]Providing and fixing in position C.I. plain Nahani 4.00 Each
Trap conforming to I.S.I. specifications and of self
cleaning design with C.P. brass hinged grating with frame
complete 2. With 75 mm internal diameter outlet
66. [22.209]Providing and fixing 600x450 mm bevelled edge 2.00 Each
mirror of superior glass (of approved quality) complete
with 6 mm thick hard board ground fixed to wooden cleats
with C.P. brass screws and washers complete.
67. [22.22.1]Providing and fixing water closet squatting pan 2.00 Each
(Indian type W.C. pan ) with 100 mm sand cast Iron P or S
trap, 10 litre low level white P.V.C. flushing cistern,
including flush pipe, with manually controlled device
(handle lever) conforming to IS : 7231, with all fittings and
fixtures complete, including cutting and making good the
walls and floors wherever required: 1. White vitreous
chinaware Orissa pattern W.C. pan of size 580x440 mm
with integral type foot rests
68. [22.24.1]Providing and fixing white vitreous chinaware 2.00 Each
pedestal type water closet (European type) with seat and
lid, 10 litre low level white vitreous chinaware flushing
cistern and C.P. flush bend with fittings and C.I. brackets,
40 mm flush bend, overflow arrangement with specials of
standard make and mosquito proof coupling of approved
municipal design complete, including painting of fittings
and brackets, cutting and making good the walls and floors
wherever required : 1. W.C. pan with ISI marked white
solid plastic seat and lid
69. [22.51.1.1]Providing and fixing soil, waste and vent pipes : 10.00 Metre
1.1. 100 mm dia
Sand cast iron S&S pipe as per IS: 1729
70. [22.51.2.1]Providing and fixing soil, waste and vent pipes : 6.00 Metre
2.1. 75 mm diameter :
Sand cast iron S&S pipe as per IS: 1729
71. [22.86.1]Providing and fixing Chlorinated Polyvinyl 40.00 Metre
Chloride (CPVC) pipes, having thermal stability for hot
and cold water supply, including all CPVC plain and brass
threaded fittings, i/c fixing the pipe with clamps at 1.00 m
spacing. This includes jointing of pipes and fittings with
one step CPVC solvent cement and the cost of cutting
chases and making good the same including testing of
joints complete as per direction of Engineer in Charge. 1.
15 mm nominal outer dia Pipes

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 103 of 139


Public Health Engineering Department
Sr. Description of Item with brief specification and Quantity Unit Rate to be quoted by the contractor/
No reference to book of specification. society

In figures In words

72. [22.86.2]Providing and fixing Chlorinated Polyvinyl 20.00 Metre


Chloride (CPVC) pipes, having thermal stability for hot
and cold water supply, including all CPVC plain and brass
threaded fittings, i/c fixing the pipe with clamps at 1.00 m
spacing. This includes jointing of pipes and fittings with
one step CPVC solvent cement and the cost of cutting
chases and making good the same including testing of
joints complete as per direction of Engineer in Charge. 2.
20 mm nominal outer dia Pipes
73. [22.96.1]Providing and fixing brass bib cock of approved 6.00 Each
quality : 1. 15 mm nominal bore
74. [22.97.1]Providing and fixing brass stop cock of approved 12.00 Each
quality : 1. 15 mm nominal bore
75. [23.22.5.1]MCCB ,DISTRIBUTION BOARDS, MCB`s, 4.00 Each
RCCB`s, CHANGE OVER etc. 5.1. Supply and erection of
miniature circuit Breaker 240/415 V in the existing
distribution board including making necessary
connections:- 6 amp. to 32 amp Single Pole
76. [23.22.5.3]MCCB ,DISTRIBUTION BOARDS, MCB`s, 1.00 Each
RCCB`s, CHANGE OVER etc. 5.3. Supply and erection of
miniature circuit Breaker 240/415 V in the existing
distribution board including making necessary
connections:- 6 amp. to 32 amp Double POLE
77. [23.22.5.4]MCCB ,DISTRIBUTION BOARDS, MCB`s, 2.00 Each
RCCB`s, CHANGE OVER etc. 5.4. Supply and erection of
miniature circuit Breaker 240/415 V in the existing
distribution board including making necessary
connections:- 40 amp to 63 amp. Double pole
78. [23.3.1.1]COPPER WIRING IN PVC CONDUIT 31.00 Each
(SURFACE/RECESS) 1.1. Wiring for Light/Fan/call bell
point in 1.5 sqmm FRLS PVC insulated copper conductor
cable in 1.6 mm thick PVC conduit pipe. Group A
79. [23.3.4.1]COPPER WIRING IN PVC CONDUIT 14.00 Each
(SURFACE/RECESS) 4.1. Wiring in PVC conduit system
for 3-pin 5amp. Plug point by using 2 no 1.5 sqmm FRLS
copper wire and 1 no 1.5 Sqmm FRLS copper wire ,
including providing 1 no 5/6 Amp 3/5 pin socket and 1 no
5/6 Amp switch required MS Box etc complete as required
Group A
80. [23.3.5.1]COPPER WIRING IN PVC CONDUIT 4.00 Each
(SURFACE/RECESS) 5.1. Wiring in PVC conduit system
for 3-pin 15amp. Plug point by using 2 no 4 sqmm FRLS
copper wire and 1 no 4 Sqmm FRLS copper wire for
earthling , including providing 1 no 15/16 Amp 3/6 pin
socket and 1 no 15/16 Amp switch required MS Box etc
complete as required Group A
81. [23.8.1.12]FITTING AND ACCESSORIES 1.12. 26.00 Each
Providing and fixing Piano type accessories of approved
make in existing box and Bakelite sheet including fixing
and making necessary connections, complete in all respect.
Bakelite angle/straight button holder large size.
82. [23.8.1.13]FITTING AND ACCESSORIES 1.13. 5.00 Each
Providing and fixing Piano type accessories of approved
make in existing box and Bakelite sheet including fixing
and making necessary connections, complete in all respect.
Socket size rotary step type Electronic regulator for A.C.
ceiling fan
83. [23.8.4]FITTING AND ACCESSORIES 4. Supply and 5.00 Each
erection of 10.5 cm dia M.S.Fan box including 8 mm dia
30 cm long M.S. Road made into suitable suspension hook
and erected in R.C.C. slab for the erection of fan complete
with all labour and material required to complete the job.

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 104 of 139


Public Health Engineering Department
Sr. Description of Item with brief specification and Quantity Unit Rate to be quoted by the contractor/
No reference to book of specification. society

In figures In words

84. [24.1.1]EARTHING AND LIGHTENING ARRESTOR 1. 2.00 Each


Earthing with GL earth pipe 4.5 m long and 40 mm dia
with masonry enclosures on the top etc. (but without
charcoal or coke and salt) as required.
85. [24.1.2]EARTHING AND LIGHTENING ARRESTOR 2. 2.00 Each
Extra for using salt and char coal/coke for pipe earth
electrode as required.
86. [24.5.1.7]MISCELLANEOUS ITEMS 1.7. Supply and 60.00 Metre
jointing three core submersible flat cables of approved
make with bare bunched copper conductor insulated and
sheathed with PVC for submersible pump motors /fountain
lights etc with voltage grade 1100 volts marked with
IS:694, 1990 including cost of jointing, materials as well
as carriage, loading, unloading etc. complete in all respect
up to the entire satisfaction of Engineer- in-Charge.
Submersible Copper Cable 3 Core 25 sqmm
87. [4.12.1]Earth work in excavation by mechanical means 203.17 cum
(Hydraulic excavator)/manual means over areas (exceeding
30 cm in depth, 1.5 m in width as well as 10 sqm on plan)
including getting out and disposal of excavated earth lead
up to 50 m and lift up to 1.5 m, as directed by Engineer-in-
charge. 1. All kinds of soil
88. [4.14.1]Earth work in excavation by mechanical means 544.82 cum
(Hydraulic excavator) / manual means in foundation
trenches or drains (not exceeding 1.5 m in width or 10 sqm
on plan), including dressing of sides and ramming of
bottoms, lift up to 1.5 m, including getting out the
excavated soil and disposal of surplus excavated soil as
directed, within a lead of 50 m. 1. All kinds of soil.
89. [4.16.1.3]Excavating trenches of required width for pipes, 6975.00 Metre
cables, etc including excavation for sockets, and dressing
of sides, ramming of bottoms, depth up to 1.5 m, including
getting out the excavated soil, and then returning the soil as
required, in layers not exceeding 20 cm in depth, including
consolidating each deposited layer by ramming, watering,
etc. and disposing of surplus excavated soil as directed,
within a lead of 50 m : 1.3. Pipes, cables etc. exceeding
300 mm dia but not exceeding 600 mm
90. [4.32]Filling available excavated earth (excluding rock) in 360.00 cum
trenches, plinth, sides of foundations etc. in layers not
exceeding 20cm in depth, consolidating each deposited
layer by ramming and watering, lead up to 50 m and lift up
to 1.5 m.
91. [5.23.2]Demolishing cement concrete manually/ by 41.88 cum
mechanical means including disposal of material within 50
metres lead as per direction of Engineer - in - charge. 2.
Nominal concrete 1:2:4 or leaner mix (i/c equivalent
design mix)
92. [6.1.2]Providing and laying in position cement concrete of 201.88 cum
specified grade excluding the cost of centering and
shuttering - All work below plinth level and up to Floor IV
level: 2. 1:2:4 (1 cement : 2 coarse sand (zone-III) : 4
graded stone aggregate 20 mm nominal size)
93. [6.1.6]Providing and laying in position cement concrete of 292.11 cum
specified grade excluding the cost of centering and
shuttering - All work below plinth level and up to Floor IV
level: 6. 1:4:8 (1 Cement : 4 coarse sand (zone-III) : 8
graded stone aggregate 40 mm nominal size)
94. [6.10]Providing and applying a coat of residual petroleum 148.46 Sqm
bitumen of grade of VG-10 of approved quality using
1.7kg per square metre on damp proof course after
cleaning the surface with brushes and finally with apiece of
cloth lightly soaked in kerosene oil.

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 105 of 139


Public Health Engineering Department
Sr. Description of Item with brief specification and Quantity Unit Rate to be quoted by the contractor/
No reference to book of specification. society

In figures In words

95. [6.14.1]Providing and laying in position specified grade of 78.33 cum


reinforced cement concrete, excluding the cost of
centering, shuttering, finishing and reinforcement - All
work up to plinth level : 1. 1:1.5:3 (1 cement : 1.5 coarse
sand (zone-III): 3 graded stone aggregate 20 mm nominal
size)
96. [6.15.1]Reinforced cement concrete work in walls (any 48.50 cum
thickness), including attached pilasters, buttresses, plinth
and string courses, fillets, columns, pillars, piers,
abutments, posts and struts etc. above plinth level up to
floor four level, excluding cost of centering, shuttering,
finishing and reinforcement : 1. 1:1.5:3 (1 cement : 1.5
coarse sand(zone-III) : 3 graded stone aggregate 20 mm
nominal size)
97. [6.16]Reinforced cement concrete work in beams, 14.37 cum
suspended floors, roofs having slope up to 15° landings,
balconies, shelves, chajjas, lintels, bands, plain window
sills, staircases and spiral stair cases above plinth level up
to floor four level, excluding the cost of centering,
shuttering, finishing and reinforcement with 1:1.5:3 (1
cement : 1.5 coarse sand(zone-III) : 3 graded stone
aggregate 20 mm nominal size).
98. [6.25.1]Providing and laying in position machine batched 15.00 cum
and machine mixed design mix M-25 grade cement
concrete for reinforced cement concrete work, using
cement content as per approved design mix, including
pumping of concrete to site of laying but excluding the
cost of centering, shuttering, finishing and reinforcement,
including admixtures in recommended proportions as per
IS: 9103 to accelerate, retard setting of concrete, improve
workability without impairing strength and durability as
per direction of Engineer-in-charge. 1. All works up to
plinth level
99. [6.25.2]Providing and laying in position machine batched 21.82 cum
and machine mixed design mix M-25 grade cement
concrete for reinforced cement concrete work, using
cement content as per approved design mix, including
pumping of concrete to site of laying but excluding the
cost of centering, shuttering, finishing and reinforcement,
including admixtures in recommended proportions as per
IS: 9103 to accelerate, retard setting of concrete, improve
workability without impairing strength and durability as
per direction of Engineer-in-charge. 2. All works above
plinth level up to floor IV level
100. [6.26.1]Extra for providing richer mixes up to plinth and at 37.00 cum
all floor levels. 1. Providing M-30 grade concrete instead
of M-25 grade BMC/ RMC. (Note:- Cement content
considered in M-30 is @ 340 kg/cum)
101. [6.30.1]Centering and shuttering including strutting, 52.49 Sqm
propping etc. and removal of form for 1. Foundations,
footings, bases of columns, etc. for mass concrete
102. [6.30.2]Centering and shuttering including strutting, 205.15 Sqm
propping etc. and removal of form for 2. Walls (any
thickness) including attached pilasters, buttresses, plinth
and string courses etc.
103. [6.30.3]Centering and shuttering including strutting, 95.88 Sqm
propping etc. and removal of form for 3. Suspended floors,
roofs, landings, balconies and access platform
104. [6.30.6]Centering and shuttering including strutting, 112.73 Sqm
propping etc. and removal of form for 6. Columns, Pillars,
Piers, Abutments, Posts and Struts

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 106 of 139


Public Health Engineering Department
Sr. Description of Item with brief specification and Quantity Unit Rate to be quoted by the contractor/
No reference to book of specification. society

In figures In words

105. [6.33.6]Steel reinforcement for R.C.C. work, where not 14072.00 Kg.
included in the complete rate of RCC, including
straightening, cutting, bending, placing in position,
binding, wastage, overlaps, welded joints, spacer bars,
chairs, stays, hangers and annealed steel wire etc. complete
in all respect below plinth level 6. Thermo-Mechanically
Treated bars of grade Fe-500D or more.
106. [6.34.6]Steel reinforcement for R.C.C. work, where not 2364.00 Kg.
included in the complete rate of RCC, including
straightening, cutting, bending, placing in position,
binding, wastage, overlaps, welded joints, spacer bars,
chairs, stays, hangers and annealed steel wire etc. complete
in all respect above plinth level. 6. Thermo-Mechanically
Treated bars of grade Fe-500D or more.
107. [6.8.2]Providing and laying damp-proof course with 19.43 Sqm
cement concrete 1:2:4 (1 cement : 2 coarse sand (zone-III):
4 graded stone aggregate 12.5mm nominal size) 2. 40mm
thick
108. [6.8.3]Providing and laying damp-proof course with 129.03 Sqm
cement concrete 1:2:4 (1 cement : 2 coarse sand (zone-III):
4 graded stone aggregate 12.5mm nominal size) 3. 25 mm
thick
109. [7.21.1]Brick work with common burnt clay non-modular 176.96 cum
bricks of class designation 10.5 in foundation and plinth in:
1. Cement mortar 1:4 (1 cement : 4 coarse sand)
110. [7.21.2]Brick work with common burnt clay non-modular 22.08 cum
bricks of class designation 10.5 in foundation and plinth in:
2. Cement mortar 1:6 (1 cement : 6 coarse sand)
111. [7.22.1]Brick work with common burnt clay non-modular 174.78 cum
bricks of class designation 10.5 in superstructure above
plinth level up to floor IV level in all shapes and sizes in :
1. Cement mortar 1:4 (1 cement : 4 coarse sand)
112. [7.28.2]Half brick masonry with common burnt clay non- 77.27 Sqm
modular bricks of class designation 10.5 in superstructure
above plinth level up to floor IV level. 2. Cement mortar
1:4 (1 cement :4 coarse sand)
113. [9.11.1]10 cm thick (average) mud phaska of damped brick 89.23 Sqm
earth on roofs laid to slope consolidated and plastered with
25 mm thick mud mortar mixed with bhusa @ 35 kg per
cum of earth and gobri leaping with mix 1:1 (1 clay : 1
cow dung) and covered with flat tile bricks, grouted with
cement mortar 1:3 (1 cement : 3 fine sand) mixed with 2%
of integral water proofing compound by weight of cement
and finished neat: 1. With common burnt clay non-modular
brick tile of class designation 10
114. [9.18]Making khurras 45x45 cm with average minimum 5.00 Each
thickness of 5 cm cement concrete 1:2:4 (1 cement : 2
coarse sand : 4 graded stone aggregate of 20 mm nominal
size) over P.V.C. sheet 1 m x1 m x 400 micron, finished
with 12 mm cement plaster 1:3 (1 cement : 3 coarse sand)
and a coat of neat cement, rounding the edges and making
and finishing the outlet complete.
115. [9.57.2]Providing and fixing on wall face Unplasticised 19.70 Metre
Rigid PVC rain water pipes conforming to IS : 13592 Type
A, including jointing with seal ring conforming to IS :
5382, leaving 10 mm gap for thermal expansion, (i) Single
socketed pipes. 2. 110 mm diameter

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 107 of 139


Public Health Engineering Department
Sr. Description of Item with brief specification and Quantity Unit Rate to be quoted by the contractor/
No reference to book of specification. society

In figures In words

116. [9.58.5.2]Providing and fixing on wall face Unplasticised - 6.00 Each


PVC moulded fittings/ accessories for Unplasticised Rigid
PVC rain water pipes conforming to IS : 13592 Type A,
including jointing with seal ring conforming to IS : 5382,
leaving 10 mm gap for thermal expansion. 5.2. Bend 87.5°

110 mm bend

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 108 of 139


Public Health Engineering Department

NS ITEMS:
Sr. Description of Item with brief specification and Quantity Unit Rate(Rs.) to be quoted by the
No reference to book of specification. contractor/ society

In figures In words

1. HT. ALLUMINIUM CABLE: Supply erection testing 30.00 Per Metre


of standard make XLPE 3 core HT / 11 KV grade ISI
marked Stranded compact circular aluminium
conductor, conductor screen with extruded semi
conducting compound, XLPE insulated, insulation
screening with extruded semi conducting compound in
combination with copper tape, cores laid up, innersheath
of PVC, galvanised steel flat strip armoured, and overall
PVC sheathed cable conforming to is 7098 (part-2)
2011 with up to date amendments for making following
connection a) from G.O switch to metering equipment
. b) from metering equipment to transformer complete in
all respect. Make: Indian Cables Ltd./ Polycab / RR
Cables / CAPP / Finolex / Havells / Gloster / Universal /
Fort Gloster Industries Ltd./ Indian Cable Co. / Asian
Cables Corporation Ltd
35 Sqmm size

2. LT CABLE ALLUMINIUM: Supply, erection, testing 30.00 Per Metre


and commissioning of IS marked 3.5 core Cables, Solid
Aluminum conductor up to 10sqmm and balance
stranded conductor, XLPE Insulated, cores laid up, PVC
Inner sheathed, Armoured (Aluminium wire for single
core up to 70sqmm and balance Aluminium strip,
Glavanised wire for cables up to2x10sqmm, 3x10sqmm,
4x6sqmm and balance all galvanized steel strip)
extruded PVC type ST2 Outer sheathed, 650/1100V
grade as per IS7098 (Part-1) 1988 with up to date
amendments along with all accessories complete in all
respect. Make: Indian Cables Ltd./ Finolex / Havells /
Polycab / RR Cables / CAPP / Gloster / Universal / Fort
Gloster Industries Ltd./ Asian Cables Corporation Ltd.
240 Sqmm size

3. ANNEXE BUILDING : Construction of HT / LT Panel 250.00 per


room, PLC room, Centrifuge house, blower room and
Lab cum office building including doors, windows and
fittings with toilet block including all Sanitary fittings
etc. as per drawings approved by SE at MPS and STP.
250 Sqm covered area built up with RCC framed
structure and brick work finished with vitrified glazed
tiles flooring, powder coated aluminum frame made
with 10 guage sheet having size 100mm x 45mm for
chowkhat, 75mm x 45mm for door frame and 45mm x
45mm for window frame with 5mm thick glass
AIS/Saint Gobain/ complete in all respect.

4. CC TV CAMERAS: 1. Providing and Installing 6 1.00 Job


CCTV Cameras (4 Cameras for STP and 2 Camera at
MPS-1) within 96 hours of signing the agreement along
with 120 days recording (DVR), 48 inch LED Screen,
16 Channel DVR at STP and MPS Site with connectors,
cables, poles and power supply with online real-time
output facility. The cameras at MPS and STP shall be
synchronized at STP site complete in all respect.
1.1 PTZ speed dome 360 degree 50X zoom camera, CP
Plus Internet Protocol minimum 5 MP WDR, Night
vision color mode, IR range up to 150 m. CCTV
Cameras should be installed and commissioned before
starting of the work.Make: Sony / Canon / Panasonic /
Samsung

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 109 of 139


Public Health Engineering Department
Sr. Description of Item with brief specification and Quantity Unit Rate(Rs.) to be quoted by the
No reference to book of specification. contractor/ society

In figures In words

5. a STP 3.50 MLD: Design, construction, erection, testing 1.00 Job


and commissioning of 3.50 MLD capacity Sewage
Treatment Plant based on Sequential Batch Reactor
(SBR) Technology complete in all respect including
Landscaping, MCC Panel Room, all other contingent ie.
Electrical, Mechanical, Piping and Instrumentation work
with PLC and SCADA arrangement for STP integrated
with MPS-1, MPS-2 and MPS at STP including
furniture and laboratory equipments as per detail given
in the bid document and following components b Supply
and installation 2 Nos. fine Screens of suitable size for
3.50 MLD average flow with peak factor of 3. c 2 No.
High Mast of 9 mtr GI Octagonal pole of 4 mm
thickness (T=100 mm, B=200mm, Base Plate = 320 x
320 x 20 mm), Window at 500 mm from Base Plate
with 6 No. LED suitable size, outdoor type energy
efficient lamps on each pole, 20 no. LED outdoor light
with 7 m. high GI pole along road / path including all
accessories complete in all respect. d Supply and
installation of 1 No. 3.65 m wide Main Gate of MS and
1.25 m. wide wicket gate at STPto the entire satisfaction
of Engineer-in-charge. (Total weight not less than 500
kg). e Providing and installing 2 No. centrifuges
(1Working plus 1 Stand bye) including centrifuge feed
pump, all fittings, instrumentations, electric panel board
etc. as per design complete in all respect including
packing dry sludge in 20 Kg. bag and supplying the
same in market Kisan Sewa Kendra or as directed by
Engineer-in-charge within the lead as pointed at clause
4.4.4 of the DNIT. B) EWQMS: Supply, Installation,
Testing, Commissioning, Operation and Comprehensive
Annual Maintenance of effluent quality monitoring
system at 3.50 MLD capacity STP for online
(continuous) measurement of PH, Total Suspended
Solids (TSS), Chemical Oxygen Demand (COD),
Biological Oxygen Demand (BOD) by single analyzer
with various sensors (spectral measurement in the UV-
VIS range 200-720mm) performing reagent and
chemical free analysis with automatic cleaning of
censor, signal cables and power cables, local data
acquisition and display of data on continuous basis for
up linking the data to CPCB, HSPCB and PHED, TUV
approved complete in all respect as per Central Pollution
Control Board (CPCB) guidelines for online continuous
monitoring system for effluents and as contained in
scope of work in the. Multi-parameter measuring
converter, for connecting up to 18 intelligent sensors
Scope including 8 analog inputs / outputs (4 inputs and
4 outputs) (0/4-20Ma), wide- range power supply
Optical COD/BOD and TSS probe with spectral
processing of the UV-VIS range, for measurement in the
outlet / effluent of 3.50 MLD capacity STP at village
Madlouda with integrated with automatic cleaning
including. Robust digital pH/ORP sensor for pH/ORP
electrodes, with built-in pre-amplifier and temperature
sensor with Automatic Temperature Compensation
(ATC) Cable length 100 Meter (minimum) Sensor
adapter cable for all intelligent sensors, with IP68 water
proof connection to the intelligent Sensor Net system.
Cable length 100 meter (minimum) Data transfer to
CPCB, HSPCB and PHED serversProviding GSM 3G,
4G modem with mobile network connectivity including
network.......

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 110 of 139


Public Health Engineering Department
Sr. Description of Item with brief specification and Quantity Unit Rate(Rs.) to be quoted by the
No reference to book of specification. contractor/ society

In figures In words

6. MPS FOR 3.50 MLD STP: Design, construction, 1.00 Job


erection, testing and commissioning of MPS and
following components: a RCC Inlet chamber, screening
chamber, collecting tank, , wet well sump suitable for
3.50 MLD average flow with peak factor 3 including
Providing and installing 5 no. non clog sewage
submersible pump sets ie. 1 No.of 7300 LPM, 2no. of
2500 and 2 no. of 1300 LPM having minimum head of
15 m, equipped with suitable LT panel boards, all safety
devices, automatic capacitor bank and suitable size
submersible cable from LT panel to pumps complete in
all respect b K9 DI pipe of suitable dia at MPS
including welding and screwing of flanges, ISI marked
D.I. fittings, sluice valves, non returning valves as per
requirements even for bye-pass arrangements complete
in all respect including. c 3 Nos. CI Gear Operated
Sluice Gate with SS Spindle (SS 410) and seats (SS
304) (2 nos. for screen and 1 no. for partition of
collecting tank) as per design . d Supply and installation
of 2 mechanical coarse screens suitable for for 3.50
MLD average flow with peak factor of 3.0 complete in
all respect . e Entire infrastructure except construction
of staff quarter, Boundary wall, path ways / roads and
work covered under Schedule -1A (HSR - Items)
required to be executed at site to make the MPS
functional is included in the scope of work for lump-
sum job. f All the pumping machinery, panel board,
Level sensor etc shall be controlled by PLC and
SCADA and shall be synchronized with PLC panels at
MPS and STP site through broadband internet facility. g
Raw sewage will be available near boundary wall within
the premises of proposed STP but the conveyance of
sewage through DI pipe of suitable diameter, from this
terminal point to the receiving Chamber of the MPS is
included in the Turnkey contract. The Level of the MPS
/ STP will be as per bed level of existing incoming
sewer at MPS. h The size and quantities of all the above
components will be as per approved structural/
Hydraulic / Mechanical/ Electrical design to be
approved by Departmental before actual execution of
work.....
7. Operation and Maintenance for complete scope of work 1.00 Per job
covered
under this contract as per OandM schedule for a period
of 5 year
after successful completion of 12 month’s defect
liability period
and 3 month trial run complete in all respect as per
approved
NIT. The amount will be charged to the A/Mtc. estimate

1) Operation and maintenance during defect liability


period after 3 month trial run period ( operation only)

8. 1.00 Per job


1st year Operation and maintenance after defect liability
period
9. 2 1.00 Per job
nd year Operation and maintenance
10. 3rd year Operation and maintenance 1.00 Per job

11. 4th year Operation and maintenance 1.00 Per job

12. 5th year Operation and maintenance 1.00 Per job

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 111 of 139


Public Health Engineering Department

Total Bid Price (in figures) ----------------------------------------------


(in words) -----------------------------------------------------
Signature__________

Notes:-
1. The item for which no rate or price has been entered in will not be paid for by the Employer
when executed and shall be deemed to be covered by the other rates and prices in the Bill of
Quantities (Refer: ITB Clause 13.2).

2. Unit rates and prices shall be quoted by the bidder in Indian rupees excluding GST [ITB
Clause 14.1].

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 112 of 139


Public Health Engineering Department

Section 7

Standard Forms

Letter of Acceptance

and

Other Forms

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 113 of 139


Public Health Engineering Department

Standard Forms

(A) Letter of Acceptance

LETTER OF ACCEPTANCE
(Letterhead paper of the Employer)
No.________
Dated___________________

To

_____________________________ (Name and address of the Contractor)


_____________________________
_____________________________

Dear Sirs,

This is to notify you that your Bid dated ________________________________ for


execution of the ___________________________________________________ (name of the
contract and identification number as given in the contract data) for the contract Price of Rupees
______________________________ (amount in words and figures), as corrected and modified in
accordance with the Instructions to Bidders1 is hereby accepted.

You are hereby requested to furnish Performance Security, (and additional security
for unbalanced bids in terms of ITB Clause 29.3) [where applicable] in the form detailed in Clause
34.1 of ITB for an amount equivalent to Rs. ___________ within 15 days of the receipt of this
letter of acceptance valid up to 28 days from the date of expiry of Defect Liability-cum-
Maintenance Period i.e. up to _________________________ and sign the contract, failing which
action as stated in Clause 34.3 of ITB will be taken.

Yours faithfully,

Authorized Signature
Name and title of Signatory
Name of Employer
for and on behalf of Governor of Haryana

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 114 of 139


Public Health Engineering Department

(B) Issue of Notice to Proceed with the Work

ISSUE OF NOTICE TO PROCEED WITH THE WORK


(Letter head of the Employer)

No. _________________ Dated


__________________

To

—————————————— (Name and address of the Contractor)

——————————————

——————————————

Dear Sirs:

Pursuant to your furnishing the requisite Performance Security as stipulated in ITB Clause 34
and signing of the Contract for the work of ————————

———— at a bid price of Rs. ________________________________.


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)

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 115 of 139


Public Health Engineering Department

(C) Standard Form of Agreement

STANDARD FORM: AGREEMENT

This Agreement, made the ___________________day of ______________20_______,


between_________________________________________________________________

__________________________________________________________ [name and address of


Employer]

(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 cost of Rupees...............................

NOW THIS AGREEMENT WITNESSETH as follows:

1. In this Agreement, words and expressions 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.

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 116 of 139


Public Health Engineering Department
3. The Employer hereby covenants to pay the Contractor in consideration of the execution and
completion of the Works and remedying the defects within 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;
iv) Contract Data;
v) Special Conditions of Contract and General 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.
The Common Seal of ______________________________________________________

was hereunto affixed in the presence of:

Signed, Sealed and Delivered by the said ______________________________________


________________________________________________________________________

in the presence of:

Binding Signature of Employer ______________________________________________

Binding Signature of Contractor _____________________________________________

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 117 of 139


Public Health Engineering Department

(D) Form of Unconditional Bank Guarantee from Contractor for Performance Bank
Guarantee

(BANK GUARANTEE)

WHEREAS, ______________________ [Name of Bidder] (hereinafter called “the Bidder”) has


submitted his Bid dated ____________ [date] for the construction of _________________ [name
of contract hereinafter called “the Bid”].

KNOW ALL PEOPLE by these presents that


We_________________________________________
[name of Bank] of ____________________ [name of country] having our registered office at
____________________________________ (hereinafter called “the Bank”) are bound unto
__________________[name of Employer] (hereinafter called “the Employer”) in the sum of
______________________ * for which payment well and truly be made to the said Employer the
Bank itself, his successors and assigns by these presents.

SEALED with the common seal of the said Bank this ___________ day of ____________, 20

THE CONDITIONS of this obligation are;

(1) If after Bid opening the Bidder withdraws his bid during the period of Bid validity specified in
the from of tender.
OR

(2) If the Bidder having been notified to the acceptance of his bid by the Employer during the
period of Bid validity:

(a) fails or refuses to execute the Form of Agreement in accordance with the Instructions to
Bidders, if
required; or

(b) fails or refuses to furnish the Performance Security, in accordance with the Instructions to
Bidders; or

We undertake to pay to the employer up to the above amount upon receipt of his first written
demand, without the Employer having to substantiate his demand, provided that in his demand
the Employer will note that the amount claimed by him is due to him owing to the occurrence
of one or any of the three conditions, specifying the occurred condition or conditions.

This Guarantee will remain in force up to and including the date ________________ ** days
after the deadline for submission of Bids or as such deadline as is stated in the Instructions to
Bidders or as it may be extended by the Employer, notice of which extension(s) to the Bank is
hereby waived. Any demand in respect of this guarantee should reach the Bank not later than the
above date.

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 118 of 139


Public Health Engineering Department

DATE ___________________________
SIGNATURE________________________

WITNESS________________________ SEAL
______________________________

[Signature, name and address]

* The Bidder should insert the amount of the guarantee in words and figures denominated in
Indian Rupees.

** 45 days after the end of the validity period of the Bid. Date should be inserted by the employer
before the Bidding documents are issued.

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 119 of 139


Public Health Engineering Department

Earnest Money Declaration Form


(in case of bidder is registered as contractor with Haryana Government on Haryana Engineering Works Portal)

(refer Clause 16.2 of Section 1)

1. I hereby submit a declaration that the bid submitted by the undersigned, on behalf of the
bidder, (name of the Bidder), shall not be withdrawn or modified during the period of
validity i.e. not less than 120 (one hundred twenty) days from the bid due date.

2. I, on behalf of the bidder, (Name of Bidder), also accept the fact that in case the bid is
withdrawn or modified during the period of its validity or if we fail to sign the contract in
case the work is awarded to us or we fail to submit a performance security before the
deadline defined in clause 34.1 of the tender document, then (Name of Bidder) will be
debarred for participation in the tendering process in any of the
Department/Boards/Corporations etc. of the Government of Haryana for a period of Two
year from the bid due date of this work

(Signature of the Authorized Signatory)


(Official Seal)

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 120 of 139


Public Health Engineering Department

PERFORMANCE BANK GUARANTEE

To
____________________________ [name of Employer]
____________________________ [address of Employer]
____________________________

WHEREAS ______________________________________ [name and address of


Contractor] (hereafter called “the contractor”) has undertaken, in pursuance of Contract No.
_________________ dated _____________ to execute ____________________________ [name
of Contract and brief description of Works] (hereinafter called “the Contract”).

AND WHEREAS it has been stipulated by you in the said Contract that the Contractor
shall furnish you with a Bank Guarantee by a recognized bank for the sum specified therein as
security for compliance with his obligation in accordance with the Contract;

AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee:

NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you on
behalf of the Contractor, up to a total of ___________________________ [amount of guarantee]*
_______________________ (in words), such sum being payable in the types and proportions of
currencies in which the Contract Price is Payable, and we undertake to pay you, upon your first
written demand and without cavil or argument, any sum or sums within the limits of
________________________________[amount of guarantee] as aforesaid without your needing to
prove or to show grounds or reasons for your demand for the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the contractor before
presenting us with the demand.

We further agree that no change or addition to or other modification of the terms of the
Contract or of the Works to be performed there under or of any of the Contract documents which
may be made between you and the Contractor shall in any way release us from any liability under
this guarantee, and we hereby waive notice of any such change, addition or modification.

This guarantee shall be valid until 28 days from the expiry of the Defect Liability-
cum-Maintenance Period.

Signature and Seal of the guarantor_____________


Name of Bank_________________________
Address _____________________________
Date________________________________

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 121 of 139


Public Health Engineering Department
* An amount shall be inserted by the Guarantor, representing the percentage the Contract Price
specified in the Contract including additional security for unbalanced Bids, if any and denominated
in Indian Rupees.

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 122 of 139


Public Health Engineering Department

(E) Format for Equipment/Machinery Lease Agreement

EQUIPMENT/MACHINERY LEASE AGREEMENT

The Lease Agreement (the “agreement”) is made and entered on dated__________, by and
between (“Lessor) and (“ Lessee”) (collectively referred to as the parties).
The parties agree as follows:-

1 Lessor hereby leases to Lessee the following machinery and equipment:


. _________________________________________________________________________________
______________________________________________________________
______________________________________________________________

2 LEASE TERM: The Lessee will start on dated ___________________ (begin date) and will end on
. dated ___________ (end date).

3 LEASE PAYMENT: Lessee agrees to pay lessor as rent for the equipment/ machinery the amount
. of Rs._________ (“RENT”) each month in advance on the first day of each month
at________________(Address for rent payment) or at any other address designated by Lessor. s

4 LATE PAYMENT: If any amount under this agreement is more than ______ days late, lessee agree
. to pay a late fees of Rs. _______ per day.

5 SECURITY DEPOSIT: Prior to taking possession of the Equipment/ machinery, Lessee shall deposit
. with Lessor in trust, a security deposit of Rs. _________ as security for the performance by Lessee
of the terms under this agreement and for any damages caused by Lessee or Lessee’s agents to the
equipment/ machinery during the lease term. Lessor may use part or all of security deposit to repair
any damage to Equipment/ machinery caused by Lessee or Lessee’s agents. However, lessor is not
just limited to security deposit amount and lessee remains liable for any balance. Lessee shall not use
or apply any such security at any time in lieu of payment of rent. If lessee breaches any terms or
conditions of this Agreement, Lessee shall forfeit any deposit, as permitted by law.

6. DELIVERY: Lessee shall not be responsible for all expenses and costs i) at the beginning of the
Lease Term, of transporting the equipment/ machinery Lessee’s premises and ii) at the end of the
Lease Term, of transporting the equipment/ machinery back to Lessor’s premises.s

7. POSSESSION AND SURRENDER OF EQUIPMENT/ MACHINERY: Lessee shall be entitled to


possession of the equipment/ machinery on the first day of Lease Term. At the expiration of the
lease term, Lessee shall surrender the equipment/ machinery to Lessor by delivering the
equipment/ machinery to Lessor or Lessor agents in good condition and working order, ordinary
wear and tear excepted, as it was at the commencement of the agreement.

8. USE OF EQUIPMENT/ MACHINERY: Lessee shall only use the equipment/ machinery in a
careful and proper manner and will comply with all laws, rules, ordinances, statues and orders
regarding the use, maintenance of storage of the equipment/ machinery.

9. CONDITIONS OF EQUIPMENT/ MACHINERY AND REPAIR: Lessee or Lessee’s agent has


inspected the equipment/ machinery and acknowledges that the equipment/ machinery is in good
and acceptable condition.

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 123 of 139


Public Health Engineering Department
10. MAINTENANCE, DAMAGE AND LOSS:- Lessee will, at Lessee’s sole expense, keep and
maintain the equipment/ machinery clean and in good working order and repair during the Lessee
Term. In the event the equipment/ machinery is lost or damaged beyond repair, Lessee shall pay to
Lessor the replacement cost of equipment/ machinery, in addition, the obligations of this Agreement
shall continue in full force and effect through the Lease term.

11. INSURANCE: Lessee shall be responsible to maintain insurance on the equipment/ machinery with
losses payable to Lessor against fire, theft, collision and other such risks as are appropriate and
specified by Lessor, upon request by Lessor, Lessee shall provide proof of such insurance.

12. OWNERSHIP: The equipment/ machinery is and shall remain the exclusive property of Lessor.

13. BINDING EFFECT: The covenants and conditions contained in the Agreements shall apply to and
bind the Parties and the heirs, legal representatives, successors and permitted assigns of the Parties.

14. GOVERNING LAW: This agreement shall be governed and constructed in accordance with the
Laws of State of Haryana.

15. NOTICE: Any notice required or otherwise given pursuant to this Agreement shall be in writing
and mailed certified return receipt requested, postage prepaid, or delivered by courier or speed post
to Lessor/ Lessee.
Address of the Lessor Address of the Lessee

Either party may change such address from time to time by providing notice as set for the above.

In witness whereof, the parties have caused this Agreement to be executed the day and year first above
written.

LESSOR
______________________
__________________

LESSEE
___________________________
____________________________

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 124 of 139


Public Health Engineering Department

(F) Format For Joint Venture Memorandum of Understanding/Agreement (wherever applicable)

FORMAT FOR JOINT VENTURE MEMORANDUM OF


UNDERSTANDING/AGREEMENT

THIS JOINT VENTURE MEMORANDUM OF UNDERSTANDING (MOU)/AGREEMENT


EXECUTED AT ……………………… ON THIS …………….. DAY OF …………………….. 2021
BETWEEN M/s ……………………………………. Registered office at____________________
________________________________________ as the first party and M/s _________________
________________________________________ Registered office at _____________________
___________________________________ as the Second party _________________________ as
thirty party. (The expression and words of the first and second and third party shall mean and
include their heirs successors, assigns, nominees execution, administrators and legal representatives
respectively.)

WHEREAS the parties herein above mentioned are desirous of entering into a Joint Venture
for carrying on Engineering and/or contract works, in connection with
___________________________________ and other works mentioned in Tender Notice No.
__________________________ Dated ____________________ of PWD B&R Department or any
other work or works, as mutually decided between the parties to this Joint Venture.

WHEREAS all the parties are desirous of recording the terms and conditions of this Joint
Venture to avoid future disputes.

NOW THIS MoU/AGREEMENT WITNESSTH AS UNDER:

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 125 of 139


Public Health Engineering Department
1. That in and under this Joint Venture agreement the work will be done jointly by the First Party
and Second Party in the name and style of M/s _______________ ________________M/s
_____________________________ and M/s._________________________________).

2. This all the parties shall be legally liable, severally and or jointly responsible for the
satisfactory/successful execution/completion of the work in all respects and in accordance with
terms and conditions of the contract.

3. That the role of each constituent of the said Joint Venture in details shall be as under:-

The first party shall be responsible for ________________________

The second party shall be responsible for _____________________

The third party shall be responsible for _______________________

4 . The share of profit and loss of each constituent of the said Joint venture shall be as under:-

5. That all the parties of this Joint Venture shall depute their experienced staff as committed
commensuration with their role and responsibility and as required for the successful completion of
the works in close consultation with each other.

6. That the investment required for the works under this Joint Venture shall be brought in by the
parties as agreed to between them from time to time.

7. That all the Bank guarantee shall be furnished jointly by the parties in the name of Joint
Venture.

8. That the party number ____________________________________ to this Joint Venture shall


be the prime (lead) contractor and will be responsible for timely completion of work and to
coordinate with the Department to receive payments and also to make all correspondence on behalf
of this Consortium/Joint Venture.

9. That all the above noted parties i.e. __________________________ not to make any change in
the agreement without prior written consent of the competent authority of the department.

NOW THE PARTIES HAVE JOINED HANDS TO FORM THIS JOINT VENTURE ON THIS
___________DAY OF _______________ TWO THOUSAND WITH REFERENCE TO AND IN
CONFIRMATION OF THEIR DISCUSSIONS AND UNDERSTANDING BROUGHT ON RECORD ON
_____________.

IN WITNESS THEREOF ALL/BOTH THE ABOVE NAMED PARTIES HAVE SET THEIR
RESPECTIVE HANDS
ON THIS JOINT VENTURE AGREEMENT ON THE DAY, MONTH AND YEAR FIRST ABOVE
MENTIONED IN THE PRESENCE OF THE FOLLOWING WITNESS;

WITNESSES:

1. FIRST PARTY
2. SECOND PARTY

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 126 of 139


Public Health Engineering Department

(G) Bank Guarantee for Advance Payment

BANK GUARANTEE FOR ADVANCE PAYMENT

To

______________________________ [name of Employer]


______________________________ [address of Employer]
______________________________ [name of Contractor]

Gentlemen :

In accordance with the provisions of the Conditions of Contract, sub-clause 51.1 (“Advance
Payment”) of the above-mentioned Contract, ______________________________ [name and address
of Contractor] (hereinafter called “the Contractor”) shall deposit with __________________________
[name of Employer] a bank guarantee to guarantee his proper and faithful performance under the said
Clause of the Contract in an amount of _______________________ [amount of Guarantee]*
_______________________ [in words].

We, the ______________________ [bank of financial institution], as instructed by the


Contractor, agree unconditionally and irrevocably to guarantee as primary obligator and not as Surety
merely, the payment to __________________________________ [name of Employer] on his first
demand without whatsoever right of obligation on our part and without his first claim to the
Contractor, in the amount not exceeding _________________________ [amount of guarantee]*
_________________________________ [in words].

We further agree that no change or addition to or other modification of terms of the Contractor
or Works to be performed thereunder or of any of the Contract documents which may be made
between _______________________ [name of Employer] and the Contractor, shall in any way
release us from any liability under this guarantee, and we hereby waive notice of any such change,
addition or modification.

This guarantee shall remain valid and in full effect from the date of the advance payment
under the Contract until _______________________________ [name of Employer] receives full
repayment of the same amount from the Contractor.

Yours truly,

Signature and Seal of the guarantor _____________________


Name of Bank ______________________________________
Address ___________________________________________
Date ____________

* An amount shall be inserted by the Bank or Financial Institution representing the amount of the
Advance Payment, and denominated in Indian Rupees.

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 127 of 139


Public Health Engineering Department

(H) Indenture For Secured Advances

INDENTURE FOR SECURED ADVANCES


FORM 31
(for use in cases in which the contract is for finished work and the contractor has entered into an
agreement for the execution of a certain specified quantity of work in a given time).

This indenture made the ___________________ day of __________________, 20___


BETWEEN ______________________(hereinafter called the contractor which expression shall
where the context so admits or implies be deemed to include his executors, administrators and
assigns) or the one part and the Employer of the other part.

Whereas by an agreement dated _______________________ (hereinafter called the said


agreement) the contractor has agreed.

AND WHEREAS the contractor has applied to the Employer that he may be allowed advanced
on the security of materials absolutely belonging to him and brought by him to the site of the works
the subject of the said agreement for use in the constructions of such of the works as he has
undertaken to executive at rates fixed for the finished work (inclusive of the cost of materials and
labour and other charges).

AND WHEREAS the Employer has agreed to advance to the Contractor the sum of Rupees
__________________________________________________ on the security of materials the
quantities and other particulars of which are detailed in Accounts of Secured Advances attached to the
Running Account bill for the said works signed by the Contractor on_________ and the Employer has
reserved to himself the option of making any further advance or advances on the security of other
materials brought by the Contractor to the site of the said works.

Now THIS INDENTURE WITNESSETH that in pursuance of the said agreement and in
consideration of the sum of Rupees ___________________ on or before the execution of these
presents paid to the Contractor by the Employer (the receipt where of the Contractor doth hereby
acknowledge) and of such further advances (if any) as may be made to him as a for said the
Contractor doth hereby covenant and agree with the President and declare as follows:

(1) That the said sum of Rupees _______________________ so advanced by the Employer to the
Contractor as aforesaid and all or any further sum of sums advanced as aforesaid shall be employed
by the Contractor in or towards expending the execution of the said works and for no other purpose
whatsoever.

(2) That the materials details in the said Account of Secured Advances which have been
offered to an accepted by the Employer as security are absolutely the Contractor’s own
propriety and free from encumbrances of any kind and the contractor will not make any
application for or receive a further advance on the security of materials which are not
absolutely his own property and free from encumbrances of any kind and the Contractor
indemnified the Employer against all claims to any materials in respect of which an
advance has be made to him as aforesaid.

(3) That the materials detailed in the said account of Secured Advances and all other materials
on the security of which any further advance or advances may hereafter be made as
aforesaid (hereafter called the said materials) shall be used by the Contractor solely in the
execution of the said works in accordance with the directions of the ‘Engineer’.
DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 128 of 139


Public Health Engineering Department

(4) That the Contractor shall make at his own cost all necessary and adequate arrangements for
the proper watch, safe custody and protection against all risks of the said materials and that
until used in construction as aforesaid the said materials shall remain at the site of the said
works in the Contractor’s custody and on his own responsibility and shall at all times be
open to inspection by the ‘Engineer’ or any officer authorized by him. In the event of the
said materials or any part thereof being stolen, destroyed or damaged or becoming
deteriorated in a greater degree than is due to reasonable use and wear thereof the
Contractor will forthwith replace the same with other materials of like quality or repair and
make good the same required by the ‘Engineer’.

(5) That the said materials shall not be any account be removed from the site of the said works
except with the written permission of the ‘Engineer’ or an officer authorized by him on
that behalf.

(6) That the advances shall be repayable in full when or before the Contractor receives
payment from the Employer of the price payable to him for the said works under the terms
and provisions of the said agreement. Provided that if any intermediate payments are
made to the Contractor on account of work done than on the occasion of each such
payment the Employer will be at liberty to make a recovery from the Contractor’s bill for
such payment by deducting there from the value of the said materials than actually used in
the construction and in respect of which recovery has not been made previously, the value
for this purpose being determined in respect of each description of materials at the rates at
which the amounts of the advances made under these presents were calculated.

(7) That if the Contractor shall at any time make any default in the performance or observance
in any respect of any of the terms and provisions of the said agreement or of these presents
the total amount of the advance or advances that may still be owing of the Employer shall
immediately on the happening of such default be re-payable by the Contractor to be the
Employer together with interest thereon at twelve per cent per annum from the date or
respective dates of such advance or advances to the date of repayment and with all costs,
charges, damages and expenses incurred by the Employer in or for the recovery thereof or
the enforcement of this security or otherwise by reason of the default of the Contractor and
the Contractor hereby covenants and agrees with the Employer to reply and pay the same
respectively to him accordingly.

(8) That the Contractor hereby charges all the said materials with the repayment to the
Employer of the said sum of Rupees ____________________________________ and any
further sum of sums advanced as aforesaid and all costs, charges, damages and expenses
payable under these presents PROVIDED ALWAYS and it is hereby agreed and declared
that notwithstanding anything in the said agreement and with- out prejudice to the power
contained therein if and whenever the covenant for payment and repayment here-in-before
contained shall become enforceable and the money owing shall not be paid in accordance
there with the Employer may at any time thereafter adopt all or any of the following
courses as he may deem best :

(a) Seize and utilize the said materials or any part thereof in the completion of the said works
on behalf of the contractor in accordance with the provisions in that behalf contained in the
said agreement debiting the contractor with the actual cost of effecting such completion
and the amount due to the contractor with the value of work done as if he had carried it out
in accordance with the said agreement and at the rates thereby provided. If the balance is
against the contractor, he is to pay same to the Employer on demand.

(b) Remove and sell by public auction the seized materials or any part there of and out of the

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 129 of 139


Public Health Engineering Department
moneys arising from the sale retain all the sums aforesaid repayable or payable to
the Employer under these presents and pay over the surplus (if any) to the
Contractor.

(c) Deduct all or any part of the moneys owing out of the security deposit or any sum due to
the Contractor under the said agreement.

(9) That except in the event of such default on the part of the contractor as aforesaid interest
on the said advance shall not be payable.

(10) That in the event of any conflict between the provisions of these presents and the said
agreement the provisions of these presents shall prevails and in the event of any dispute or
difference arising over the construction or effect of these presents the settlement of which
has not been here-in-before expressly provided for the same shall be referred to the
Employer whose decision shall be final and the provision of the Indian Arbitration Act for
the time being in force shall apply to any such reference.

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 130 of 139


Public Health Engineering Department

(I) Integrity Pact Format


INTEGRITY PACT FORMAT
(To be executed on plain paper and submitted alongwith Technical Bid/Tender
documents for tenders having a value of Rs 1 cr. or above. To be signed by the bidder and
same signatory competent/ authorized to sign the relevant contract on behalf of the State)

This integrity Pact is made at on this day of 2023.

BETWEEN

Engineer-in-Chief on the behalf of Governor of Haryana through its Superintending Engineer


or Executive Engineer “Employer” through which expression shall, unless repugnant to
the context or meaning thereof, include its administrators, successors and assigns)

AND

{Name and address of the Firm/Company}, (hereinafter referred to as “The


Bidder(s)/Contractor(s) /Concessionaire (s)/Consultant(s) and which expression shall
unless repugnant to be meaning or context thereof include its successors and permitted
assigns.)

Preamble

Whereas, the Employer has floated the Tender (NIT No..........dtd .......................} (hereinafter
referred ’to as “Tender/Bid”) and intends to award, under laid down organizational
procedure, contract/s for {Name of the work}(hereinafter referred to as the “Contract”).

And Whereas the Employer values full compliance with all relevant laws of the land,
rules of land, regulations, economic use of resources and of fairness/ transparency in its
relations with its Bidder(s) and/ or Contractor(s)/Concessionaire (s)/Consultant(s).

And whereas to meet the purpose aforesaid, both the parties have agreed to enter into
this Integrity Pact (hereafter referred to as “Integrity Pact” or “Pact”) the terms and
conditions of which shall also be read as integral part and parcel of the Tender
documents and contract between the parties.

Now, therefore, in consideration of mutual covenants contained in this pact, the parties
hereby agree as follows and this pact witnesses as under:

Article-1: Commitments of the Employer

(1) The Employer commits itself to take all measures necessary to prevent corruption and to observe
the following principles:-

a) No employee of the Employer, personally or through family members, will in connection


with the Tender for, or the execution of a Contract, demand, take a promise for or accept,
for self, or third person, any material of immaterial benefit which the person is not legally
entitled to.

b) The Employer will, during the Tender process treat all Bidder(s) with equity and reason.
The Employer will in particular, before and during the Tender process, provide to all
Bidder(s) the same information and will not provide to any Bidder(s) confidential/
additional information through which the Bidder(s) could obtain an advantage in relation to
DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 131 of 139


Public Health Engineering Department
the tender process or the contract execution.

c) The Employer will exclude all known prejudiced persons from the process, whose conduct in
the past has been of biased nature.

(2) If the Employer obtains information on the conduct of any of its employees which is a
criminal offence under the IPC/PC Act or any other Statutory Acts or if there be a substantive
suspicion in this regard, the Employer will inform the Chief Vigilance Officer and in addition
can initiate disciplinary actions as per its internal laid down Rules/Regulations.

Article-2: Commitments of the Bidder(s) / Contractor(s) / Concessionaires) / Consultant(s)

The Bidder(s)/ Contractor(s)/Concessionaire (s)/Consultant(s) commit himself to take all measures


necessary to prevent corruption. He commits himself to observe the following principles
during his participation in the tender process and during the contract execution.

a) The Bidder(s)/Contractor(s) /Concessionaire (s)/Consultant(s) will not, directly or through


any other person or firm, offer, promise or give to any of the Employer’s employees
involved in the tender process or the execution of the contract or to any third person any
material or other benefit which lie/she is not legally entitled to, in order to obtain in
exchange any advantage of any kind whatsoever during the tender process or during the
execution of the contract.

b) The Bidder(s)/Contractor(s) /Concessionaire (s)/Consultant(s) will not enter with other Bidders
into any undisclosed agreement or understanding, whether formal or informal. This applies
in particular to prices, specifications, certifications, subsidiary contract, submission or non
submission or bids or any other actions to restrict competitiveness or to introduce cartelization in
the bidding process.

c) The Bidder(s) /Contractor(s) / Concessionaire(s) /Consultant(s) will notcommit any


offence under the relevant IPC/ PC Act and other Statutory Acts; further the Bidder(s) /
Contractor(s) / Concessionaire(s) / Consultant(s) will not use improperly, for
purposes of completion or personal gain, or pass on to others, any information or document
provided by the Principal as paid of the business relationship, regarding plans, technical
proposals and business details, including information contained or transmitted electronically.

d) The Bidder(s) / Contractor(s) / Concessionaire(s) / Consultant(s) will, when presenting his bid,
disclose any and all payments he has made, is committed to or intends to make to agents,
brokers or any other intermediaries in connection with the award of the contract. He shall also
disclose the details of services agreed upon for such payments.

e) The Bidder(s) / Contractor(s) / Concessionaire(s) / Consultant(s) will not instigate third persons to
commit offences outlined above or be an accessory to such offences.

f) The Bidder(s) / Contractor(s) / Concessionaire(s) / Consultant(s) will not bring any outside
influence through any Govt. bodies/quarters directly or indirectly on the bidding process in
furtherance of his bid.

Article-3 Disqualification from tender process and exclusion from future contracts.

1. If the Bidder(s) / Contractor(s) / Concessionaire(s) / Consultant(s) before award or during


execution has committed a transgression through a violation of any provision of Article- 2,
above or in any other form such as to put his reliability or credibility in question, the
Employer is entitled to disqualify the Bidder(s)/ Contractor(s)/Concessionaire

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 132 of 139


Public Health Engineering Department
(s)/Consultant(s) from the tender process.

2. If the Bidder(s) / Contractor(s) / Concessionaire(s) / Consultant(s) has committed a


transgression through a violation of Article-2 such as to put his reliability or credibility into
question, the Employer shall be entitled to exclude including blacklist and put on holiday
the Bidder(s)/Contractor(s)/Concessionaire (s)/Consultant(s) for any future tenders/ contract
award process. The imposition and duration of the exclusion will be determined by the
severity of the transgression. The severity will be determined by the Employer taking into
consideration the full facts and circumstances of each case particularly taking into
account the number of transgressions, the position of the transgressors within the
company hierarchy of the Bidder(s) / Contractor(s) /Concessionaire(s) / Consultant(s) and
the amount of the damage. The exclusion will be imposed for a maximum of 3 years.

3. A transgression is considered to have occurred if the Employer after due consideration of the
available evidence concludes that “On the basis of facts available there are no material
doubts”.

4. The Bidder(s) / Contractor(s) / Concessionaire(s) / Consultant(s) with its free consent and
without any influence agrees and undertakes to respect and uphold the Employer
absolute rights to resort to and impose such exclusion and further accepts and undertakes not to
challenge or question such exclusion on any ground, including the lack of any hearing
before the decision to resort to such exclusion is taken. This undertaking is given freely and after
obtaining independent legal advice.

5. The decision of the Employer to the effect that a breach of the provisions of this Integrity Pact
has been committed by the Bidder(s) / Contractor(s) shall be final and
binding on the Bidder(s) / Contractor(s) / Concessionaire(s) /Consultant(s) however,
the Bidder(s) / Contractor(s) / Concessionaire(s) / Consultant(s) can approach IEM(s) appointed
for the purpose of this Pact.

6. On occurrence of any sanctions/ disqualification etc arising out from violation of integrity pact,
the Bidder(s)/Contractor(s)/Concessionaire (s)/Consultant(s) shall not be entitled for any
compensation on this account.

7. Subject to full satisfaction of the Employer, the exclusion of the Bidder(s)/ Contractor(s)
/Concessionaire (s)/Consultant(s) could be revoked by the Principal if the Bidder(s)/
Contractor(s)/Concessionaire (s)/Consultant(s) can prove that he has restored/recouped the
damage caused by him and has installed a suitable corruption prevention system in his
organization.

Article-4: Compensation for Damages.

1. If the Employer has disqualified the Bidder(s) from the tender process prior to the award
according to Article-3, the Employer shall be entitled to forfeit the Earnest Money Deposit/
Bid Security or demand and recover the damages equivalent to Earnest Money Deposit/ Bid
Security apart from any other legal right that may have accrued to the Employer.

2. In addition to I above, the Employer shall be entitled to take recourse to the relevant
provisions of the contract related to Termination of Contract due to Contractor
Default. In such case, the Employer shall be entitled to forfeit the Performance Bank
Guarantee of the Contractor demand and recover liquidated and all damages as per the
provisions of the contract/concession agreement against Termination.

Article-5: Previous Transgressions

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 133 of 139


Public Health Engineering Department

1. The Bidder declares that no previous transgressions occurred in the last 3 years
immediately before signing of this Integrity Pact with any other Company in any country
conforming to the anti corruption/ Transparency International (TI) approach or with any
other Public Sector Enterprise/ Undertaking in India or any Government Department in
India that could justify his exclusion from the tender process.

2. If the Bidder makes incorrect statement on this subject, lie can be disqualified from the tender
process oi action for his exclusion can be taken as mentioned under Article-3 above for
transgressions of Article-2 and shall be liable for compensation for damages as per Article-4
above.

Article-6: Equal treatment of all Bidders/Contractors//Concessionaire (s)/Consultant(s).

1. The Bidder(s)/Contractor(s)/Concessionaire (s)/Consultant(s) undertake(s) to demand from all


commitment in conformity with this Integrity Pact, and to submit it to the Employer before
contract signing.

2. The Employer will enter into agreements with identical conditions as this one with all
Bidders/Contractors//Concessionaire (s)/Consultant(s)

3. The Employer will disqualify from the tender process all Bidders who do not sign this
Pact or violate its provisions.

Article-7: Criminal charges against violating Bidder(s)/ Contractor(s)/Concessionaire


(s)/Consultant(s).

If the Employer obtains knowledge of conduct of a Bidder/Contractor/Concessionaire/


Consultant or of an employee or a representative or an associate of a
Bidder/Contractor, which constitutes corruption, or if the Employer has substantive
suspicion in this regard, the Employer will inform the same to the Chief Vigilance Officer.

Article-8: Independent External Monitor (IEM)

1. The Employer has appointed a Independent External Monitor (herein after referred to as
“Monitor”) for this Pact. The task of the Monitor is to review independently and
objectively, whether and to what extent the parties comply with the obligations under this
agreement.

2. The Monitor is not subject to instructions by the representatives of the parties and
performs his functions neutrally and independently. He reports to the Engineer – In – Chief.

3. The Bidder(s)/Contractor(s)/Concessionaire (s)/Consultant(s) accepts that the Monitor has the


right to access without restriction to all project documentation of the Employer including that
provided by the Bidder(s)/ Contractor(s)/ Concessionaire(s)/Consultant(s). The Bidder
(s)/Contactor(s)/Concessionaire (s)/Consultant(s) will also grant the Monitor,
upon his request and demonstration of a valid interest, unrestrictedand
unconditional access to his project documentation.The Monitor is under contractual obligation to
treat the information and documents of the Bidder(s)/Contractor(s) with confidentiality.

4. The Employer will provide to the Monitor sufficient information about all meetings among
the parties related to the Project provided such meetings could have an impact on the
contractual relations between the Principal and the Contractor. The parties offer to the Monitor

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 134 of 139


Public Health Engineering Department
the option to participate in such meetings.

5. As soon as the monitor notices, or has reason to believe, a violation of this Pact, lie will so
inform the Management of the Employer and request the Management to discontinue or take
corrective action, or to take other relevant action. The monitor can in this regard submit non-
binding recommendations. Beyond this, the monitor has no right to demand from the parties that
they act in a specific manner, refrain from action or tolerate action.

6. The Monitor will submit a written report to the Engineer – In – Chief within 8 to 10 weeks from
the date of reference or intimation to him by the Employer and, should the occasion arise, submit
proposals for correcting problematic situations.

7. If the Monitor has reported to the Engineer – In – Chief , a substantiated suspicion of an


offence under relevant IPC/PC Act, and the Engineer – In – Chief has not, within the
reasonable time taken visible action to proceed against such offence or reported it to the
Chief Vigilance Officer, the Monitor may also transmit this information directly to the Chief
Vigilance Officer.

8. The word 'Monitor" would include both singular and plural.

Article — 9 Pact Duration

This Pact begins when both parties have 1egally signed it. It expires 12 months after the
Defect Liability period is over or 12 months after his last payment under the contract
whichever is later and for all other unsuccessful Bidders 06 months after this Contract has
been awarded. If any claim is made/ lodged during his time, the same shall be binding and
continue to be valid despite the lapse of this pact as specified above, unless it is discharged/
determined by the Engineer – In – Chief.

Article - 10 Other Provisions.

1. This pact is subject to Indian Law. Place of performance and jurisdiction is the
Registered Office of the Employer

2. Changes and supplements as well as termination notices need to be made in writing.

3. If the Bidder/Contractor/Concessionaire(s)/Consultant(s) is a partnership or a consortium, this


pact must be signed by all partners or consortium members.

4. Should one or several provisions of this agreement turn out to be invalid, the remainder of
this agreement remains valid. In this case, the parties will strive to come to an agreement
to their original intentions.

5. Any disputes/ differences arising between the parties with regard to term of this pact, any action
taken by the Employer in accordance with this Pact or interpretation thereof shall not be
subject to any Arbitration.

6. The actions stipulated in this Integrity Pact are without prejudice to any other legal action that
may follow in accordance with the provision of the extent law in force relating to any civil or
criminal proceedings.

In witness whereof the parties have signed and executed this Pact at the place and date first done
mentioned in the presence of following witness:-

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 135 of 139


Public Health Engineering Department

(For & On behalf of the Employer) (For & On behalf of the Bidder/
ContractorConcessionaire
(s)/Consultant(s)/)

(Office Seal)
Place Date
Witness I : (Name & Address):
Witness 2 : (Name & Address):

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 136 of 139


Public Health Engineering Department

(J) Undertaking
UNDERTAKING

Description of the Works :


________________________________________________________________________
________________________________________________________________________
________________________________________________________________________

To :

Address :

1. With full understanding that Part II of our bid (Financial bid) will be opened only if
I/We qualify on the basis of evaluation in Part I of the Bid (Technical bid), I/We offer
to execute the Works described above and remedy any defects therein in conformity
with the conditions of Contract, specifications, drawings, Bill of Quantities and
Addenda for an amount quoted in the Financial Bid.

2. I/We agree to abide by this Bid for the period of 120 days from the date fixed for
receiving the same, and it shall remain binding upon us and may be accepted at any
time before the expiration of that period.

3. Unless and until a formal Agreement is prepared and executed this Bid, together with
your written acceptance thereof, shall constitute a binding contract between us.

4. I/We undertake, if our Bid is accepted, to commence the Works as soon as is


reasonably possible after the receipt of the Engineer’s notice to commence, and to
complete the whole of the Works comprised in the Contract within the time stated in
the document.

5. I/We understand that you are not bound to accept the lowest or any tender you may
receive.

Signature of Authorised Signatory ...............................................


Name and Title of Signatory......................................
Name of Bidder .......................................................
Authorised Address of Communication........................
Telephone Nos (Office) ………………………………
Mobile No. ………………………………………………
Facsimile (Fax) No. …………………………………….
Electronic Mail Identification (Email ID) ………………
Place: ……………………………………………………
Date: ……………………………………………………

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 137 of 139


Public Health Engineering Department

(K) AFFIDAVIT

FORMAT FOR THE AFFIDAVIT

(NOTE: This affidavit should be on a non-judicial stamp paper of Rs.10/- and shall be attested by
Magistrate/Sub-Judge/ Notary Public)

Name of work _____________________________________________________


____________________________________________________________________________________________________________________________________________________________________

I, ……………………………………………………….… (name of the authorised representative


of the bidder) son/daughter of …….……………………… resident of

…………………………………………………………………………. (full address), aforesaid


solemnly affirm and state as under:

1. I, undersigned, do hereby certify that all the information furnished and statement’s made
in response to this notice inviting bid are true and correct and nothing has been concealed.

2. I, undersigned or our firm M/s _____________________________ have never been


blacklisted or debarred by any State Govt. /Central Government/Autonomous
Body/Authority in Law.

3. I, undersigned or our firm M/s _______________________ have never been declared


bankrupt/ insolvent as on date.

4. The undersigned hereby authorize(s) and request(s) any bank, person, firm PSU/
Authority or Corporation to furnish pertinent information deemed necessary and requested
by the Department to verify this statement or regarding may (our) competence and general
reputation.

5. The undersigned understand and agrees that further qualifying information may be
requested, and agrees to furnish any such information at the request of the Department/
Project implementing agency.

6. I, the undersigned do hereby undertake that our firm M/s ____________________would


invest a minimum cash upto 25% of the value of the work during implementation of the
Contract.

7. I, the undersigned do hereby undertake that our firm M/s ________________ agree to
abide by this bid for a period of 120 days from the date fixed for receiving the same and it
shall be binding on us and may be accepted at any time before the expiration of that
period.

8. I, the undersigned do hereby undertake that our firm M/s _________ agree to deploy on
this work the machinery, equipment and technical personnels as mentioned in the bid
document.

9. *I hereby certify that I have been authorised by …………………………… …………..


……..……………………………………… (the bidder) to sign on their behalf, the bid
mentioned in paragraph 1 above.

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 138 of 139


Public Health Engineering Department

Deponent
Signed by an
Authorized
Officer of the firm
(Deponent)
Place: ……………..
Date: ………………

* not applicable if the bidder is an individual and is signing the bid on his own behalf.

DNIT Name : Sadalpur :- Detailed Projec...

Haryana Engineering Works Portal Page 139 of 139


NOTE

The following documents may be obtained before submission of tender.

1) Resolution of Gram panchayat offering land free of cost for construction of MPS/ STP / IPS be
Obtained.
2) Consent/certificate of Gram Panchayat regarding providing sewerage system STP in the village
as per detail given in Ann- 1 be obtained.

4.9.4
The excess sludge produced shall be fully designed. Sludge production (including
percipients) rate shall be about 1.00-1.20 Kg/ Kg of BOD removed instead of 0.70-1.20 kg/kg
BOD removed.

4.13.8
Plant Operation Modes shall be considered as
The Plant shall be operated attendant mode by deputing required no of
staff as mentioned in DNIT further in case of non deployment to amounting to DC rate of the
decreased no. of required staff deduction will be made from the contractor bill .

Section -9
The provision of O&M for 6 years including defect liability period of 1 years) may be
consider.
Technical Specification of Non Clog Submersible PumpingSet

Erection of pumping machinery:

Safe guarding &Protection


All machinery, equipment, pipes, sped accessories, nameplates, gauageetc. Supplies by
the contractor shall be safe guard by him until complete erected, tested and handed over to and
taken MRS over by the deptt. All opening shall be protected to prevent entry of foreign matter,
by blinds/ plugs. The machinery shall be carefully handed over. In case of loss or damage to
any machinery or to any part thereof, the contract or shall be arthe responsibility and loss.
Themachinery shall be protected by the contractor against weather conditions and other chances
of deterioration. If required by the Engineer-In-Charge,the seare to be covered with tarpaul in
sand with tinor G.I. Sheets. The components, parts shall be thoroughly cleaned be fore
assembly and assembled as per drawing and instructions contained in the supplier's booklet
sand literature for installation or as per instructions by the Engineer•In-Charge. The contractor
shall be responsible for checking level sand orientationplano fall foundation diameter length
and disposition of an chor bolt sin accordance with above Instruction we llin advance of taking
up the actual erection of machinery. Incase of any variation in levels, etc. the contractor shall do
the necessary rectification atthis own cost. After completion of pre-erection work stothe
satisfaction of the Engineer-In-Charge,the contractor shall commence theerection of machinery
or foundations.

General
The contractor shall supplythe manufacturers recommendation sand instruction for
install ationand operations oastoenfit proper erection of machinery and its operation. These
instructions and MN (direction so fthe manufactures shall be studied and checked up at site be
fore final grouting is takenInhand.

The contractor shall provide all tool sand gauge for erection alignment. The contractor
for the purposes of erection shall employ achisown costsuitable lifting sackles,cranes and
skilled mento the satisfaction of theEngineer-In-Charge. The contractor shall provide himself
the nut sand sheds or godown forest orage of himmaterial sand labour etc.

The contractors shall be responsible for arranging and executing the work of centering
scaffolding, staffing, planting, timbering, strengthening, shoring, pumping, fencing, watching
and lighting by nightaswellasby day.

The contractor shall give all necessary personal superintendence during the execution of the
work and as long there after the Engineer–In-Charge may consider necessary, until the
expiration of the"Guarantee Period'stateinseparate sheet attached herein Afte rerection and
alignment in accordance with the drawings, specification aridinstruction sare port shall be
submitted to theEngineer-in-charge who will check and accord approval be for etaking
upgrouting of bolt sand final dressing off oundations base. Grouting shall be as per drawings,
specification and instructions of the Engineer-In-Chief, charge and shall from part of erection
work. [malty alignment. Asspecified by the manufacturer, shall be carried out after piping
connection saremade To lerances specified by the manufacturer shall be added to ensure that no
stress are induced on the pumps by piping. The contractor shall again check the alignment by
disconnecting the piping or in the working conditionor in both conditions.
The drilling of holes in the base plates for fixing motors, fixing of couplings on shaft set can
dowelling including provision of dowelpinsor similar arrangement for retaining the alignment
shall be carried out by the contractor as part of the erection work.
The contractor shall fix up pressure gauge, lubricants grease cup and all other accessories as
part of the unit. All machinery be for eerection shall be cleaned, even if opening of some of the
part is required, to bring it in it original condition. All civil works required for erection of
pumping machinery will be carried out by the agency including casting of foundation blocks,
flow diversions & dewatering if required, at Me .his own cost and nothing will be payable to
the agency on thisaccount
GroutingUnderBasePlatesandMachineFoundation:

Material
All material required for the work shall confirm to there levant specifications. Neatcement shall
be used for grouting. Normal grouting shall be prepare dusing Portland/ pozzolona cement and
deanfine sand thoroughly mixed with water in ratio of 1:2 or as specified.1./." For critical
applications where non-shrink able grout as required and called out in drawings, the mixture
shall be madeup 1 part of cement,1part clean fine sand and 1/3 part of iron grout

General
The grouting material shall so lidly fill the spaces to be grouted andp ermanently
retainits original volumes so that the base plate will be held firmly in the set
position.Theamountofwaterusedinmixingshallbekeptinminimumsuchthatthegroutshallhaveacons
istencetookstiff to flow.

PreparationOfSurface
The top of foundation shall be cleaned and free of all levitanceloose particles, oil or greaseand
shall wetted thoroughly leavil no puddles priorto grouting. All tap pedpockets
shall properly vented to all owpenetration of grout. The grout shall cover all shims which are to
be retained.

Placement
All anchor boltholes shall be completely filled with grout.\ "The finished surface shark 60 fiat
& smooth and shall slope away from base plate (approximatelyatslopesof1in25).After initial set
is over the grout shall be kept thoroughly wetted for aminimum of 5days. Care is also to be
taken duringgroutingtoseethatthebaseplatelevelandalignmentisnotdisturbed.

1.35 Bolts&Nutsetc.
Holding down bolts of sufficient length shall be provided and fixed for setting the machinery to
the foundation. All the necessary supporting joistsandgirders, bolts, nuts, washers and plates
shall also be provided together with jointing material for making the various joints and cost
shall be Included intender. The Bolts and nuts through out shall be of steel having 1.5.
threadand with hexagonal nut sand headsconfirmingtorelevantISI.

Non Clog Submersible Sewage Pumps:


General

The submersible pumps will be of single stage mono-block type with non clog design and
will be suitable for pumping all kind% of sewage / sludge / storm water containing long
fiber, plastic, cigarette, solid, IP pouches admixers etc. The pump will be able to pass
through soft solids of minimum 100mm Cha and capable ()Ideating with the sewage
/sludge with specific gravity of 1.03. For main pumping units speed shall be 960 RPM
nominal. Impellers of two vanes with solid handling capacity of 100 mm are suitable 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 redlal 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 beprovided in automatic coupling
system so as to avoid NW metal-to-metal contact between the
pump and duck foot bend to ensure leak proof joint.

The motor should be dry, squirrel cage type, suitable for 3 phase 415
V supply, continuous duty with class 'EX' Insulation. Winding of the
motor should be impregnated by resin in order to achieve required
thermal withstanding capacity. Motor should have integralcable;
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 characteristic. 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 longer 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 oil; moisture sensor
of the pumping unit should b located inside the oil chamber." The
casting of pump set should be of 2 to 2.5 % Ni Cast
Ironconstructions and the impeller with agitator should be made
up of stainless steel (55) CFBM. The pump set shall be supplied
along with the guide rail, duck food bend lifting chain with
shackles enough guide wire / pipe, SS foundation bolts and nuts
complete.

The pump will have reputed make mechanical seal & in built safeties of moisture
sensor.
Thermostat for tripping of pumps in case of any leakages or high
temp. It will be provided with the electronic control unit for such
protection; The pump MEP will be provided in a panel room
adjacent to the drainage pit. rgt Thepump can be sta . if- manually
from its panel room as well as by level switches as soon as water
reaches a certainheight In the pit. It will also trip automatically by
means of a level switch provided In the sump. Thelever switch will
be of electrode type, which will be wired in the motor control
circuit.
For easy installation and removal of the pump, a single guide rail
system is used in the permanent installation of the pump>The pump
can also be installed on a stool and connected with the flexible hose
on the delivery side in case of portable or temporary installations.
For permanent installation a Pedestal and Bracket should be
provided.

This enables the pump to be removed from sump without the


necessity of removing any nuts and bolts.Alternatively a supporting
stool (Skirt Base) can be provided as an accessory in case of
temporary installation. The pumps should be provided with a
reverse rotation trip feature, which stops the unit instantly if
connected to start in the wrong direction. vie The specificationof
selected pumps, capacity, size and other details are given in the
table below.
ADDITIONAL CONDITION & TECHNICAL SPECIFICATIONS
PACKAGE- 1 STP FOR SADALPUR VILLAGE DISTT. HISAR

Sr. No Table of Contents: Page No.


1. Section – 1: Additional Conditions Of Contract 2-3
2. Section – 2: Special Conditions Of Contract 4-9
3. Section – 3: Definitions 10-10
4. Section – 4: Scope of works for STP 11-7
5. Section – 5: Technical Specifications of Civil & structural work 68-77
6 Section – 6: Technical Specifications of Mechanical work 78-97
7. Section – 7: Technical Specifications of Electric & instrumentation work 98-120
8. Section – 8: General Specifications of Painting work 121-122
9. Section – 9: General Conditions Of O & M 123-142

10. Section – 10: Approved vendors list 143-147


11. Section – 11: Schedule of payment 148-149

12. Abbreviations 150-151

Contractor Witness Executive Engineer

1
SECTION – 1

ADDITIONAL CONDITIONS OF CONTRACT

1. The cement shall be purchased from Authorized Distributor or Manufacturer or Authorized Dealer.

2. The cement arranged by the contractor/Agency will be brought at site & shall be kept in the store maintained at site,
nd
provided with dual locking system i.e. one key of locks with representative of the Department & 2 key of lock
authorized representative of agency.

3. The Contractor/Agency will inform the Executive Engineer/Sub Divisional Engineer for the quantity of the cement
brought at site with bill/challan in the name of that agency before using that cement & Executive Engineer-In-charge
or his authorized representative may check the actual receipt of cement at site

4. The Engineer – In Charge or his authorized representative may, if need be, also send the cement for testing to any
Government Lab/ reputed Lab. The samples of the cement will be collected as per BIS specifications in the presence
of the contractor/ agency or his authorized representative. In case the cement is found as per specifications than the
cost of testing will be borne by the department, but in case the cement sample fails to meet the BIS requirements,
then appropriate actions as per Contract Agreement will be taken. The cost on the testing of cement along with any
loss caused to Government shall also be recovered from the Contractor / Agency & no claim in this respect will be
entertained.

5. The stock of cement at site shall not be more than one month consumption & only sufficient quantities shall be kept to
ensure continuity of the work.

6. Quality check register will be maintained at site & regular sampling of work executed every month shall be recorded
in the same.

7. If any sample test fails then the prescribed standard, the testing charges will be charged to the contractor.
8. Contractor shall be fully responsible for Hydraulic & Structural safety in respect of all the existing proposed structures.
9. All the structures shall be structurally designed as per standard design practices to meet critical conditions.

10. The rates included in the contract schedule of the rates cover the cost of filling the water retaining structures for
testing for water tightness to the full satisfaction of Engineer-in-Charge and emptying the same if desired.

11. The power would be supplied free of cost during the trial run period for three months by the department.

12. The cost of the water & power used during construction shall be borne by the agency.

13. The mix for all the RCC structures shall be as per relevant IS codes with latest amendments.

14. Instructions of Head Office issued vide Memo No.45916-30dated 23.05.2016 regarding fly ash following of the
guidelines as per MOEF notification dated 30.11.2009 and instruction issued regarding e-tendering form time shall be
followed meticulously.

15. The DI pipes for distribution network & Rising main lines will be supplied by the PHE Department free of cost at
Reserve stock Hisar but the cost of loading, unloading & transportation from Reserve stock to site of work will be
borne by the contractor.

16. 3% storage charges will be levied on all material issued to the contractor from stock, the cost of which is recoverable

17. Weather proof Cement store of minimum storage of 5000 bags shall be provided at site with MS structure and powder
coated sheets. Platforms for storage of cement shall be provided with 75mm thick M-30 concrete over 5 0mm thick M-
10 concrete. 230mm thick toe wall in CC 1:5 shall be provided all around the cement platforms. Platform level shall
be min 1.0m above the highest ground level of site.

18. The technical specifications for various items are covered in the tender documents. In case any item is not covered or
missing, Haryana PWD specifications and relevant IS codes shall have to be followed with the approval of Engineer-
in-charge. In case no specifications exist in either tender document or either or PWD specifications/ IS codes then
relevant British code/ AWWA specifications will be followed. If any item does not find mention even in these, then

Contractor Witness Executive Engineer

2
specifications as finalized by Engineer-in-charge shall be conclusive and binding.

19. All the items in the contract schedule of rates are subject to the foot note & notes as given in the Haryana Schedule
of rates 2023 regarding these items.

20. Approximate quantities have been given in the contract schedule of rates and these can vary at the time of execution
of work. The payment will however, be made for the actual work done by the contractor. No extra claim, what so ever,
will be admissible to the contractor on account of variations, addition, deletion of any item over the quantites depicted
in this contract schedule of rates.

21. All the amendment issued on Haryana Schedule of rates 2023 upto the date of opening of tender will be applicable
to this contract schedule of rate.

22. Any other item not included in this contract schedule of rates and get done at site of work will be paid according to the
Haryana Schedule of rates 2023 edition subject to the premium or discount tendered by the contractor.

23. All taxes such as royalty, municipal tax octroi charge forest tax, GST and any other kind of taxes shall be paid by the
contractor and are included in the rate quoted by the contractor, separately for which no premium will be allowed.

24. The contractors shall be fully responsible for any accident that may occur to the labour on his work on duty and report
the same to the Engineer-in-Charge and concerned Govt. Department Authority and shall pay all necessary
compensation as per rules failing which it may be paid by Engineer-in-Charge from the amount payable to contractor.
All safety measure shall be adopted by the contractor at his own cost

25. Public safety shall also be the responsibility of the contractor. He shall provide proper caution board and barricades
wherever required.
26. The contractor will dispose of the excavated surplus soil at his own cost to a place as directed by engineer-in-charge.
Lead, lift, loading, unloading and carriage will not be paid to the contractor and he will have no claim on the same at
any time later.

27. In case of any discrepancy between specifications laid down in this document and Haryana PWD specifications /
relevant IS Codes / other codes, the decision of the concerned Superintending Engineer-in-Charge shall be final &
applicable.

28. Wherever reference is made to Indian Standard Specifications, the latest editions shall be applicable including up to
date amendments.

29. The contractor will dispose off the excavated surplus soil, at his own cost to a place as directed by the Engineer-in-
Charge, but shall by all means, clear the site from the extra earth. No extra lead, lift, wet earth, loading, unloading
and carriage will be paid to the contractor who will have no claim on the same at anytime later. Further, the
contractor will quote his rate taking into account the effect of the surplus earth which will be disposed off by him at his
own cost.

30. Each manhole and frame shall have the trade mark of manufactures month & year along with class and work and
shall be ISI mark.

31. Design check, inspection of material at factory premises and Third Party Inspection at site of work:
Public Health Engineering Department reserves the right to appoint any organization/ institution for checking of
design of works during currency of the contract for which no extra cost shall be payable to the contractor on this
account. The inspection will be conducted at factory/ manufacturer premises, which are part of the contract
agreement. The expenditure of inspection including to and fro and accommodation charges of inspecting Officer/
rd
Officials, shall bear by the contractor However the 3 party inspection charges for supervision of works at site of work
will be borne by Public Health Engineering Department.

32. The inspection charges of the requirement / to be supplied by the agency, to & fro and accommodation charge of
rd
inspecting officers/ officials be bear by the contractor. However the 3 party inspection charges for supervision of
works at site of works will be borne by Public Health Department.

33. Soil Investigation : The contractor is requried to verify the under ground water table, bearing-capacity and all other
Geo physical conditions of the soil / earth before tendering. All the expenditure occoured to above investigations shall
be included in the rates quoted by the contractor. The contractor is required to quote his rates considering the above
factors and no subsequent payemnts will be made on this account.

34. Lowering of water table if required during the execution of work will have to be done by the contractor and no extra
payemnts of dewatering, lowering of sub soil water etc. will be made.

Contractor Witness Executive Engineer

3
SECTION – 2

SPECIAL CONDITIONS OF CONTRACT

The following special conditions shall be applicable as under:

OPERATION & DEFECTS LIABILITY PERIOD: -


The contractor shall operate & be responsible for satisfactory performance & maintenance of the work under all design &
operation conditions for the duration of the defects liability period of 12 months, except for damages due to unprecedented
natural calamities. The contractor has to provide the additional training to the staff.

Any constructional defect such as defects to premature use of materials, works not executed in accordance with the contract,
hidden faults in material & equipment not discovered during inspection & testing, fault in design, manufacturing, erection & in
construction shall be pointed out by the Engineer in Charge & shall have to be rectified by the contractor during this period.
The cost for repair of material, spare parts, transport, tests & repairing staff has to be borne by the contractor. If the contractor
fails to rectify the defect with in a period of one month after aforesaid notice the Engineer in Charge may forfeit the security
deposit or an amount thereof required for the rectification through a third party without prejudice to any other right of Public
Health Engineering Division no.1 Hisar may have against the Contractor in respect of his failure to remedy such defects.

FORCE MAJEUR: -
Either party shall be liable to the other for any loss or damage occasioned by or arising out of acts of God, and in particular,
unprecedented flood, volcanic eruption, earthquake or other convulsion of nature and other acts such as but not restricted to
invasion, the act of foreign countries, hostilities or warlike operation before or after declaration of war, rebellion, military or
usurped power which prevent performance of the contract and which could not have been foreseen or avoided by a prudent
person.

Contractor’s Liability
Observance of laws, local regulations, notices and attachments.
The contractor shall confirm to all laws of the land, the regulations and by-laws of any local authority and/or of any water or
lighting companies with those whose systems the works are proposed to be connected. He shall before making any variations
from the drawing or specifications that may be necessitated for so confirming give to the engineer written notice, specifying the
variation proposed to be made and the reasons for making them, and apply for instructions thereon. In case the/contractor
shall not receive such instructions within 7 days proceed with the work confirming to be provisions, regulations or by laws in
question and any variations in the drawings or specifications so necessitated shall be dealt herewith. The contractor shall give
all notice as per provision of the said acts regulations or bylaws and pay all fees in connection therewith.

He shall also ensure that no attachments are made against materials or works related to the contract. In every case to in this
clause, the contractor shall protect and indemnify, Government against any claim or liability arising from or based on the
violation of such law, ordinance, regular decree or attachment by him or by his employees.

Contractor dying, becoming insolvent, Insane or imprisoned.


Liquidation, the contract may be terminated by notice in writing posted at the site of the works and advertised in one issue of
the local newspaper and all acceptable, works shall be paid for after recovering all the contractors dues Public Health
Engineering Division, there from, at appropriate rates to the person or persons entitled to receive and give a discharge for the
payment.

If the contractor becomes bankrupt or has received order made against him or compound with the creditor or being a
corporation commence to be wound up not being a voluntary winding up for the purpose only of amalgamation or
reconstruction or carry on its business under a receiver for the benefit of the creditors or any of them, the Government shall be
at liberty, to give such liquidator, receiver, or other person the option of carrying out the contract subject to his providing a
guarantee for the faithful performance of the contract up to an amount to be determined by the Government, to terminate the
contract forthwith by notice in writing to the contract or to the liquidator or to any person in whom the contract become vested
and to act in the manner as provided in the clause “Breach of contract”.

Contractor to supply labour, plant, ladders, scaffolding:


The contractor shall supply at his own cost all labour, skilled and unskilled, and all things necessary (except such special
things, if any, as, in accordance with the specification that may be supplied from the Engineer‟s stores) such as plants, tools,
appliances, implements, ladders, cordage, tackles, scaffolding, shoring, strutting, pumps, fuel oil, packing, boring tools and
power as well as other apparatus and temporary works requisite for the proper execution of the work whether original, altered
or substituted and whether included in the specifications or other document forming part of the contract or referred to in these
conditions or not which may be necessary for the purpose of satisfying or complying, with the requirement of Engineer as to

Contractor Witness Executive Engineer

4
any matter as to which under these conditions he is entitled to be satisfied, or which he is entitled to require, together with
carriage hereto for and from the work. The contractor shall also supply without charge the requisite number of persons with the
means and things necessary for the purpose of setting out the works, and counting, weighing and assisting in the
measurement and examination at any time and from time to time, of the works done, or materials supplied by him. The
Engineer at the expense and risk of the contractor may provide failing his so doing the same and the expenses (of which the
certification of the engineer shall be final) may be deducted from any money due to the contractor under this contract or from
his Earnest Money Deposit.

The contractor shall also provide at his own expense all necessary fencing and lights required to protect the public from
accident and shall assume all the liability for and indemnify the Engineer against all actions or suits arising out of or in
connection with neighboring owners or workmen employed on the works. With the carrying of the works, whether such actions
are brought by members of the public, the contractor shall carry out the works conforming to the statutory and other legal
enactment‟s applicable to them and gives all notices and pays all fees payable to local authorities and others in respect of
them. The contractor shall be responsible for the adequacy, strength and safety of all shoring, strutting, curbing, bonding,
brickwork, masonry, concrete, permanent or temporary appliances, matters and things furnished by him for the purpose of this
contract.

Materials and plant of contractor


All materials brought by the contractor upon the site of the works shall be deemed to be the property of the Government and
shall not or any account be removed from the site of the works during the execution of the works and shall at all times be open
to the inspection of the Engineer. The Engineer on the completion of the works or upon the stoppage of the works shall have
an option of taking over any such unused materials at prevailing market rates, with the provision that the price allowed to the
contractor shall not exceed the amount originally paid by him for the same, as he (the Engineer) shall desire upon giving a
notice in writing under his signature and within 15 (fifteen days) of the completion of the works to that effect, and all materials
not so taken over by the Engineer shall cease to be the property of the P H E D and the contractor shall have no claim for
compensation on account of any such material as aforesaid which are not so takenover by the said Engineer unused by him
(the contractor) or for any wastage in or damaged to any such materials.

Employment of an experienced site engineer


The contractor shall employ a site engineer of the rank of a Resident Engineer who is well experienced in the type of the works
he has to handle and shall have worked in similar such projects earlier. He shall be well acquainted with all latest Indian
Standards, codes of practice, and local practices of construction and has good managerial qualities, capable of handling
labour force tactfully and extract good quality of workmanship and plant execution of works efficiently. He shall be well
conversant with specifications, construction equipment use, testing, inspecting and supervising the works. He shall have good
ability to guide his subordinates. His name and Bio-data should be submitted along with the list of other key technical staff at
the time of submission of bid.
In addition to this other technical staff shall have to be employed from time to time as directed by the Engineer. Changes in
staff will be upon the approval of engineer.

Contractor to Employ competent agents and foreman


During the execution of the works and until the work is taken over by the order of the Engineer, the contractors shall employ
competent agents and such foremen as may be necessary for the proper execution of the works (and when work is carried on
day and night there shall be a foremen in charge of each shift) who shall be engaged constantly on the work to ensure proper
management and efficient control.

Experience of Labour Force


The contractor shall employ in his pay roll only such workers who are well experienced in the trade of job for which they have
been employed. The engineer shall have full power to direct the contractor to remove and engage on work persons who do
not possess any experience in the trade and whose work is not satisfactory. If in the opinion of the Engineer, a person is
found to be incompetent, an experienced person to the satisfaction of the Engineer shall replace such person.

Working on Sundays and holidays and Night Work


Prior permission in writing should be taken from the Engineer-in-Charge to work on Sundays, Holidays, during Nights and to
work Overtime. No women labour should be engaged on works during night work.
Conduct of Labour
The contractor is solely responsible for the peaceful and orderly conduct of labour in the neighborhood of work site. The
Engineer-in-charge shall have full powers to order the contractor to prevent undesirable labour force from entering the work
site. Further the Engineer has full powers to ask the Contractor to remove from the site of the work any person who
misconducts himself and is undesirable at site.
Labour Welfare
All facilities to the welfare of the labour shall be provided by the contractor at own cost as per the existing

labour laws, and as described in the tender documents.

Contractor Witness Executive Engineer

5
• The contractor shall make all arrangement for supply of safe drinking, bathing and washing water to the labour, at his own
expenses.

• Adequate first aid and medical facilities shall be provided.

• Proper, Separate toilet facilities for Men and Women shall be provided.

• Protective accessories like gumboots, gloves, goggles etc. as found necessary shall be provided to the labourers.

Caution lights
The contractor shall provide caution signs/lights near excavations, trenches, fencing etc. and employ watchmen during nights
and off working days and hours.

Drawings and specifications


Alteration in specification or drawings
The Engineer shall have powers, to make any alterations in, or additions to, the original specifications, drawings and
instructions that may appear to him to be necessary or advisable during the progress of the works. The contractor shall be
bound to carry out the work in accordance with any instruction which may be given to him in writing signed by the Engineer
and such alteration shall not invalidate this contract. Any additional work, which the contractor may be directed to do in th e
manner above specified, as the contractor on the same condition in all respects on which he agreed to do the main work shall
carry out part of the work. The time of the completion of the work shall be extended if applied for by the contractor in writing in
the proportion that the additional works bears to the original contact work. The certificate of the Engineer shall be conclusive
as to such extension. And of the additional or altered works include any class of work for which no rate is provided in this
contract then such class of work shall be carried out at rates to be agreed upon in writing between the Engineer and the
contractor prior to the work being taken in hand.

The basis for fixing such rates shall ordinarily be the current schedule of rates, Provided always that if the contractor shall
commence work or incur any expenditure in regard there to before the rates shall have been determined as before mentioned,
he shall only be entitled to be paid in respect of the work carried out or expenditure incurred by him prior to the date of the
determination of the rates as aforesaid according to such rate or rates as shall be fixed by the Engineer. In the event of a
dispute the decision of the Superintending Engineer shall be final.

If the additional or altered work for which no rate is entered in the contract or in the PWD Haryana schedule of the rates is
ordered to be carried out before the rates are agreed upon, then the contractor shall within seven days of the date of receipt by
of the order to carry out such works shall submit his rate and if the engineer does not agree to this rate, he by notice in writing,
be at liberty to cancel this order to carry out such work and he carry out such works as he may consider advisable. Where
however the work is to be carried out according to designs, drawings and specifications provided to the contractor by Public
Health Engineering Division the alteration above referred to, shall be within the scope of such designs, drawings and
specifications appended to the tender.

Action where no specifications are provided


In the case of any class of work of which there is not mentioned in the specification, such work shall be carried out in
accordance with the instructions and requirements of the Engineer.

Deviations from drawings and specifications


No deviations or changes shall be made by the contractor himself without the express approval of the Engineer, from the
dimensions, sizes, material or workmanship specifications of works etc. shown in the drawings, specifications, instructions
issued on the same by the Engineer or his authorized representative. All the works shall be executed strictly according to the
drawings, and specifications using best quality of raw and finished materials and best workmanship to the complete
satisfaction of the Engineer.

Copies of supply orders and other literature of articles procured from the trade.
Copies of supply order and other literature of articles procured from the trade shall be furnished to the Engineer. The technical
literature, dimensional and material specifications, guarantees of materials procured from the traders along with operation,
maintenance and installation manuals also should be submitted to the Engineer in triplicate.

Shop drawings and schedules


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

Workmanship

Contractor Witness Executive Engineer

6
All civil, electrical, and mechanical works included in the tender shall be properly coordinated so as not to wait for each other
and shall be completed in time in a complete manner and handed over in a perfect workmanship manner, in good working
condition after testing to the complete satisfaction of the Engineer.

Engineer’s rights in case of use of inferior materials, workmanship and plant.


The Engineer during the course of execution of the works shall have absolute powers here under to order the following in
written from time to time regarding the quality of the works.

The discontinuance of the use of inferior quality of materials, which do not conform to the specifications, and removal of the
rejected material from the site of works forthwith.

Stoppage of improper inferior and unsuitable plant used for construction, stoppage of inferior workmanship. Improper
construction methods etc.

The re-execution of dismantled/rejected work(s) using fresh materials, labour, plant according to the specifications laid down in
the contract in case the contractor fails to execute the orders the Engineer shall have powers to get the defective work
rectified/re-constructed/replaced by another agency and all the expenses on account of same shall be charged to the
contractor and are recovered from payments due to him or from payments due to him or from payments to become due to him.

Setting out of works


The contractor is responsible for setting out the works as indicated in the Approved drawings and instructions given in the
regard and to obtain the approvals of the same from the Engineer or his authorized representative before commencing the
works. The contractor shall provide free of cost, all facilities like labour, instruments, etc. and all cooperation to the Engineer to
check all dimensions, alignment level etc. This shall however not absolve the contractor of his own responsibility of
maintaining the accuracy of work.

Inspection, testing and miscellaneous


Access to the work
The Engineer-in-Charge, his superiors in Public Health Engineering Department or his authorized representatives and
consultants of the Engineer shall be provided with all facilities for access to the site of works, fabrication shops, stores of
materials, labour camps, testing shops and other premises connected with the execution of works in any way at all time, for
inspection, supervision, examination of all related works.

Guarantees
Notwithstanding the detailed drawings supplied and specifications given in the tender, the contractor cannot claim any relief
from his responsibility towards the performance of mechanical and electrical equipment and the whole functioning of the works
for which it is intended. The contractor is deemed to possess the above knowledge absolutely, before tendering without any
ambiguities or doubts which if any may be got clarified from the Engineer and then only submit this tender.

Existing utility Services


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

As built drawings
On completion of the works before issuing of the completion certificate by the Engineer the contractor shall submit 3 (three)
colored sets of as built drawings along with Soft copy in latest version of Autocad software.

Site Clearance
No extra money will be payable to the contractor for removal of shrubs, debris, rubbish mounds of earth or any such
unevenness in the ground levels before commencement of the works. Similarly he will remove from site above said materials
and spoil and surplus materials as directed by the Engineer and leave the site in a condition that is acceptable to the engineer
as far as the cleanliness of work site is concerned without any additional payment. His rates shall be deemed to include all
expenditure.

Except with prior permission in writing of the Engineer, the contractor shall not divert his plant labour, materials to any other
work. In granting such permission the Engineer may impose any conditions as may be found necessary to ensure that no
delays or interruptions are caused in execution of the works under the contract. The contractor shall not be entitled to any
compensation resulting from such delays. Granting such permission shall not absolve the contractor from the responsibility of
completing the works as per time schedule specified in the contract.

Contractor Witness Executive Engineer

7
Making available drawings and documents at site.
One set of drawings and all other documents relating to the works under contract shall be kept in the site office and made
readily available for discussions, examinations of the Engineer or his representatives.

Decision of the Engineer-in-Charge


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

Tests Inspection and rejection of defective materials and work


The contractor shall without extra cost provide samples and cooperate in the testing of materials and inspection of work. The
Engineer shall have access at all times to the places above materials are being made for use under the contract, to determine
that manufacturer a proceeding in accordance with the drawings and specifications and to the place of work.

The Engineer may reject at any stage, any work, which he considers being defective in quality of materials or workmanship
and he shall not be debarred from rejecting, brought materials by reason of this having previously passed them in an un
worked condition. Any portion of the work or materials rejected shall be removed from the work site at the contractor‟s expense
after written instructions to that effect by the Engineer for replacement of such work. In lieu of removing the work or materials
which are not in accordance with the contract, the Engineer may allow such work or materials to remain, and in that case such
work may be paid at the reduced rates as may be decided by the Engineer.

The equipment shall be inspected and passed by the manufacture‟s inspector. A certificate issued by the manufacture‟s
inspection monitoring that the said equipment conforms to the required specifications shall accompany each consignment. In
addition, the Engineer or his representatives shall be entitled at all reasonable times during manufacture and before dispatch
of the goods to inspect, examine and test on the contractor‟s premises, the materials and workmanship of all equipment to be
supplied under the contract, and if part of the said equipment is being manufactured on other premises, the contractor shall
obtain for the Engineer, permission to inspect, examine and test as if the said equipment were being manufactured on the
contractor‟s premises. Such inspection, examination or testing if made shall not relieve the contractor from any obligations
under the contract.

The contractor shall give the Engineer thirty (30) days notice in writing of the date and the place at which a plant will be ready
for testing as provided in the contract, unless the Engineer shall attend to the place so named within ten (10) days of the date
which the contractor has stated in his notice, the contractor may proceed with the test which shall be deemed to have been
made in the Engineer‟s presence and shall forth with forward to the Engineer duly certified copies of the results. The Engineer
shall give the contractor 24 hours notice in writing of his intention to the tests.
The inspection and testing will be carried out generally as per Indian Standards for domestic supplies and as per the relevant
equivalent Standards prevailing in the country of manufacture for imported supplies.

As and when any plant shall have passed the tests referred to in this article. The Engineer shall furnish the contractor a
certificate in writing to that effect. The contractor shall provide all facilities (labour, material, apparatus, instruments etc.) for
inspection and tests and such inspection and tests will be free of charge to the owner.

Programme of Works: -
As soon as the letter of intent is issued to the contractor, he will submit to the Engineer his programme to complete the works
by the time indicated in the contract, in the form of a bar chart for review of the Engineer and make suggested modifications
before his approval of the same. The approved bar chart shall be diligently and strictly followed with a view to complete the
works as per schedule. The Engineer shall review the programme of works from time to time and he may modify the same
depending upon the exigencies of the work and stage of the works.

Patents rights etc.


The contractor shall fully indemnify the purchaser against all actions, suits, claims, demands, costs, charges and expenses
arising from, or incurred by reason of any arrangement for any letters, patent designs, trademark or name, copyright or other
protected rights in respect of any machine, plant, work material thing or system or method of using, fixing, working or
arrangement used or fixed or supplied by the contractor but this indemnity shall not extend or apply to any action, suit, cla im
demand cost charges or expenses arising from or incurred by reason of the use of the works or any part thereof otherwise
than in the manner or for a purpose contemplated by the contract. All royalties and other similar payments which may have to
be paid for the use of any such machine, plant work, material thing, system or method as aforesaid (whether payable in one
sum or by installments or otherwise) shall be covered by the contract price and payable by the contractor.
In the event of any claim or demand being made or action or suit brought against the purchaser in respect of any such matter
or matters as a foresaid the contractor shall be duly notified thereof, and he shall conduct all negotiations for the settlement of
Contractor Witness Executive Engineer

8
such claims or demand and such action of suit shall also be conducted by him subject, if and as far as the owner shall think
proper, to the supervision and control of the owner through the officer duly authorized in his behalf.

Other Contractors
When two or more contractors are engaged on work in the same vicinity they shall work together in a spirit of cooperation and
accommodation. The contractor shall not take or cause to be taken any steps or actions that may cause disruptions,
discontent or disturbance to the works, labour and other arrangements of other contract in neighboring and the project
localities. In case of any difficulties amongst the contractors, the Engineer shall direct the manner in which each contractor
shall conduct shall conduct his work so far as it affects others.

Discrepancies and adjustment of errors


The several documents forming the contract are to be taken as mutually explanatory of one another, detailed drawings being
followed in preference to small-scale drawing and the required dimensions in preference to scale.
There are varying or conflicting provisions made in any document forming part of the contract, the accepting officer, i.e. the
Executive Engineer, Public Health Engineering Division no.1 Hisar. shall be the sole deciding authority with regard to the
intention of the document and his decision in this respect shall be final and binding.

Any error in description in the bid of quantities or any omission there from shall not vitiate the contract or release the contractor
from the execution of the whole or any parts of the works comprised therein according to the drawings and specifications or
from any of obligations under the contract.
If there are any discrepancies found in the tender documents and the same have not been clarified before submission of the
tender, the interpretation or clarification given by the Engineer is final and conclusive.

Contractor’s Design of Equipment


Contractor is advised to read carefully all chapters and give complete information regarding his proposals, substantiating the
same with calculations, drawings literature, with clear reference to any standards adopted (which are not mentioned in the
tender), in such manner that there is no ambiguity or nothing is left to chance. All relevant information, so as to make the
proposal understandable shall be given. Vague remarks and remarks like “will be given later” are not acceptable. If in the
opinion of the engineer, the proposal is grossly incomplete, this will form sufficient reason for complete rejection of the tender
on technical grounds. Contractor shall note that this is a lump sum rate tender. The bidder shall give rate for complete work.
However his proposals are subject to scrutiny and approval for unit wise / sub unit wise progressive payments by the
competent authority. He shall therefore take utmost precaution to offer very standard equipment manufactured by only reputed
manufacturers (wherever the makes are specified, the same shall be offered).

However the bidder should note that after the tenders are opened, all modifications, corrections, changes shall be carried out
entirely to the satisfaction of the Engineer-in-Charge at no extra cost to Public Health Engineering Department. The contractor
shall not be allowed to change the price quoted.
Equipment Guarantee
All the equipment supplied shall be guaranteed for 2 years from the date of commissioning and not from the date of
manufacturing/ supply of the equipment at site. The equipment shall not be brought at site in advance unless it is required to
be used/ installed within next 2-3 months to ensure completely trouble free performance. This two-year shall be considered as
defects liability period for such equipment supplied under this contract.

All the equipment installed shall be thoroughly tested at the time of commissioning the plant and all initial defects shall be
rectified to the entire satisfaction of the engineer. Damaged or non-working parts shall be replaced at no extra cost to
Department Training as per instructions of Engineer shall be given to Staff before Handling over the Equipment/Instruments.

As there is fair amount of automation specified, there will be very large number of small components, which form units of
equipment. In order that the Public Health Engineering Division staff engaged on operations and maintenance becomes
proficient in understanding and handling the equipment correctly, the contractor will have to organize training programme in
the manufacturers‟ shops as well as on site during actual operation of the plant.

For this purpose he will have to employ suitably qualified, trained personnel to carry out this training. The training period is for
7 days after commissioning of the plant or for such extra period before commissioning in the workshops.

A mutually agreed programme shall be formulated during the execution, which will be binding on the contractor.

Inspection of site by bidders to assess the additional work included in scope: -


The bidder shall inspect the site of work before quoting his rates to ensure the underground water table / natural ground level.
No extra payment shall be made for dewatering / lowering of water table if required during execution of work. Nothing extra
shall be payable for additional work involved for structural stability of civil structures being the site low lying. Earth filling of site
within the boundary wall shall be done up to the formation level and bidder shall include the scope in his rates as nothing shall
be paid extra so the bidder is advised to visit the site to assess the work.

Contractor Witness Executive Engineer

9
SECTION – 3

DEFINITIONS

In this contract as here in after defined, the following words and expressions shall have the meanings hereby assigned to them
(except where the context requires otherwise)

1) „Tender‟ means the bid.

2) „Bidder‟ means the contractor/agency who submits the bid against the invitation for bid.

3) Award means the written acceptance of bid by the Haryana Public Health Engineering Department to the successful
bidder.

4) „Department‟ means the Haryana Public Health Engineering Department. The words department and Superintending
Engineer and his representatives have been used interchangeably at places and mean the same i.e. the engineer or his
representatives.

5) Consultants means the consultant appointed by the Government for the purpose of preparation of Design, DPR,
Drawings, Tender Documents, construction, supervision at appropriate level, advise in commissioning and carrying
out start-up and monitoring of the entire contract .

6) The „contract sum‟ means the sum identified in the contract for the completion of works as per contract.

7) „Contractor‟s equipment‟ means all appliances or things of whatsoever nature required for the purpose of completing
the works but does not include plant, material or other things intended to form or forming part of the works.

8) „Portion of the work‟ means a part of the work or section of the work.

9) „Cost‟ means the amount which shall be deemed to include all overhead costs whether incurred on or off the site, all taxes,
excise duties, royalties etc. as applicable on the materials labour or any other item which is required to complete the
works.

10) „Headings or Notes‟ the headings and marginal notes in these conditions of contract shall not be deemed to be taken into
consideration in the interpretation or construction thereof or of the contract.

11) „Permanent Works‟ means the permanent works to be executed and maintained in accordance with the Contract.

Contractor Witness Executive Engineer

10
SECTION – 4

SCOPE OF WORK FOR SEWAGE TREATMENT PLANT (STP)

(To be carried out under Turnkey contract)

4.1. Project Description

The proposed 3.50 MLD Sewage Treatment Plant at Village Sadalpur Distt. Hisar, Haryana is based on the Sequential
Batch Reactor (SBR) Technology. It is an advanced version of CPHEEO‟s proven Activated Sludge Process, in which
biological process shall be carried out in sequential batch mode using PLC/SCADA control. The STP & MPS will be
constructed with in the same premises.

4.2 Proposed Units at MPS & STP:

4.2.1 Main Pumping Station

Design, Construction, Supplying, Installation, Testing and Commissioning of Main Pumping Station comprising Receiving
chamber, Coarse Screen Channels, Raw Sewage Sump (Wet Well), Valve Chamber and Pump House / PLC room shall be
designed for Average 3.50 MLD flow (Peak Factor 3.0, Peak flow 10.50 MLD).

4.2.2 Sewage Treatment Plant (STP):

Design, Construction, Supplying, Installation, Testing and Commissioning of Sewage Treatment Plant (STP) of 3.50 MLD
Capacity with peak factor 3 based on Sequential Batch reactor (SBR) technology complete in all respect. The MPS & STP
shall be fully PLC-SCADA based including all instruments, switches, drives start-stop from control desk using PLC and
SCADA.

• Primary Treatment Units comprising Inlet Chamber, Fine Screen Channels and Grit Chambers shall be designed /
constructed / installed for peak flow.

• Biological Treatment Units based on Sequential Batch Reactor (SBR) technology designed / constructed / installed
for average 3.50 MLD flow.

• Disinfection Units comprising Chlorine Contact Tank and Chlorination cum Chlorine Tonner Storage House designed
/ constructed / installed for average 3.50 MLD flow.

• Disposal Treated Effluent from Chlorine Contact Tank to Existing Drain along with bypass arrangement from inlet
chamber of STP to drain

• Sludge Dewatering Units comprising Sludge Sump and Pump House, Centrifuge House and Dewatering
Polyelectrolyte Dosing System designed / constructed / installed for average 3.50 MLD flow.

• SBR Air Blower room, MCC cum PLC room, Control Building, Electrical HT Substation, HT metering panel room, DG
Set shed and Laboratory, Laboratory equipments, office furniture, plinth protection of all buildings, electric
equipments, roof top rain water harvesting system and storm water drains with disposal system is included is in
“Trunkey” contract.

• 2 No. Centrifuges (1 W + 1 SB) with feed pumps, all fittings, instrumentation, electric panel boards etc. Other
Ancillary Structures including Roads & Pathways etc.

• Landscaping / Gardening:- The area of landscaping and grassy lawns will be as per drawing which will be submitted
by the successful bidder. The landscaping and grassy lawns will be for open space of proposed STP. For further
clarification, the bidder may visit the site of work.

• Operation & Maintenance of entire scheme for 12 months during defect liability period after trail run 3
months and 5 years thereafter

Contractor Witness Executive Engineer

11
4.3 Employer’s Inputs

4.3.1 During Construction & Installation:

The Employer shall make available the following inputs during construction and erection of the Plant:

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


 Approval from any regulatory authority to construct the Plant at the said location.

 Assistance in availing Essentiality Certificate to claim due Excise Duty, Sales Tax and other rebates as that may be
applicable to this Contract.

4.3.2 During Trial Run & Commissioning:

 During Trial Run and Commissioning of the Plant, the Employer shall make sewage available in adequate quantity
and quality.

 The cost of all utilities including, Chemicals and others consumables(but excluding Electricity charges and cost of
Diesel for operation of DG sets, in case of power failure) shall be arranged by the Contractor.

 Only Electricity charges and cost of diesel to operate the DG sets for O&M of MPS and STP will be borne by
Employer. In case working of STP is not stabilized to achieve standard parameters of effluent sewage from STP, then
trial run period can be extended and no O&M charges will be paid during these extended period of trial.

4.3.3 During Operation & Maintenance

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

 Electricity & Water - The employer will pay for electricity & Water used during Operation & Maintenance period
directly to the Utility (Energy & Water Provider) and cost of the same shall not be included in the Tenderer‟s
Operation and Maintenance Price as specified in Part – III.

 Reimbursement for cost of Diesel for DG Set, in case of power failure, at actual against submission of authenticated
Bills and log book of DG sets/Hour meter of DG set.

 Approval to dispose Plant Residuals. However, cost of treatment and disposal to be borne by bidder.

4.4 Terminal Points

The Terminal Points / Battery Limits shall be as follows:

4.4.1 Incoming Raw sewer:

Raw sewage will be available near boundary wall within the premises of proposed STP but the conveyance of sewage through
DI pipe of suitable diameter, from this terminal point to the receiving Chamber of the MPS shall include in Turnkey contract.

4.4.2 Incoming Power Supply:

11 KV HT Power shall be made available by the Employer at the 2-Pole Structure, located near Contractor‟s HT Substation.
The Contractor‟s scope shall start from this 2-Pole Structure.

4.4.3 Disposal of Treated Effluent:

The disposal of the treated effluent is proposed through RCC NP3 pipe by gravity from Chlorine Contact Tank to the existing
Drain passing at a distance of 1550 m from the STP. The hydraulics of the Plant shall be maintained in such a way that treated
effluent from Chlorine Contact Tank can be discharged at the above HFL and there shall not be any backflow of water into the
Chlorine Contact Tank in any condition.

4.4.4 Disposal of Plant Residues:

Plant Residuals (Screenings, Grit and Dewatered Sludge) and treated effluent shall be the property of the Employer.
However, the Contractor shall be responsible for disposal of Plant Residuals at the nearest solid waste management plant
established by concerned municipality / department irrespective of distance from plant or at a suitable place within a lead of

Contractor Witness Executive Engineer

12
10 kms from site as directed by the Engineer-in-charge. The Contractor may sell the Dewatered Sludge but at the discretion
of the Employer. The contractor may sell the dry sludge in a packing of 20 Kg. bag and supply the same to Kisan Sewa
Kendra

4.5 Technical Scope of Work


4.5.1 BRIEF Scope of Work

The Contractor shall ensure the technical feasibility of his Offer submitted after visiting the Site. It must be clearly understood
that as the Contract is a “Turnkey Contract”, the Contractor shall design and execute every such Item(s) of Work(s) which are
considered or required or necessary for the satisfactory completion and functioning of the entire Plant including Operation &
Maintenance of the plant even if such Item(s) of Work(s) are not specified in the Bid documents, but are essential to complete
the Plant.

The scope of the work shall include All Civil/electrical/mechanical treatment units at MPS, STP and All consumables and
manpower during trial run and O&M period but not be limited to the following:

Design, Construction, Supplying, Installation, Testing and Commissioning of Sewage Treatment Plant (STP) of 3.50 MLD
Capacity based on Sequential Batch reactor (SBR) technology including but not be limited to the following works:

• Topographical survey with Total Station, Geotechnical investigations for underground Water Table and Safe Allowable
Bearing Capacity of soil.

• Cutting of unwanted Tress, Plants, Bushes and Shrubs etc. and removing the same form Site. However, necessary
approval for the same shall be arranged by the Employer.

• Demolishing the existing Structures and removing the debris from Site and compaction of loose soil to required DBD
(Dry Bulk Density) as per IS – 2720.

• Shifting of existing utility such as Pipe Lines, Cables and Poles etc. if required.

• Raising the Finished Ground Level at the proposed STP area by 450 mm above front road Level or 500 mm above
highest flood level whichever is highest by filling with suitable earth around the proposed structures.

• To facilitate the vehicular movement during the construction period & later, Leveling, earth filling, stripping of all
loose/soft patches, compaction and grading of earth and improve the aesthetics

• Construction of Site Office with required Furniture, toilets, Air-conditioners, Personal Computers and Printers,
Telecom facility etc.

• Establishment of Site laboratory for testing of concrete, aggregate etc. with required laboratory Equipments,
Instrument, Chemicals & reagents and furniture.

 The bidder shall make his own arrangement for Water, electricity and other resources required for construction,
erection and hydraulic testing of the Plant up to the testing stage.

• Construction of temporary Labour Shelters and sufficient toilet / baths nearby the site with proper disposal.

• Preparation of Process, Hydraulic, Civil, Mechanical, Piping, Electrical and Instrumentation Design and Drawings
including Construction, Architectural and As-built Drawings.

• Construction of Civil Engineering Works for all the Process Units, Buildings, Roads & Pathways, Plant Drains and
Storm Water Drains as detailed in Civil Specifications. Layout plan should be prepared in such way that all Process
Units and Buildings be interconnect and each can be accessed from one Point.

• Providing Plinth Protection of 1200mm width along the periphery of all the Process Units & Buildings shall be provided
as detailed in Civil Specifications. The width of plinth protection for all structures shall be minimum 1200mm.

• Providing Internal and External Plaster to Buildings as detailed in Civil Specifications.

• Providing Internal Black Anti Corrosive Bitumanistic Paint on all structures coming in contact with sewage and
External surfaces coated with Water Proof Cement Paint to all Process Units.

• Providing Internal Acrylic Washable Paint and External Emulsion Paint of Asian/Nerolac/ICI/Dulux of first quality to all
Buildings.
Contractor Witness Executive Engineer

13
• Providing Rolling Shutters, Doors, Windows and Ventilators in all Buildings.

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

• Providing SS/304 Railing, having 40mm dia pipe of thickness 3mm, vertical posts shall be of 90cm height from the
finished floor of walk way @ 0.90 m c/c distance and 2 No. horizontal rows of 40mm dia pipe of 3mm thickness
SS/304 on each side of the walk ways of all process unit. Walkways shall also be interconnected with each other. The
clear width of walkway should be 1.2 m and additional width of walkway for fixing vertical posts shall be provided

• All the structures shall be structurally designed as per standard design practices to meet critical conditions.

• It is responsibility of agency to provide design mix concrete with batching plant/ RMC.

• Top of outer wall of all RCC structures shall be minimum 1.0m above formation level of the site. All outer walls which
are less than 1.5m above formation level of site shall be provided with SS 304 railing.

• The contractor shall make suitable arrangement for storage of machinery, cement, etc. procured at site.

• All brick work shall be with common brunt clay modular bricks of class designation 10.0 in cement & coarse sand
mortar.

• Providing chute arrangements of fine & coarse screen, grit detritus, centrifuge etc. of SS 304.

• No covering is required over the walkways but all the electrical/mechanical equipments installed for MPS/STP outside
the building and open to sky shall be adequately covered with polycarbonate sheet of 10mm thickness with
appropriate vertical and Horizontal support for structural stability with anchoring to be got approved by Engineer-in-
Charge. The supporting structure shall be of 40mm dia, 3mm thick SS/304 pipe for all units except DG set,
transformer and chlorination plant. For DG set, transformer and chlorination plant supporting structure shall be of MS
pipes with epoxy coating. The cross section of MS pipe will be approved by Engineer-in-charge. The shed for DG Sets
shall be of 0.6 mm thick powder coated GI sheets of TATA / Jindal / Bushan make.

• CI sluice gates as per IS 13499 for open channels and MPS will be provided with SS 304 spindle and seating.
• Supply, Erection, Testing & Commissioning of all the Mechanical Equipment as detailed in Mechanical Specifications.

• Supply, erection, testing & commissioning of all the Piping, Gates & Valves as detailed in Mechanical Specifications.

• Supply, Erection, Testing & Commissioning of all the Electrical Equipments including HT and LT Panels,
Transformers, Cables, Cable Termination Kits, Cable Trays, Earthing Materials, Lighting Fittings & Fixtures, Local
Push Button Stations, Junction Boxes, etc. as detailed in Electrical Specifications.

• Supply, Erection, Testing & Commissioning of all the Instrumentation Equipments as detailed in Electrical
Specifications.

• Supply, Erection, Testing & Commissioning of PLC/ SCADA based Automation System for the entire Plant & on line
water quality monitoring at STP as detailed in Specifications.

• Supply, Erection, Testing & Commissioning of Safety Equipments at required locations including Safety Showers,
Sand Buckets, Fire Extinguishers, Fire Alarms etc.

• Providing Laboratory with required Laboratory Equipments, Instruments, Chemicals & Reagents and Furniture.

• Planting of all weather ornamental Trees, planting seasonal flowers, grassy lawns, Gardening and Landscaping by
reusing treated effluent for using treated effluent the separate pipe lines will be laid by the contractor with the
provision of ground hydrants at suitable location at no extra cost.

• Repairing & reconditioning of all the Equipments in the concluding year of the Operation & Maintenance Period to
such a condition that they are in running condition with regular preventive and recommended maintenance.

• Providing “on the job” training to the Employer‟s personnel.

• Preparation of Completion plans of all the buildings & structures of the plant with AutoCAD software in DWG format
and submission of 3 coloured print of each drawing along with soft copy in DWG format. Preparation of Operation &
Maintenance Manuals for Mechanical, Electrical & Instrumentation work..
Contractor Witness Executive Engineer

14
• Providing 6 Nos. CCTV Cameras (4 at STP & 2 at MPS) with DVR as per the detailed specifications. The broad band
Internet connection and its charges will be borne by the agency. The Agency will provide online output/32 inch LED
Display of CCTV‟s at STP site.

• All metal sections and air pipes submerged in sewage and also which are in contact with sewage shall be of SS/304
with 3mm thickness.

• Panel Enclosures shall be fabricated from 16 SWG CRCA sheet with suitable framework and completely powder
coated.

Any other Items which have not been specifically mentioned in specifications but are necessary for
construction of the Plant as per good engineering practice, safety norms and successful operation and
guaranteed performance of the entire Plant shall be deemed to be included within Scope of Work and shall be
provided by the Contractor without any extra cost to the Employer.

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 plant and nothing extra shall be payable on this account.

• Complete project including MPS & STP shall be fully PLC-SCADA based including all instruments, switches, drives
start-stop from control desk using PLC and SCADA.
• All the structures shall be designed/ built considering worst spring level. No pressure release valves shall be installed
for release of uplift pressure.
• 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.
• Top of outer walls of all RCC structures shall be minimum 1.0m above Formation level of the site.
• All outer walls which are less than 1.5m above formation level of site shall be provided with railing.
• All machinery procured at site shall be placed under proper shed with suitable weather protection.
• All water retaining structures shall be designed & constructed in design mix minimum M-30 as per IS 3370, 2009
edition with latest amendments. No admixtures shall be used except for improving of workability, for which prior
approval of Engineer-in-charge shall be obtained. Buildings and other non water retaining structures shall be
designed & constructed in design mix minimum M- 30 concrete as per latest IS 456-2000, IS 10262 with up to date
amendments.
• Minimum thickness of water retaining structures shall be 150mm.
• Clear cover on liquid face shall not be less than 45mm.
• Following General Building Specifications shall be followed for all buildings of the entire plant.
A. Plinth Protection

All building and tanks structures shall be provided with min 1200mm wide cement concrete (M-20) of average
thickness 100mm over a layer of CC M-15 (average thickness 75mm) with toe wall of 230mm thickness laid over
PCC M-15, 75mm thick.
B. Damp Proof Course
Damp proof course, 75 mm thick, with cement concrete M-30 mixed with approved water proofing component in the
proportion recommended by manufactures shall be provide at plinth level in all buildings.
C. Ramp

All Ramps shall be in RCC M-30, Min. 150mm thick with adequate steel reinforcement, with slope of 1:6 (vertical:
horizontal), laid over CC M-15, 100mm thick laid over 100 mm thick sand layer.
D. Brick work

All buildings shall be of reinforced concrete framework with brick panel 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 strictly in 230mm (9”) thick brick masonry built in 1:5 cement mortar (1 cement : 5 coarse sand).
E. Flooring & Skirting

• The buildings floor shall have finishes as per the following details:
• All areas/ rooms containing any, kind of machinery such as blower room, pup house etc – Kotah Ston Flooring as per

Contractor Witness Executive Engineer

15
Haryana PWD Specifications.
• In panel rooms, operator room, office, laboratory, PLC/SCADA Room, conference room, etc – 24”x24” double
charged vitrified tiles.
• In staircases and lobby of administrative building – Granite/ marble Flooring.

• All toilets – 18” x 18” size Ceramic Tiles.


• Any other area not included above – Kotah Stone as per Haryana PWD Specifications. The finished floor level in
toilet areas shall be 10mm below general finished floor level elsewhere in the building. Tiles in toilets shall be
provided up to door level.
F. Plastering

The walls with smooth surface shall be provided with 12mm thick cement sand plaster 1:4 and walls with rough
surface shall be provided with 15mm thick cement sand plaster 1:4 ceiling of building structures shall be provided
with plaster in cement mortar (1:3) in single coat of 6mm thickness, wherever required.
G. Painting

• The internal and external surfaces of the walls and ceiling of all building structures shall be applied with two coats of
Birla/JK Wall Putty followed by two coats of primer followed by min two coats of first quality plastic emulsion paint. All
the structural steel, pipes, specials etc shall have two coats of Epidec RTC primer followed by two coats of epoxy
paints.
• All the internal walls and base of water retaining structures of MPS and STP shall be provided with min two coats of
coal tar epoxy.
• All the external faces of the tanks above ground level shall have two coats of cement based snowcem.
H. Roof Treatment and Water Proofing

The roof of all the buildings shall be given six courses bitumen felt waterproofing treatment with suitable arrangement
for draining out the rainwater. Roof slope shall be minimum 1:120. Sloping screed of CC (M-15) minimum 40mm
thick shall be provided under the felt treatment.
I. Rain Water Pipe

For roof drainage ISI mark PVC Pipe with 6kg pressure and C.I. grating at top shall be provided. For roof plan areas
upt o 40 sgm minimum two 100mm diameter down pipes shall be provided. For every additional area of 40 sqm or
part thereof, at least one 100mm dia down pipe shall be provided. All rain water pipes shall be of 6kg PVC and
encased with CC(M-15) mix properly embedded in brick walls. The rain water should be connected directly with the
storm water drainage system through road gully traps.
J. 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 Aluminum section with
tinted glass. Necessary rubber gasket/bidding should be used to make the buildings dust free. All windows shall be in
double door - inside SS Jali and outside toughened glass of min.5mm thickness. The main entrance of Administrative
building shall be provided with min. 12mm thick glass door.
• All types of doors, windows, rolling shutters shall have lintels above lintel beam shall be continuous. 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- Charge in all concreting/plastering works
K. Miscellaneous

o All floor cutouts, pits, chambers trenches, etc. shall be covered with precast concrete covers or mild steel
chequered plates of adequate thickness (minimum 8mm) and stiffening. Lifting hooks shall be provided in all cover
panels. All uncovered openings shall be protected with hand railing.
o RCC access platform/walkway with 25mm thick colour coated chequered tiles along the periphery of all the
structures shall be provided. Continuous access shall be provided from first structure up to last structure including
provision of staircase at different locations as per the directions of Engineer-in-Charge. The access platforms,
walkways and staircases shall be shown in layout drawings at the time of basic Engineering Package approval.
o 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 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-in-charge. However,
In exceptional circumstances cat ladders with chequerred plate steps may be permitted. The decision of Engineer-
in-charge in this regard and about the length of walkway shall be final and binding.
o 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-in-charge. The
decision of Engineer-in-charge in this regrd shall be final and binding.
o 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 documents or in absence of same, the arrangement suggested by bidder) over other equipment while the
other equipment is in operating condition.
Contractor Witness Executive Engineer

16
o All wires/ cables used in carious buildings shall be fire resistant. All power and control cabling shall be done over
head on cable tray. Cable trays shall be GI Hot dipped, 16 gauge with epoxy primer and epoxy paint. All fastener
Used for holding the cable trays shall be in SS-304 for external and GI for internal of make Hilti/ Fischer.
o All internal and external lighting shall be provided with LEDs.
o All valves such as Sluice valves, Non-Return valves, Air valves, etc., shall be provided in Ductile Iron (DI)/ stainless
Steel (SS)/ cast steel (CS), unless specified otherwise in the DNIT.
o All sluice/ butterfly valves shall be provided with Dismantling Joints.
o Wherever sluice valves, or any other valve is to be installed below formation level of the area, the associated …. //
valve chamber shall be in RCC required structural strength and water resistant design shall also be constructed by
the contractor within the scope of this contract.
o The contractor shall install equipment provided by one of the approved manufactures as listed in the DNIT.
o The technical specifications for various items are covered in the tender documents. In case any item is not covered
or missing, Haryana PWD specifications and relevant IS codes shall have to be followed with the approval of
Engineer-in-charge. In case no specifications exist in either tender document or either or PWD 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-in-charge shall be conclusive and binding.
o In case of any discrepancy between specifications laid down in this document and Haryana PWD specifications/
relevant IS Codes/ other codes, the decision of the concerned Superintending Engineer-in-Charge shall be final &
applicable.
o Wherever reference is made to Indian Standard Specifications, the latest editions shall be applicable including up to
date amendments.
o The scope of work along with specifications has been mentioned in the tender documents. However, if any item is
left out in the tender documents but is essential for proper working and functioning of the entire plant, it shall be
provided by the 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.

4.5 PROPOSAL AT MPS / STP


At MPS

4.6.1 Receiving of Raw Sewage


Deep gravity outfall sewer will discharge the raw sewage into a Receiving Chamber from where it will be taken into
downstream coarse screens. The function of the Receiving chamber is to reduce the incoming velocity. It shall be of adequate
size to meet the requirements of workability inside it. It shall be water tight to prevent seepage of the sewage outside.
4.6.2 Coarse Screening
Coarse Screen Channels shall be provided upstream of Wet Well for removal of floating and oversized material coming with
the sewage. Mechanical Coarse Screen should be capable to screen out most of the medium & large floating and oversized
material such as plastic rags, debris, weeds, paper, cloth, rags etc. which could clog the impellers of Raw Sewage Transfer
Pumps. It shall be Rake type inclined Bar Screen and shall have sturdy design to take care of all sorts of materials envisaged
in the gravity sewer. The screenings shall be dropped on the Conveyor Belt installed at the top of the Coarse Screens
Channels. The screening material will be collected into wheel Barrows for its disposal.

4.6.3 Main Pumping Station (Raw Sewage Sump)


Sewage after coarse screening shall enter into Raw Sewage Sump (Wet Well). The capacity of the Wet Well should be kept
such that adequate hydraulic retention time is available during average and peak flow conditions. The effective liquid volume
shall be provided below the invert level of the incoming sewer after leaving provision for freeboard. The capacity of the Wet
Well shall be so kept that with any combination of inflow and pumping, the operating cycle for any Pump will not be less than 5
minutes. Suitable combination of submersible Pumps shall be provided in the Wet Well to cater the pumping requirements at
average and peak flow conditions. Based on incoming flow conditions, adequate numbers of pumps shall operate
automatically to cater the pumping requirements.
Pumping Station shall have a Electrical panel house for installing electrical panels required for coarse screens and pumps.
Suitable arrangement shall be provided for lifting of pumps. A separate room to house PLC and computer shall be required.
The pumped flow from the pumping station shall be taken to the elevated Head Works of the Plant

AT STP
4.6.4 Flow Measurement
Online Flow measurement shall be done by installing an ultrasonic Flow Measurement Device on the common discharge
header of Raw Sewage Transfer Pumps. Electromagnetic flow shall be installed with dismantling joint one step lower dia D/F
pipe for 2.5 mtr length of upstream and downstream of flow meter. 3 nos. Flow meters are to be installed i.e. 1 at Inlet, 1 at
Outlet &1 at bye pass arrangement.

4.6.5 Inlet Chamber By pass Chamber

Contractor Witness Executive Engineer

17
Raw Sewage, from Pumping Stations (MPS), shall be conveyed to the Inlet Chamber of specified minimum size i.e. length &
width before fine screen, from where it will be taken into downstream Fine Screen Channels. The function of the Inlet Chamber
is to reduce the incoming velocity. Since, the rising main will be connected directly to inlet chamber of the STP, therefore, it
should be designed to achieve laminar flow. It shall be of minimum size to meet the requirements of workability inside it. It
shall be water tight to prevent seepage of the sewage outside. Also a bypass chamber is to be provided with inlet chamber.

4.6.6 Fine Screening

Fine Screens Channels shall be provided upstream of Grit Removal Units. Fine Screens should be capable to screen out most
of the small floating materials above 6 mm size. It shall be of Mat type. The screenings shall be dropped on the Conveyor Belt
installed at the top of the Fine Screens Channels. The screening material as collected will drop automatically into wheel
Barrows for its disposal. Apoxy painting should be done on internal side of channel & flow level marking should be done.

4.6.7 Mechanically De-gritting

Screened sewage shall gravitate to Grit Separator Tanks for removal of grit and small inorganic particulate matter of specific
gravity above 2.65 and particle size above 150 microns. The Grit Separator Tanks shall be of RCC complete with Detritus
Mechanism Comprising Scraper, Classifier and Organic Return Pumps. The grit separated shall be properly collected and
transferred for disposal.

4.6.8 Biological Treatment based on Sequential Batch Reactor (SBR) technology

Primarily treated sewage shall be fed into the Sequential Batch Reactor (SBR) Units for biological treatment to remove BOD,
COD, Suspended Solids, Nitrogen and Phosphorous.

Sequential Batch Reactor (SBR) shall work in Batch mode in single step. It shall perform Biological Organic Removal,
Nitrification, De-nitrification and Biological Phosphorous Removal and shall be capable of simultaneous sludge stabilization.
The oxygen required shall be supplied through Fine Bubble Diffused Aeration System with auto control of oxygen level in the
Basins. The system shall have a SVI < 120 for higher settling rates and shall be designed in such a way that growth of
filamentous bacteria is restricted. The complete operation including Filling of Sewage, Aeration, Sludge Recirculation,
Decanting and Wasting of Excess Sludge shall be controlled by PLC. Treated effluent from Sequential Batch Reactor (SBR)
Units shall be collected in Chlorination Tank for its disinfection. The minimum 2 Nos SBR Basin with Rectangular shape shall
be adopted for treatment of 3.50 MLD sewage with peak factor as 3 and the aeration system shall be designed accordingly as
per scope provided in the DNIT. The selector zone air grid under meter shall be SS-304 & bolts for all pipes shall be SS-304.
Epoxy painting should be done on interior side of reactor.

4.6.9 Disinfection of Treated Effluent

Treated sewage from Sequential Batch Reactor (SBR) Units shall be collected in a Chlorination Tank where disinfectant will
be added at suitable dosing rate for disinfection. Baffle walls shall be provided in the Tank to facilitate hydraulic mixing of
treated sewage. Adequate reaction time shall be provided to ensure proper disinfection of treated sewage. The shape of
chlorination tank shall be preferably rectangular and inner surface (wall, top & bed) be finished with sky blue ceramic tiles of
size 200mm x 300 mm laid with adhesive of good quality.

Chlorinated effluent from Chlorination Tank shall be discharged into the nearby Drain through RCC Pipe effluent channel on
pillars or underground through gravity.

4.610 Sludge Dewatering


Excess Sludge from SBR Basins shall be withdrawn through Sludge Withdrawal System and collected in the Sludge Sump.
Sludge Sump shall be equipped with Coarse Bubble Type Air Grid and Air Blowers.

The sludge shall be then pumped to Centrifuges for dewatering using positive displacement type Screw Pumps. Dewatering
Polyelectrolyte Dosing System comprising one Solution Preparation and One Solution Dosing Tank equipped with slow
speed Mixers and mechanically actuated diaphragm type Metering Pumps shall be provided to dose Dewatering
Polyelectrolyte Solution online. Sludge Thickener of adequate capacity shall be provided before applying the sludge to the
centrifuge and all the accessories and interconnecting system shall be accordingly amended / augmented.

The dewatered sludge in the form of wet cake from Centrifuges shall be collected and disposed off suitably whereas
Concentrate shall be recycled to the Receiving Chamber / Wet Well.

Interconnection of various Units shall be made through RCC Pipes of Class NP3 or RCC Channels. RCC Pipes shall be
preferred over RCC Channels wherever possible but the Executive Engineer reserves the right to select any option.

Contractor Witness Executive Engineer

18
Indicative Process Flow Diagram, Piping & Instrumentation Diagram and Equipment Layout for the proposed MPS &STP are
attached at the end of Volume – I. These Drawings are indicative and for tendering purpose only. The bidders need to
develop their own drawings based on his design and site conditions, conforming to the specifications given in the Tender
documents.

4.7 DETAILED SCOPE OF WORK


4.7.1 Design Basis
4.7.1.1 Flow and other Site Data:

Sr. No. Description Value


1 Average Flow 3.50 MLD
2 Peak Factor 3
3 Peak Flow 10.50 MLD
4 Invert level of incoming Sewer of last Manhole near MPS 220.93 mtr.
5 Incoming Sewer line diameter 600 mm
6 Front Road level 205.50 m
7 Average Ground Level (AGL) at STP Site 207.50 m
8 Finished Ground Level (FGL) at Site 207.65 m
9 Finished Road Level / Formation Level 207.80 m
10 FFL for buildings (M) 208.80 m
11 Sub soil water to be used for designing At surface of AGL
2
12 Soil bearing capacity (Tentative) 80 kN/m at 1.5m
depth
13 Ground Water Table during dry period 30 m Below N.G.L.

4.7.1.2 Raw Sewage Quality:

Sr.
Parameters Values UOM
No.
1 pH 6 to 8.5
2 Biochemical Oxygen Demand (BOD5) 270 mg/l
3 Chemical Oxygen Demand (COD) 500 mg/l
4 Total Suspended Solids (TSS) 600 mg/l
5 Total Kjeldahl Nitrogen (TKN) 45 mg/l
6 Total Phosphorous (TP) 5 mg/l
7 Oil & Grease 30 mg/l
7
8 Fecal Coliform 1 x 10 MPN/100 ml
7
9 Total Coliform 1 x 10 MPN/100 ml

The Bidder shall carry out the sampling tests of raw sewage by themselves to ascertain the raw sewage quality for treatment
process. The Employer will not be responsible for the above and no relaxation will be given to the guarantee conditions of
desired treated effluent quality. For design purposes the lower parameters than the above mentioned parameter will not be
allowed. The formation level & finished Floor level at MPS and STP will be decided as per hydraulic design by considering the
HFL of drain/fields so that the treated effluent is discharged efficiently over the HFL of the drain/fields to avoid backflow. The
top of any structures shall not be below the formation level of the site. The soil bearing capacity and ground water table
mentioned in the clause 4.7.1.1 is tentative and actual bearing capacity with depth of ground water table shall be carried out by
the contractor at his own cost for preparing structural design of all the civil structures of STP at different depths of foundation
of structures. The successful bidder/contractor shall have to get the bearing capacity of the plant area tested (in the presence
of Engineer-in-Charge or his authorized representative) and the design shall be based on the tested bearing capacity or
maximum net safe bearing capacity of 8t/m2 (0.8kg/cm2) 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. The worst spring level shall be ascertained by the agency and approved by the Engineer-in-Charge. However, for
all design purposes, including assessment of bearing capacity, the same shall be assumed at the ground level and field
bearing capacity results will be suitably adjusted / modified.
4.7.1.3 Treated Sewage Quality:

The Contractor shall design the process in such a way that the treated effluent quality attains the following limits or even
better:

S. No Parameter Value
1 pH : 6.5 – 9.00
2 BOD5 : <10 mg/L.
3 COD : <50 mg/L.
4 TSS :<10 mg/L.
Contractor Witness Executive Engineer

19
5 Oil & Grease :<5 mg/L
6 Total Coliform :<100 MPN/100 ml
7 Total Nitrogen (TN) :<10 mg/L.
8 Total Phosphorous (as TP) :<2 mg/L
9 Fecal Coli form :<100 MPN/100 ml
10 Ammonium Nitrogen NH4-N :<5 mg/L

4.8 Technical Specifications


4.8.1 Main Pumping Station

Main Pumping Station comprising Receiving Chamber, Coarse Screen Channels, Raw Sewage Sump (Wet Well), Valve
Chamber and Pump House shall be designed for peak flow and based on PLC/ SCADA.
4.8.2 Receiving Chamber

The deep gravity outfall sewers will discharge the raw sewage into a Receiving Chamber. The function of the Receiving
Chamber is to distribute the flow to downstream Coarse Screen Channels. It shall be designed for peak flow. It shall be of
adequate size to meet the requirements of workability inside it. It shall be open to sky and shall be water tight to prevent
seepage of the sewage outside. The entire construction shall be in M-30 grade design mix reinforced cement concrete and as
per IS 3370. RCC Platform / Walkway having minimum 1.20 m clear width with Hand Railing made of SS 304 grade as per
specifications shall be provided. RCC Staircase having minimum 1.20m clear width with Hand Railing SS 304 as per
specifications shall be provided for access from Finished Ground Level to the top of the Unit & to the Operating Platform /
Walkway. All the walkways, platforms, staircase will be furnished with coloured glazed chequered tiles. The 1.20m wide Plinth
Protection around structure shall be provided in M-20 Cement Concrete 100 mm thick over the base coarse 100mm thick M-15
and sand filling 150mm thick over well compacted earth filling to required DBD with toe wall of 230mm thickness laid over PCC
M-15, 100mm thick.
Average Flow : 3.50 MLD
Peak Factor : 3.0
Peak Flow : 10.50 MLD
Number of Units : 1 No.
Hydraulic Retention Time : 30 Seconds at Peak Flow (min.)

All other accessories, whether specified or not, but required for completion of Contract shall form the part of Bidder‟s Scope.
4.8.3 Coarse Screen Channels at MPS
Two numbers of Mechanical Coarse Screen (1Working + 1 Standby) shall be provided in Coarse Screen Channels. Each
Coarse Screen Channel shall be designed for 100% of Peak Flow. The entire construction shall be in reinforced cement
concrete design mix M30 and as per IS 3370. RCC Platform / Walkway, minimum 1.20 m wide with SS/304 Hand Railing as
per specifications shall be provided. RCC Staircase, minimum 1.20 m wide with Hand Railing as per specifications shall be
provided for access from Finished Ground Level to the top of the Unit & to the Operating Platform / Walkway.
The clear opening shall be 20 mm for Mechanical Coarse Screens. The size of the bar shall be 10mm x 50 mm flat. The
Mechanical Screens shall be made of SS 304 flats. Conveyor Belt and Chute arrangement shall be provided to take the
screenings. Screenings dropped from Chute shall be collected in a wheel Barrow. Manually operated CI Sluice Gates shall be
provided at the upstream to regulate the flow.

Average Flow : 3.50 MLD

Peak Factor : 3
Peak Flow : 10.50 MLD
Number of Units : 2 Mechanical (1Working +Stand by) each of
100% of Peak Flow capacity.

Approach Velocity at Average Flow : 0.30 m/s


Velocity through Screen at Average Flow : 0.60 m/s (max.)
Velocity through Screen at Peak Flow : 1.00 m/s (max.)
Wheel Barrow : 1 No. (min.)

All other accessories, whether specified or not, but required for completion of Contract shall form the part of Bidder‟s Scope.

4.8.4 Main Pumping Station

The MPS shall be designed considering the existing invert level of incoming sewer line at the proposed STP. Sewage shall
enter into Raw Sewage Sump (Wet Well) of the Pumping Station after screening. It shall be rectangular in shape and shall be
designed for Peak Flow. The collecting sump shall be constructed by considering at least 1.83 mtr. working depth and the civil
& electrical components shall be designed accordingly.

Contractor Witness Executive Engineer

20
The entire construction shall be in M30 design mix grade reinforced cement concrete and as per IS 3370. The RCC Platform /
Walkway minimum1.20m wide with SS/304 Hand Railing shall be provided. RCC Staircase minimum width of 1.20 mtr and
provided with SS/304 hand railing as per specifications. These shall be provided for access from Finished Ground Level to the
top of the Unit & to the Operating Platform / Walkway. All the walkways / path over the MPS / STP finished with glazed
chequered tiles (for all STP Structures). The 1.20m wide plinth protection around structure shall be provided in M-20 Cement
concrete 100 mm thick over the base coarse 100 mm thick m-15 and sand filling 150mm thick over well compacted earth filling
to required DBD with toe wall of 230mm cleaning & maintenance purpose.

The capacity shall be kept such that the hydraulic retention time in it shall be minimum 5 minutes at peak flow but not
exceeding 30 minutes at average flow. Following criteria‟s shall be considered to size the Sump:

That the Pump of the minimum duty / capacity would run for at least 5 minutes considering no inflow.

The capacity of the Wet Well is to be so kept that with any combination of inflow and pumping, the operating cycle for any
Pump will not be less than 5 minutes.

The arrangement of the submersible Pumps shall be as per Manufacturer‟s data i.e. Spacing between the Pumps, minimum
space between the Pump & Wall and minimum clearance between bottom of pump & bed of Suction Well etc.

The Side Water Depth (effective Liquid Depth) shall be minimum 1.50 m. In addition to the above liquid depth an additional
depression shall be provided to ensure adequate submergence of the pump as per the manufactures recommendations
Pumping station should have a Room adequate for installing electrical panels. Suitable arrangement should be provided for
lifting of pumps. It shall be equipped with sufficient capacity electrical cost with traveling arrangement (Min 3 Ton capacity
chain pully)

The effective liquid volume shall be provided below the invert level of the screen chamber after leaving provision for a
minimum of 0.30m.

IS: 3370 and IS: 4111 (Part 4) shall be followed for the design and construction of Wet Well.

Average Flow : 3.50 MLD


Peak Factor : 3
Peak Flow : 10.50 MLD
Hydraulic Retention Time : 5 minutes at Peak Flow (min.)

All other accessories, whether specified or not, but required for completion of Contract shall form the part of Bidder‟s Scope.

4.8.5 Pumping Machinery:

Pumping Machinery shall be installed for Average Flow of 3.50 MLD with peak factor 3.0 The Pumps shall be submersible
sewage Pumps with centrifugal, non-clog type design. The impeller should be of a non-clog design with smooth passage and
solid handling capability as per delivery size of the pump. The Pumps will have automatic coupling arrangement at discharge
end, a guide pipe and a chain for easy removal and lowering of Pumps. The Pumps shall run smooth without undue noise and
vibration. Vibration shall be limited as per BS 4675, Part I. The motor shall be squirrel cage induction type, suitable for three
phase supply continuous duty with class „F‟ insulation. Motor shall have integral cable parts and the cable entries shall be
sealed. Complete rotor shall be balanced dynamically.

4.8.6 Pumped Waste Water Conveyance


The pumped flow from the Pumping Station to the elevated Head Works of the Plant shall be taken through a Rising Main
designed for peak flow. The Rising Main shall be of DI – K-9 adequately sized to have a velocity of 1.2 m/s at minimum flow
and 2.5 m/sec maximum at peak flow.

SEWAGE TREATMENT PLAN


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

Average Flow : 3.50 MLD


Peak Factor : 3
Peak Flow : 10.50 MLD
Number of Units : 1 No.

4.8.8 Pump Chamber /Control Room


1 No. Pump Chamber /Control Room with clear height of 4 mtr but it shall have suitable headway in presence of gantry. It shall
be provided to house all the control panels of the machinery, D.G. Set, transformer at the back courtyard of the control room
with wall tiles of 100cm height. The entire construction will be in 1:5 brick masonry duly plastered the outer face will have
Architectural look and shall be designed by an qualified Architect and shall be got approved from Engineer in Charge before
getting it implemented. The 1.20m wide plinth protection around structure shall be provided in M-20 Cement concrete 100 mm

Contractor Witness Executive Engineer

21
thick over the base coarse 100 mm thick m-15 and sand filling 150mm thick over well compacted earth filling to required DBD
with toe wall of 230mm thickness laid over PCC M-15, 100mm thick

4.9 Primary Treatment Units


Primary Treatment Units shall consist of Inlet Chamber, Fine Screen Channels, Grit Chambers and Bypass Channel shall be
designed for peak flow.

4.9.1 Inlet Chamber / By pass chamber


Inlet Chamber will receive raw sewage from both the Main Pumping Stations. It shall be designed for Peak Flow. The entire
construction shall be in M30 design mix grade reinforced cement concrete and as per IS 3370. RCC Platform/Walkway,
minimum 1.20 m wide with SS/304 Hand Railing as per specifications shall be provided. RCC Staircase, minimum 1.20 m wide
with Hand Railing as per specifications shall be provided for access from Finished Ground Level to the top of the Unit & to the
Operating Platform/Walkway. The 1.20m wide plinth protection around structure shall be provided in M-20 Cement concrete
100 mm thick over the base coarse 100 mm thick m-15 and sand filling 150mm thick over well compacted earth filling to
required DBD with toe wall of 230mm thickness laid over PCC M-15, 100mm thick

Average Flow : 3.50 MLD


Peak Factor : 3.00
Peak Flow : 10.50 MLD
Number of Units : 1 No.
Hydraulic Retention Time : 30 Sec at peak flow (min.)
Free Board : 0.50 m (min.)

All other accessories, whether specified or not, but required for completion of Contract shall form the part of Bidder‟s Scope.

4.9.2 Mechanical Fine Screen Channels


Two number of Mechanical Fine Screen as per the approved makes (1W+1S) shall be provided in Fine Screen Channels.
Each Fine Screen Channel shall be designed for 100% of Peak Flow. The entire construction shall be in M30design mix grade
reinforced cement concrete and as per IS. RCC Platform/Walkway, minimum 1.20 m wide with Hand Railing as per
specifications shall be provided. RCC Staircase, minimum 1.20 m wide with SS/304 Hand Railing as per specifications shall be
provided for access from Finished Ground Level to the top of the Unit & to the Operating Platform/Walkway.

The clear opening shall be 6 mm for Mechanical Fine Screens. The Mechanical Screens shall be made of SS 304 flats of 2
mm thickness. Conveyor Belt and Chute arrangement shall be provided to take the screenings. Screenings dropped from
Chute shall be collected in a wheel Burrow. Manually operated CI Sluice Gates shall be provided at the upstream and
downstream ends to regulate the flow.

Average Flow : 3.50 MLD


Peak Factor : 3
Peak Flow : 10.50 MLD
Number of Units : 2 Mechanical (1 Working +1 Stand by)each of
100% of Peak Flow capacity
Approach Velocity at Average Flow : 0.30 m/s
Velocity through Screen at Average Flow : 0.60 m/s (max.)
Velocity through Screen at Peak Flow : 1.20 m/s (max.) (CPHEEO 5.6.1.8)
Free Board 0.40 m (min.) (CPHEEO 5.6.1.8)
Angle of screen : 45º
Wheel Barrow : 1 No. (min.)

All other accessories, whether specified or not, but required for completion of Contract shall form the part of Bidder‟s Scope.
The length of channel shall be a minimum of 5 times width of screen chamber (CPHEEO 5.6.1.8)

4.9.3 Grit Chamber


Two number of Mechanical Grit Chamber (1W+1S) shall be provided after Fine Screen Channels. The Grit Chambers as well
shall be designed for 100% of Peak Flow with bypass channel. The entire construction shall be in M-30 design mix grade
reinforced cement concrete and as per IS 3370. RCC Platform/Walkway, having minimum 1.20m clear width with SS 304
Hand Railing as per specifications shall be provided. RCC Staircase, having minimum 1.20m clear width with SS 304 Hand
Railing as per specifications shall be provided for access from Finished Ground Level to the top of the Unit & to the Operating
Platform/Walkway. The entire area underneath the screen channel at formation level with the 1.20m wide Plinth Protection
around structure shall be provided in M-20 Cement Concrete 100 mm thick over the base coarse 100mm thick M-15 and sand
filling 150mm thick over well compacted earth filling to required DBD with toe wall of 230mm thickness laid over PCC M-15,
100mm thick.

Contractor Witness Executive Engineer

22
Additional gate at the downstream of bypass channel with three scour knife gates valves in 2 No. grit chambers and 1 at
bypass channel shall be provided. All the sluice gates shall be aluminum open channel gates Each Grit chamber shall have
the following features:
 One open channel gates.

• One tapered Inlet Channel running along one side with adjustable Influent Deflectors for entry of sewage into
the Grit Chamber.

• One tapered Outlet Channel for collecting the de-gritted sewage, which overflow over a adjustable Weir into the
Outlet Channel. It shall be designed in such a way that no settling takes place in it.
• One sloping Grit Classifying Channel in to which the collected grit shall be classified.
• The grit from Classifier shall be collected in a Wheeled Trolley.
• A Grit Scraping Mechanism.
• Screw Classifier or Reciprocating Rake Mechanism to remove the grit.
• One Organic Matter Return Pump + One Organic Wash Pump.
Manually operated CI Sluice Gates shall be provided at entrance of the Inlet Channel of the Grit Chambers as wel as bypass
channel to regulate the flow.

Average Flow : 3.50 MLD


Peak Factor : 3
Peak Flow : 10.50 MLD
No. of Units : 2 [1 (Working) + 1S] of 100% of Peak Flow capacity each
Size of grit particle : 0.15 mm
Specific gravity of grit : 2.65
3 2
Maximum Surface Overflow Rate : 960 m /m /day

Free Board : 0.40 m (min.)


Side Water Depth : 0.90 m (min.))
Wheel Barrow : 1 No. (min.)

All other accessories, whether specified or not, but required for completion of Contract shall form the part of Bidder‟s Scope.

4.9.3.1 Grit Removal chamber

The flow the screen camber shall be allowed into two detritus tank (1 working + 1SB) with grit washer should be provided with
adequate capacity to store the grit between two intervals of a day for cleaning.
These detritus tank shall consist of vertical fixed type FRP baffles at the inlet & the flow shall be admitted through these
baffles. The chamber should preferably be square in shape. Provision of suitable weir shall be made so that the flow beyond
the chamber is discharged over the weir to the out let channel & each tank to be designed at peak flow of 10.50 MLD. The
tank shall have CI sluice gates at each inlet & out let for isolation, bypass & distribution, there shall be no dead storage & short
circuiting in the tank. This detritus tank shall be equipment with heavy duty scraper mechanism for collecting & scrapping the
grit into grit washing channel. The grit washing & drying mechanism shall be in inclined positions.
A bypass channel of adequate size shall also be provided to bypass these detritus tank & shall have CI sluice gates for by
passing the detritus tank. There shall be sufficient space for storage of grit in each grit washer with once or twice a day
cleaning. There shall be sufficient slope towards the inlet of the grit removal / detritus tank for mechanical cleaning having in
the end with automatic conveyer belt & level sensor shall be provided for withdrawal of grit in grit conveyer & washer at a
suitable height in the tractor trolley for disposal.
There shall be platform/ walkway having minimum 1.20m clear width all around grit removal / detritus tank &grit
washer with SS 304 pipe railing, & cast iron rungs for going inside the chamber to be provided for cleaning & maintenance
purpose.

4.9.3.2 Detritus Mechanism

Grit collector mechanism shall be suitable for mounting in RCC tank. 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 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.
The steel superstructures shall span the entire tank diameter and support the detritus mechanism. Mounted on the bride of to
be a drive head of sufficient torque rating and is to be coupled to a geared motor /motor and gear box trough chain & sprocke t
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

Contractor Witness Executive Engineer

23
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 center shaft and prevent its lateral movement.
The rake classifier shall consist of a reciprocating blades attached to a pipe shaft. The mechanism shall be drive by a geared
motor / motor and gearbox combination coupled to the rake classifier by chain & sprocket arrangement.

4.9.3.3 Organic Return Pump

There shall be vertical propeller pump comprising of pump shaft and propeller. The organic return pump shall serve to return
the organics from grit wash back into the outlet of grit chamber.

Panting: - All MS parts if required, 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.

Inclusions
 All civil, structural and its associated works.

 Electrical & Instrumentation

 Cabling & control panel, if any.

Description Material of constriction


Detritus
Bride MSEP
Walkway MS EP Grating
Handrail 40NB MS, Medium class, Epoxy Coated
Center shaft SS-316
Rake arms SS-316
Plow blades SS-316
Flow Deflectors SS-316
Overflow SS-316
Rake classifier
Rake classifier SS-316
Organic Return
Shaft SS-316
Impeller SS-316

All other accessories, whether specified or not, but required for completion of contract shall form the part of Bidder‟s Scope.

4.9.4 Sequential Batch Reactor (SBR) Units

4.9.4.1 General

The Sequential Batch Reactor (SBR) Process shall be an advanced activated sludge process with in-built nitrification, de-
nitrification and biological phosphorous removal. The process shall utilize a Fill-and-Draw Reactor with complete-mix regime
and operating in true-batch mode. The complete process shall be divided into Cycles with each Cycle is of duration of 3 – 5
hours. All the subsequent treatment Steps – Fill/Aeration, Settling and Decanting must take place sequentially and
independently without overlapping. During Fill/Aeration phase, the sewage shall be filled into SBR Basins and part of the
treated sewage along with activated sludge shall be recycled with the help of Recycle Pumps. Air shall be supplied for aeration
with the help of Air Blowers. During settling phase, the Filling/Aeration shall be stopped and the mixed content shall be allowed
to settle under perfect settling conditions. During Decanting phase, the supernatant shall be removed from top with the help of
Decanters and excess sludge shall be wasted with the help of Waste Pumps.

The Bidder shall provide the most advanced and proven SBR technology being in successful operation and meeting
Standards of the Treated Sewage / Effluent Quality as mentioned above. The performance of the same shall be demonstrated
by providing necessary Authenticated Certificates issued by the competent authority. The no. of peak hours during the day
shall be taken as 5 hours.

4.9.4.2 SBR Basins


• Sequential Batch Reactor (SBR) Units shall be rectangular and installed and equipped for average flow of 3.50 MLD.
However, it should be able to handle peak flow during morning / evening peak hours.
• The system should work on a gravity influent condition. No influent / effluent Equalization Tanks or flash filling is
accepted.
• The SBR Process shall have following independent steps without overlapping each other:

 Fill & Aeration


 Settling (Sedimentation/Clarification)

Contractor Witness Executive Engineer

24
 Decanting (Draw)
• Filling, during Settling or Decanting will not be acceptable.
• The system should be designed for maximum F/M ratio of 0.01 to 0.18 Kg BOD/Kg MLSS day.

• MLSS maintained in the Basin should range from 3,000 – 5,000 mg/l.
• Cycle times shall be selected adequately by the Bidder considering min. 12 hrs/day Basin of aeration and not
exceeding decanting of 2.40 m liquid depth at any time with preferred cycle times containing max. 50% not aerated
portion.
• The excess sludge produced shall be fully digested. Sludge production (including percipients) rate shall be about 0.70
– 1.20 Kg / Kg of BOD removed.
• A minimum total SRT of 10 days shall be maintained to ensure digested sludge.
• Minimum DO level maintained during aeration phase shall be 2 mg/l (min.)
• 2 numbers of SBR Basins with adequate volume shall be provided. In addition, 0.50 m Free Board shall be provided
to each Basin. Maximum Liquid Depth of each Basin shall be restricted up to 6.00 m.
• The entire construction shall be in M-30 design mix grade reinforced cement concrete and as per IS 3370. RCC
Platform/Walkway, having minimum 1.20m clear width with SS 304 Hand Railing as per specifications shall be
provided. RCC Staircase, having minimum 1.20m clear width with SS 304 Hand Railing as per specifications shall be
provided for access from Finished Ground Level to the top of the Unit & to the Operating Platform/Walkway. The
1.20m wide Plinth Protection around structure shall be provided in M-20 Cement Concrete 100 mm thick over the
base coarse 100mm thick M-15 and sand filling 150mm thick over well compacted earth filling to required DBD with
toe wall of 230mm thickness laid over PCC M-15, 100mm thick.
• All RCC surfaces coming in contact with sewage shall be coated with a solvent free epoxy coating like
• “Araldite GY255” manufactured by Hindustan CIBA Geigy Ltd. Bombay or equivalent is to be used for forming the
film. All RCC structures at MPS & STP shall be coated with external water proof acrylic paint of
Asian/Nerolac/ICI/Dulux of best quality on outside of structures.

• HRT minimum 16 hours.

All other accessories, whether specified or not, but required for completion of the work shall form the part of bidder‟s scope.

4.9.4.2.1 Selector Zone/ Tank to be incorporated:-


A selector tank with a minimum hydraulic retention time of 30 minutes before the bioreactor be provided, which shall operate4
at higher F/M ration to promote growth of flow forming microorganism growth. The selector zone/tank shall be dsigned such
that desired organic Phosphorous removal can be achieved. Moreover, de-nitrification process shall be carried out in the
selector zone/tank by providing appropriate recycling through RAS pump.

4.9.5 Decanting Device


• The Decanting Device shall be Moving Weir Arm Device of SS 316 with top mounted Gear Box, Electric Drive, Scum
Guard, down comers, Collection Pipe, Bearings and floating type decanters without any outlet valve arrangement and
without any flexible rubber wire kind of arrangement. The following type of decanter assemblies are not acceptable:
o Rope Driven Decanters
o Galvanized Reinforced plastic Products.
o Valve arrangement.
o Floating Decanter.

• The maximum design travel rate shall be 60 mm/min with proven hydraulic discharge capacity of the decanter
proportional to the selected Basin area.
• There should be maximum one (1) Decanter per Basin.
• The hydraulic design based on design flow rate as given above shall not exceed flow speed of 1.30m/s.
• Flexible rubber hose kind of decanter sealing is not acceptable.

4.9.6 Aeration System

The Aeration System shall be installed for average flow of 3.50 MLD.

Contractor Witness Executive Engineer

25
Only Fine Bubble Type, EPDM / PU Membrane Diffusers shall be acceptable with minimum Membrane Diffusers to Floor
Coverage Area of 5%. Combination of aeration techniques using Aerators/Submersible Mixers etc. is not acceptable. Diffusers
shall be submerged, fine bubble / fine pore, high transfer efficiency, low maintenance and non-buoyant type. Diffusers shall be
panel / tubular type. In case tubular type Diffusers are used, only top half surface area of the Diffuser shall be considered for
supply of air. Material of construction for entire under water system including accessories shall be of non-corrosive. Complete
Diffuser as a unit shall be assembled at the manufacturing factory level. The grid supports shall of adjustable type made of SS
304.

The Air Blower Arrangement shall be capable of handling Top Water Level and Bottom Water Level operation conditions
controlled by process sensors such as DO, Temperature and Level. Each set of Air Blowers shall have dedicated standby.
Each blower working and stand by shall be provided with the high torque VFD. All blowers with canopy & necessary
arrangements to avoid noise pollution will be fixed inside the building. All MS pipes to be used shall be of minimum 6mm thick
with outer epoxy coating and inner surface to be dipped with bituminous protective coating.

The Air Blowers shall be positive displacement (Roots) type and head for Air Blowers shall be decided on the basis of S.O.R.
of Diffusers and maximum Liquid Depth in Basin duly considering the losses governing point of delivery (Diffusers) and the Air
Blowers. Air Blowers shall be complete with Motor and accessories like Base Frame, Anti Vibratory Pad, Reactive Silencer,
Non Return Valve, Air Filter etc. as per requirements. Further, Air Blowers shall have acoustic enclosure to ensure that the
noise level at 2.00 m from Air Blowers is below 85 db. The Air Blower room shall be equipped with Exhaust Fans, Safety
Equipments with sufficient Ventilation, Lighting and Working Space. It shall be equipped with sufficient capacity Electrical Hoist
with Travelling Trolley (Min. 3 Ton or 1.5 times the weight of Air Blower whichever is more) to facilitate removal of Air Blower /
other Accessory for repairs.

The operation of Aeration System shall include PLC based control. The operation and speed of Air Blowers shall be
automatically adjusted using parameters like Oxygen Uptake Rate, Dissolved Oxygen and Temperature and Liquid Level in
the Basin such that the DO is supplied as per demand and power utilisation for operation of Air Blowers is optimised.

The main Air Header (Thickness shall not be less than 6 mm) /Ring Main shall be in SS 304 as per relevant IS Code, painted
with corrosion resistant paint as per Manufacture's recommendations. The Air Header/Ring Main shall be supported on
saddles at suitable intervals or shall be protected against external corrosion in case laid below ground. The Sub-header shall
have Auto Valves to facilitate switch over of Aeration Cycle

from one Basin to other by PLC. The Sub-header shall supply air to fixed type Diffuser Grids at various locations through
vertical Air Supply Pipes. These Air Supply Pipes above water level shall be in MS, painted with corrosion resistant paint and
below water shall be in SS 304. All under water Lateral Pipes shall be of UPVC. Junctions between horizontal Sub-header and
vertical Air Supply Pipes shall be suitably protected against corrosion due to dissimilar materials.

The blower shall be selected in a way that the air temperature at the blower does not exceed the required temperature for
diffuser system. The piping from blower to diffuser shall also be designed accordingly. However, in case the cooling system is
required, it will have to be provided.

All other accessories, whether specified or not, but required for completion of Contract shall form the part of Bidder‟s Scope.

4.9.7 Return Activated Sludge (RAS) and Surplus Activated Sludge (SAS) Pumps

Dedicated Return Sludge and Excess Sludge Pumps shall be provided in each SBR Basin. The Pumps shall be of
submersible type suitable for handling biological sludge of 0.8-1% solids consistency. Capacity and Heads shall be decided
based on process requirements. Each Basin shall be provided with suitable lifting arrangements to facilitate lifting of these
Pumps if required for maintenance. The RAS to SAS pumps shall include PLC& SCADA Controlled.

RAS Pumps
Capacity and Head : As per requirements
Type : Submersible/ Horizontal Centrifugal
Liquid : Biological Sludge of 0.8 – 1% solids consistency
Specific Gravity : 1.05
Contractor Witness Executive Engineer

26
Solid Size : 40 mm (max.)
o
Temperature : 25 C (min.)

Efficiency : more than 50%


Quantity : 1 No. per Basin + 1 No. Store Standby
SAS Pumps
Capacity and Head : As per requirements
Type : Submersible/ Horizontal Centrifugal
Liquid : Biological Sludge of 0.8 – 1% solids consistency
Specific Gravity : 1.05
Solid Size : 40 mm (max.)
o
Temperature : 25 C (min.)
Efficiency : more than 50%
Quantity : 1 No. per Basin + 1 No. Store Standby

4.9.8 Automation and Control


PLC based Automation System with application software based on Rockwell/ABB/Siemen/ Allen Bradley to control SBR
System including all Gates, Air Blowers, Pumps, Valves and Decanters as per Bidder‟s/Technology Provider‟s own design
including I/Os and UPS.
HMI Panel shall comprise latest Personal Computer i7 processor with 22” LED Monitor, Multi Media Kit, A-3 Printer/scanner,
Internet Connection, RS-View, RS-Links (Gateway Version), Process and Operator Software with dynamic Flow Charts,
Pictures, Screens, Alarms, Historical Trends, Reports etc.

SCADA based Automation System to monitor the following parameters continuously in each SBR Basins:

• Fill Volume
• Discharge Volume
• Temperature
• DO Level
• Oxygen Uptake Rate
• Air Blower Speed
• Decanter Speed

4.9.9 Disinfection (Chlorination) Units

Disinfection (Chlorination) Units including Chlorination Tank and Chlorinator cum Chlorine Tonner House shall be designed for
Average Flow.

4.9.9.1 Chlorine Contact Tank and Chlorinator cum Chlorine Tonner Storage House

Treated sewage from SBR Basins shall be taken to Chlorine Contact Tank by RCC NP3 Pipe. Gas Chlorine shall be added at
suitable dosing rate for disinfection. Baffle Walls shall be provided in the Tank to facilitate hydraulic mixing of treated sewage.
The entire construction shall be in M30 design mix grade reinforced cement concrete and as per IS 3370.

Design Flow : Average Flow or Decant Flow whichever is more


Number of Units : 1 No.
Hydraulic Retention Time : 30 Minutes (excluding Outlet Channel after Weir)
Free Board : 0.30 m (minimum)

Chlorinated effluent from Chlorine Contact Tank shall be discharged into the nearby Drain by open Channel through gravity.

The Chlorination room and Chlorine Tonner house shall be provided nearby to house Chlorination Systems. It shall be RCC
(M-30) framed cum Brick Masonry Structure with aluminum door (outside openable), Windows & Ventilators, exhaust fan,
Electrical Hoist with Travelling Trolley of minimum 3 Ton capacity or 1.5 times the weight of the single Unit whichever is more
to lift the Pumps/Chlorine Tonners and Safety Equipment including Sand Buckets, Fire Extinguishers and Fire Alarms and lime
bed in case of leakage of chlorine. Also chlorine room shall be provided with acid proof glazed tiles 600mmx600mm and
Chlorine Tonner house (IF) Industrial Floor finish, internal & external plaster and internal & external painting. The 1.20m wide
Contractor Witness Executive Engineer

27
Plinth Protection around structure shall be provided in M-20 Cement Concrete 100 mm thick over the base coarse 100mm
thick M-15 and sand filling 150mm thick over well compacted earth filling to required DBD with toe wall of 230mm thickness
laid over PCC M-15, 100mm thick.

All other accessories, whether specified or not, but required for completion of Contract shall form the part of Bidder‟s Scope.
The HRT for Chlorine Contact Tank shall be 30 minutes with Rectangular shape. Sky blue colour vitrified jointless & scratch
proof tiles of size 12”x12” shall be fixed in adhesive on the inner side of the tank.

4.9.9.2 Chlorination System

Gas Chlorination System comprising Vacuum Chlorinators (2 Nos.: 1W + 1S), Water Feed Pumps (2 Nos.: 1W + 1S),
Interconnecting Piping and Appurtenances, Chlorine Gas Detector, Empty Chlorine Tonners (Suitable for 30 days‟ Storage)
with Trunions, Lifting Device and Suspended Weighing Scale, Residual Chlorine Test Kit, Safety equipment (e.g. Exhaust
Fan, Canisters, Gasmasks etc.), Mandatory Spares, Chlorine Leak Detection and Chlorine Leak Absorption System including
FRP Half Hoods, Caustic Solution Tank, Caustic Recirculation Pump, Centrifugal Fan, Interconnecting Piping and Ducts
complete and other required ancillary shall be provided.
Design Flow : Average Flow or Decant Flow whichever is more

Type : Vacuum Type

Chlorine Dosing : 5 ppm (min.)

Quantity of Chlorinator : 2 Nos. (1Working + 1Standby)


Chlorine Tonner/ Cylender
: 2 Nos. 900 Kg capacity each

All other accessories, whether specified or not, but required for completion of Contract shall form the part of Bidder‟s Scope.

4.9.10 Sludge Dewatering Units

Sludge Dewatering Units comprising Sludge Sump and Pump House, Centrifuge House and Dewatering Polyelectrolyte
Dosing System shall be designed for average flow.

4.9.11 Sludge Sump & Pump House

A Sludge Sump shall be provided to hold excess sludge from SBR Basins. It shall be equipped with Coarse Bubble Air Grid
made from HDPE / UPVC Pipes and Air Blower Assembly to facilitate mixing of its contents on continuous basis. It shall be
constructed in M-30 design mix grade reinforced cement concrete and as per IS 3370. Sludge sump air grid under water shall
be SS 304. The nut & bolts for all pipes shall be of SS 304.
Number of Units : 1 No.

Hydraulic Retention Time : 6 hrs of Average Hourly Sludge Production (min.)


Free Board : 0.50 m (min.)

A Pump House shall be provided near Sludge Sump to accommodate Air Blowers and Sludge Transfer Pumps

(Centrifuge Feed Pumps). It shall be RCC (M-30) design mix grade Frame cum Brick Masonry Structure with aluminium door,
Windows, Ventilators and exhaust fan. Also it shall be provided with kota stone Flooring finish on top, Internal & External
Plaster and Internal & External Painting. The 1.20m wide Plinth Protection around structure shall be provided in M-20 Cement
Concrete 100 mm thick over the base coarse 100mm thick M-15 and sand filling 150mm thick over well compacted earth filling
to required DBD with toe wall of 230mm thickness laid over PCC M-15, 100mm thick.

Electrical Hoist with Travelling Trolley should be provided for lifting Air Blowers and Sludge Transfer Pumps.

All other accessories, whether specified or not, but required for completion of Contract shall form the part of Bidder‟s Scope.

4.9.12 Sludge Sump Air Blowers & Sludge Transfer (Centrifuge Feed) Pumps

Contractor Witness Executive Engineer

28
Sludge Sump Air Blowers shall be positive displacement (Roots) type and Head for Air Blowers shall be decided on the basis
of maximum Liquid Depth in Sump duly considering the losses governing point of delivery and the Air Blowers. They shall be
complete with Motor and accessories like Base Frame, Anti Vibratory Pad, Silencer, Non Return Valve, Air Filter etc. as per
specifications.

4.9.13 Mechanical Sludge Dewatering Device (Centrifuges) and Centrifuge House

The Mechanical Sludge Dewatering Device shall be solid bowl type Centrifuges designed for 100% trouble free operation at all
times and provided as per the following guidelines.

It shall be so located that the dewatered sludge can be loaded into Trucks/ Trolleys / Containers directly. Preferably, it shall be
so located that the dewatered sludge falls into the Trucks/ Trolleys / Containers without requirement of another Material
Handling Unit.

The dewatered sludge shall have a minimum solids concentration of 20% or more (measured as dry solids w/w basis) so that it
can disposed by open body Trucks/Trolleys.

The centrate generated from centrifuge dewatering shall be transferred back to the receiving chamber/wet well.

It shall be solid bowl type of co-current/counter current design. It shall have sufficient clarifying length so that separation of
solids is effective. The Centrifuge and its accessories shall be mounted on a common Base Frame so that the entire assembly
can be installed on an elevated structure. Suitable Drive with V-Belt arrangement and Turbo Coupling shall be provided along
with Overload Protection Device.

Differential speed and Bowl speed shall be adjusted by changing the Pulleys. Differential speed may be adjustable by use of
epicyclical gears. The Bowl shall be protected with flexible connections so that vibrations are not transmitted to other
Equipment. The Base Frame shall be provided with anti-vibration Pads. The Drive Motor shall be of 2,900 RPM. The noise
level shall be 85 dB (A) measured at 2.00 m distance under dry run. The vibration level shall be below 50 micron measured at
Pillow Blocks under dry run condition.

All other accessories, whether specified or not, but required for complete shall form part of contractors scope.

A Centrifuge House shall be provided near Centrifuge Feed Pump House to house Centrifuges. It shall be a Stilt + 1 type RCC
(M-30) design mix grade Framed earthquake resistant Structure with Stair case.

Centrifuges shall be installed at First Floor whereas Trucks/Trolleys/Containers shall be parked at Ground Floor. An Electrical
Hoist with Travelling Trolley of suitable 3 ton capacity and Safety Equipment including

Sand Buckets, Fire Extinguishers etc. shall be provided. Also it shall be provided with IF flooring and scratch proof glazed tiles
of size 450mmx300mm upto 1.5m ht. on walls on G.F. and Kota stone finish on staircase and floor, 230mm thick 1.2m high
st
brick wall parapet wall all around at 1 floor, internal & external Plaster, internal & external Painting, tile terracing, R.W. Pipes
2
100mm dia. PVC 6kgf/cm (Finolex/Supreme) and 0.6m high brick parapet wall . The 1.20m wide Plinth Protection around
structure shall be provided in M-20 Cement Concrete 100 mm thick over the base coarse 100mm thick M-15 and sand filling
150mm thick over well compacted earth filling to required DBD with toe wall of 230mm thickness laid over PCC M-15, 100mm
thick.

All other accessories, whether specified or not, but required for completion of Contract shall form the part of Bidder‟s Scope.

4.9.14 Polyelectrolyte Dosing System

Polyelectrolyte Dosing System shall consist of Dosing Tanks equipped with Slow Speed Agitators and Diaphragm type
Metering Pumps.

Polyelectrolyte shall be dosed online at the inlet of Centrifuges. Minimum dosage of polyelectrolyte shall be 1.50-2.50 kg/ton of
dry solids at 0.1% solution strength. The solution will be dosed using mechanically actuated Diaphragm type Metering Pumps.
Dedicated Dosing Pumps shall be provided and shall be interlocked with Centrifuges in such a way that they Start/Stop along
with Centrifuge.

Contractor Witness Executive Engineer

29
Dosing Tanks:

Number of Units : 2 Nos. (min.)

Hold-up Time (Each) : Suitable for 12 hours of Operation in a day (min.)


Free Board : 0.50 m min.

Dosing Pumps:

Capacity and Head : As per the requirement


Type : Mechanically Actuated Diaphragm Type Metering Pump

Liquid : Polyelectrolyte Solution of 0.1% Strength


Quantity : As per requirement + 1 Standby

4.10 Plant Utilities

4.10.1 Annexe Building Cum Office, MCC & PLC/Control Building

The Annexe Building Cum Office, MCC & PLC/Control Building shall be of RCC (M-30) design mix grade framed and Brick
Masonry earth quake resistant structure. Panel room, Workshop & Tool Room, Administration Block (comprising Office &
Conference Hall and Laboratory), MCC Room and PLC/Control Room, toilets for men and women (separate), pantry shall be
st
constructed at ground floor, stair case for I floor. It shall be equipped with Aluminium doors, Windows, Ventilators, Exhaust
Fans in MCC Room and PLC/Control Room, panel room, toilets and pantry.

Fire Extinguishers, Fire Alarms, Fire Exit Route Chart, Rubber Mats, First Aid Box, Shock Treatment Chart and Safety
Instruction Chart etc. complete shall be provided. Also it shall be provided with Tile Flooring, Internal and External Plaster with
Painting and Plinth Protection along the periphery as per specifications. Adequate number of Toilets and Washbasins shall be
provided separately for Men & Women. The covered

3
RCC Tank of capacity 2m placed on rooftop shall be provided along with an Underground RCC Water Tank of capacity 10
3
m to cater to the water requirements of the building.

In addition, the Building shall be provided with Porch, Staircase with SS 304 steel railing, Passages, entrance having main
door of aluminium and glass. Building shall be provided with Doors, Windows and Ventilators of Aluminium/Glass and Safety
Equipment including Sand Buckets, Fire Extinguishers and Fire Alarms etc. Adequate Flooring shall be provided in various
Rooms/Areas as per requirement or as per instructions of the Engineer-in-charge. Internal & External Plaster with Painting
shall be done as per instructions of the Engineer-in-charge. The 1.20m wide Plinth Protection around structure shall be
provided in M-20 Cement Concrete 100 mm thick over the base coarse 100mm thick M-15 and sand filling 150mm thick over
well compacted earth filling to required DBD with toe wall of 230mm thickness laid over PCC M-15, 100mm thick.

a) Detail of proposed Buildings to be constructed is as under:

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.

2
S. No. Detail of Buildings Quantity Area m
2
1 Blower Platform at STP 1 40m
2
2 Transformer Platform at STP 1 20m
2
3 DG Set Platform at STP 1 20m
2
4 Dry Sludge platform 1 40m
5 Annexe Building -- 300 Sqm.
2
6 Office, Laboratory, MCC, Kitchen 1 90m (Clear height 4.5m)
& Toilet (Men & women), HT/ LT
2
7 Chlorination Room 1 15m (Clear height 4.5m)

Contractor Witness Executive Engineer

30
8 Tonner room 1 25 sqm (clear height 4.50 m)
2
9 Security Room 3.0mx3.0m, wash 1 15m (Clear height 3.05m)
room, pantry
2
10 Centrifuge Building(G+1) with 1 50m + area of 1.2m (Clear width) stair case additional
stairs (Clear height 5m at GF + 4.5m at first floor)

11 Sludge Pump Room 1 20 sqm (clear height 4.50 m)


12 Meter Room for installations by 1 10 sqm (clear height 3.50 m)
UHBVN
13 Panel Room for MPS with toilet 1 25 sqm (clear height 4.50 m)

b) Detail of Office equipment to be provided by the contractor under this contract:

The following is the minimum requirement. However, if for proper functioning and workability, additional component 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.

Sr.no Item of work Description


1 Personal Computer in 2 Computers i-7 processor, 1TB HDD with 30 minutes UPS, 22” LED Monitor, with all
PLC/Control Room necessary software along with AutoCad compatible with the latest windows system available
in market and should be licensed and genuine windows and antivirus etc

2 Printer in PLC/Control 1 No. A3 Size Laser Printer with scanner of latest version & configuration complete.
Room

3 Telecommunication Min.1 No telephone Line with a Broad Band facility. The charges will be born by the
Facility contractor up to the O& M period

4 Plant Model 1 No. Wall Mounted Process Model (Electronic Plant display model) with flow diagram(
minimum 3 m x 1.5 m)

5 Air Conditioner 2 No Split AC of 1.5 Ton and 1 No Split A/C of 2.0 Ton capacity with 5 star rating and digital
stablizer at MPS/STP site

c) Detail of Furniture to be provided by the contractor under this contract:

The following is the minimum requirement. However, if for proper functioning and workability, additional furniture 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.

S. No. Equipments. Quantity.


1.0. Laboratory. :1 No.
Executive Table :1 No.
Executive Revolving Chair :1 No.
Visitors Chair. :4 Nos.
Steel Almirah Big. :1 No.
Side Racks. :2 Nos.
2.0. Office. :1 No.
Executive Table :1 No.
Executive Revolving Chair :1 No.
Visitors Chair. :6 Nos.
Steel Almirah Big. :1 No.
Side Racks. :2 Nos.
Computer Table with side cabinets :2 No.
Printer Table. :1 No.

Contractor Witness Executive Engineer

31
Revolving chair. :1 No.
3.0. Pump Houses each. :
Visitors Chair. :4 Nos.
Steel Almirah Big :1 No.
Office Table 4‟x2.5‟x2.5‟ :1 No.
4.0. Sub Station and Security cabin. :1 No.
Office Table 4‟x2.5‟x2.5‟ :2 No.
Revolving Chair :2 No.
Visitors Chair. :6 Nos.
Steel Almirah Big. :2 No.
Side Racks. :2 Nos.

d) Detail of Laboratory equipments to be provided by the contractor under this contract:

The minimum requirement of laboratory equipment to be provided under this project is listed below. In case some other
equipment is required for better operation and maintenance of STP, the contractor shall arrange the same and nothing shall be
payable extra for the same.

S. Description of Items
Qty. Unit
No.
A. Laboratory Instruments and Equipments
Oil free Diaphragm type vacuum cum pressure pump improved model. Free air displacement 55
1 lit/min. pressure 44 psi complete (1/2 HP motor 1 No.

Laboratory hot air oven, double walled inner made of stainless steel, outer of MS duly painted, glass
wool insulation. Digital controller cum indicator with safety cum timer & alarm system Moment
German Type with tree sides heaters for quick and uniform heating thermostatically. controlled built-
2 in „L shape thermometer complete with shelves, plug, cord and connector size of inside chamber 1 No.
(450 x 450 x 450 mm

Muffle furnace, quick heating type Light weight. Digital controller cum indicator with safety alarm fiber
wool insulation to keep heat loss too low. Heating chamber made of Ceramic Fiber muffle,
surrounding with canthalwire, maximum temperature 9500C,continuous working temperature 9000
3 C. Outer casing made of mild steel duly painted with heat resistant paint, with plug & cord. Size of 1 No.
inner chamber (150 x 150 x 300mm)

Multifunctional Electronic Analytical Balance, 220g/0.1mg, Readability 0.1mg, PAN size; 85-91 dia,
4 Large Backlite LCD display,Standard RS232 interface 1 No.

Laboratory thermometer Mercury in glass yellow back, range 10 to 500 C, 10 to 1100 C.


5 2 Nos.

6 Digital pH meter electronic indicator, model 101 E 1 No.


7 Portable pen type digital pH meter range 0-14 pH. 1 No.
C.O.D. Digestor, Microprocessor Based Approx. 248x219x171 mm, Heating Range 0-150 degree
centigrade in 10-15 minutes, power supply 230v, Power 550W, 24 Holes, selectable temperature and
8 Digestion time. 1 No.

COD Photometer with COD Vials 0-1500 mg/l, 190x110x55 mm, Photometric Resolution 0.01 mg/l,
Photometric Accuracy 3% FS (T = 20°C - 25°C) Wavelength Accuracy ± 1 nm
9

Dissolved Oxygen Meter with Optical Probe, Measurement Range 0.1-20 mg/l, Resolution 0.1,
10 Calibration: in Air 1 No.

Digital Display electronic hand held stop watch with extra facility for day date and time reading 1/100
11 second. 1 No.

Contractor Witness Executive Engineer

32
Digital fully automatic electronically controlled BOD incubator with digital indicators cum controllers
temp. range 5-60 c, accuracy 0.5 c. volume: 285 liters with working space 58 x 52 x 95 (cm), with
12 three removable and adjustable shelves, stainless steel chamber. It should be supplied with the 1 No
voltage stabilizer.

Mono Quartz Distillation Unit, 5 liter/hour, 230-250 V, Producing Pyrogen Free Distilled Water with
6
13 pH 6-7, Conductivity < 3x10 S/cm and with Auto Cut-off 1 No.

Laboratory retort stand rectangular heavy type with rod, base size – 7 x 5duly painted
14 3 Nos.

15 Pipette stand plastic 1 No.


16 Set of clamp and boss head made of brass 2 Nos.
17 Burette clamp festered type made of brass 3 Nos.
18 Stainless steel tongs 6 inch inch 10 inch 2 Nos.
19 Asbestos hand gloves size 14 2 Nos.
20 Bottle cleaning brush Nylon 4 Nos.
1.5 tonne capacity window type air conditioner for conference room complete with voltage stabilizes
21 to match the capacity of AC. 2 Nos.

B Chemicals, Laboratory Glassware

1 Gooch crucibles disc Dia, 40mm, porosity G-3, Borosil R 50ml 2 Nos.
Vacuum flask i.e. filtration flask capacity 500ml. With side tubular Borosil R.
2 2 Nos.

3 Evaporating dishes 50 Nos.


4 Desiccators large with cover size 250mm Borosil R. 1 Nos.
5 Buchner funnel capacity 80 ml, disc Dia 40mm, porosity G-3 2 Nos.
6 Measuring cylinder graduated Borosil R
1000 ml capacity 2 Nos.
500 ml capacity 4 Nos.
100 ml capacity 6 Nos.
7 Burette with straight bore stop cock Borosil R
100ml capacity 2 Nos.
50 ml capacity. 2 Nos.
8 Conical flask Borosil R
1000 ml capacity 2 Nos.
500 ml capacity 10 Nos.
100 ml capacity 15 Nos.
9 Volumetric flask
1000 ml capacity 4 Nos.
500 ml capacity 8 Nos.
100 ml capacity 8 Nos.
10 Reflux flask i.e COD flask capacity 250ml with B-24 joining Borosil 12 Nos.
11 Volumetric pipettes i.e. Bulb pipette Borosil R
50 ml capacity 2 Nos.
20 ml capacity 2 Nos.
10 ml capacity 2 Nos.
ml capacity 2 Nos.
2 ml capacity 2 Nos.
12 Serological pipettes i.e. graduated pipette Borosil R.
25 ml capacity 2 Nos.
10 ml capacity 4 Nos.
ml capacity 4 Nos.

Contractor Witness Executive Engineer

33
13 Beaker Borosil R
1000 ml capacity 2 Nos.
500 ml capacity 8 Nos.
250 ml capacity 8 Nos.
100 ml capacity 6 Nos.
50 ml capacity 2 Nos.
14 Allhin condenser length 400mm with B-24 cone & socket Borosoil 12 Nos.
15 Imhoff cones Borosil R
Sediment sharp tip 2 Nos.
Sediment Blunt tip 1 No.
16 Kjeldahi apparatus 1 No.
17 Plastic filter funnel Dia 4 1 No.
Filter funnel Dia 4 brosil R. 8 Nos.
18 Labolene solution. (Glaxo 5 lit.) 3 Nos.
Wash bottle polythene filted with stopper & delivery tube capacity 500 ml
19 4 Nos.
20 Glass rod 8mm Dia length 12 4 Nos.
21 Glass beads 1 No.
22 Connecting tube T shape 2 Nos.
23 Sample bottle with screw cap. Borosil R cap. 30 ml. 10 Nos.
24 BOD bottles cap. 300 ml Borosil R 50 Nos.
25 Carriage of materials L.S.
C Laboratory Chemicals And Reagents

1 PH tables 10 No
PH = 4(10 tablets) 10 No
PH = 7(10 tablets)
Filter papers (12.5 cm Dia) whatman make no.40(100 papers in one pocket
2 10 Nos.

Filter papers (0.45cm) whatman make 47 mm Dia (100 papers in one pocket
3 8 Nos.

4 Concentrated sulphuric acid 5 Nos.


5 Mercuric sulphate (Hg 2 SO 4) 2 Nos.
6 Ferrous Ammonium Sulphate 2 500gm
7 Potassium Dichromate (K2Cr2 07) 4 500gm
8 Silver sulphate (Ag2SO4) 4 25gm
9 Ferrous sulphate (FeSO4. 6H2O) 2 500gm
10 1.10 phenanthroline Monohydrate GR. 2 5gm
11 Alkaline Pyrogalial Reagent 3 100gm
12 Hydrochloric acid (N/10) in ampoules pkg. 10 AMP
13 Sodium hydroxide (N/10) in ampoules pkg. 5 Ltrs.
14 Potassium Hydroxide 2 500gm
15 Potassium phosphate dibasic anhydrous 1 500gm
16 Potassium phosphate monobasic 1 500gm
17 Disodium hydrogen phosphate 1 500gm
18 Ammonium solution 2 500gm
19 Magnesium Sulphate 2 500gm
20 Calcium chloride 1 500gm
21 Ferric Chloride 1 500gm
22 Sodium Sulphate 1 500gm

Contractor Witness Executive Engineer

34
23 2 Chloro 6 pyridine 1 250gm
24 Glucose reagent grade 1 500gm
25 Glucose acid reagent grade 1 250gm
26 Methylene Blue indicator solution 2 250ml
27 Phenolphthalein indicator solution 2 100ml

4.10.2 Electrical HT Substation Building

The Electrical HT Substation Building shall be provided to accommodate HT Components comprising Metering Kiosk, HT
Panel, Transformers and Power Control Centers. It shall be RCC (M25) design mix grade Frame and Brick Masonry
Structure equipped with Rolling Shutters, Windows / Ventilators, Exhaust Fans and Safety Equipments including Sand
Buckets, Fire Extinguishers, Fire Alarms, Fire Exit Route Chart, Rubber Mats, First Aid Box, Shock Treatment Chart and
Safety Instruction Chart etc. complete. Also it shall be provided with IPS Flooring, Internal and External Plaster with Painting
and Plinth Protection along the periphery as per specifications.

4.10.3 DG Set House

The DG Set House shall be provided to accommodate DG Set of adequate rating capable of running the entire Plant at
Peak Flow including AMF panel, Fuel Tank and other Accessories. It shall be covered with 10mm thick poly carbonate sheet
roofing /shed with appropriate vertical/Horizontal support for structural stability with anchoring to got approved by Engineer-
in-charge. Supporting structure will be MS pipes with epoxy coating. The cross-section of MS pipe shall be approved by
engineer-in-charge, exhaust fans and safety Equipment including sand Buckets, Fire Extinguishers, Fire Alarms, Rubber
Mats, First Aid Box, Shock Treatment Chart and Safety instruction Chart etc. complete. Also it shall be provided with IPS
Flooring and Plinth Protection along the periphery as per specifications.

4.10.4 Security Cabins


One Security Cabin of size 3.0 m x 3.0 m with wash Room Pantry size 2.00x2.50 Toilet of Size 2.00 x 2.50 Mtr. shall be
provided at each entry Gate of the Plant. It shall be RCC (M25) Frame and Brick Masonry Structure equipped with Doors,
Windows/Ventilators, etc. complete. Also it shall be provided with Flooring, Internal and External Plaster with Painting and
Plinth Protection along the periphery as per specifications.

4.10.5 Schedule of Finishes

Sr. Unit Specification for Structure Flooring Doors Windows/


No ventilators
1 The Annexe Building RCC (M-30) design mix grade framed Double charged Chowkhats Chowkhats with
Cum Office, earth quake resistant Structure and vitrified tiles and glazed Glazed and Wire
st
PLC/Control Building, walls in 1 class Brick Masonry in C. flooring of shutters in mesh/ gauge
Panel room, Sand mortar 1:5, inside & outside approved make. Aluminium of shutters in
Administration Block, plastered in1:4 and tile terracing Size of Tile shall approved Aluminium of
laboratory, pantry, with100mmx100gola in c. conc. 1:2:4 be minimum make approved make
Staff quarters, at corners, 100ɸRWPipes, Top & 600mmx600mm,
Security Room, MCC bottom khurra, parapet wall 0.60 m thickness 10-
Room, Chlorine room high. 12mm laid in
adhesive of good
quality

2 Workshop & Tool RCC (M-30) design mix grade framed Kota Stone Chowkhats Chowkhats and
Room, Sludge Pump earth quake resistant Structure and Flooring and glazed glazed shutters
st
House, Panel room walls in 1 class Brick Masonry in C. shutters in in Aluminium of
for MPS Sand mortar 1:5, inside & outside Aluminium of approved make
plastered in1:4and tile terracing approved
with100mmx100golai n c. conc. 1:2:4 make
at corners, 100ɸ RW Pipes, Top &
bottom khurra, parapet wall 0.60 m
high

Contractor Witness Executive Engineer

35
3 Meter room RCC (M-30) design mix grade framed IF Flooring with Chowkhats Chowkhats and
earth quake resistant Structure and Abrasion resistant and glazed glazed shutters
st
walls in 1 class Brick Masonry in C. additives of shutters in in Aluminium of
Sand mortar 1:5, inside & outside approved make Aluminium of approved make
plastered in1:4and tile terracing approved
with100mmx100gola in c. conc. 1:2:4 make
at corners, 100ɸ RW Pipes, Top &
bottom khurra parapet wall 0.60 m
high

4 Toilets Blocks RCC M-30 design mix framed earth Colored antiskid Chowkhats & Chowkhats &
quake resistant Structure and walls in tiles 300mmx300 shutters in glazed shutters
st
1 class Brick Masonry in C.Sand on floor and Aluminium of in Aluminium of
mortar 1:5, inside & outside plastered 450mmx300mm approved approved make
in1:4and tile terracing glazed tiles on make with PVC
with100mmx100gola in c. conc. 1:2:4 walls upto door panels
at corners, 100ɸ RW Pipes, Top & level minimum
bottom khurra parapet wall 0.60 m
high

5 Staircase, pantry RCC (M-30) Grey colored


slabs, counter wash Granite top in
basin(inside stairs, pantry and
administrative counter Wash
building), laboratory Basin Slab
counter slab
6 Centrifuge RCC (M-30) design mix grade framed IF with Abrasion Chowkhats Chowkhats and
Room(G+1)/stair case earth quake resistant Structure and resistant additives and glazed glazed shutters
st
walls in 1 class Brick Masonry in of approved make shutters in in Aluminium of
C.Sand mortar 1:5, inside & outside and scratch proof Aluminium of approved make
plastered in1:4and tile terracing glazed tiles of size approved
with100mmx100gola in c. conc. 1:2:4 450mmx300mm make
at corners, 100ɸ RW Pipes, Top & on walls
bottom khurra parapet wall 0.60 m upto1.50m ht. at
high GF and Kota
stone on stairs &
flooring on 1st.
Floor

7 Vehicle Parking Area Pre-cast Coloured


Paver Blocks with
Lacquer finish
80mm thick (M-
40) ISI marked

8 Staircase for MPS, RCC (M-30) Specially moulded - -


primary units & SBR coloured
chequered tiles

4.10.6 Roads, Pathways & Vehicular Parking Area

All internal Roads and Pathways shall be provided with proper Drainage system and constructed to prevent standing water. All
Roads shall be in RCC 3.75m wide with channels and kerbs as per design & drawings approved by the Engineer-in-charge.

Vehicle Parking Area shall be provided with colored ISI marked Pre-cast Heavy Duty Paving Blocks with Lacquer Finish M-35
(IS 15658-2006) approved by Engineer –in-charge.

The entire system of Roads, Pathways and Vehicle Parking Area shall be designed such that Vehicles involved in the delivery
of Materials, Chemicals, Consumables and Residual Disposal can continuous route through the works and get out again.

4.10.7 Storm Water Drainage

Adequate Storm Water Drainage shall be provided adjacent to the Internal Roads considering local rainfall intensity with 100%
runoff. It shall be in HDPE/ DWC pipe of 315mm o/d with necessary road gullies, chambers/manholes at appropriate locations.

Contractor Witness Executive Engineer

36
These chambers shall be covered with RCC gratings/slabs. This Storm Water Drainage shall be connected to the nearby
Storm Water Drain (nearby existing drain) or as per direction of Engineer-in-charge.

4.10.8 Internal Water Supply and Water Supply for Gardening

Proper water facility shall be provided at STP. Rate of water supply may be kept as 135 litre per capita per day for a
population of 50 people. Storage should not be less than 2000 litres. Water supply for gardening purpose may be from
treated final effluent in sufficient quantity.

4.10.9 Disposal of Plant Residuals Treated Effluent

Plant Residuals (Screenings, Grit and Dewatered Sludge) and treated effluent shall be the property of the Employer.
However, the Contractor shall be responsible for disposal of Plant Residuals at the nearest solid waste management plant
established by concerned municipality irrespective of distance from plant or at a suitable place within a lead of 10 kms from
site as directed by the Engineer-in-charge. Treated Effluent shall be discharged into nearby Drain/Canal. The Contractor may
sell the Dewatered Sludge sludge but at the discretion of the Employer. The contractor may sell the dry sludge in a packing of
20 Kg. bag and supply the same to Kisan Sewa Kendra as mentioned in Clause 4.4.4.

4.10.10 Landscaping

Landscaping involves beautification of the balance area left after constructions of structures at STP sites and paths will be
landscaped with all weather green plants, flowers and grass of Selection Grade-1 as approved by Engineer-in-Charge. It shall
also include cost of manure, pesticides and insecticides and is included in lump sum job of Effluent Treatment Plant site by
cultivating lands, plants and trees of environmental value and suitably modifying the appearance of STP site. It shall add
scenic value to the STP site to obtain maximum visual impact. Contractor has to develop proper landscaping in the STP site
from professional landscaper approved by Engineer – in- charge.

i) Lawns:

Lawns should be drained with great care in order to keep it lush with green. The soil should be drained effectively and water
should not be allowed to be collected in pools. The ground must be dug up to a depth of 30 – 45 cm to remove stones with
weeds and the soil should be exposed to sunlight for proper sterilization. The grass for the lawn should be preferably
Cynodondactyion or Bermuda grass. The lawn must be prepared by one of the approved methods seeds, by turfing, by turf –
plastering or by dibbling roots. Lawns once should be subjected to regular rolling, moving, watering, and restoration of
patches. In the absence of rain the lawn must be provided with every 5j heavily soaking the soil to a depth of at least 15 cm.
To keep the lawn in condition it should be seeded once a month with liquid manure by dissolving 45 gm of Ammonium
sulphate or 20 gm of Urea in 5 liters of water. Bone meal at the rate of 100 kg per 1000 sqm is recommended in one year.
Neem cake should also be applied once or twice a year at the rate of 200 kg per 10C Raking and scraping for thatch control
must be carried out. Weed measures should also be undertaken during the twelve months of Defect Liability Period.

ii) Flowerbeds:

Flowerbeds add a special charm to any place. They should be simple in either square, rectangular, circular or oval. The
number and size flowerbeds are determined by its extent with type. The tallest growing should be planted at the back of
borders or in beds on lawns far away from structures. The medium sized plants should be planted in the central area of the
garden and the dwarfish ones should be planted in front.

There should be a harmonious blending of colours to create a pleasing appearance. Flowerbeds should be dug up to at least
15-20 days before sowing or bedding out small plants. For most annuals it would be enough as the soil is worked to a 45 cm
but for deep rooting plants such as Sweet Peas, Cannas, etc. should be dug up to 60 cm. A basket of 10 kg of manure should
be app about 2 sq. metres of flowerbed area. The bed should be levelled in such a way, that it slopes slightly with uniformly
from the centre to the edge. A clear 7 to 15 cm should be left unfilled by plants by the edge of the bed.

iii) Shrubs:

Shrubs are plants, generally with woody stems, rather smaller than tree bigger than most herbaceous plants. In a typical
shrub, there are several stems arising from the same root. Shrubs are either deciduous or evergreen. A well-designed shrub
border should consist of a suitable admixture of deciduous with evergreen shrubs. The preferred shrubs are Ixora, Bougain
villae, and Euphorbia leucocephala, Poinsettia, Mussaenda, etc. should be planted by preparing cubic pits of 60 cm, pits about
a metre away should be fitter with good soil mixed with 2 to 4 baskets each decomposed manure. The ground should be well
prepared in bet digging it about half metre deep with removing all weeks. They should be at suitable distances so that when
they mature and reach their maximum growth.

They should not be allowed to grow straggly or form clumps by throwing from the base. Manure should be applied to the
shrubs at least once a month by providing plenty of compost materials.

iv) Plantation:

Plantations are to be done all along the boundary wall just to provide a barrier. Big trees should be planted 3m apart from each
other within a 5m wide. Space adjustment should be done taking the site condition into consideration. Cubical pit of 60cm

Contractor Witness Executive Engineer

37
should be proposed and should be filled with good soil mixed with 2 to 4 baskets of 5 kg each of well decomposed manure.
The ground should be well prepared in between by digging it about half meter deep with removing all stones and weeds. The
trees should be planted at suitable distances so that when they mature and reach their maximum growth.

4.10.11 CCTV Camera

Complete surveillance kit shall be provided consisting of series of cameras (4 nos. at STP and 2 nos. at MPS) connected to a
Network Digital Video Recording (NVR) which will be record the images and in turn will display on a monitor. The NVR are
capable of connecting to network that will send CCTV images to outside. The internet connections will be arranged by the
client. The CCTV cameras will control the surveillance system from as far as possible and the brief description of the
equipments to be provided is given as below subject to approval of the Engineer-in-Charge. The equipment will be of reputed
makes of Sony/ Canon/Panasonic/Samsung.

4.11 Interconnecting Piping and Valves

All interconnecting Piping, Gates, Valves, Specials and other appurtenances, auxiliaries and accessories required as per
Process Design and Scope of Work. In case of Rising Mains, thrust blocks shall be provided wherever required. In case of
buried Pipes, warning tapes shall be provided of the appropriate colours. The material of construction for major interconnecting
Piping shall be as follows:

Piping: Guide Line for Velocity

Sr. Service Design Velocity m/s Limitations


No.
1 Gravity Lines for Effluent & Water 0.6 - 1.2 Designed as Min. Velocity shall not be less than 0.6m/sec. Max.
pipe line flowing full. Velocity up to 1.2 m/sec is allowable at Peak Flow.

2 Pressure Lines for Effluent & 0.6-2.5 Min. Velocity shall not be less than 0.6m/sec. Max.
Water Velocity up to 2.5 m/sec is allowable at Peak Flow.

3 Air (Pressurized Lines) 18-22 Max. Velocity shall not be more than 2 5m/sec in any
section

4 Scum & Sludge Lines 0.6-1.5 Irrespective of flow , Diameter shall not be less than
150 mm for Gravity Lines.

5 Chemical Feed Lines 0.6-1.5 Irrespective of flow , Diameter shall not less than 20
mm.

Notwithstanding the above, the Tenderer shall submit a Pipe Line Schedule with Tag No., Flow, Size, Type, Material of
Construction etc. with detailed P & ID for approval of the Engineer-in-charge prior to any further engineering or
procurement/fabrication and installation.

Generally, the Material of Construction shall be selected based on the following guide lines. The Tenderer can make suitable
selection depending on Service, Type of Flow (i.e. Gravity or Pressurized) and Diameter of Pipe as per specifications.`

a) Piping Guideline of MOC

Sr. No. Service Type of Flow MOC


1 Waste Water/Sludge Pressurized/Gravity DI K-9 Class
2 Waste Water/Sludge Pressurized DI K-9 Class
3 Service Water Gravity/ Pressurized GI “C” Class
4 Air Lines : Headers, Vertical Pressurized Above Water : MS Sand/Shot Blasted
Down-comers Epoxy Painted Under Water :SS304
5a Air Grid Piping : Aeration Zone Pressurized UPVC Schedule 40
5b Air Grid Piping : Selector Zone Pressurized SS304
6 Chemicals Gravity/ Pressurized SS 304 expect Chlorine & FeCl3
7 Chlorine & FeCl3 Gravity/ Pressurized Schedule 40 UPVC

Contractor Witness Executive Engineer

38
b) Valves Guideline of MOC

Sr. No. Service Type MOC End Connection

A Sewage /Sludge

1 Gravity/ Pressurized Knife Gate CI Body & SS 304 gate & SS Flanged
410
2 Delivery of Pump Swing Check CS Body & SS 304 gate & SS Wafer
410 Spindle
3 Suction & Delivery of Pump Knife Gate CI Body & SS 304 Gate & SS Flanged
410 Spindle
B Service Water

1 Gravity/ Pressurized Ball CS Body & SS 304 Internals Flanged

2 Delivery of Pump Swing Check CS Body & SS 304 Internals Wafer

3 Suction & Delivery of Pump Butterfly CI Body & SS 304 Internals Flanged

C Air

1 Pressurized Ball CS Body & SS 304 Internals Flanged

2 Delivery of Blower Swing Check CS Body & SS 304 Internals Wafer

3 Suction & Delivery of Blower Butterfly CI Body & SS 304 Internals Flanged

D Chemicals

1a Gravity / Ball As per chemical Flanged

4.12 Electrical & Instrumentation Works

It shall be the Contractor‟s responsibility to obtain adequate incoming HT power from State Electricity Authority based
on the maximum demand load. The Engineer-In-Charge will pay the charges for obtaining the above connection whereas
necessary Liasoning for the same shall be done by the Contractor in consultation with Engineer-in-charge.

Transformer with 10% overload shall be provided. These shall be oil filled, air cooled and step down Transformers suitable for
Outdoor installation manufactured in accordance with IS 1180 and as amended from time to time. They shall be supplied with
all accessories and mounting as per IS 1180 and shall also have Dial Thermometer, Bucholz Relay, Rollers and Explosion
Vent. Each Transformer shall be provided with off load tap changer. The windings shall be of connections as per vector group
Dyn II. The efficiency of the Transformer at 100%, 75% and 50% loading should also be indicated separately. The Transformer
should be filled with oil and tested as per I.E. Rules & Regulations. Suitable cable boxes for H.T. and bus ducting for L.T. side
be provided.

The Contractor shall provide adequate automation for fully automatic operation of the entire Sewage Treatment Plant including
Primary Treatment Units, Biological Treatment Units based on SBR technology, Chlorination Units and Sludge Dewatering
Units through a Programmable Logic Centre (PLC) and Supervisory Control and Data Acquisition (SCADA) at the Master
control room center along with Man-Machine Interface (MMI/HMI) at local station near the remote PLC location. Provision shall
also be made to operate each Unit of the Plant manually also, if required.

i) Internal, External Lighting in Buildings, Plant & Street Lighting:


a) Providing and fixing GI concealed sheet metal boxes with inner and outer face plate including concealing the box in
wall, roof slab and fixing in position with inner plate and face plate with all labour and material required for the job
compete in all respects.
b) Supply and erection of PVC pipe ISI marked (Medium) recessed in wall/ ceiling etc. including the cost of PVC bends,
inspection boxes, iron hooks and cement concrete etc. complete in all respect upto the entire satisfaction of Engineer-
Contractor Witness Executive Engineer

39
in-Charge of work.
c) Providing and fixing modular type accessories i.e. 1 way 10amp switch, 2-way 10amp switch, 20 amp switch, 16 amp
socket, Fan Regulator, Blinking plate complete with copper conductor cable wiring of adequate size of approved make
in existing box including fixing and making necessary connections, complete in all respect.
d) Supply and erection of sheet steel enclosure distribution board suitable for MCBs and ELCBs etc. recessed in wall
including bonding to earth with all labour and material required to complete the job in all respect upto to the entire
satisfaction of the Engineer-in-Charge of the work.
e) Supply and erection double pole/Four pole Residual current circuit breaker (RCCB/ELCB/MCB) suitable for operation
on 240/415v with 30 mA sensitivity , 5Hz. AC supply installed in existing sheet steel enclosures including making
necessary connection and bonding to earth with all labour and material required to complete the job in all respect upto
to the entire satisfaction of the Engineer- in-Charge of the work.

ii) Specification of street light


Hot Dip Galvanized octagonal pole of 3 mm thickness, with base plate including cost of nut and bolts and all accessories as
supplied by the manufacture & including cost of foundation accessories The foundation bolts as per manufacturer design
should be hot dipped galvanized pole complete with door locking arrangement. Terminal plate consisting of 2 Nos. 100 A. 4
pole natural links including connection etc. with suitable connecting arrangement for 2 Nos. MCBs Kit Kat including cost of
RCC M-25 for foundation (to be kept min. 1.20m below NGL) of size as per design and drawing with 8 Nos. 12mm dia.
longitudinal M.S. barsreinforcement-rods with rings of 8 mm dia not more than 200mm C.C. for fixing the pole with all labour
and material required to complete the job in all respects upto the entire satisfaction of Engineer-in-charge of the work. (10 Mtr.
long pole with top dia 70mm and bottom 175 mm with base plate of size 275 x 275 x 16). Complete as per specification
with120 watt Street Light of LED based with pressure die cast aluminum housing with IP66 Protection, individual LED‟s must
have lenses for better distribution with Minimum system Luminaire Efficiency > 100 Lumen Per watt, Minimum system Lumen
output of 12200 Lm. CRI=70 and CCT 5500 (+/-500K), PF-.9 and THD<20%, voltage range of 140-270 V street light housing
to be made up of pressure die cast aluminum Alloy. The fixture shall be designed for a system life of 50,000 hours @ 70%
lumen maintenance. Ingress Protection of IP 66 (lamp and gear compartment)/IK05. The fixture should comply with the
parameters as per IEC 60598 and IS 10322. Minimum surge protection of 3 KV. The Led driver should comply to IEC

61000-3-2 ed.3.2,2009 for Harmonics, IEC 61347-2-13,2006 in Conjunction with IEC 61347-1 Ed.2.0,2007 for Electrical
Safety, IEC 62384 Ed. 1.1,2011 for performance and IEC61000-3-2 ed.3.2,2009 for Harmonics, IEC 61347-2-13,2006 in
conjunction with IEC 61347-1 Ed.2.0,2007 for Electrical Safety, IEC62347 Ed.1.1,2011; for performance and IEC 61547
Ed.2.0,2009, CISPR-15 for EMI.LM79 and LM80 reports need to be submitted from an in House NABL accredited lab to verify
above parameters. Brand may be such as Philips/Crompton/Bajaj/Triluxd/Kesselec/G.E. with intelligent control module.

(Note: Provision for wireless control and dimming for light compulsory.)

With underground cable loose in existing pipe or trenches complete ISI marked of reputed companies. (16Sq. mm, 4 core,
aluminum cable), metal clad switches/ B.D.Bs with rag bolts on wall or on existing angle iron board/pedestal including bonding
to earth and necessary connection, Triple pole switch with neutral link 100 amp. 415 volts, moulded case circuit breaker on
wall or on existing pedestal including bonding to earth and necessary connection 220 Amp., 415 V, 10 KA, 3-Phase.

Earthing with G.I. class-B earth pipe 4.5 m long and 40mm dia with masonry enclosure on the top etc. as required extra for
using salt and char coal/coke or pipe earth electrode as required.

4.13 Instrumentation

The Contractor shall provide adequate automation for fully automatic operation of the entire Sewage Treatment Plant including
Primary Treatment Units, Biological Treatment Units based on SBR technology, Chlorination Units and Sludge Dewatering
Units through a Programmable Logic Centre (PLC) and Supervisory Control and Data Acquisition (SCADA) with Man-Machine
Interface (MMI). Provision shall also be made to operate each Unit of the Plant manually, if required.

4.13.1 PLC/PC/SCADA BASED AUTOMATION SYSTEM FOR ENTIRE PLANT

Contractor Witness Executive Engineer

40
The entire Sewage Treatment Plant including Primary Treatment Units, Biological Treatment Units based on SBR technology,
Disinfection (Chlorination) Units and Sludge Dewatering Units shall be designed for fully automatic operation through a
Programmable Logic Centre (PLC) and Supervisory Control and Data Acquisition (SCADA) with Man-Machine Interface (MMI).
Provision shall also be made to operate each Unit of the Plant manually, if required. The PLC/ SCADA will be connected to the
STP / both the MPS by the SBR technology provider. PLC and SCADA of STP & both MPS and SBR technology provider
should be compatible with each other.

Salient features of the proposed System shall be as follows:

• Dynamic display of all Units, Equipments and Drives shall be available on SCADA Screen.

• Auto/Manual operation of each Drive shall be made by selecting a Soft Switch on SCADA Screen. In Auto mode,
each Drive shall operate based on pre-set sequence and interlock.

• In Manual mode, each drive shall be operated in Local/Remote mode by selecting a Soft Switch on SCADA Screen.
In Local mode, each Drive shall be operated from the Local Push Button Station (LPBS) located nearby. In Remote
mode, operation from LPBS shall be disabled and each Drive shall be operated manually from PLC. Also
Working/Standby selection of Drives shall be done by selecting a Soft Switch on SCADA screen.

• Run/Trip indication of all Drives shall be displayed on SCADA screen.

• Open/Close indication of all Auto Gates and Auto Valves shall be displayed on SCADA Screen.

• Annunciation & Alarm facility shall be available in PLC/SCADA. In the event of a Fault, the symbol representing the
Equipment/Drive shall continue flashing on SCADA Screen with Equipment/Drive description appearing at bottom of
the SCADA Screen and electric Hooter shall continue blowing until the Fault Alarm is acknowledged.

• Data logging of Running Hours of each Drive, Alarms, Historical Trends of monitored Parameters etc. shall be
envisaged in SCADA.

 All the remote panel should be communicating in ring topology with main PLC and SCADA system.

 If the communication distance of Remote panel is up to 90 mtr. than cat. 6 cable can be used.

 In case of distance is more than 90 mtr. than fiber optic cable should be multi made in core. All the accessories for
media conversion should be opt industrial grade. Cable splicing and jointing shall be in contractor scope.

4.13.2 PLC Control Philosophy

The treatment plant conceived is an auto control plant capable of Automatic Operation requiring minimal operator attention.

The plant will be capable of auto control depending upon the level in the equalization tank with a provision of Manual
Operation / Override.

The conceived Auto Control is as follows:-

(a) Auto starts/stops of the following pumps using level control on/off depending upon level in the tank/sumps with provision of
rotation of pumps

I. Raw effluent transfer to Equalization tank.


II. Sludge Pump House.
III. Treated effluent pump house.
IV. Pumps used in sludge dewatering system.
V. Pump House for Finally Treated Effluent.

4.13.3 Technical Requirements for PLC & control Cabinet/Desk

The treatment plant instrumentation shall be linked to a PLC. The conceptual PLC- operating plant philosophy & technical
requirement is a follows

1. Objective

The Objective of the PLC is to :-

• Provide Control function for plant operation.

• Record data of the listed drives/parameters in plant – is operating hours per day etc.

• Record and provide Trending of critical parameters as listed below

• Provide Alarm of faults /breakdown.

Contractor Witness Executive Engineer

41
1. The data record and trending data, alarms from the PLC should go to a printer which should record the information as
follows:

• Alarm as and when it takes place with time and details of fault.

• Data record of drives is to be automatically printed on a daily basis at a given time- say 1200 hrs. However a facility
should be provide to a take a status print out at any required moment using a manual signal from a pressure sensitive
key board. The log report shall give service / preventive maintenance alarms for the drives - like lubrication, oil
change, filter cleaning etc. after a set number of operating hours of each drive - these alarms are to be repeated until
the service alarm accept button has been pressed by the operator.

• Trending data of the said parameter to be available as follows:

For the past 8 hours period For the past 24


hours period For the past 7 days period

The Trending data should be printed automatically for past 24 hours period at a given set time every day –say 1200 hrs. 24
hrs. and 7 days be available by giving a signal from the pressure sensitive key board.

4.13.3 a Technical Requirements for VFD / Drives and its control Cabinet/Desk

1. General

This part of the specification describes the general requirements for the Variable Speed Drives, here in referred to as AC
Drives, for use with standard IEC or [NEMA A] [NEMA B] [NEMA D] [NEMA E], [Wound Rotor] design AC motors and
synchronous motors with permanent magnets. The nominal values, the standard documents and the drive‟s minimum
performance are defined in this part. The AC Drive does not include motor in this specification.
The Variable Speed Drives (here in this document named by “AC drive” are particularly dedicated for applications managing
air, gas and fluid. Most of applications as water treatment plant, pumping, multi- pumping, water management but also fans
and compressors applications.

To avoid any mismatch between the motor and its control equipment, the AC Drive shall be capable of auto adjustment by
automatic measurement of the motor parameters without motor rotation.

2. Requirements for the Manufacturer


1.1 Certifications

The AC drive Manufacturer shall have a valid ISO 9001 (2010 version) certification and an applicable quality assurance
system.

The AC drive Manufacturer shall have the Environment Certification ISO 14001 for Eco Design.

The AC drive Manufacturer shall furnish the Product Environmental Profile (P.E.P.) on demand.

The AC drive Manufacturer shall be compliant with the European directive ROHS-2 (Restriction Of Hazardous Substances
(European Directive CE 2002/95) that prohibits the use of materials such as lead, chromium 6.
The AC drive Manufacturer shall be compliant with the European directive REACH (EU Regulation 1907/2006).

The AC drive Manufacturer shall design the device with more than 70% of recyclability rate.

The AC drive Manufacturer shall design the device according to the IEC 62635 guidelines to reduce the carbon footprint.

2. Basic requirements for the AC Drives


2.1 General requirements

• The AC Drive shall comply with National and International standards and the recommendations for electrical industrial
control:
• The AC Drive shall be able to start and control the speed of a standard squirrel cage induction AC motor and
synchronous motor and should be CE marked, conforming to European Low Voltage (73/23/CEE and 93/68/CEE)
and EMC (89/336/CEE) Directives
• The AC Drives have to be built to comply with the IEC standards.
• General specification for standard AC drives IP21

Contractor Witness Executive Engineer

42
Rated Input Voltage and Power range Three phases power supply :
380V -15% 480V +10%, three-phase
Rated Input Frequency 50 Hz -5% to 60 Hz + 5%
For use with generators, the AC Drive shall operate from 40 to 72 Hz.

Protection degree IP21 , UL type


Cooling system Heatsink and air forced
Harmonics according to IEC/EN 61000-3-12 Harmonics <48% THDi
Overload capability - 110% of nominal current at normal duty for 1min/10min
- 150% of nominal current at heavy duty for 1min/10min
Operating ambient Temperature for standard drives 3K5-3K6, from -15°C up to 60°C
- -15°C up to +50° C without derating
- up to 60°C with derating on power stage
Corrosion Level of the Cooling Air according to IEC 3C3
60721-3-3
Corrosion Level of the Chemical Gases according to 3C3
IEC 60721-3-3
EMC according to IEC/EN 61800-3 for standard Up to 300 meters motor cable length
drives
EMC according to IEC/EN 61800-3 for Drive Up to 450 meters motor cable length
Systems
Main Protections Over current, short circuit between output phases, short circuit between
output phases and ground, input phase loss, output phase loss, motor
overload,

overvoltage, under voltage, over speed, IGBT over temperature, heat


sink over temperature
Possible independent supply of control module +24 Vdc
Short circuit rating Up to 100 kA Isc ( short circuit current )
50 kA on standard product and drive systems

2.2 Services

The AC Drive shall be compliant with the remote diagnostic capabilities provided by the manufacturer with a feature of
programmable accurate diagnostic sequence to reduce down time for maintenance. Diagnosis and accurate downsize the
maintenance duration. The AC Drive shall provide embedded self-diagnostics dedicated for end-users & expert level.

2.3 Protections

• The AC Drive shall be UL 508C listed for use on distribution systems. The AC Drive has a coordinated short circuit
rating designed to UL 508C and NEMA ICS 7.1 and listed on the nameplate. The AC Drive shall not create a hazard
in the event of a short circuit at any point within the AC Drive when it is connected to a power source as specified on
the nameplate and protected as specified in the instruction bulletin
• Upon power-up the AC Drive shall automatically test for valid operation of memory, option module, loss of analogue
reference input, loss of communication, DC to DC power supply, control power and the pre- charge circuit.
• The Power Converter shall be protected against short circuits, between output phases and ground and the logic and
analogue outputs. There shall be a minimum AC under voltage power loss ride-through of 200 msec.
• Upon loss of the analogue process follower reference signal, the AC Drive shall error and/or operates at a user-
defined speed set by a software programmed speed settings or last speed.
• The AC Drive shall integrate a protection against IGBT modules over-temperature that is different to the heat sink
over-heat.
• The materials used in the AC Drive shall be recyclable, non-toxic and flame retardant.

Contractor Witness Executive Engineer

43
Analogue Inputs: 3 x Programmable current input 0(4) - 20mA or 0 – 10V
2 of analogue inputs may be used either with PTC, PT100, PT1000 or
KTY84.
Analogue Output: 2 x Programmables analogues outputs 0 (4) - 20mA or 0–10V
Logic inputs: 6 x Programmable logic Inputs isolated from the mains
In accordance with IEC 61131-2
All logic inputs may be used either in sink or source
Two logic inputs may be used as pulse inputs up to 30 kHz.
Safety input: Two inputs are dedicated to the STO Safe Torque Off safety function
In accordance with IEC/EN 61508-1 SIL3.
Relay Outputs: 3x Programmable Digital outputs with a changeover dry contact
In accordance with IEC 61131-2.
Reaction time: 2ms ± 0.5ms (except for the relays)

AC drive shall provide as standard one embedded Modbus port and one embedded Ethernet Modbus TCP port.

The speed command and reference may come from different control sources:
• I/O terminals
• Communication network
• Web server
• Remote graphic display terminal
Command module

• The control section of AC drive shall be supplied separately if necessary with 24Vdc, to keep the network
communication always available even if the power supply is OFF. The behaviour shall remain programmable even
during communication error.

Graphic display terminal

The AC drive shall provide a detachable graphic display terminal


• Keypad designed for harsh conditions IP65
• Keypad with a graphic display.
• Remote mounting shall be possible at a distance of 10m.
• The display should have a programmable back-light display.
• The display should have a coloured red back-light when an event occurs.
• The programming shall be able to operate in a multi-point connection.
• The displayed messages shall be plain text English, Coded messages are not acceptable.

The programming terminal shall offer a mini-USB port for mass storage or PC device connection.

The programming terminal shall be able to display a chart relative to energy efficiency and energy management.

 Report in KW
 Daily, weekly, monthly report
 Trend base on variation /time
 All measurement precision must be below 5 % of deviation.
The programming terminal shall be able to display the “efficient” set point for pump based on pump characteristics.

The programming terminal shall be able to display the “pump monitoring” data.
The programming terminal shall be able to display the “efficiency board”.
 CO2 savings
 Savings viewer
 Return of Investment
Contractor Witness Executive Engineer

44
The AC Drive should be suitable for pump application having special features for pupm operations & Functions dedicated to
pump applications

Pump Control & Monitoring Functions


 The AC Drive should be compliant with centrifugal pump characteristics and configurations.

 The AC Drive should provide a pump monitoring function in order to define data relevant for pump (acceleration, low
speed, high speed...)

 The AC Drive should provide a Application Units function in order to define units used in applications The AC Drive

should provide an Energy management

 The AC Drive should provide a Data logging function in order to keep files ready for maintenance or user.
 The AC Drive should provide information related to the instantaneous consumption of the machine

 The AC Drive should provide information related to the evolution of machine consumption during the time.
 The AC Drive should provide information related to Energy management through different channels such as : Web
Server, Keypad, Facet for SCADA architecture, communication networks.
 SRS142.1 The AC Drive should provide a Real Time Clock management with embedded battery.
 The AC Drive should provide output power estimation below 5 % of accuracy

Operating conditions:

The AC Drive shall be able to give a 100 % output current continuously in the above specified conditions. In order to ensure
that the drive can provide the required output current in the specified ambient conditions, the Manufacturer shall inform the
required derating, if the ambient temperature given in the project specification is higher than 50 °C or if the installation altitude
is more than 1000 m above the sea level. The derating factor shall be specified so that neither the lifetime of the AC drive
nor the unit‟s performance, overload capability included, nor the reliability of the AC Drive shall suffer.

4.13.4 Alarm
Normal Alarms
All alarms are software to be printed on a printer, accompanied with an audio – visual alarm for a definite time however when
there has been an alarm of any time of there shall be facility to given an normal audio visual alarm also be enabled when the
plant is under operation is an “attended” mode is there is an operator. This audio visual facility alarm is to be disable when the
plant in under “ non attended” mode.

Emergency Alarm
Emergency audio/visual/telephonic alarm is to be activated in case of an emergency fault in the non attended mode (the
Emergency faults are listed in the enclosures).

Service Alarm

Alarms along with the daily log report for service /preventive maintenance of the drive like lubrication, oil change, filter cleaning
etc. after set number of operating hours of each drive these alarms are to be repeated until the service alarm accept button
has pressed by the operator.

4.13.5 PLC Specification


• PLC shall be redundant, i.e., standby. In case of failure of any of PLC/ processor connected with STP immediate
switching will be required to ensure plant functioning.

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

• The PLC shall have adequate I/O per card.

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

• The CPU shall not be loaded more than 60% of its capacity.

• Retentively shall be 100% to save the recorded data and saving the programmed logic, other attributes connected
with system for power & system failure.

Contractor Witness Executive Engineer

45
• Change in programme / modifications to programme shall be possible by a portable laptop.

• It is preferred to have all PLC‟s in the plant from same manufacturer.

• Input/output detail and BO detail must be followed as per finialized scope of work so that STP and MPS is controlled
through PLC SCADA.

4.13.6 HMI/SCADA system


The HMI system shall be designed as a minimum 6”, color, touch-screen on the panel. Whereas SCADA system must be
computer based.

All displays must be designed by the Contractor with graphic sophistication and all texts in the visualization system must be
displayed in English.

A sub-menu for each operating mode and further menus for editing the system parameters, fault archive, etc., must be
developed. It must be as simple as possible to switch between the various menus and to edit the system parameters.

When designing the user interface or the assignment of the function keys, attention must be paid that the function key
assignment remains the same in all sub-menus so that it is possible to jump to another menu without first having to jump back
to the main menu.

It must be possible to edit the following parameters at the touch-panel and SCADA:

• Operating mode

• Changes in the speeds of frequency converter-controlled equipment

• Start-up times

• Shutdown times

• Duration of the operation of warning devices

• Limit values for sensors, etc.

Faults, level messages, pressed EMERGENCY STOP buttons, etc., must also be clearly displayed at the bottom of the
screen, irrespective of the selected screen page or sub-menu. It must be possible to output all important menu items to the
printer. The corresponding interfaces must be provided.

The display of the function plans, images, etc. is affected in direct dialog with the system by means of the mouse and
keyboard.

The central SCADA shall generate various reports to analyze plant performance. The process is documented via the laser
printer. HMI may be installed at MPS, centrifuge, Chlorination plant and sludge handling system.

4.13.7 Computer hardware and software

All programs required for operation of the system must be correspondingly compatible. The corresponding licenses must be
supplied for the standard programs. The operating systems must be agreed upon with the Client. Minimum requirements shall
meet:
Complete Project shall operate in auto mode. As a minimum, following controls must be considered in Bidder‟s Control
Philosophy:

i) Coarse screens

Each mechanical coarse screen shall be installed with Differential level transmitter across it; the same shall be operated on the
basis of set differential level in SCADA. Also if differential level is not reached for certain time period, the screen shall be
operated on the basis set time in SCADA.

A conveyor shall work in tandem with screen so as to convey the screened material to a container for disposal. The selection
of Auto/Manual and Working/Stand-by shall be made available in SCADA. In manual mode the screen operation will be done
from SCADA screen. Physical switch over of screens in plant will be done by operator using manual gates.

Necessary interlocks, controls, alarms, report generation, etc. shall be considered in PLC for auto operation of coarse screen.

ii) Raw Sewage Sump and Pumps

The sump will employ an Ultrasonic level transmitter to measure level. The combined operation of Raw Sewage Pumps will be
dependent on rate of change of level with reference to time. The selection of Auto/Manual and Working/Stand-by shall be
made available in SCADA. In manual mode the pump Start/Stop will be done through SCADA screen.

Contractor Witness Executive Engineer

46
A clamp on type Ultrasonic flow transmitter shall be provided at common header of pumps for measurement of flow to sewage
treatment plant. PLC shall calculate instantaneous flow as well as cumulative flow, both shall be displayed on SCADA.

Necessary interlocks, controls, alarms, report generation, etc. shall be considered in PLC for auto operation of Raw Sewage
Pumps.

iii) Inlet chamber

A clamp on type Ultrasonic flow transmitter shall be provided on inlet pipe of inlet chamber for measurement of flow coming to
Sewage Treatment Plant. PLC shall calculate instantaneous flow as well as cumulative flow, both shall be displayed on
SCADA.

iv) Fine screens

Each mechanical fine screen shall be installed with Differential level transmitter across it; the same shall be operated on the
basis of set differential level in SCADA. Also if differential level is not reached for certain time period, the screen shall be
operated on the basis set time in SCADA.

A conveyor shall work in tandem with screen so as to convey the screened material to a container for disposal. The selection
of Auto/Manual and Working/Stand-by shall be made available in SCADA. In manual mode the screen operation will be done
from SCADA screen. Physical switch over of screens in plant will be done by operator using manual gates.

Necessary interlocks, controls, alarms, report generation, etc. shall be considered in PLC for auto operation of fine screen.

v) Grit Chambers

Each grit chamber will consist of Detroiter (1No.), Organic Return Pump (1No.) and Screw Conveyor for grit removal (1No.).
As such Detroiter, Organic Return Pump and Screw Conveyor will not have auto operation; these will be started and stopped
from SCADA screen as required.

Necessary interlocks, alarms, report generation, etc. shall be considered in PLC for operation of Grit chamber equipment.

vi) SBR Basin

Complete operation and control of SBR plant will be done through a separate PLC and SCADA. However it shall have
necessary inputs and generate required outputs to operate in co-ordination upstream and downstream units of balance plant.

Alternatively contractor may provide single PLC and SCADA for entire Sewage Treatment Plant.

Necessary interlocks, controls, alarms, report generation, etc. shall be considered in SBR PLC for auto operation SBR basin.

Each SBR basins shall be equipped with Level Transmitter, DO Transmitter and MLSS Meter for monitoring and recording of
critical operation parameters through SCADA.

vii) Sludge sump and pump

An ultrasonic type level transmitter shall be used for measurement of level in sludge sump.

2Nos. of sludge pumps will be used to feed sludge to centrifuge. These will operate as per level in sludge sump.

The selection of Auto/Manual and Working/Stand-by shall be made available in SCADA for sludge pumps. In manual mode the
Start/Stop of pump will be done from SCADA screen.

Necessary interlocks, alarms, report generation, etc. shall be considered in PLC for operation of chlorination system.

viii) Chlorination tank

The selection of Auto/Manual and Working/Stand-by shall be made available in SCADA for booster pumps. In manual mode
the Start/Stop of pump will be done from SCADA screen. Though chlorinator will have standalone operation, feedback for the
equipment shall be taken to PLC and displayed SCADA for monitoring purpose.

Necessary interlocks, alarms, report generation, etc. shall be considered in PLC for operation of chlorination system.

ix) Centrifuge

The drives and instruments of Centrifuge shall be connected to PLC for its auto operation. Starting of dewatering system will
be a manual process.
Necessary interlocks, alarms, report generation, etc. shall be considered in PLC for auto operation of centrifuge.

Alternatively contractor may provide single PLC and SCADA for entire Sewage Treatment Plant.

4.13.8 Plant Operation Modes

Contractor Witness Executive Engineer

47
The plant shall be operated in two modes:

i) Attended Mode- i.e. when there is operator present in the plant, and certain section of the plant are to operate only in the
attended mode only (this is listed in the enclosure).

ii) Non Attended Mode- i.e. no operator – normally this will take place at night and on weekends. The Emergency audio
/visual/telephonic alarm is to be activated in case of emergency fault (the emergency faults are listed in the enclosure)

4.13.9 Control Cabinet

The PLC printer, panel display instrument, VDU (if provided/offered), alarm accept buttons, data print signal buttons etc. shall
be located on the Control Cabinet, Drive indications will be, however be direct .(i.e. Not through PLC).

The control Cabinet shall have a Semi graphic of the plant indicating the working drives etc. located on the top portion of the
cabinet. In case of standing type the General arrangements will be as per the enclosed sketch. The control cabinet shall be
either a free standing type or a desk the final selection of the type of panel /cabinet shall be made later.

4.13.10 Flow measurement control:


0
In addition to 90 V notch in channel (before oil grease removal track) 2 Nos. online magnetic type flow meter cum totalize
shall be installed. One at inlet channel / delivery line of raw effluent pump house and other at final outlet. Digital flow meters
shall be provided at inlet and outlet of for each MPS and STP and shall be connected with SCADA.

4.13.11 Other Items

Any other item which is required to make the system complete shall be deemed to be included by the bidder irrespective of the
fact whether it has been specifically mentioned / specified above, and the bidder shall supply / construct / provide the same if
called upon to do during detail engineering or if so required by PHED.

4.13.12 services

A. The supplier shall provide operating instruction manuals with adequate information pertaining to the following:
 System specifications
 Electrical power requirements
 Application considerations
 Assembly and installation procedures
 Power-up procedures
 Troubleshooting procedures

 Programming procedures
 Explanation of internal fault diagnostics
 Shut down procedures
 Recommended spare parts list

B. The supplier shall provide a network of field sales and support personnel located in key cities throughout the world.
The supplier shall also provide a field service department with experienced representatives stationed
in major cities with the capability to provide telephone consultation, prompt on-site service, and field replacement
stock.
C. The supplier shall provide product application assistance by trained and experienced engineers to assist the
customer with program and system development through telephone consultation and on-site check-out, debug, and
start-up assistance.
D. The supplier shall provide a customer training program designed to teach the customer‟s personnel in the
understanding and application of the Programmable Automation Controller. The training program shall include
training manuals and hands-on programming experience on a Programmable Automation Controller of a type
similar to that provided by the supplier.
E. The supplier shall have the capability to conduct on-site training programs at a location provided by the customer.
F. The supplier shall be capable of providing troubleshooting software.

4.14 Technical Specifications – Civil Works

a) Survey Work
The Contractor shall carry out detailed survey work and submit both soft and hard copies of contour drawings with spot levels
with 10 m x 10 m grid to the Employer. Necessary information such as reference to the location as proposed for the treatment
plant by him with respect to site boundary.

Contractor Witness Executive Engineer

48
b) Geotechnical Investigation
The Contractor shall carry our Geotechnical Investigation work at the proposed location of treatment plant (in the presence of
Engineer-in-Charge or his authorized representative). The no. of bore holes to be taken, depth of boring etc. shall be decided
in consultation with the Engineer In-charge. The Contractor has to provide the hard and soft copies of the test reports. The
2 2
design shall be based on the tested bearing capacity or maximum net safe bearing capacity of 8 tone/m (0.8kg/cm )
whichever is less. If the bearing capacity of the soil found lower than that is mentioned in the soil report provided with the
Tender document, the lower of the two values shall be considered for design.

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. The worst spring level shall be ascertained by the agency and
approved by the Engineer-in-Charge. However, for all design purposes, including assessment of bearing capacity, the same
shall be assumed at the ground level and field bearing capacity results will be suitably adjusted/modified.

c) Process / Hydraulics Design

The Contractor shall provide his own design system and equipments based on Sequential Batch Reaction process to treat
the raw sewage up to the effluent quality as said in Clause 4.7.3 or even better.

Bidder shall design the plant in such a way that in case of non-availability of sufficient sewage at the time of commissioning,
plant can be commissioned with a minimum quantity of sewage equal to 30% of the average capacity.

d) Treatment Objective

Considering the raw sewage quality and the required treated effluent quality, the Contractor shall furnish a process train to
achieve the following objectives –

 To achieve guaranteed treated effluent quality or even better.

 To ensure that the offered treatment process is the most appropriate and state of the art in terms of both efficacy of
treatment and cost (the Contractor shall have to produce the performance records with the same treatment systems
applied elsewhere.)

 To ensure that the process is cost effective from both capital and running costs consideration.

 To ensure that the sludge produced is dewatered to a “spade able” or “open body truck able” consistency – so that it
can be easily disposed off.

 The process preferably should be free from utilization of chemical/any organic chemicals except for sludge removal
process. No toxic chemical shall be used by the Contractor. He will submit the toxicity test report from any govt.
recognized laboratory at his own cost before using such chemical.

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

 The final treated effluent is to be disinfected through chlorination before its disposal.

e) Structural Design

The Contractor shall have to do the structural design considering the survey details and geotechnical investigation details like
safe bearing capacity, seismic forces, depth of water table and hydraulic flow diagram. The design of plant units and Buildings
shall be submitted by the Contractor in soft and hard copies, with General Arrangements and detail RCC drawings. The design
of units shall be finalized in consultation with the Engineer – in – Charge. The design of units shall be as per relevant BIS or
other Indian/international standards in absence of BIS or sound engineering practice. The requirements to be fulfilled by the
Contractor are described in detail in the general civil specifications and particular specifications for civil work for sewage
treatment plant. Pressure releasing valve to release sub soil water pressure shall be allowed at appropriate locations.

f) Construction Works

The Contractor shall construct the civil units of the plant (including intermediate process pumping stations wherever required)
to accommodate the mechanical units to fulfill the requirement of process design. There shall be adequate working space,
accessibility considerations like RCC staircase or ladders, walkway with proper width, hand railing, etc wherever needed. For
Buildings, there shall be additional items like ventilation and lighting requirements, flooring and finishing (hard flooring like
granite for machine bearing floors) etc. The civil units shall be constructed such that there is proper accessibility for repair or
replacement of mechanical equipments. Any concreting shall be done only after approval of Engineer – in – charge. All
construction work shall be carried out as per the provision of CPWD specifications unless otherwise mentioned in the
document.

Contractor Witness Executive Engineer

49
g) Equivalency of Standards and Codes

Wherever reference is made in the Contract to specific standards and codes to be met by the goods and materials to be
furnished, and work performed or tested, the provisions of the latest current edition or revision of the relevant standards and
codes in effect shall apply, unless otherwise stated in the Contract. Where such standards and codes are national or related to
a particular country or region, other authoritative standards which ensure an equal or higher quality than the standards and
codes specified will be acceptable subject to the Engineer's prior review and written approval. Differences between standards
specified and the proposed alternative standards must be fully described in writing by the Contractor and submitted to the
Engineer at least 28 days prior to the date when the Contractor desires the Engineer's approval. In fee event the Engineer
determines that such proposed deviations do not ensure equal or higher quality, the Contractor shall comply with the
standards specified in the Bid Documents.

h) Board

The Contractor at his own cost, shall provide sign boards at approved locations, in English and Hindi at the site of the Works of
approved size and design which provides
1) The name of the Project,
2) The name and addresses of the Employer, the Contractor and the Consultant;
3) The name and short description of the Project and
4) The starting and completion dates. Contractor shall take care of signboard and re-do it in case of loss, damage, theft
etc., as desired by the Engineer In-charge.

i) Laboratory at Site
Contractor shall be responsible to develop a quality control program and to all necessary materials, apparatus, instruments,
equipment, facilities and qualified staff for sampling, testing and quality control of the materials and the under the Contractor.
Without limiting the generality of the foregoing, the actor shall either (i) establish a testing laboratory at the site of Works which
be adequately equipped and staffed to carry out all sampling and testing in accordance with the requirement set out in the
Tender document specifications provide all field equipment and apparatus as necessary to conduct all in-situ tests and/or any
Tests on Completion, or (ii) arrange for routine sampling, testing and reporting, as required, through a certified independent
laboratory acceptable to the Engineer In-charge. The Contractor shall obtain the approval of the Engineer In-charge for the
quality control programme developed by him and incorporate any modifications suggested by the Engineer In-charge at no
extra cost.

All costs of such sampling, testing and reporting of test results will be borne the Contractor, and the Contractor shall include
sufficient provisions in his; tendered rates to allow for independent sampling and laboratory testing under the direction of the
Engineer In-charge. The Contractor shall furnish certified copies of all test reports to the Engineer In-charge within 3 days of
completion of the specified tests.

The Contractor shall, within 14 days after the date of the issue of Letter of Acceptance, submit to the Engineer In-charge for
his consent a detailed description of the arrangements for conducting the quality control programme during execution of the
Work, including details of his testing laboratory, equipment, staff and general procedures. If following submission, or at any
time during the progress of Works, it appears to the Engineer In-charge that the Contractor's quality control programme is not
adequate to ensure the quality of the Works, the Contractor shall produce a revised programme, as desired by the! Engineer
In-charge, which will be adequate to ensure satisfactory quality control, in case of the Contractor will fail to ensure quality
control program the action deem fit will be taken against the Contractor. The Employer shall carry out supervision and quality
control and monitoring the progress of works.

j) Protection of Utilities

The Contractor is required to carefully examine the location of the Works and their alignments and to make special enquiries
with all authorities concerning utility lines such as water supply, sewers, gas pipe, telephone (underground and/or overhead)
lines, electric cable (underground and/or overhead) etc., and determine and verify to his own satisfaction the character, sizes,
position and lengths of such utilities from authentic records. The Contractor shall be wholly responsible for the protection
and/or facilitating relocation of such utilities as may be required and shall not make any claim for extra work or extra time that
may be required to protect or facilitate relocating such utilities. If any major shifting realignment of water supply, sewers, gas
pipes, electric and telephone lines is necessary due to their interference with the proposed Works, the same may done by the
Contractor. The cost of such relocations will be borne by the Contractor.

k) Erection

Bidders have to note that various major items shall be procured / executed under this Contract subject to inspection by the
Employer or their authorized representatives at manufacturer‟s premises. Cost of inspection shall be borne by Contractor

l) Testing of Concrete
Testing of Concrete shall be carried out as per IS4926: 1976. The contractors shall send three flexural beams to the laboratory
for every ten slabs, or part thereof, for testing flexural strength. The admixture used shall conform to IS 9103-1979 reaffirmed
on 1990 or AS1 C-494 of 92. All taxes/duties etc. will be borne by the contractors and not by the Employer. No extra payment
will be made for the use of admixtures.

4.14.1 Mechanical Equipments


The Contractor shall have to design, supply, erect and commission the mechanical equipments as proposed by him in the
treatment train to achieve the required parameters. The design, material of construction and type of various mechanical
equipments shall confirm to the standards laid in various sections of Tender document.

Contractor Witness Executive Engineer

50
4.14.2 Electrical and Instrumentation / Automation System

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

4.14.3 Disposal of Sludge/Screenings/Debris

The screenings/debris/dried sludge cakes from the Centrifuge of the STP shall be disposed off by the Contractor to a suitable
location which is away from the residential area. The place of sludge disposal shall be as per the decision of the Engineer In-
charge,

4.14.4 Disposal of Excavated waste

It will be the responsibility of Contractor to dispose all the excavated stuff within the Employer limits as directed by Engineer In-
charge.

4.14.5 General Utilities

For the proper functioning of the proposed works of sewage treatment plant, connection for rising mains, effluent channel, the
other general utilities necessary for the proper functioning of the proposed works which shall be included under this Contract
are :

 Internal & outdoor lighting, plant water supply and sanitation, waste disposal etc.
 Electric substations and distribution of power supply to all necessary points.
 Street and yard lighting and fire hydrant system for the STP.

4.14.6 Safety Equipment:

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

4.14.7 Model of the Project:

Model consisting of Neon Sign Board of size 1.2 m x 0.90 m with LED lights shall be provided by the Bidder. The design and
provisions shall be approved by the Engineer in Charge.

4.14.8 Scope of Work for Operation & Maintenance


The Bidder shall operate and maintain the Sewage Treatment Plant and all other allied works under this Contract for a period
of 1 year during defect liability period after 3 months of trial run & 5 years thereafter. For this period, the scope of work shall
include, but not be limited to the Operation and Maintenance of the following:

 Sewage Treatment Plants along with MPS including all the Civil Units and Electro-Mechanical Equipments, DI rising
main etc. as per the Bidder's Proposal to ensure that all the output guarantees are met.

 General Facilities and Utility Services. PLC/SCADA based Automation system.

 All other in – plant facilities listed in the detailed scope of work.

The Bidder shall also dispose-off the sludge, screenings, grit and any other material, as per specifications and to the
satisfaction of the Engineer In-charge. It is to be noted that all costs during the O&M period excluding the cost of power is to
be borne by the employer. However during the non power supply / failure of power supply the bidder will ensure the running of
the plant by operating DG sets for which cost of the diesel and other lubricants shall be borne by the employer the bidder is to
ensure that the following guarantee are maintained
 Guarantee for Quality of Treated Effluent.
 Guarantee for Power Consumption.
 Guarantee for Automation system.
The Bidder shall provide on job training to the Employer staff as per specifications.

The Bidder shall, at no extra cost to the Employer, repair and re-condition all the mechanical equipment‟s in the concluding
year of the O & M Contract to a condition so that employer can operate for a further 36 months period with regular preventive
and recommended maintenance. The Bidder's scope shall include supply of all necessary spares that may be required to
operate for another 24 months. The list of critical spares shall be drawn up depending upon the maintenance record of
equipment‟s in the penultimate year of the Contract and the spares shall be supplied in the concluding year of the Contract.

4.15 PHYSICAL COMPLETIONS OF WORKS

Contractor Witness Executive Engineer

51
The provision of the PWD Code mentions that the works allotted to bidder are required to be physically completed within
assigned time frame. The physical Completion of the work becomes more important when the trial run, defect liability period
and Operation & Maintenance of the executed work is also responsibility of the bidder. The Engineer – in- Charge do not
consider the issue of Physical Completion Certificate as an important matter. This lackadaisical attitude and approach of
Engineer –in- Charges may help the bidder to derive benefit of doubt and the bidder can claim Operation & Maintenance
charges from the department without actual physical completion of the work and also without passing the required tests to be
achieved during trial run period. The detail provisions in this regard have been explained in Clause – 16.23, 16.24, 16.25 &
16.26 of PWD Code. In addition, the necessary provision thereof also exist in the contract agreements. It will be the
responsibility of the Engineer –in- Charge to notify the date of the Physical Completion of work after due inspection before start
of trial run period. The copy of the notification for date of Physical Completion of the work will be forwarded to the concerned
execution agency, Concerned S.E. and Head Office. After notifying the date of Physical Completion of the work, the date of
completion of trial run period will have to be notified by the Engineer – in- Charge and copy thereof will be sent to all
concerned i.e. concerned execution agency, Concerned S.E. and Head Office. The notification regarding trial run will be
issued only after completion and development of the infrastructure as per the requirements and objectives of the Contract
Agreement. In case the objectives and requirements are not met, the same will be extended and the execution agency will not
be paid for this extension of the trial run period beyond the time period of trial run as specified in the Contract Agreement.

The date of completion of defects liability period will be notified under intimation to all the concerned. Any defect as observed
during the defect liability period will be dealt as per the provision of the Clause 16.24 of the PWD Code.
rd
The Engineer – in- Charge can also take help of 3 Party inspection who will be one of the members of the committee headed
by the Engineer –in- Charge.

The Bidder has to meticulously follow the procedure and instruction as mentioned above and any deviation shall invite action
against the concerned persons.

4.16 TESTING AND COMMISSIONING


The equipment for the treatment plant shall be tested in the factory and under operating conditions during the commissioning
period. Smaller equipment and standard equipment can be accepted against quality control certificates. During
commissioning, the equipment individually and as part of the whole plant shall perform according to the performance, quality
and capacity parameters laid down in the tender documents & contractor shall arrange collection of samples & testing of the
same from any approved laboratory of any concerned Pollution Control Board during commissioning & there after regularly as
per the requirements of PHED for obtaining NOC from Pollution Control Board, beside regular testing & maintaining record in
the laboratory in STP
The frequency of such tests will be one sample of outlet and inlet per quarter.

Minimum one treated effluent sample per month must be got tested from any laboratory approved by HSPCB/ CPCB.
If the sample results are within prescribed standards fixed by HSPCB/ CPCB, the testing charges will be borne by the
department. If sample results exceed the prescribed standards, the successful bidder has to bear the testing charges.

4.17 OPERATION AND MAINTENANCE

It is mandatory that the bidder must operate and maintain the sewerage network, IPS & STP for a period of 5 year, beyond
successful commissioning and 1 year period of defect liability as per the terms detailed below:-

 Supervisory staff as well as mechanical and electrical technicians shall be provided by the contractor and shall be present
during all the shifts.

 Operating staff shall be provided by the Contractor. Employer may also depute its own technicians, and the Contractor
shall provide them in-work training during this period

 All the chemicals and other consumables shall have to be provided by the Contractor

 Repairs as well as replacement of equipments and parts thereof shall be the responsibility of the Contractor. All the
spares used during this O&M period of 72 months shall be made good before handing over the plant.

 Shall carry out preventive maintenance & replacements of defective equipments & components till handing over of the
STP.
 Cleaning of screen chamber at STP, Collection and disposal of dried Sludge from Sludge drying beds, Screens & lifting of
the screened material & Dried Sludge & storage disposal of the same in a safe & hygienic way outside the battery limits of
STP site as per the instructions of Engineer in Charge.

 Removal of grit from grit chamber/ storage space and disposal of same to safe place & hygienic way outside the battery
limits of STP site as per the instructions of Engineer in Charge.

 Removal of oil and grease from oil & grease chamber and disposal of same to safe place & hygienic way outside the
battery limits of STP site as per the instructions of Engineer in Charge

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

 Maintaining all the plant & machinery and tools and making necessary repairs. Technical and administrative monitoring of
the STP;

Contractor Witness Executive Engineer

52
 In case waste water is not available in total quantity, the bidder shall commission the plant and demonstrate its
performance at proportionate capacity as directed by the Employer.

 During the start –up & operation period of the plant the bidder shall conduct regular test on a daily / twice a week & weekly
basis to ascertain the quality of the raw effluent and treated waste water quality. The testing schedule shall be drawn up in
association with Employers Representative prior to start –up of the plant.

 For Operation & Maintenance Phase, Complete Laboratory set up, consumables for testing of Influent & Effluent with
respect to its characteristics and quantity etc, O&M of Laboratory including manpower for testing would be within the
scope of the contractor.

 It is sole responsibility of the agency executing the work of STP, MPS and its O&M and for satisfactory performance of the
STP by all means for the period mentioned in the bid document failing which it shall liable for any legal action by the
HSPCB as per water (preventive and control of pollution) act 1974 for this purpose. The agency shall be considered as
HOD for this purpose.

 The successful bidder shall be responsible for the security and protection of flow meters and analyzers at the designed
points. If there is any malfunctioning of the meters/analyzer, action will be initiated against him.
 Average power factor of 0.96 shall be maintained in electrical bill by the successful bidder. Penalty on account of poor
power factor (i.e. less than 0.96) will be recovered from the agency.
 The recovery of Liquidated Damages for non-conformance in meeting the daily Output Standards for Treated Sewage set
as per this tender specifications, Guaranteed Power consumption & Power Factor for electrical installation shall be made
from successful bidder.

It is proposed to use mechanical sludge dewatering system at the treatment plant and the offer should include complete
system including shed for storage of dewatered sludge and loading arrangement, cost of loading solid sludge into the trucks,
cost of transportation & disposal of solid sludge.

All the cost for Operation and Maintenance of the Plant such as Chemicals and Consumables, Disposal of Screenings, Grit
and Dewatered Sludge, Manpower, Spares, Repair and Maintenance of Civil, Mechanical, Electrical, Instrumentation Items
including all other major/minor repairs, breakdowns, replacements etc. in the scope of the Bidder except Cost of Electricity and
Diesel for DG set. No extra payment other than whatever has been quoted in Price Schedule will be entertained by the
Employee. Only the cost of diesel shall be reimbursed by the department at prevailing rates on actual consumptions basis to
the calculated from the hour meter of the generator. The electric power shall also be supplied by the department during trial
run period, defect liability period for one year & 5 years thereafter. The chlorine gas shall be supplied and injected by the
contractor at their own cost.

4.18 THE BID SHOULD INCLUDE

1 Each bid should contain following technical details of the bid offered by them.
2 Treatment methodology adopted. Unit wise treatment efficiency expected
3 Flow sheet for treatment scheme
4 Hydraulic flow diagram
5 Design and working parameters of each unit e.g. Size of unit, HRT, SOR, BOD loading rates etc
6 Water Balance chart.
7 Details of operating cost for various components viz. various chemicals, manpower, power (electricity), O&M etc.

8 Specifications of equipment proposed to be installed in each unit, their number and standby where applicable,
material of construction and motor ratings etc. All the equipments should be covered with adequate warranty and the
same should be mentioned in the bid.

9 Details of spares required for two years of operation beyond the O&M period of Five years, and supply of these
spares shall be part of scope of works.
10 P&I diagram with material of piping used
11 There should be individual electrical panels for all units
12 Electrical wiring diagram
13 Details of electrical loads giving number of motors installed, number in operation, number in standby, hours of
operation, motor ratings, non motorized load, and power consumed per day. Also indicate the ratings of Transformer
(not included in this scope of works) that will be required for the normal operation of the plant.

4.19 Electrical work

Contractor Witness Executive Engineer

53
The Electric supply at the Sub Station shall be received from 11 KV from the Supply Distribution Company up to one point
near battery limit near boundary.

The scope of work shall cover but not restricted to the following

 Supplying, Laying, Fixing & jointing of suitable size Aluminum Conductor XLPE Cables from GO switch to Metering
Panel to 11 KV VCB panel & from there to primary of Suitable rating Step down Transformers at site- I & site- II.

 Supplying & Installation of one suitable rating VCB Panel suitable for fault level of 200 KVA at 11 KV with necessary
controls & protections.

 Supplying & Installation of 1 (1W) suitable rating 11 KV/ 433 V Step down Power Transformers, Outdoor Type.

 PVC Insulated PVC Sheathed Aluminum Conductor 1.1 KV grade Armoured Cables of suitable cross section for
connection between secondary of Transformer & the Incomer of Main Electrical Panel & from starter feeders in Main
Panel to the respective Local Control Panels in respective Pump Houses & from there to Junction Boxes for all prime
movers.

 The PCC panel should be designed for suitable rating with incomer having minimum 65kA for both Grid connection
and DG Connection with bus coupler for ease of operation.

 Automatic Power Factor correction Panel with suitable relays & capacitors banks, with cable connections with the
Main Electrical Panel.

 Design, manufacture, supply, testing and commissioning of D.G sets of required capacity rating to run all units of
Main Pumping Station & STP including all ancillary equipment such as base frame, coupling, coupling guard, control
panel, exhaust piping system and change over switch etc. including electric wiring between control panel and starting
batteries for operation of prime movers as detailed in technical data sheets to be filled by bidders.

 Necessary arrangement for firefighting will also be included in the scope of work.

 Batteries & Battery Charger.

 Earthling & lightening protection as per Indian Electricity Rules & Standards shall be provided.

4.20 Miscellaneous.

 All the reaction tanks / chamber with drain & filtrate shall be collected in such a way that the entire tanks can be
emptied & taken in to MPS by gravity.

 Entire piping used for inter connection shall be DI- K9 except inside aeration reactors & air pipes. Internal as well as
external pipes inside all the reactors for aeration shall be SS 304, minimum 3 mm thickness.

 The invert level at the outlet of the filtered water sump shall not be less than as specified earlier. All inter connecting
pipes & channels shall be designed hydrologic ally for peak flow.

 All water retaining structures should be RCC M-30 designed mix with protective coating as required & others RCC-
M25.
 Internal lightning, exhaust fan, ceiling fan, cables, switchgears & other control equipment is in scope of contract.
 All Internal and External lightning shall be provided with LEDs at all the appropriate places such as walkways,
structures; etc. shall be in this scope of work.
 Any design parameter not covered in DNIT shall be as per sewage manual. All valves & Gates are actuator &
manually operated.
 Flow meter Low & High level indication with automatic on & off of all pumps & blowers with pressure gauges at
common header shall be provided.
 Electrical works for power supply to all motors and drives.
 Lifting and handling equipment in the common Blower cum all pumps houses with EOT for lifting.
 Ancillary works like Outdoor lighting, lightening protection, gangways, stairs, ladders, railings, cable ducts, pipe ducts
etc. are also covered in the scope of this contract.
 Tools and plants.
 All incoming cables from control panel, all switchgears in control panel shall be provided. The ducts and spaces in
constructed area shall be provided.

Contractor Witness Executive Engineer

54
 Whenever there is an abrupt change in levels the side / boundaries of the land allotted shall be neatly dressed with
side slopes IV: 3H. Surplus earth, if any shall be disposed of as per directions of the engineer in charge.
2
 In front of all buildings & pump houses paved area of minimum 50m shall be provided & connected

 with the internal roads. The paved area shall be of sub grade of 150 mm thick M-10 and interlock coloured lacquered
80mm thick paver blocks in M-40 above with concrete Kerb & channel with suitable opening, gullies, covers and
storm water pipes RCC NP-3 of adequate size for the disposal of storm water (min. 300mm dia.). The remaining
area shall be designed, provided & maintained for landscaping & horticulture (as per layout plan attached) and the
directions of the Engineer in Charge.
 Fire Safety Arrangements

 Adequate numbers of ABC type fire extinguishers along with necessary set of sand buckets shall be provided in the
outdoor substation, & Main electrical Panel room & Local Control Panel Rooms of all pump houses to meet with the
fire safety norms as per ISI/ Fire Council. The number & capacity of fire extinguishers & Bucket provided in each area
as above to meet with the norms should be specified in the technical bid.
 First Aid Kit
 Standard first aid kit shall be provided & kept in the administrative building.

 Furniture for administrative control building, laboratory, Pump Houses, Office buildings as per list in data sheets to be
provided.
 Laboratory equipments as per list in technical data sheets.
 All the cabling work shall be done on cable trays of 16 gauge thickness MS Strip and Hot dipped with epoxy primer
and top coat after fixing.
 SS railing shall be of grade 304, 90cm height from finished floor level, vertical member 40mm diameter, 3mm thick
sheet with spacing @ 1.00 mtr C/C and 2 nos. horizontal members, 1 nos. at top 40mm diameter, 3mm thick and 1
no at middle of 40mm dia of 3mm thick shall be provided.
 No covering is required over the walkways but all the electrical/mechanical equipments, DG set, transformer installed
for MPS/STP outside the building and open to sky shall be adequately covered with 10mm thick polycarbonate sheet
with appropriate vertical and Horizontal support for structural stability with anchoring to be got approved by Engineer-
in-Charge. The supporting structure shall be of 75mm dia, 4mm thick SS 304 pipe for all units approved by Engineer-
in-charge.
 The top of any structure shall not be below formation level at site.
 The thickness of SS sheet in pipes used in treatment units shall not be less than 3 mm.
 The thickness of Aluminum sections used in door and windows in components of STP or MPS shall not be less than
10gauge. The thickness of glass shall not be less than 5mm and it should be toughened.
 All MS pipes to be used shall be of minimum 6 mm thick with outer PVC coating and inner surface to be dipped with
bituminous protective coating. External air connected pipes shall be MS PVC Coated.

4.21 ON LINE WATER QUALITY MONITORING AT STP

List of suggestive minimum Influent /Effluent Water Parameter monitoring required at each treatment process stage at STP‟s
contractor can add more parameter which can indicate/ record better performance.

a) At Inlet: -

 Ultrasonic Flow meter

 pH

 BOD

 COD

 Total Suspended Solids (TSS)

 Universal Multi Controller with Display Unit

 Wireless Remote Data Logger for Transmitting Data Using GSM / GPRS

 Nitrate

Contractor Witness Executive Engineer

55
 Phosphate

b) SBR Tank: -

 Dissolved oxygen luminescent in each tank


 Level transmitter
 Display for DG and temperature

c) Aeration

 Ultrasonic Flow meter at SAS only.

 Dissolved Oxygen Luminescent in Each Tank

 Universal Multi Controller

 Wireless Remote Data Logger for Transmitting Data Using GSM / GPRS

 Ultrasonic level sensor PH meter

d) Third Point at filters outlet

 Ultrasonic Flow meter

 BOD

 COD

 Total Suspended Solids (TSS) with self cleaning

 Universal Multi Controller

 Wireless Remote Data Logger for Transmitting Data Using GSM / GPRS

 Nitrate

 Phosphate

e) Outlet

 Residual Chlorine

 Wireless Remote Data Logger for Transmitting Data Using GSM / GPRS

e) Multi-Channel Controller

 Multi-Channel Controller shall be microprocessor based capable to handle the Waste Water quality sensors.
Connections between the sensors and the controller shall be “plug and play.” The controller shall consist of a
portable display module connected to one or more probe modules.

 The Multi-Channel controller shall have up to four potential free relays Output, four analog outputs and four analog
inputs per probe module for local control of the whole process purpose.

 The Multi-Channel controller should have internal memory for data storage. Logged data shall be downloading on
a SD card in XML Format.

 The Multi-Channel controller shall have the option for MODBUS (RS485).
 The Multi-Channel controller shall have an Ethernet service port for direct connection to a personal computer for
transfer of data and software updates.
 The Multi-Channel controller shall be housed in an IP65 enclosure.
 The AC power supply shall be housed in the interface unit and automatically accept input in the range of 100 to
230 Vac, 50/60 Hz. An internal 24 Vdc power supply shall be available as an option.

 The interface unit shall allow operators to control sensor and interface functions with menu-driven software.
 The Multi-Channel Controller shall have capability to handle the third party field device like level/pressure/flow
transmitter etc.

Contractor Witness Executive Engineer

56
Wireless Remote Data Logger for Transmitting Data Using GSM / GPRS:

These GPRS / GSM wireless remote data loggers will be used for continuous real time online data acquisition and
monitoring. The system should be micro-processor based, Plug & Play type and should have inbuilt modem. Online
Monitoring shall be carried out at inlet and outlet of STP. Real time quality monitoring system shall be provided at inlet and
outlet of STP to monitor the parameters of BOD, COD, TSS, Nitrogen, Phosphorus and pH and shall be connected with
SCADA. Provision for connecting it with server of HSPCB/Department shall also be made.

1 Establishing communication with CPCB & HSPCB, PHED server and integration with the respective servers to meet all
statutory requirements mercy olla clay
2 Supply & installation of new cabinets with necessary HMI etc. medication to base frame etc. if required for installing new
panels shall also be in the scope of the bidder.
3 Supply & lying of interconnecting cables and termination in the newly installed cabinets/ panels with analyzers and server
systems to be installed, will be in the scope of the bidder.
4 Installation, integration, configuration as per the requirement of PHED and commissioning of supplied EQMS system in
totality within the stipulated time period.
5 No hardware from any existing system shall be used in the new system, it shall be vendors responsibility to envisage and
supply all the hardware required to ensure the complete functionality of the system
6 During pre-mobilizing Meeting, Vendor shall visit the site and collect all required data for successful installation and
commissioning. Vendor shall take approved for all the bought out items from Engineer- In-charge at the time of kick-off
meeting.
7 Lodging, Boarding to and fro travel expenses, local conveyance and other miscellaneous travel and living expenses shall be
in vendor‟s scope.
8 Vendor to depute sufficient manpower including erection and commissioning engineers, technicians, electricians etc. with
necessary tools and tackles to complete the job in minimum possible time. Intimation for starting the job shall be
communicated to PHED.
9 Distribution of Power supply and stepping up or down of Power as per system requirement shall be in vendor‟s Vendor
shall provide current consumption detail for new system and provide redundant power supplies with reverse current
protection diode as required. UPS required for uninterrupted power supply will be arranged by vender
10

Offered system shall have independent 4-20 ma output for each measured parameters. Additionally Modus and Ethernet
communication capability shall also be available. Provision must also be kept for addition of any future parameters into the
system that may be incorporated into the EQM., AAQMS & CEMS ( EQMS-Effluent Quality Monitoring System, AAQMS –
Ambient Air Quality Monitoring System, CEMS Continuous Emission Monitoring System)
11

Vendor shall arrange own wireless transmission through Sim cards of mobile network operators. Bidder to use the same for
data transmission up to local server kept at PHED/ CPCB/ HSPCB Head Office. However, the hardware components required
for enabling connectivity as well as ensuring that transmission of all CEMS, AAQMS and Treated Effluent flow along with that of
EQMS to the main service at PHED Head Office Control Room shall be in Bidder‟s scope.
12 A penalty of Rs. 5000 per day will be imposed on contractor in case of non-transmission/ non- operationalized of CCTV Camera
/ online analyzer data to the PHED/CPCB/HSPCB website and contractor will responsible for any legal complications arise
there on.
13 The offered system must also be compatible with other forms of data transmission such as Broadband/ Dongle as provided by
ISP in case of complete breakdown/ inaccessibility of LAN for data transmission.
14 PHED shall interface data from any other analyzer data as required by pollution control board to the server supply by bidder
which is installed at PHED, Head Office building. Bidder shall transmit the same to HSPCB and CPCB.
15 The Multi-Channel controller shall have an Ethernet service port for direct connection to a personal computer for transfer of data
and software updates.
16 The Multi-Channel controller shall be housed in an IP65 enclosure., The AC power supply shall be housed in the interface unit
and automatically accept input in the range of 100 to 230 Vac, 50160
17 Hz. An internal 24 Vdc power supply shall be available as an option,: The interface unit shall allow operators to control sensor
and interface functions with menu-driven software.
18 The Multi-Channel Controller shall have capability to handle the third party field device like level/pressure/flow transmitter etc.

f) General Specifications of Real Time Water Quality Monitoring Stations:

Data Communication System:

Display Colour LCD Touch Screen


Keyboard Software Key Board or External USB Key Board

Contractor Witness Executive Engineer

57
Sensor Inputs RS 485,SDI-12 and RS232
Programming Ethernet, USB
Allow local data retrieval (download) without use of a PC or other external device other
Local Data Retrieval
than the portable storage media.
Non Volatile memory, Storage up to 1year for all parameters with measurement
System Data Storage
interval of 15 minutes
Telemetry Integrated GPRS/3G modem compatible with Indian Telecommunication system.
Shall display Data in Graphical and tabular format for all parameters and spectral
User Interface Software
absorption curve
Data Transfer TCP/IP,HTTP or FTP
Network Connection Ethernet RJ45 Connector, Wi-Fi or Via Modem
Operating temperature 0 to 60°C
Operating Humidity 5 to 95 % Non-Condensing
Power Input 240 VAC
System shall send alarms based on missing data, power supply malfunction, and door
Tampering Alert
alarms
SCADA Interface 4-20 mA outputs for all parameters for future integration with SCADA
Onsite Data Validation & System should contain data validation software installed for basic QA/QC of data and
contamination alarm software send contamination alert notifications to central receiving station.

Basic requirement of an efficient online Effluent Quality Monitoring System (EQMS)


The major pre-requisites of efficient online analyzers are:

1. Should be capable of operating unattended over prolonged period of time.


2. Should produce analytically valid results with precision and repeatability.
3. The instrument/analyzer should be robust and rugged, for optimal operation under extreme environmental conditions,
while maintaining its calibrated status.
4. The analyzer should have inbuilt features for automatic water matrix change adaption.
5. The instrument / analyzer should have on-board library of calibration spectra‟s for different industrial matrices with
provision of accumulating further calibration matrices.
6. Should have data validation facility with features to transmit raw and validated data to central server.
7. Should have Remote system access from central server provisioning log file access.
8. Should have provision for Multi-server data transmission from each station without intermediate PC or plant server.
9. Should have provision to send system alarm & SMS to central server in case any changes made in configuration or
calibration.
10. Should have provision to record all operation information in log file.
11. For each parameter there should be provision for independent analysis, validation, calibration & data transmission.
12. Must have provision of a system memory (non-volatile) to record data for at-least one year of continuous operation.
13. Should have provision of Plant level data viewing and retrieval with selection of Ethernet, wireless, Modbus & USB.
14. The correlation/interpretation factor for estimating COD and BOD using UV-Visible Absorption Technique shall be
regularly authenticated/ validated and details provided.
15. Record of calibration and validation should be available on real time basis on central server from each
location/parameter.
16. Record of online diagnostic features including sensor status should be available in database for user friendly
maintenance.
17. Expandable program to calculate parameter load daily, weekly or monthly basis for future evaluation with flow rate
signal input.
18. Should have facility to send SMS and email/mail alerts to designated PHED officials for any deviation from
permissible effluent discharge standards limits. The facility to be provided for updating mobile No./email for any
change in contact details/Mobile No./ email due to transfer, retirement etc.
19. Must have low operation and maintenance requirements with low chemical consumption and recurring cost of
consumables and spares.

Reporting:
1. The Real Time (RT) Effluent Quality Monitoring System (EQMS) suppliers have to provide central server at HSPCB
and CPCB, PHED with latest software to view the data in graphical/ tabular format and also to compare the data
features.

2. One minute data average must be transmitted/ retrieved to servers every 30 minutes. In the event of transmission
loss the time stamped data in the data logger memory must be transmitted to fill from the last transmission break with
a stamp of time delay.

3. The software should have two way communications, so that data from the system can be seen whenever desired and
remote of controller/data logger can be taken to visualize the immediate status of the system.

Method of analysis to be considered:


Contractor Witness Executive Engineer

58
1. pH: Electrode Method.
2. BOD: UV – Vis Spectro-photometry (Entire spectrum scanning).
3. COD: UV – Vis Spectro-photometry (Entire spectrum scanning).
4. TSS: UV – Vis Spectro-photometry (Single Wavelength).
5.
Parameter accuracy : Allowed Variability as per CPCB guidelines.
The relative difference between online and laboratory measurements has to be between
1. pH accuracy + 0.2 pH
2. TSS accuracy +/- 10%
3. COD accuracy +10%
4. BOD accuracy + 10%

System Validation
Online instrument operation will be evaluated using the known buffers, traceable standards and laboratory techniques. By
validating sensors and probes with known standards such as KHP(potassium hydrogen phthalate) for COD, Formaz in
equivalent standard for TSS, TDS & pH buffers have to be used to calculate a running variance of the measurements. When
the variance is outside of the set points, this can be an indication the monitor requires calibration and service.

Instrument Calibration:
The following frequency has to be used for calibration of analyzer

1. PH – once every week or as specified by manufacturer whichever is earlier


2. COD – once every week or as specified by manufacturer whichever is earlier.
3. BOD – once every week or as specified by manufacturer whichever is earlier.
4. TSS – once every week or as specified by manufacturer whichever is earlier.
5. TOC – once every week or as specified by manufacturer whichever is earlier
6. Temperature – once every month or as specified by manufacturer whichever is earlier
The software must keep all calibration data points in memory for interpretation of matrix change adaption.

Operation & maintenance.


1. Daily Check – GPS Transmission, System Diagnostic alarms.
2. Monthly Check – Sensors & system cleaning, data backup, Parameter Calibration as specified in calibration
schedule.
3. Periodic Check – System validation with known standards, Laboratory & Online parameters Comparative.

Data Management:
Considering the heterogeneity of real time monitoring system industries are required to submit real time data through their
respective instrument suppliers. This mechanism has helped in consolidating the data avoiding the complexity of different
technologies and availability of monitored data in different data formats and at the same time involving the instrument suppliers
in data transferring mechanism. The system enables two way communication required to manage such real time systems.

The basic functional capabilities of such software systems shall include:-

1. The system should be capable of collecting data on real time basis without any human intervention.
2. The data generation, data pick up, data transmission; data integration at server end should be automatic.
3. The submitted data shall be available to the PHED, HSPCB and CPCB for immediate corrective action.
4. Raw data should be transmitted simultaneously to PHED, HSPCB and CPCB.
5. In case of delay in collection of data due to any reason, the data transmission should be marked delayed data and
reports of delayed data should be displayed on the portal.
6. At no point of time, manual data handling should be permitted. Data validation should be permitted only through the
administrator and data changes recorded with date and time stampings.
7. Configurations of the systems once set up (through remote procedure) and verified, should not be changed. In case
any setting change is required it should be notified and recorded through the authorized representatives only.
8. The data submitted electronically shall be available to the data generator through internet, so that corrective action, if
any, required due to submission of erroneous data can be initiated by the industry.
9. The software should be capable to verify the data correctness which means at any given point of time the regulatory
authorities/data generator should be able to visualize the current data of any location‟s specific parameter.
10. A system for data validation shall be incorporated in the software with two stage / three stage validation and fixed
responsibilities of shake-holders as below:

Data acquisition Server and Software at Local level at PHED Head Office Panchkula
1. The software shall be based on the Microsoft windows platform capable of stable operation in the Windows 10/8/7
operating system or latest versions.

Contractor Witness Executive Engineer

59
2. There shall be a single perpetual license for the use of the software supplied for the data acquisition and web
uploading system.
3. Time based licensing of software is not acceptable. All software supplied shall be of the latest version as on the date
of commissioning.
4. Appropriate comprehensive licenses for permanent use of the software shall be provided for the complete set of
software supplied. Such software shall be readily available in the market.
5. Necessary security shall be implemented to avoid unauthorized access of USB ports and CD-ROM drives.
6. The user shall be able to print real time and historical data in graphical form as line graphs.
7. It shall be possible to store the data from the field instruments for up to 365 days as a minimum. This should enable
review of all uploaded data at a later point of time.
8. The software modules will handle communication with the Central & State Pollution Control Board server, upload of
data with sufficient network security as per PHED IT Policy and the validation of the uploaded data to ensure error
free communication.
9. Vendor shall be responsible for the upkeep of all data validation protocols used in the communication.
10. This system shall deliver data to the HSPCB, PHED& CPCB server in real-time without any
interruptions/manipulations. Vendor shall specify the type of communication between the Data acquisition system and
the Online Web uploading system.
11. Vendor shall also gather effluent flow data from STP‟s of PHED local servers through standard communication
protocol and prepare dedicated page for display of all data at local level. Vendor shall also transmit these data to
CPCB &HSPCB.
12. Additionally, vendor must make provision in the system for future integration of additional analyzers/ monitoring
parameters that are defined by the HSPCB/ CPCB from time to time. These system provisions shall be compatible
with both hardware & software components of any additional system that may be incorporated for transmission to
respective statutory bodies.
13. The vendor shall submit along with the bid, the technical details of their existing servers, if already installed at the
CPCB & HSPCB site and the contact details of the officer-in-charge responsible for the online information system at
CPCB & HSPCB.
14. The vendor shall ensure that any problem, on detection, in monitoring system/ data acquisition and transfer system
does not persist beyond 3-4 days.

Tentative Bill of material:


1. BOD/COD/TSS/pH analyzers
2. Mounting arrangements, canopies, Shelters, Hardware for erection etc. as applicable
3. All cables
4. Panels
5. Communication hardware, software, license
6. Cleaning tools
7. Mandatory Spares (for minimum 2 years)

g) Enclosures
The enclosure at each fixed RTWQMS (Real Time Water Quality Monitoring Station) shall accommodate data logger,
HMI, sensor cards, voltage regulator, transmitter unit etc. the enclosure shall provide protection from dust, humidity,
precipitations, sunlight and environmental pollution. The material for the enclosure shall be of steel plate or resistant
plastic, of protection IP 65 with safety lock of good quality. The enclosure shall be customized for cable entry openings.

h) Essential Technical Features:


 All instruments must be operated according to the plug & measure principle. All measurement systems shall
consist of standardized latest technology products are ready for use without the need for complex initial
procedures on site.

 All instruments should be pre-calibrated.

 The instruments and analyzers must be made of highly resistant materials and tested according to the highest
quality standards.

 All instruments must have auto-diagnosis procedures are used to ensure best possible operation.

 All spectrometer probes for organic analysis must operate using Spectrometry as measuring principal.

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

 pH & temperature measuring principle must be unique, non-porous / non-leaking combined reference electrode for
technically consistent pH performance, long term stable and maintenance free in operation Sensor must have
automatic cleaning with compressed air

Contractor Witness Executive Engineer

60
 Signal output must be analog, digital and must be compatible to data acquisition system, SCADA

 Signal output analog and digital function can be used for necessary basic controls

 Sensor must have multi-wavelength scanning double beam spectrophotometer.

 Automatic data validation in system is pre-requisite to remove outliers, false alarms and give user friendly
diagnostics to handle concerns.

 Must have flexible design with adjustable open path length in spectro photometric probe to measure very low to
high effluent / influent characteristics.

 Onboard event detection and validation software on system enable objective of decision making and to have
optimum process controls.

 System must have pre-calibrations for effluent/influent (selectable) with provision of multi-point calibration with at
least 2 matrix points for COD, BOD, TOC, Colour & TSS parameters to adapt water matrix changes. Calibration
must perform directly from controller without any external PC/software.

 Automatic Compensation to parameter cross sensitivities & matrix change

 COD, BOD & TOC must have independent program for calibration, analysis and validation. Parameter calculation
for one to another parameter such as COD to BOD to TOC is not recommended due to accuracy issues.

 Validation & accuracy checks of system must have provision to perform with reference to known standards such
as KHP (Potassium Phthalate etc)

 Optical sensors including spectro photometric probes must be water-proof, rugged and have integral IP68
bendable cable to operate in harsh conditions without downtime.

 System must have proven installation base with compliance and approvals from USEPA.

 All analyzers must be reagent and consumable free. The maintenance of analyzers must be extremely minimum.

i) Parameter Specifications of Real Time STP Water quality Station

Real Time Water Quality Monitoring – Organic/In-Organic Parameter/Analyzer Specification


Specification of BOD
Measuring Principle Multi wavelength scanning 220 to 750 nm
Measurement Range 0 to 2000 ppm
Resolution 0.01 ppm
Accuracy +/- 7.5%
Operating temperature 0 to 45 degree Celsius
Operating Humidity 95 % relative Humidity
Operating Pressure 0 to 3 Bar
Calibration & Background Multi Point calibration (at least 10 points) with factory
Matrix Change Correction calibration for STP
Protection Class IP68 with integral rugged cable
Sensor Cleaning Automatic with compressed air

Specification of COD
Measuring Principle multi wavelength scanning 220 to 750 nm
Measurement Range 0 to 3750 ppm
Resolution 0.01 ppm
Accuracy +/-5 %
Operating temperature 0 to 45 degree Celsius
Operating Humidity 95 % relative Humidity
Operating Pressure 0 to 3 Bar
Calibration & Background Multi Point calibration (at least 10 points) with factory

Contractor Witness Executive Engineer

61
Matrix Change Correction calibration for STP
Protection Class IP68 with integral rugged cable
Sensor Cleaning Automatic
Specification of TSS
Measuring Principle Multi wavelength scanning 220 to 750 nm
Measurement Range 0 to 2000 ppm
Resolution 0.01 ppm
Accuracy +/- 5 %

Operating temperature 0 to 45 degree Celsius


Operating Humidity 95 % relative Humidity
Operating Pressure 0 to 3 Bar
Calibration & Background Multi Point calibration (at least 10 points) with factory
Matrix Change Correction calibration for STP
Protection Class IP68 with integral rugged cable
Sensor Cleaning Automatic compressed air
Specification of NO3
Measuring Principle multi wavelength scanning 220 to 750 nm/ISE
Measurement Range 0 to 40 ppm
Resolution 0.01 ppm
Accuracy +/- 3 %
Operating Temperature 0 to 45 degree Celsius
Operating Humidity 95% RH max
Operating Pressure 0 to 3 Bar
Calibration & Background Multi Point calibration (at least 10 points) with factory
Matrix Change Correction calibration for STP
Protection Class IP68 with integral rugged cable
Sensor Cleaning Automatic with compressed air
Specification of Chlorine in water
Measuring Range 0- 10 mg/L
Accuracy ±2% of reading
Resolution ≤ 0.01 mg/L
Response Time ≤ 60 seconds
Measurement Principle Amperometric
Operating Temperature 0- 40°C
Cleaning Automatic using compressed Air
Interference Correction pH & flow independent sensor
Specification for TOC analyzer
Measuring Principle multi wavelength scanning 220 to 750 nm
Light Source Xenon Flash lamp
Measurement Term Total Organic Carbon
Measuring Range 0 to 3750 ppm
Standard Output 4-20 mA
Digital Output 2 potential free Contacts, Programmable
Resolution 0.01 ppm
Accuracy +/- 5%
Operating Temperature 0 to 45 degree Celsius

Contractor Witness Executive Engineer

62
Humidity 0 to 95% RH
Power 230 VAC or 24 VDC
Calibration & Background Multi Point calibration (at least 10 points) with factory
MatrixChange Correction calibration for STP
Protection Class IP68 with integral rugged cable
Cleaning Automatic from Compressed air
SPECIFICATION FOR pH
Measuring Range 0.0 to 14.0 units of pH
Accuracy 0.1 units of pH
Resolution 0.01 units of pH
Response Time 30 seconds
Operating Temperature 0-70 degree C
Operating Humidity 5 to 95% non-condensing
Power 12 VDC Nominal
Signal Output Compatible with Data Acquisition System
Cleaning Inbuilt Self-Cleaning (Automatic) with compressed air
Installation/ mounting Submersed or in a flow cell
Protection Class IP68 with integral rugged cable
Integrated Temperature 0-100 degree C
Automatic compensation Temperature
SPECIFICATION FOR DISSOLVED OXYGEN
Measuring Range 0 to 25 mg/L
Accuracy ± 1% of full scale
Measuring Principal Optical without need of any consumables
Resolution 0.01 mg/L
Response Time ≤60 seconds
Operating Temperature 0 to 60 degree C
Operating Humidity 5 to 95 % non-condensing
Protection Class IP68 with integral rugged cable
Power 12 VDC Nominal
Signal Output Compatible with Data Acquisition System
Cleaning Self- Cleaning (Automatic)
SPECIFICATION FOR TOTAL DISSOLVED SOLIDS
Measuring Range 0-250000 mg/l
Accuracy 0.1 % of reading
Resolution 0.01 mg/l
Response Time ≤ 1 minute
Operating Temperature 0 to 90 Degree Celsius
Operating Pressure 0 to 20 Bar
Flow Rate Independent
Protection Class IP68
Signal Output Compatible with Data Acquisition System
Measuring Principle Electrochemical
SPECIFICATION FOR TEMPERATURE
Measuring Range 0- 90°C
Accuracy ≤ 0.1°C
Resolution ≤ 0.1°C

Contractor Witness Executive Engineer

63
Response Time ≤ 60 seconds
Cleaning Automatic with compressed Air
Protection Class IP68 with integral rugged cable
Power 7 to 30 VDC
Signal Output Compatible with data Acquisition System

The bidder‟s scope includes Design, Manufacture, Supply, Installation, Integration, Testing, Commissioning of a offered
complete analyzer system as per System Specifications contained in guidelines of CPCB for online continuous monitoring
system for effluent and in the subsequent sections of this document, for the purpose intended to and does include all the parts
/ components, may or may not listed herewith, for smooth operation, maintenance, satisfactory performance of the system and
does not limit only to the mentioned requirements in this document, but includes all that is required for ensuring the delivery of
the system totally capable of providing the required functions and quality. It will be single point responsibility of bidder to
supply, install, commission the analyzer and communication setup up to PHED, Haryana State Pollution Control Board
(HSPCB) and CPCB. The job shall be considered as complete when correct data is displayed at CPCB, PHED and HSPCB,
server. All hardware, license, media and software for establishing seamless communication shall be in the scope of bidder.

Scope of Work & Supply

1. A dedicated graphic page shall be developed for displaying all data in prescribed format for online monitoring.

2. Bidder shall ensure to supply all necessary software for editing, new tag addition etc. to PHED with no extra price
implication.

3. Establishing communication with CPCB &HSPCB, PHED server and integration with the respective servers to meet
all statutory requirements.

4. Supply & installation of new cabinets with necessary HMI etc., modification to base frame etc. if required for installing
new panels shall also be in the scope of the bidder.

5. Supply & lying of interconnecting cables and termination in the newly installed cabinets/panels with analyzers and
server systems to be installed, will be in the scope of the bidder.

6. Installation, integration, configuration as per the requirement of PHED and commissioning of supplied EQMS system
in totality within the stipulated time period.

7. No hardware from any existing system shall be used in the new system, it shall be vendor‟s responsibility to envisage
and supply all the hardware required to ensure the complete functionality of the system.

8. During pre-mobilizing Meeting, Vendor shall visit the site and collect all required data for successful installation and
commissioning. Vendor shall take approval for all the bought out items from Engineer In-charge at the time of kick-off
meeting.

9. Lodging, Boarding, to and fro travel expenses, local conveyance and other miscellaneous travel and living expenses
shall be in vendor‟s scope.

10. Vendor to depute sufficient manpower including erection and commissioning engineers, technicians, electricians, etc.
with necessary tools and tackles to complete the job in minimum possible time. Intimation for starting the job shall be
communicated to PHED.

11. Distribution of Power supply and stepping up or down of Power as per system requirement shall be in vendor‟s
scope. PHED shall provide 220V AC Power supply at one place for the system. Vendor shall provide current
consumption details for the new system and provide redundant power supplies with reverse current protection diode
as required. UPS required for uninterrupted power supply will be arranged by vendor.
12. Bidder shall supply mandatory spares like pH Electrode, buffer solution (for one year operation), standard solution
(one year operation), one number of all installed cards, proprietary cable, along with offered system.

13. Offered system shall have independent 4-20 ma output for each measured parameters. Additionally Modbus and
Ethernet communication capability shall also be available. Provision must also be kept for addition of any future
parameters into the system that may be incorporated into the EQMS, AAQMS & CEMS. (EQMS-Effluent Quality
Monitoring System, AAQMS-Ambient Air Quality Monitoring System, CEMS Continuous Emission Monitoring
System).

14. Vendor shall arrange own wireless transmission through Sim cards of mobile network operators. Bidder to use the
same for data transmission up to local server kept at PHED/CPCB/HSPCB Head Office. However, the hardware
components required for enabling connectivity as well as ensuring that transmission of all CEMS, AAQMS and
Treated Effluent flow data along with that of EQMS to the main server at PHED Head office Control Room shall be in
Bidder‟s scope.

Contractor Witness Executive Engineer

64
15. The offered system must also be compatible with other forms of data transmission such as Broadband/ Dongle as
provided by ISP in case of complete breakdown/ inaccessibility of LAN for data transmission.

16. PHED shall interface data from any other analyzer data as required by pollution control board to the server supplied
by bidder which is installed at PHED, Head Office building. Bidder shall transmit the same to HSPCB and CPCB.

17. Bidder shall submit complete Bill of Material (BOM), system architecture and technical literature of offered system
along with the Bid.

18. At least one office of manufacturer shall be located in India.

ANNEXURE B1- TECHNICAL SPECIFICATION for pH Analyzer

Instruction to Vendor.

1. Vendor must mark "yes" (for acceptance) or "no" (for non acceptance) in the "vendor acceptance" column of the
purchaser‟s technical document "annexure B1" point wise. A separate deviation list, naming "annexure B1 – deviation
list", shall be given by the vendor for all points which are not acceptable to the vendor, where all the deviations shall
necessarily be explained point wise with offered alternatives and return back all the sheets (specification sheet
annexure B1 and deviation list if any) duly signed along with the offer.

2. All the specifications/points must necessarily be filled in. any point left out is deemed as not accepted without any
reason thereof.

3. Relevant complete technical literature has to be enclosed for every offered model.

4. for any contradictory points in the specifications and scope of supply, vendor shall refer to PHED for clarification
before submitting the offer.

Specification of pH Requirement Vendor acceptance


Type Combination electrode
Point of measurement Direct in situ in outlet of Sewerage treatment plant
Accuracy +- 0.1% of full scale
Measuring Range 00-12.00 at least considering the wastewater
environment
Span & zero adjustment Required
Sensor type Plug & play
Response Time 30 seconds
Operating Temperature 0-60 degree C
Operating Humidity 5 to 95% non-condensing
Power less than 0.5 Watt
Signal Output Digital
Cleaning Required and it should be automatic.
Installation/ mounting Submersed or in a flow cell
Protection Class IP68 with integral rugged cable
Integrated Temperature 0-60 degree C
Automatic compensation Temperature
Material of construction Titanium or stainless steel 316L.

ANNEXURE B2 - TECHNICAL SPECIFICATION for BOD, COD, TDS, TSS

Instruction to Vendor

1. Vendor must mark "yes" (for acceptance) or "no"(for non acceptance) in the "vendor acceptance" column of the
purchaser‟s technical document "annexure B2" point wise. A separate deviation list, naming "annexure B2 – deviation
list", shall be given by the vendor for all points which are not acceptable to the vendor, where all the deviations shall
necessarily be explained point wise with offered alternatives and return back all the sheets (specification sheet
annexure B2 and deviation list if any) duly signed along with the offer.

Contractor Witness Executive Engineer

65
2. All the specifications/points must necessarily be filled in. any point left out is deemed as not accepted without any
reason thereof.
3. Relevant complete technical literature has to be enclosed for every offered model.
4. For any contradictory points in the specifications and scope of supply, vendor shall refer to PHED for clarification
before submitting the offer.

Vendor's
Specifications of BOD Requirements acceptance

Measuring Principle Measurement of full wavelengths spectra (UV-VIS


spectrometry) from 200 to 720 nm
Interference compensation By evaluation of whole measured spectrum (double beam)

Point of measurement Direct in situ in outlet of Sewage Treatment Plant

Measurement Range Inlet influent –0 to 2000mg/l, Outlet effluent - 0 to 400mg/l

Accuracy + - 3 % of measured value plus +/- 2.5 mg/l

Material of construction Titanium or stainless steel 316L.

Sensor type Plug & play

Reagents No reagent to be used for operation of sensor

Sensor shock protection Integral

Operating temperature Temp : 0 - 45 Deg C, Pressure: up to 10 Bar

Operating Humidity 95 % relative Humidity

Calibration & Background Matrix Multi Point calibration (at least 2 points) with factory
Change correction calibration for STP

Protection Class IP68 with integral rugged cable

Sensor Cleaning Required and it should be automatic

Vendor's
Specifications of COD Requirements acceptance

Measuring Principle Measurement of full wavelengths spectra (UV-VIS


spectrometry) from 200 to 720 nm
Interference compensation By evaluation of whole measured spectrum (double beam)

Point of measurement Direct in situ in outlet of effluent treatment plant

Measurement Range Outlet effluent - 0 to 800mg/l & Inlet influent – 0 to


4000mg/l
Accuracy + - 3 % of measured value plus +/- 2.5 mg/l

Material of construction Titanium or stainless steel 316L.

Sensor type Plug & play

Reagents No reagent to be used for operation of sensor

Sensor shock protection Integral

Operating temperature Temp : 0 - 45 Deg C, Pressure: up to 10 Bar

Operating Humidity 95 % relative Humidity

Calibration & Background Matrix Multi Point calibration (at least 2 points) with factory
Change correction calibration for STP

Protection Class IP68 with integral rugged cable

Sensor Cleaning Required and it should be automatic

Vendor's
Specifications of TDS &TSS Requirements acceptance

Measuring Principle Measurement of full wavelengths spectra (UV-VIS


spectrometry) from 200 to 720 nm
Interference compensation By evaluation of whole measured spectrum (double beam)

Contractor Witness Executive Engineer

66
Point of measurement Direct in situ in outlet of effluent treatment plant

Measurement Range Outlet effluent - 0 to 1000mg/l & Inlet influent –0 to


500gm/l
Accuracy + - 3 % of measured value plus +/- 2.5 mg/l

Material of construction Titanium or stainless steel 316L.

Sensor type Plug & play

Reagents No reagent to be used for operation of sensor

Sensor shock protection Integral

Operating temperature Temp : 0 - 45 Deg C, Pressure: up to 10 Bar

Operating Humidity 95 % relative Humidity

Calibration & Background Matrix Multi Point calibration (at least 2 points) with factory
Change correction calibration for STP

Protection Class IP68 with integral rugged cable

Sensor Cleaning Required and it should be automatic.

Mandatory requirement regarding data storage and transmission to HSPCB and CPCB
1. There should be mechanism to take back up of data and archiving of data in removable media.
2. There should be mechanism to restore backed-up/archived data in the server.
3. Any IT systems (server, network equipment, software, peripherals, etc.) if need to be installed at PHED and/or HSPCB
and/or CPCB; supply and installation of the same is under the scope of the vendor. Any licenses, data transmission
charges etc. if required for continued data transmission to HSPCB and CPCB throughout the lifespan of analyzer shall
be in the scope of bidder.
4. Transmission of data to PHED, HSPCB & CPCB is under the scope of the vendor.
5. Standard mechanism of transfer, correction, validation of data being followed at HSPCB and CPCB should be followed
by the vendor. The system shall be accepted by PHED only after its acceptance by HSPCB and CPCB. Acceptance
received from authorized person of HSPCB and CPCB need to be provided to PHED by the vendor.
Performance Testing & Final Acceptance:
The system after complete integration will be tested extensively for the smooth operation and achievement of required end
result at the PHED site and the Pollution Control Board website [HSPCB/CPCB]. The performance tests as per mutually
agreed procedures will be executed after completion of installation and commissioning.

The tests as a minimum will constitute:


1. Observing the data collected from the transmitters by the data acquisition system and historisation in the data acquisition
station server.

2. Viewing and analysis the data at the Workstation/ Computer.

3. Confirmation from the Pollution Control Board [HSPCB/ CPCB] about the successful reception of the data at their Server.

4. The system shall be technically acceptable only after achieving successful completion of the tests and handing over to PHED.

Contractor Witness Executive Engineer

67
SECTION – 5

TECHNICAL SPECIFICATIONS OF CIVIL & STRUCTURAL WORKS

6.1 General Technical Specifications

The scope of work for the contractor under the contract for civil works shall include all civil construction works, including
excavations, foundations, buildings, trenches, all water retaining structures including sumps, together with ducts and piping
etc. and clearing of the site after completion of the work. The limits of the contract, for provisions of space, shall be the same
as shown on the tender drawings and as described in the works description of the tender documents.

The civil works shall be carried out in accordance with the National Building Code, the PWD Haryana specification and
explanatory notes for building and house drainage in the latest versions. In case of any variation between the PWD Haryana
specifications and specifications given herein the latter shall prevail. In cases where the PWD Haryana specification and the
specifications given below are silent about any aspects in respect of any item, the work shall be carried out as per the relevant
IS code of practice in the latest version and as per sound engineering practice as decided by the Engineer in charge.

The excavation items will include all lifts, lateral leads with in limit so works, labour, dewatering, lowering of subsoil water table,
shorting wherever necessary, backfilling around completed structures and disposal of surplus soil as directed. If any road is
dug up for any purpose whatsoever, the contractor shall reinstate it to the standard required by the Employers representative
or the statutory body, at no extra cost.

The contractor shall programme his construction activities, in such a manner that all inlet and outlet arrangements are ready
for testing purposes to avoid any delays.

The Contractor shall submit to the Employers representative or his representative, samples of the materials which will form
part of the permanent works, sufficiently in advance of the start of the work within 15 days of the issue of orders, so that
necessary tests can be carried out for the approval of the Employers representative or his representative, before using any
such material on site. Samples for the following basic materials shall be submitted from every supplier and from each
consignment; if materials differ from one consignment to another the consignment differing from the accepted sample shall be
replaced by the Contractor free of cost.

The building and the Pump house & shall be designed and constructed as a RCC framed structure. All masonry shall be in 1:5
cement sand mortar. Pre cast cement concrete blocks can be approved if suiting to requirement at interior/ non-load bearing
walls.

6.1.1. Design and drawing

The contract is turnkey contract and the Contractor shall design and construct all civil works in accordance with the standard
specifications. All detailed drawings for the plant components including site plans, general layouts, architectural drawings with
isometric views, structural design drawings will be submitted for the approval of the Engineer in Charge. He shall ensure that
the building is as compact as possible, it should be convenient for movement of the staff and the elevation should be worthy of
a building of this value. Special attention should be given to the climate in the area while planning the structure. The building
should give a good look from the pump house and the main road. The entire building should be accommodated within the
space indicated in the layout of the STP Works. A porch sufficient to accommodate a saloon car shall be provided at the main
entrance of each building / pump house.

The overall plans and the elevation shall be approved by the engineer-in-charge before the structural design and actual work
is started.

i) Design considerations
Contractor Witness Executive Engineer

68
The contractor shall be responsible for the safety of structures, correctness of design & drawing even after approval of the
same by the Engineer in-charge. The contractor shall submit detailed design, calculations of foundations & super structures &
general arrangement drawings.

ii) Design Standards

All design shall be based on Manual of Sewerage and Sewage Treatment Published by CPHEEO and latest Indian standard
specifications for code of practice unless otherwise specified.

iii) Design Life

The design life of all structures & buildings shall be 60 years.

iv) Design Loading

All the buildings & structures shall be designed to resist the worst combination of the following loads / stresses under test &
working conditions. These include dead load, live load, wind load, seismic load, and stresses due to temperature changes,
shrinkage & creep of material & dynamic loads.

a) Dead load

This shall comprise of all permanent construction including walls, floors, roof, partitions, staircase, fixed service equipment &
other items of machinery in estimating the load of process equipment all fixtures & attach piping shall be included.

b) Live Load

Live loads shall be in general as per IS: 875. However the following minimum loads shall be considered in the design of
structures.

2
Live load on roofs: 2.00 KN/M .

2
Live load on Floors supporting equipment such as pumps, blowers, compressors, valves etc.: 5KN/M . Live loads on all other
2
floors, walkways, stairways & platform: 5 KN/M .

c) Wind Loads:

As per IS: 875 Part III.

d) Earthquake loads:

As per IS: 1893 taking in to consideration the soil sector type of foundation adopted with all up – to – date amendments.

e) Expansion Joints and Construction Joints

(i) General

Movement joints such as expansion joints complete contraction joints, partial contraction joints & sliding joints shall be
designed & provided to suit the structure. Contraction joints shall be provided at specified locations spaced not more than 7.5
M in both right angled direction for wall & drafts. Expansion joints at suitable intervals not more than 40 M shall be provided in
walls, floors & roof slabs of water retaining structures.

(ii) Joints in Floor

Joints in floor shall be provided as specified on drawings.

In case of PVC water stops to be provided horizontal position flat floated PVC water stops shall be used. The water stops
shall be provided in such a way that half the portion of water stop (width wise) is embedded in the concrete and half remains
exposed for next concrete.

Steel reinforcement shall not be discontinued where construction joints in floor are provided.

(iii) Joints in Walls


Contractor Witness Executive Engineer

69
(a) Movement Joints

Movement joints shall be provided in the walls at positions shown on drawings. Water stops shall be kept in position with the
help of bitumen impregnated fiberboard fillers. Concrete shall be laid in such a way that half the portion of water stop remains
exposed for next concreting.

Steel reinforcement shall be discontinued at the joints.

(b) Construction Joints

Construction joints shall be provided between two lifts of concrete. A groove shall be formed around exposed portion the PVC
water stop for proper jointing. Care shall be taken during concreting to keep the water stop in vertical position. In no case shall
the water stoper be punctured on hailed with the binding wire to keep it in position. Wherever required to be jointed the water
stop shall be welded in T, X or L Pattern as per the Instructions of Engineer –in- Charge.

f) Epoxy Coating to Concrete and Mild Steel Parts

(i) General

Epoxy coating is to be applied to the internal surfaces of units as specified in the Bid Documents. The thickness of the epoxy
film shall be 200 microns. All metallic parts/ components used at MPS & STP (except SS pipe) shall be coated with epoxy
paint to avoid rusting. All pipes coming in contact with the sewage shall be of SS 316 grade made with minimum 3mm thick
SS sheet.

• All SS railing shall be of grade 304, 90cm height from finished floor, vertical member 40mm diameter, 3mm thick with
spacing @ 1.20 mtr C/C and 2 nos horizontal members, 1 nos. at top 40mm diameter, 3mm thick and 1 no at middle of 40mm
dia of 3mm thick sheet shall be provided.

No covering is required over the walkways but all the electrical/mechanical equipments installed for MPS/STP outside the
building and open to sky shall be adequately covered with10mm thick polycarbonate sheet with appropriate vertical and
Horizontal support for structural stability with anchoring to be got approved by Engineer-in-Charge. The supporting structure
shall be of 40mm dia, 3mm thick SS/304 pipe for all units except DG set, transformer and chlorination plant. For DG set,
transformer and chlorination plant supporting structure shall be of MS pipes with epoxy coating. The cross section of MS pipe
will be approved by Engineer-in-charge.

(ii) Materials
A solvent free epoxy coating like “Araldite GY255” manufactured by Hindustan CIBA Geigy Ltd. Bombay or equivalent is to be
used for forming the film. In case of use of an equivalent it shall be got approved from the Engineer –in- Charge.

Materials used and process of application to the concrete of other surface should be strictly according to the instructions of
the supplier of the epoxy.

Araldite GY 255 one part by weight is to be mixed with 1 part by weight of hardener XY 45. The viscosity should be
such convenient for brush application.

(iii) Subsurface Preparation


The concrete surface should be cleaned thoroughly by wire brushing or acid etching or sand blasting. The mild steel parts
also are to be cleaned to be free of grease and thoroughly sand blasted or wire brushed. The coverage should not be more
than 6sqm for concrete and 5 sqm for mild steel per kg., of epoxy respectively.

The moisture content of concrete before application of epoxy coating shall be less than 4%. This has to be checked properly
through a small sample. To achieve this epoxy coating shall be done in hot season or otherwise the surface shall be
thoroughly dried by a sun – gun.

(iv) Curing
o
The curing should be done for 7 days at room temperature. If the temperature is less than 15 c the space should be warmed
up by incandescent lamps, heaters, blowers or infrared lamp.

The instructions of the supplier manufacturer of the product both as for use of materials and application take priority over the
above instruction and they should be followed very rightly.

6.1.2 Design Requirements


The following are the design requirement for all reinforced or plane concrete structures.
Contractor Witness Executive Engineer

70
(a) All blending & leveling concrete shall be minimum 100 mm thick in concrete grade M-10 (1:3:6) unless otherwise
specified.

(b) Liquid retaining structures: The wall & bottom slab thickness shall not be less than 150 mm in any water retaining
structure except in launders & channels. The same shall be designed using M-30 concrete design mix with maximum 40 mm
aggregate size for footing & base slabs & with a maximum of 20 mm aggregate size for all other structure members.

(c) Other structures: concrete shall be M-25.


(d) Medium reinforcement & cover of concrete shall be as per 7.1 of IS: 3370 part II & 7.2 of IS: 3370 part II.

(e) Water retaining structures such as tanks and sumps and concrete roofs shall be designed on a no crack basis &
against uplift pressure assuming sub soil water at Ground Level.

(f) Material Standards: All material shall be new & of the kind & quality described in the contract & shall be equal to approved
samples. The material & workmanship shall comply with the Indian Standards with amendment. The specification standard &
codes listed below are considered to be part of this bid specification: -

 IS: 456 – Code of Practice for plain and reinforced concrete.

 IS: 875 – Part 1 to 5 Code of Practice for structural safety of buildings, loading standards.
 IS: 3370 – part I – IV code of Practice for concrete structures for storage of liquids.

 IS: 1893 – Criteria for earthquake resistant design and structures.

 IS: 432 – Part I Mild steel & medium tensile steel bar & hard on steel wire for concrete reinforcement.

 IS: 1786 – High Strength deformed steel bar & wires for concrete reinforcement. IS: 2950 – Part I Code of practice for
design & construction of Raft foundations.

 IS: 1974 – Part 1 & 2 Code of practice for design & construction of machine foundations.
 IS: 12269 – 53 Grade Portland cement.

 IS: 8112 – 43 Grade Portland cement.

 IS: 383 – Course & fine aggregate from natural source of concrete.
 IS: 2212 – Code of practice for brick - work.

 IS: 1199 – Method of sampling & analysis of concrete.

6.1.3. Water stops

The material for PVC water stops shall be plastic compound with the basic resin of PVC & additional resins, plasticizers,
inhibitors, which satisfy the performance, characteristics
specified below as per IS: 12200 & tested in accordance with IS: 813.753. PVC water stops shall be either bar type, serrated
with central bulb & end grips for use with in concrete element or of the surface type for external use.

PVC water stops shall be of approved manufacturer & shall be got approved by an in charge before procurement &
incorporation in the work.

Pre formed fillers & joint sealing compounds:

Pre formed filler or expansion / isolated joints shall be non-excluding & resilient type of bitumen impregnated fibber confirming
to IS: 1838 part I & II. Bitumen coat to concrete/ masonry surface for fixing the pre formed bitumen filler strip shall confirm to
IS: 702 &bitumen primer shall confirm to IS: 3384. Sealing compound for filling the joints above the pre formed filler shall
confirm to grade A as per IS: 1834.

6.1.4. Exterior Finish

The colour scheme of the external surfaces of the building will have to be decided according to the designed elevation after
approval of the Engineer-in-Charge. However external surfaces of the walls of all building structures shall be applied with two
coats of Birla/JK Wall Putty followed by two coats of primer followed by min. two coats of weather proof acrylic emulsion paint
of first quality (Asian/Nerolac/ICI/Dulux) to give even shade

Contractor Witness Executive Engineer

71
6.1.5. Interior

The specifications of interior finishes of the building shall be as under.

ii) Flooring

The following floorings will be adopted in the building and walkways.

IPS ( Indian Patent Stone Flooring) Cement concrete flooring: Grade 1:2:4, 75 mm thick with 20 mm thick normal size
aggregate with finishing with a floating coat of neat cement including cement slurry etc. Cement concrete flooring with metal
concrete hardener topping: It shall be with a 18 mm thick Metallic concrete hardener topping consisting of mix 1:2 (1 cement 2
stone aggregate 6 mm nominal size) by volume and mixed with metallic hardening compound of approved quality @ of 3 Kg./
sq. Mt including cement slurry rounding of edges etc. This shall be laid on cement concrete 1:2:4 layer of 42 mm thickness
(IF).

Kota stone flooring: polished blue Kota stone of 25 mm thick slabs of 900 sq. cm. Lay over 20 cm thick base of cement
mortar. 1:4 and jointed with gray cement slurry to match the shade of slab including rubbing and polishing (KS).

Vitrified Tile Flooring : Vitrified tile flooring of size 600 x 600mm of approved make laid in any pattern as specified over base
of 20 mm thick cement coarse sand mortar 1.3 and jointed with white cement slurry mixed with pigment to match the shade to
tiles. Tile shall be of premium quality (first quality ) of reputed manufacturer like NITCO,KAJA-RIA, SOMANI, ORIENT,
JOHNSOND & RAK.

Ceramic Tile : Providing & fixing ceramic tiles / Anti skid tiles of size 400 x 400mm or above size approved make in flooring,
laid in any pattern as specified over base of 20 mm thick cement coarse sand mortar 1.3 and jointed with white cement slurry
mixed with pigment to match the shade to tiles.
The flooring where the machinery is to be installed shall be with kotah stone and the office building shall be provided with
st
vertified 1 class glazed tiles of size 450 mm x 450 mm and in the toilet 300 mm x 300 mm and the CP fittings as per the
approved makes to the entire satisfaction of the Engineer in Charge.

iii) Wall Finish

The walls with smooth surface shall be provided with 12mm thick cement sand plaster 1:4 and walls with rough surface shall
be provided with 15mm thick cement sand plaster 1:4. Ceiling of building structures shall be provided with plaster in cement
mortar (1:3) in single coat of 6mm thickness, wherever required.

iv) White wash: with whiting to give an even shade in 3 or more coats (WW)

v) Distemper: Oil Bound distemper of approved brand and shade in 2 or more coats over priming coat of whiting to give an
even shade (DT)

vi) Roofing

All roofing shall be in RCC due attention shall be paid to slopes to facilitate rainwater disposal through CI drainpipes. All the
roofs except the roof of the wash water tank shall be covered with waterproofing & tiles as per Haryana PWD specifications.

viii) Damp proofing

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

6.1.6. Doors and windows


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

The lintels are to be provided over openings of All types of doors, windows, rolling shutters. Lintel beam shall be continuous.
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-charge in all concreting/ plastering works.

i) Flush Doors (FD)

Contractor Witness Executive Engineer

72
st
Hollow core construction with internal frame of 1 grade wood having styles and top rails of 100 mm width and bottom and lock
rails of 150 mm width with three numbers cross batons of 50 mm thick width using 4 mm thick commercial ply on both faces of
shutters and 6 mm thick bidding of respective wood using with approved heavy duty aluminum fittings in MP teak wood frame
(FD). Anti termite treatment is to be given on all the woodwork.

ii) Metal Pressed doors (SS1)

Steel doors with frame of hollow metal pressed section size 80 x 50 mm as per ISI 1.25 mm thick with single sheet shutter 0.8
mm MS sheet to be spot welded and embossed with rib type design front vertical including hold fast of 15 x 3 mm MS oxidized
fittings such as hinges sliding bolts handles tower bolts etc. complete in all respects including applying priming coat of
approved steel primer (SSI) & epoxy painted.

iii) Metal Pressed doors (SS2)

Steel doors with frame of hollow metal pressed section size 105 x 60 mm as per ISI 1.25 mm thick with double sheet shutter
1.0 mm MS sheet to be spot welded and embossed with rib type design front vertical and back side horizontal and spot welded
including hold fast of 15 x 3 mm MS oxidized fittings such as butt hinges, sliding bolts, handles tower bolts etc. complete in all
respects including applying priming coat of approved steel primer (SS2) & epoxy painted.

iv) Aluminum swing type doors, aluminum sliding windows, partitions

As per IS: 1948 and IS : 1949 referred to incorporates the sizes, shapes, thickness and weight per running meter of extruded
sections for the various components of the units, however, new sizes, shapes, thickness with modifications to suit snap-fit
glazing clips etc. are being continuously being added by various leading manufacturers of extruded sections, which are
available in the market as such, the sections of the various components of the unit proposed by the Contractor, will be
reviewed by the Engineer-in-Charge and will be accepted only if they are equal to or marginally more than that given in the
codes as specified.

The framework of partitions with mullions and transoms shall be with anodized aluminum box sections. Anodized aluminum
box sections shall be in-filled with timber of class 3 (silver oak or any other equivalent) as per IS: 4021. The outer frame shall
be of size 101.6 x 44.45 x3.11mm rectangular tubular section and the shutter shall be made out of specially extruded tubular
section of size for sill member shall be 99.2 x 44.45 x 3.18mm including glazing of 5.0 mm thick plain glass PVC/ Neoprene
weather stripping screw less aluminium bidding fixer such as lock, handle, tower bolt and self closing device of approved
make. Panels of double / single glazing/plywood shall be fixed as per details indicated in the Drawing to be prepared by the
Contractor. Partitions shall be fixed rigidly between the floor and the structural columns/beams including provision of
necessary shims for wedging etc. Finished work shall be of rigid construction, erected truly plumb to the lines and levels, at
locations as per the construction Drawings to be prepared by the contractor.

Specific provisions as stipulated for steel doors, windows, and ventilators under relevant clause shall also be applicable for this
item work glazing beads shall be of the snap-fit type suitable for the thickness of glazing proposed as indicated in the items of
works prepared by the contractor. A layer of clear transparent lacquer shall be applied on aluminum sections to protect them
from damage during installation. This lacquer coating shall be removed after the installation is completed.

v) Rolling Shutters (RS)

Rolling shutter of approved make made of 80* 1.25mm. M.S. laths inter locked to gather through their entire length and jointed
together at the end by end locks mounted on specially designed pipe shaft with brackets, side guides and arrangements for
inside and outside locking with mechanical device chain and crank operation for operating rolling shutters exceeding
10.00Sqm including spring hooks, providing and fixing necessary 25.3 cm. Long wire springs grade No. 2 and MS top cover
1.25 mm thick (RS) & epoxy painted.

vi) Windows
Steel glazed windows shutters of standard rolled steel section joints mitre and welded with steel lugs 13 * 3mm, 10 cm, long
with fixed wire gauge of 14 * 24 gauge to the metal frame of rolled section by metal beading 20 * 3 with suitable screw at not
exceeding 150 mm distance and square bars or other flat welded, embedded in cement concrete block 15 * 10 * 10 cm of1:3:6
(1 cement: 3 coarse sand: 6 graded stone aggregate 20 mm nominal size) or with wooden plugs and screws or with fixing clips
or with bolts and nuts as required including providing and fixing of plain glass panes 4 mm thick with glazing clips and special
metal sash putty of approved make or metal beading with screws complete including priming coat of approved steel primer &
epoxy painted, partly fixed and partly open able (Fixed area not to exceed 33%).
vii) False Ceiling
POP false ceiling shall be provided in office rooms, laboratory, PLC/ SCADA room, LT panel rooms etc. with LED down lights.

viii) Roof Drainage

Contractor Witness Executive Engineer

73
For roof drainage PVC water down takes with 6kg pressure and CI grating at top shall be provided. For roof plan areas up to
40sqm minimum two 100mm diameter down pipes shall be provided. For every additional area of 40sqm or part thereof, at
least one 100mm dia down pipe shall be provided. All rain water pipes shall be of 6kg PVC and encased with CC (M-15) mix
properly embedded in brick walls. The rain water should be connected directly with storm water drainage system through road
gully traps.

ix) Brick Work : All brick work shall be 230mm thick built in 1:5 cement sand motor built in RCC framed structures.

xii) Wall Height : Top of outer wall of all RCC structures shall be minimum 1.0m above the formation level of the site. All outer
water which are less than 1.5m above formation level of site shall be provide with railing.

6.1.7. Walkways and access stairs

Walkways of all process units shall be provided with SS/304 Railing, having 40mm dia pipe of thickness 3mm, vertical posts
shall be of 90cm height from the finished floor of walkway @ 1.2 m c/c distance and 2 No. horizontal rows of 40mm dia pipe of
3mm thickness SS/304 on each side of all process units. RCC access platform and walkway with 25mm thick colour coated
chequared tiles along the periphery of all the structures shall be provided. Continuous access shall be provided from first
structure up to last structure including provision of staircase at different locations in case of grade separators as per the
directions of Engineer-in-Charge. The access platforms, walkways and staircases shall be shown in layout drawings at the
time of basic Engineering package approval.
Minimum clear of all platforms, staircases, etc., shall be 1.2 meters. RCC Staircases shall be proved for access to walkway of
all structures. The extent of walkways around various structures shall be sufficient the easy operation, maintenance and
inspection of the unit, which shall be as per approval of Engineer-in-charge. However, in exceptional circumstance cat ladders
with chequared plate steps may be permitted. The decision of Engineer-in-charge in this regard and about the length of
walkway shall be final and binding.

6.1.8.Toilets

The contractor shall provide following fixtures in each toilet:

First quality 630mm western type water closet suite complete with 100 mm HCI P trap with vent & 12½ L capacity mosquito
proof china ware flushing cistern ISI marked complete in all respect.

Best Indian make flat back angular lipped front urinal 465 mm high vitreous china ware with 5L capacity automatic flushing
cistern complete with all other accessories. First quality vitreous china ware wash basins 510 x 400 mm complete with 32mm
brass waste, 15mm CP Brass screw down pillar tap & all other fittings. Best Indian make Chromium plated 750mm long towel
rail complete with all accessories. Best Indian make bevelled edge 5.5 mm thick mirror 600 x 450 mm mounted on asbestos
sheet complete with all accessories.15 mm inner diameter CP Brass bib cocks best quality for bathing & adulation – 2 Nos.
White glazed tiles up to 7 ft. height on all walls. The contractor shall provide only HCI floor taps & use only best quality heavy-
duty HCI pipes with lead joints.
6.1.9. Internal water supply

Flush toilets & drinking water to be provided by the PHED at one point within boundary wall of proposed STP for drinking
purpose only and not for construction pupose.. The Contractor shall provide water service line to the point of use.

6.1.10. Finishing

a) Painting of metallic surfaces

If not otherwise stated metallic surfaces shall receive one initial epoxy coat in the manufacturer‟s workshop. After arrival of the
nd
equipment on site, the same shall be inspected and damaged portions shall be cleaned and given the primer and 2 epoxy
coat of similar paint. After erection all metal work shall be painted again.

b) Painting of metallic surfaces

Coating of the pipes and the plant equipment is to be provided according to the colour code.

c) Other equipment

All other items like doors, windows, sanitary ware, lighting, cabling, switches, power points, and finishing like plasters, tiles,
paints, coats shall be provided according to the technical specifications.

d) Final Finishing

Contractor Witness Executive Engineer

74
The contractor will ensure that the building along with all its installations is in a finished and in new and fully operative
condition when handed over. He shall have repaired and remove all signs of damage that might have been done during the
course of installation and fixing of equipment. He shall also see that the entire exterior has been finished properly and the
entire site is cleared of all extra construction material, debris and excavated soil. This shall have to be done to the satisfaction
of the engineer in charge.

6.1.11. Check of reinforcement and concreting

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

i) Main standards for civil works

Some of the important IS codes referred during execution of the work are as follows:

a) Earthwork

IS: 3764 – Safety code for excavation works

IS: 3720 – Methods of tests for soils

b) Concrete Works

IS: 280 – Mild steel wire for general engineering purposes IS: 269 – Portland cement

IS: 383 – Coarse and fine aggregate

IS: 432 – Medium tension steel bars and hard drawn steel wire IS: 456 – code of
practice for plain and reinforced concrete IS: 516 – Methods of testing for strength of
concrete

IS: 1199 – Method of sampling and analysis of concrete

IS 1566 – Fabric reinforcement


IS: 2062 – Structural steel
IS: 2386 – Method o tests for aggregates of concrete
IS: 2502 – Code of practice for bending and fixing of bars for concrete reinforcement
IS: 3370 – Code of practice for concrete structures for the storage of liquids

c) Building works
Shall be as per National Building/ PWD Haryana specifications only.

d) Materials
The term “materials” shall mean all materials, goods and articles of every kind, whether raw, processed or manufactured and
equipment and plant of every kind, to be supplied by the contractor for incorporation in the works.

Except as may be otherwise specified for particular parts for the works, the provisions of clauses in this section shall apply to
materials and workmanship for any part of the works.

All materials shall be new and of the kinds and qualities described in the contract sands shall be at least equal to approved
samples.
As soon as is practical after receiving the order to commence the works, the Contractor shall inform the Employers
representative of the name of the suppliers from whom he proposes to obtain any material which may be with held until
samples have been submitted and have been satisfactorily tested. The Contractor shall be thereafter keeping the Employers
representative informed of orders and deliveries of all materials. Materials shall be transported, handled and stored in such a
manner as to prevent deterioration, damage or contamination.

e) Samples and tests of materials

The Contractor shall submit samples of such materials that may be required by the Engineer and shall carry out the specified
tests required under the contract documents; or as directed by the Engineer at the site, at the supplier‟s premises or at a
Laboratory approved by the Engineer. Samples shall be submitted and tests carried out sufficiently early to enable further
Contractor Witness Executive Engineer

75
samples to be submitted and tested, if required by the Engineer.The Contractor shall give the Engineer at least seven days
notice in writing, of the date on which any of the materials will be ready for testing or inspection at the supplier‟s premises or at
a appointed place within seven days, the test may proceed in his absence, provide that the Contractor shall in any case submit
to the Engineer – in- Charge, within seven days of every test, such number of certified copies (not exceeding six) of the test
readings as the Engineer may require. Approval by the Engineer with regard to the placing o orders for materials or of samples
or tests shall not prejudice any of the Engineer‟s power under the provisions of the contract. The provisions of this clause shall
also apply to materials supplied by any nominated sub- Contractor.

f) Testing

During the progress of construction sampling, preparation of test specimens, curing and testing of concrete shall be conducted
in accordance with IS 1199 and IS 516, to determine whether the concrete being produced complies with the strength
requirements as specified.

At least one slump test shall be carried out for every compressive strength test carried out, or as directed by the Engineer. Six
No. cubes shall be made for each cubic meter for portion thereof or for each pour per grade of concrete. This number may be
increased at the discretion of the Engineer. Six specimens shall preferably be prepared from different batches, three being
tested after 7 days and the remaining three being tested at 28 days. The Contractor shall provide, at his own expense, all
apparatus, labour and arrange for testing at a Laboratory, approved by the Engineer in Charge.

g) Acceptance of Concrete

The concrete tested in accordance with “Testing of Concrete” clause above, shall meet the criteria for acceptance of concrete
as per BIS 456. The strength of concrete shall be the average strength of three specimens tested at 28 days and conform to
strength requirements of different grades of concrete. If the advance 7 days tests show crushing strengths that are too low,
corrective measures shall be taken at once, at the Engineer‟s direction, without waiting for the results of the 28 days tests.

h) Failure to meet Strength Requirements

In cases where concrete tested fails to meet the test requirements, the Employers representative shall have the right to
require any one or all the following additional tests, the Contractor at his own expense shall carry these out. The Employers
representative shall be the final authority for interpreting the results and shall decide upon the acceptance or otherwise.

Curing and load testing of the concrete member concerned represented by the test, which fail, replacement of any such
portions of the structure. No payment shall be made for the dismantling of the concrete, relevant formwork, or reinforcement
shall be made. The Contractor at his own expenses shall make good, embedded fixtures and reinforcement of adjoining
structures damaged during dismantling well & extended curing of the structure of the concrete repaired by the specimen &
collecting and testing of a core specimen from the hardened concrete. The location number and size of such specimen shall
be taken as directed by the Engineer. Any other test i.e. ultrasonic and /or rebound hammer tests to be decided by the
Engineer, at the Contractors own cost.

i) Water Retaining Structures

In addition to the tests of the concrete structure regarding “Failure to meet Strength Requirements” referenced above, each
water retaining structure shall also be tested for water tightness at “top water level” as follows:

The structure shall be thoroughly cleaned and as far as practicable before any earth or other filling is placed against the
outside wall face, water retaining structures shall be filled with water at a uniform rate of not greater than 2m in 24 hours. A
period of 21 days shall be allowed for stabilization, after which the water level shall be recorded by an approved method, at 24-
hour periods for a test period of 7 days. During the test period the total permissible drop, after allowing for evaporation and
rainfall, shall not exceed 1/500 of the average water depth of the full tank or 10mm, whichever is less.

In the case of structures whose external faces are exposed, such as elevated tanks, the test requirements shall be deemed to
be satisfied if the external faces show no signs of leakage and remain apparently dry over a period of seven days, after
allowing an initial seven days period for absorption after filling.

In the case of structures whose external faces are submerged and are not accessible for inspection, such as underground
tanks, the tanks shall be filled with water and after filling; the level of the surface of the water shall be recorded at subsequent
intervals of 24 hours, for a period of seven days. The total drop in level over the seven-day period shall be taken as an
indication of the water tightness of the structure. The Engineer shall decide on the actual permissible magnitude of this drop in
surface level, taking into account whether the tanks are open or closed and the corresponding affect it has on evaporation
losses. For many purposes however, an underground tank whose top is covered may be deemed to be watertight if the total
drop in the surface level over a period of seven days does not exceed 40 mm.

Contractor Witness Executive Engineer

76
If the structure does not satisfy the test requirements, and the daily drop in water level is greater than that allowable, the period
of test may be extended for a further seven days and if the specified limit is then met, the structure may be considered as
satisfactory.

If the test results are unsatisfactory, the Contractor shall ascertain the cause and make all necessary repairs and repeat the
water retaining structures test procedures, at his own cost. Should the re-test result still be unsatisfactory after the repairs, the
structure will be condemned and the contractor will dismantle and reconstruct the structure, to the original specification, at his
own cost.

j) Roofs

Concrete roofs of service reservoirs or buildings shall be watertight and shall, where practicable, be tested on completion by
water trenching to a minimum depth of 25 mm for a period of 24 hours. Where it is impracticable, because of roof falls or
otherwise, to contain a 25 mm depth of water, the roof shall be thoroughly wetted by continuous hosing for a period of not less
than 6 hours. In either case, the roof shall be regarded as satisfactory if no leaks or damp patches show in the roof.

The roof covering shall be completed as soon as possible after satisfactory testing.

Contractor Witness Executive Engineer

77
SECTION – 6

GENERAL & TECHNICAL SPECIFICATIONS FOR MECHANICAL WORKS

6.2.1 Technical Specifications

The Bidder shall prepare his bid on the basis of General Mechanical Requirements and Technical Specifications for
Mechanical works given below for the various items. The requirements of these specifications are subject to the General
conditions of contract. Other applicable sections of the specification shall be construed to form a part of this section where the
context so requires specific characteristic dimensions and other details applicable to any particular equipment shall be given in
the schedule of Technical Data provided at the end of the relevant Section. The contractor shall provide all the required
labourer, permanent equipment and electrical tools, construction plant and equipment, safety equipment, transportation and
test equipment for supplying installing adjusting and fully testing all the mechanical work shown on the Drawings included in
these schedules or ordered by the Engineer-in-charge.

a) Standards
All mechanical equipment and the materials used shall comply with the relevant Indian Standards and Manual of Sewerage
and Sewage Treatment published by CPHEEO unless a more rigorous requirement is specifically stipulated and as per PWD
Specifications.
b) Extra works
Any item of equipment or material or materials not shown on the drawings or specified elsewhere but is clearly essential to
make the system operatable shall be supplied and installed by the contractor as if it has been shown or specified there in.
subject however to the above requirements, work that is not included in the contract documents shall not be performed except
when approved in writing by the Engineer-in-charge.
c) Quality Standards
Whereas the name of one or more manufactures have been shown on the drawings or mentioned in these specifications, it
has been so done to indicate type and equality required and acceptable. No, restrictive choice is either implied or intended,
and tendered are free to offer other makes of equipment or materials provided they comply with these specifications and the
requirements shown on the drawings.

All equipment furnished shall have a data plate fabricated or engraved out of 316 Stainless steel with a minimum thickness of
6.6 mm with embosses or reprinted lettering and fastened to the frame with corrosion resistant pins. Nameplates shall have
stamped on number type. Operating and performance data and other pertinent information, letters and numerals shall not be
smaller than4.75 mm high.

d) Tagging
Nametags shall be provided and attached with each item of equipment and device to identify it. The name tag shall be of
rectangular shape and shall be approximately 37 mm x 76 mm in size. They shall be made from brass or stainless steel metal
and have a minimum thickness of 0.75mm. Letters and numbers shall be engraved or etched in the name tag and shall not be
less than 4.75 mm. high. The name and number of each item or equipment or device, as shown on the drawing shall be shown
on each nametag. A 4.75 mm diameter hole shall be provided in the upper left hand corner of each tag and shall be used to
attach the nametags to the equipment and devices, with 2 mm Stainless steel chain.

e) Project Drawings
The bidder is required to prepare his own layout showing all mechanical & electrical equipments, cable routs etc. on the basis
of his detailed design to be submitted along with his technical bid.

f) Shop Drawings
Prior to fabrication of custom made equipment or placing orders for available manufacture equipment, the contractor shall
obtain from the manufacture and submit to Engineer-in-Charge for his approval five copies of shop drawings for showing.

Contractor Witness Executive Engineer

78
Detail of fabrication, assembly, foundation drawing, installation drawings, and wiring diagrams together with detailed
specifications and data covering materials used, power the assembly, parts, devices and other accessories forming a part of
the equipment to be furnished. Unless otherwise specified, these shall constitute the initial submittal.
The contractor shall submit six (6) copies of certified performance test certificates and characteristics curves as specified for
all pumps, unless otherwise specified with the tender. The contractor shall notify the Engineer-in-Charge three (3) weeks prior,
to any testing, should the Engineer-in-Charge elect to witness the tests or have the test witnessed by an authorized
representative on his behalf. The testing shall be carried out in the factory premises of the manufacturer.

g) Record Drawings

The contractor shall maintain a complete and accurate record set of drawings for the mechanical installation and construction
work. Record all work that is installed differently than shown on the project drawings. Upon completion of the work, the
contractor shall submit to the Engineer-in-Charge three (3) complete set of “record drawings” or as built distinctly shown in red
ink and marked “Record” or “As built”. Only one of these two descriptions shall be used throughout the contract.

All underground piping shall be located by the dimensions; baseline stationing, approximate elevation and other pertinent data
required facilitating the relocation of the pipes or fittings later on when necessary.

h) Adaptation of Equipment
In case the equipment selected require any revision to the structure, piping electrical or other works shown on the drawings,
the contractor shall include the cost of such revisions in his bid for the equipment and no extra payment shall be made for such
revision. All such revisions shall be adapted to the approval of the Engineer-in-Charge. It should however, be noted that no
equipment will be accepted which requires any major structural, piping, electrical or other charges.

i) Utility Service Interruptions


Utility service interruptions initiated by the contractor in the course of execution of his work shall be scheduled in advance and
approved by the Utility Authority and the Engineer-in- Charge.

j) Manuals
The contractor shall obtain from the manufacture and hand over to the Engineer-in-Charge seven sets of instruction and
maintenance manuals for the equipment furnished under these specification to provide adequate information for proper
installation, operation and maintenance of the equipment. The Engineer-in-Charge shall approve the manuals for the
adequacy of the contents and the format and return one (1) set to the contractor for his use in the Start-up of the equipment. If
any errors or inadequacies discovered are of a minor nature, errata sheets or addenda shall be supplied by the contractor in
consultation with the Engineer-in-Charge.

The errata sheets, addenda or revised manuals shall all be resubmitted to the Engineer-in- Charge for recreating and approval
within fourteen (14) days of the date of which the Engineer-in-Charge‟s comments are conveyed to him.

Schedule Manual for approval shall be submitted to the Engineer-in-Charge before dispatch from factory.

i) Contents:
The instruction Manual shall contain, but not be limited to, at least the following information, where applicable.

General introduction & over all equipment description, purpose, functions simplified theory of operations etc.

Specifications, Installation, Instruction and precautions, Start up procedures, Shut down Procedures, short and long-term
inactivation procedures, Schedule of preventive Maintenance, calibration and repair instructions, parts list and spare parts
recommendations, Name and address of closest spare parts and repair facility, operation Procedure.

k) Equipment Guarantee
This requirement shall conform to the general conditions of the contract. Unless specified otherwise elsewhere, the contractor
shall furnish and replace, at no cost to the PHED component of the equipment that is defective or shows undue wear within
the defective liability period. In addition to performance guarantees, processes or systems shall comply with the requirements
stipulated in the relevant sections of the specifications.

l) Materials and Workmanship


All equipment furnished under this or allied sections shall be new and guaranteed free from defects in materials, design and
workmanship if inadequate information is provided in the specifications, it shall be the contractor‟s responsibility to ascertain
the conditions and service under which the equipment is required to operate and to warrant accordingly that operation under
such conditions shall be successful. All parts of the equipment shall be adequately proportioned to safely with stand all
stresses that may occur or be induced in them during fabrication, erection and intermittent or continuous operation. All
equipment shall be designed fabricated and assembled in accordance with the best current engineering and workshop
practice. Individual parts shall be manufactured to standard sizes and gauges so that spares furnished at any time, can be
Contractor Witness Executive Engineer

79
installed in the field. Corresponding parts of duplicate units shall be full interchangeable. Equipment shall not have been in
service at any time prior to delivery except as required for test.
m) Safety Guards
All tests or chain drives, fan belts, couplings, exposed shafts, and other moving or rotating parts shall be covered on all sides
by safety guards which shall be free of sharp edges and corners. Safety guards shall be fabricated from galvanized or
Aluminium clad sheet steel of sufficient thickness. Each guard shall be designed for easy installation and removal. All
necessary supports and accessories shall be provided for each guard. Supports and accessories including bolts shall be hot
dipped galvanized. All safety guards to outdoor locations shall be designed to prevent the entry of rain and dripping water.

n) Equipment Bases and Bed Plates


A heavy cast iron or welded steel base shall be provided for each item of equipment, which is to be installed on concrete
foundation. Equipment assemblies unless otherwise specified or shown on the drawings shall be mounted on a single, heavy
cast iron or welded steel bedplate.

Bases or bedplates shall be provided with machined support pads, tapered dowels for alignment or making adjustments
adequate openings to facilitate grouting and openings for electrical conducts. All seams and contract edges between steel
plates and shapes shall be continuously welded and ground smooth. The plates shall have a minimum thickness of 6.0 mm.

o) Jacking Screws and Anchor


Bolts jacking screws shall be provided in the equipment bases and bedplates to aid in levelling prior to grouting. Equipment
suppliers shall provide anchor bolts nuts & washers. And sleeves of a

adequate design as required for proper anchorage of the bases and Bed plates to the concrete bases. Sleeves shall be
minimum of one and half of the Diameter of the anchor bolts. Unless otherwise shown or specified, anchor bolts for items or
equipment mounted on base plate shall be long enough to permit 38 mm of grout beneath the base plate and to provide
adequate anchorage into structural concrete. Anchor bolts shall be 316 Stainless Steel and no bolts or other material shall be
permitted except with the written permission of the Engineer-in-charge. Anchor bolts, together with templates or setting
drawings, shall be delivered sufficiently early to permit setting the bolts accurately in place when the structural concrete is
placed

Technical Specifications of Non Clog Sewage Submersible Pump sets


1. General Construction: The pump set shall be of Monoblock construction having solid shaft motor above the pump.
The impeller shall be mounted directly into the extended motor shaft.

2. Pump Design
2.1. The pump design should be of wear resistant type hence no wearing parts like impeller support bushes/rings, soft
metal parts are allowed in the pump. The pump portion shall have no bearings & the common shaft shall be supported only by
the motor bearings.

2.2. Impeller Design, Speed & Motor Rating


2.2.1. Design of Impeller & Motor Speed/ Rating shall be as per Table given below:-

Required Design of Impeller, Speed & Motor rating of Submersible Sewage Pumps for UGD

a b c d E f g h i

Impeller Design

Selected Min Motor


Duty Point Flow Rate of Single

Enclosure Max No of Vanes

µm Rating round off to


Minimum Vertical Delivery

Min Solid Handling Ability


Minimum Pump Delivery

η
Nozzle Outlet Size mm)

pmin P next available size


Typical Min max contractor is
Pipe Size (mm)

Pump Ratio Min to offer this


allowable
in m3/hr)
pump (Q

Efficiency Motor as Minimum


(mm)

Reserve rating
for Typical Margin irrespective Maximum
caln of Max over of the Pmax Speed
BkW Pump Pmax or BkW of
Shaft his selected
Input pump set
Ratio
Contractor Witness Executive Engineer

80
≤ 25 ≥ 50 ≥ 65 Vortex / Free ≥ 35 35% 1.2 25% Standard ≤
Flow/ Torque commercially available 3000rpm
≥26 to Flow motor
≤ 50 ratings are : for ≤
≥51 to ≤ 75 Vortex / Free 1.5,2.2,3.7,5.5,7.5, 9.3, 22kW
≥ 80 ≥ 80 ≥ 50
Flow/ Torque 20% 11,15, 18.5, 22,
≥76 to Flow Preferred 40% 1.2 ≤1500rp
≤ 150 ≥ 100 ≥ 100 or ≥ 65 m
for
≥151 to Semi Open ≥ 80 50% 1.15 15% 30, 37, 45, 55, 75, 90, 110, >22kW &
≥ 100 ≥ 150
≤ 200 1/2 132, ≤ 110kW
≥201 to 1 60% 1.15 160, 200, 250, 315, 400, 450
≤ 300 ≥ 150 ≥ 200 kW
Semi
≥301 to Open ½ 65% 1.15 ≤229.16rp
≤ 500 ≥ 200 ≥ 250 Do not m for
select less >110kW
≥501 to than 3.7 kW
≤ 229.16 ≥ 250 ≥ 300 under any
circumstances
≥1001 70%
≥ 100 10%
to ≤ ≥ 300 ≥ 350
1200 Semi
Open
≥1201 2/3 1.10
Or
to ≤ ≥ 350 ≥ 400 Enclosed
1600
75%
≥ 1601
to ≤ ≥ 400 ≥ 500
2000

Mode of Installation :

 Pump sets with Motor rating ≤ 11 ½ kW can be installed with Vertical Stand with MS/ GI Vertical
Delivery piping
 Larger pumps shall be installed with Permanently grouted Vertically on Auto-Coupling system with
CI/ DI Delivery piping

3. Motor
3.1 Thee motor shall be dry Squirrel cage induction motor suitable for 415 V, + 6% & - 15 % V, 3 phase 50 + 5% c/s A.C.;
continuous duty with F class insulation with temperature rise as per “B class” insulation fully submersible with IP 68 enclosure.
The motor shall be supplied with suitable cables – the cable gland shall be genuinely IP 68 – i.e. there should be no
air/water/moisture leakage from & or within the cable (via the cores / copper strands) even in case of the cable‟s outer sheath
is punctured. Motor shall be wound using dual coated copper wire with high temperature index as per I.S. 4800 Part-13.
Motors shall be suitable for operating satisfactorily in humid and corrosive atmospheres found in effluent treatment plants, if
0 0
not specifically mentioned therein, a maximum ambient temperature of 50 C maximum liquid temperature of 40 C, and an
altitude not exceeding 1000 m above mean sea level shall be taken into consideration.

i) Starting

The submersible pump motors shall be designed for minimum 10 starts per hour. Up to & including 50 HP Star/ Delta starters
shall be provided & for higher rating high torque VFD starters shall be incorporated.
ii) Performance

(a) Starting Current.

For squirrel cage induction motors working in the voltage range of 415 + 6% - 15% V the starting current shall be limited
to 6 times the full load current.

(b) Torque Characteristics.

For motors working in the voltage range of 415 + 6% - 15% V the minimum starting torque shall be 140% for full load
toque with minimum torque during running up 100% FLT and minimum starting torque 200% FLT.

(c) The safe start time shall be greater than starting and normal overload relay operating time.

iii) 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.

Contractor Witness Executive Engineer

81
iv) Name Plates: -

A name - plates as required under IS: 325 shall be provided on each motor

v) Test and Test Certificate:

The motor shall be tested in accordance with IS: 325 and IS: 4029, Eight copies of the test report should be submitted for
approval. All fasteners shall be S.S.316. The contractor shall submit the following drawings with his submission

Outline drawings showing the principal dimensions, weights and locations of the suction and discharge connections.

Technical particulars enclosed with this specification

During details engineering the contractor shall submit the following Torque– speed curve

of pump super imposed on motor corresponding to 80%,90%,100%voltage.

Test reports, performance curves and other particulars as required by applicable clauses of this specification.

4. Motor Protection: The following protection/sensor shall be provided In motor / pumps.

Thermal overload protection of Motor Winding :Bi-metallic Switch or PT 100 sensors, one in each phase of the stator
windings shall be inbuilt .
Reverse Rotation Protection to trip the motor in case of incorrect direction ofmotors. The pump shall be designed to run
safely in the reverse direction of rotation due to water returning through the pump. The pumps should be provided with reverse
rotation trip feature for instant stoppage on wrong electric connection. The mechanical seals shall be suitable for running in
both directions without damage. The impellers should not get loosened during reverse rotation.
Bearing Temperature Detector : Upper & Lower Bearing Temperature Detectorto detect temperature of DE & NDE
bearing for motors rating.
Seal Leakage Detector to detect the lower mechanical seal failure for all Pump setsis compulsory. The moisture sensor
shall be provided in the oil chamber to detect the leakage of liquid in case of failure of the mechanical seal.

Secondary (Upper or Outboard) Seal Leakage Detector to detect the uppermechanical seal failure for ratings > 250kW
shall be provided
Cable Connection Chamber Water Leakage Detector to detect water in cableconnection chamber for ≥ 75 kW

Stator Body Water Leakage Detector to detect water leakage into stator body for ≥75 kW

5 Shaft & Bearings

5.1. The Solid Shaft shall be supported by heavy duty Ball or Roller bearings with a minimum L10 life of 45,000 hours in
accordance with BS 5512.

5.2. The bearings should be lubricated with Premium Quality, High Temperature, Long Life Grease thereby obviating
the need of re-lubrication for up to L10 life of the bearings. The bearing should be of Metric Series (& not Imperial one) with
regreasing interval of not less than 45,000 hours.

5.3. Oil Lubricated bearings shall not be allowed.

6 Stuffing Box / Oil Chamber


6.1. The motor shall be sealed off from the pump pressure by two separate mechanical seals. Use of Lip seals is not
allowed. The mechanical seals should be bi-directional & mounted in Tandem mode only.

6.2. For Material of construction of Pump Motor Rotor as per table given below :-

Materials of Construction

Pump Casing, Motor Casing, Oil Chamber C I FG 260 as per IS:210-1962


Impeller Cast Austenitic Stainless Steel ( CF 8M )
Motor Cooling Jacket Shell (if applicable) SS 202
Pump Motor Shaft Stainless Steel only ( SS 410 or SS 431 )
Pump motor rotor Up to 180 HP Aluminum Die Cast / Copper Bar
200 HP & above Copper Bar type
Primary ( Inboard ) : •Silicon Carbide v/s Silicon Carbide ( solid
Mechanical seals Faces Elastromers
rings without shrink fitting )

Contractor Witness Executive Engineer

82
Secondary ( Outboard ) : . Carban v/s Cast Chrome Molybdenum
Steel. All "O" rings of viton only & Bellows of either viton or Nitrile

Fasteners BHT Alloy Steel


Auto Coupling System Pedestal C I FG 210 or above (IS:210-1962)
Bracket Ductile Cast Iron(SG 400/12)
Guide Pipe / Wire
SS 202
Fasteners & Foundation Bolts

7. Installation :
7.1. Auto Coupling System (for pump sets > 11 ½ kW)

7.1.1. The pump set should be coupled to the rising mains by an automatic coupling system (for permanent wet pit
type). The automatic coupling system should have a pedestal (which is bolted onto sump bottom by pre grouted foundation
bolts (SS).

7.1.2. The automatic coupling system design should be such that a inbuilt bend is integrally cast with the pedestal -
this design obviates the need of bolting on a separate (& often not properly drilled) Duck Foot Bends to the pedestal.
Separately bolted CI DF bends are not allowed as they are not conducive to replace flange gaskets (between the CI DF bend
& the pedestal).

8. Testing

8.1. The pump sets shall be tested at the works of manufacturers in accordance of IS 5600 /9137 and BS 5316 Part II.
As these pumps may be installed on specialized Auto Coupling Device, where no external bolting between the pump and the
delivery piping is possible – so it is absolutely essential that this joint is leak free or else there may be a substantial
Pressure/Leakage Loss between the Pump and the Auto Coupling system (as they are not clamped together like
conventional Gasketed & Bolted Flanged Joints). So, it is compulsory that the pump should be tested on an Auto Coupling
system only- i.e testing the pump with flange, gasket bolted delivery piping is not allowed.

i) Hydrostatic Testing:

All pressure parts of Pumps, prior to assembly, shall be subjected to hydrostatic tests to the satisfaction of Executive
Engineer at 1.5 times the maximum pressure obtained with the delivery valve closed and suction pressure at maximum or
twice the working pressure whichever is higher for a duration of 10 minutes.

ii) Balancing Test:

Impeller and Rotating Assembly shall be dynamically balanced. All rotating parts shall be accurately machined and shall
be in rotational balance. Excessive vibration shall be sufficient cause for rejection of the equipment. The mass of the
unit and its distribution shall be such that resonance at normal operating speeds is avoided. In any case the amplitude
of vibration as measured at any point on the pumping unit shall not exceed the limits mentioned in the latest edition of
Indian Standard.

At the operating speed, the ratio of relative speed to the critical speed of the unit or components shall be as per the
requirement of relevant IS Code. The impeller should be dynamically balanced without additional weight on the
impeller.

iii) Performance Test:


Each Pump shall be tested for full operating range individually to BS: 5316: Part 2. Test shall be carried out for performance
at rated speed.

Pump performance shall be within the tolerance limits specified in BS: 5316: Part 2.

Specific Details of the Pumps requirement

Sp. Gravity of Liquid 1.05


Ambient Temperature 45° C
Type of Motor Squirrel Cage induction type with air filled, IP 68 enclosure, Dry type motor

Contractor Witness Executive Engineer

83
Rated Voltage / Rated KW 415 V / Suitable for pump as per previously outlined margin norms.

Supply Condition +6% & -15 % voltage variation ± 5% frequency variation


Method of Staring DOL up to 5kW
Star Delta up to 45kW
ATS or Soft Starter for > 45 K.W.
Class of Insulation Minimum Class “F” but Temperature rise restricted to that of class "B" i.e 75° C

Operating Head Range + 15% & - 20% of the rated Duty Point
Liquid to be handled Raw screened Sewage of specific gravity 1.05 containing : fibrous admixes , plastic carry
bags, contraceptives, etc. liable to bunch & twis, soft solids like aluminum food cans, tetra
pack cans, sanitary cotton

iv) Lifting Chain


The pump shall be provided with stainless steel lifting chain of suitable size. One end of the chain shall be attached to the
pump and the other end fixed near the upper bracket for guideline suitably by means of SS 304 Shackle. The chain shall
have SS 304 rings fixed at an interval of 1 meter for engaging the hook of the chain pulley block.

v) Submersible Cable

The pump shall be provided with submersible cables of equal length for power and control so that the pump position can
be interchanged with each other. This cable shall be terminated in a cable junction box & thereafter can be non-
submersible type or panel.
The pumps and motors shall conform to following IS- codes: -

S. No. Standards Description


1 IS 5600 Sewage and drainage pumps
2 IS 9137 Acceptance tests for pumps
3 BS 5316 Acceptance test for pumps
4 IS 325 Squirrel cage induction motors
Dimensions of three phase foot mounted induction motors
5 IS 1231

6 IS 2223 Dimensions of flange mounted AC induction motors


7 IS2253 Types of construction of mounting arrangement
8 IS 4691 Type of enclosures
9 IS 4729 Rotating electrical machine vibration
10 IS 4722 Rotating electrical machines
Methods of determination of efficiency of electrical machinery
11 IS 4889

12 IS 6362 Method of cooling


13 IS 4029 Testing of induction motors
14 IS 9283 Submersible Motors.

vi) Drawing and documents required: -

• GA drawing of the each motor showing dimensional details and terminal box details.

• Motor selection details.

• Motor Characteristics.

• Instruction manual for installation, operation and maintenance for motors.

Contractor Witness Executive Engineer

84
Technical Data Sheet of Sewage Submersible pumps

(To be filled up & Co-Stamped by the Contractor & the Pump Manufacturer /his Authorized Dealer & Compulsorily submitted in
Technical Bid failing which the Commercial bid shall not be opened )

Sr. No. Description Particulars


1 Make of Pump set
2 Model
3 Design Capacity LPM
4 Total Head Mt
5 Shut Off Head
6 Rated Speed & Supply Frequency
Vortex / Semi
Type of Impeller Vortex / Semi Open/ Enclosed (tick the Vortex / Semi Vortex / Semi
7 Open/
correct) Open/ Enclosed Open/ Enclosed
Enclosed
8 No. of Vanes (tick the correct) 1/2/3 1/2/3 1/2/3
9 Permissible Solid size --- mm dia
10 Pump Efficiency @ duty point
11 bkW at duty point for 1.05 Sp Gr
12 Maximum bkw throughout the curve for 1.05 Sp Gr
13 Motor Rating offered (kW) kW kW kW
14 Motor Efficiency at Duty point %
14.1 Overall Efficiency %
14.2 Motor Margin @ Duty point @ 1.05 Sp Gr % % %
Motor Margin at maximum pump input ( Pmax) @ 1.05
16 % % %
Sp Gr
17 Class of Insulation of mortar
Minimum Submergence required for effective cooling of
18 mm mm mm
motor
19 Fill of Motor Air / Oil / Water Air / Oil / Water Air / Oil / Water
2 2
___mm x ___mm x 2
___mm x
___Cores x --- ___Cores x ---
___Cores x ---
20 Cable Size & MoC Runs----mm2 x Runs----mm2 x -
Runs----mm2 x ----
---- Cores x --- --- Cores x ---
Cores x --- Runs
Runs Runs
21 Pump‟s Delivery Nozzle size mm mm mm
22 Recommended Rising Delivery pipe size mm mm mm
23 MoC of motor-pump Shaft
24 MoC of Pump Casing
25 MoC of Impeller
26 Weight of Pump set Kg Kg Kg

I/We are bound to supply the above Item of stated manufacture having rated capacity, MoC & other requirements
mentioned in the above data sheet.

Stamp & Sign of Pump Manufacturer Stamp & Sign. Of contractor


Contractor Witness Executive Engineer

85
8.2 The number of pumps required for STP

i) For STP/MPS
No. of Pumps As per Requirement

Raw sewage transfer pumps

ii) RAS Pumps


Capacity and Head As per requirements
Type Submersible
Liquid Biological Sludge of 1 – 2% solids consistency

Specific Gravity 1.05


Solid Size 40 mm (max.)
Quantity 1 No. per Basin + 1 No. Store Standby
iii) SAS Pumps:
Capacity and Head As per requirements
Type Submersible
Liquid Biological Sludge of 1 – 2% solids consistency

Specific Gravity 1.05


Quantity 1 No. per Basin + 1 No. Store Standby
iv) Sludge Sump Air Blowers
Capacity and Head As per the requirement
3 3
Air Mixing Rate 1.20 m /hr/m of Volume of Sludge Sump
Type Positive Displacement (Roots) Type
Liquid Biological Sludge of 0.8 – 1% Solids Consistency

Specific gravity 1.05


Quantity 2 Nos. (1W + 1S)

All other accessories, whether specified or not, but required for completion of Contract shall form the part of Bidder‟s Scope.
v) Sludge Transfer (Centrifuge Feed) Pumps

Sludge Transfer (Centrifuge Feed) Pumps shall be of positive displacement type Screw Pumps suitable for handling
biological sludge of 0.8 – 1% solids consistency.

Capacity and Head As per the requirement


Type Positive Displacement Type Screw Pump
Liquid Biological Sludge of 0.8 – 1% Solids Consistency

Specific gravity 1.05


Solid size 40 mm (max.)
Efficiency more than 30%
Quantity As per requirement + 1 Standby

All other accessories, whether specified or not, but required for complete shall form part of contractors scope

vi) Mechanical Sludge Dewatering Device (Centrifuges)

Contractor Witness Executive Engineer

86
Capacity As per the requirement
Operating Hours 18 hrs per day (max.)
Type Solid Bowl Type
Liquid Biological Sludge of 0.8 – 3% Solids Consistency

Specific gravity 1.05


Quantity As per requirement + 1 Standby

8.3 D.I Pipes and Specials :

A) Pipes
Supply and erection of D.I, / D.F pipes and specials both to connect the delivery sides of the pump with the rising main
outside the foundation of the collecting tank wall shall be included in the tender by the tenderer. The pipe shall be all
flanged. The velocity in the delivery pipe shall not to exceed 2.5 meters/ sec. The delivery pipe shall be so designed that
any of the pumps can be operated at one time and delivery pipes of each pump will be as per manufacture standard.

8.3.1 Pipe Fittings


Pipe fittings of size 80 NB and below shall be forged conforming to IS-I239Part-I. Fittings above 80 NB & above shall be DI
as per relevant specifications in IS/ BS conforming.

The puddle collars embedded in the wall shall be of DI. If flanged cast iron pipes and specials shall be used in the pump
houses and to the limit of pump station delivery pipelines they shall be manufactured and tested according to IS 7181 &
Flanges shall conform to IS 1538.

8.3.2. Dismantling pieces


All valves to be installed in straight lines shall be installed between flanges with a flexible dismantling piece at one side of
the valve, which shall ensure pipeline rigidity. The piece must allow the dismantling of the valve without stress to the joints
of the attached pipes. The minimum clearance of the dismantling pieces shall be 5 cm. The pressure class of the
dismantling piece shall be the same as that of the valve. Drawings of the dismantling pieces have to be submitted to the
Engineer in Charge for approval.

8.3.3 Flanges
All flanges of pipes, specials and accessories will be according to IS 1538. The contractor has to ensure that flanges of
flanged equipment of different type and of different suppliers have the same matching dimensions, number, position and
diameter of holes, according to the nominal diameter and the pressure class. No new or additional holes shall be drilled on
site.

8.3.4 Casting
All casting shall be sound and infirm/smooth both externally and internally be entirely free from blowholes. They shall be
carefully cleared and dressed off. All bright work shall be free from air holes and spots and shall be properly cleared and
finished to remove tool marks. The contractor shall reject and replace any casting, which the Engineer-in-Charge consider
to be not of first class appearance and quality. No plugging, welding or burning shall be resorted to.

The pipes used shall be as follows

S. No. Type of pipe Class IS for supply


1 Ductile Iron S&S K-9 8329
2 Cast Iron S&S LA 1536
3 Cast Iron Flanged 7181
4 CI Specials Heavy Duty 1538
5 Asbestos Pipes Class 15 1592
6 Rigid PVC 10 Kg f/ Cm2 g 4985
GI
7 Heavy duty 1239 up to 150 NB
8 Stainless Steel 6913
9 RCC Pipe S&S NP3 458
10 MS Pipe 1239
11 HDPE Pipe 4984

8.3.5 Sluice Valves:

Contractor Witness Executive Engineer

87
All sluice values shall be of DI double flanged with rising spindle type confirming to IS 14846 : 2000,seating of SS/304 and
flange drilling confirming to IS- 1538:1993 with pressure rating of PN 1.6. The sluice valves will be provided with hand
wheels/gears. All sluice valves shall be ISI Marked. Where ever the valves are manually operated shall be as per the
description given in different units. If the operating force is more than 10 Kgf, it shall be reduced through a suitable gearbox.
Operation must be possible by one man against maximum design working pressure by exerting not more than 10 kgf force.
Sluice Valves & NRV shall be of DI. The rising Spindle & all seating in both sluice valves and NRV‟s shall be of SS-304.The
valves shall be installed in a horizontal position.

Material of construction

Body, wedge & Dome – SGI IS1865 Gr 400/15 or 500/7

Spindle (Stem) - SS IS 6603 Gr 12 Cr 12

Body seat Ring - Bronze as per IS 318 Gr LTB2

Wedge Ring - Bronze as per IS 318 Gr LTB2

Gland packing - Jute and Hemp

Gasket - Natural Rubber

Back Seat bush - Bronze as per IS 318 Gr LTB 2

(for sizes 300 mm and above)

Stem nut - Bronze as per IS 318Gr LTB2

Shoe and channel - Bronze / bronze

( for size 350 mm and above.)

8.3.6 Codes and standards

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

S. No. Standard Title

1 IS-778
Gunmetal gate, globe and check valves for general purpose.

2 IS-2685
Code of practice for selection, installation and maintenance of valves.

3 IS-14846
DI Sluice valves for water works purpose (50 to 1200 mm)
4 API-594 Spring loaded dual plate check valve

5 IS-3042
Single faced Sluice Gate for the distribution chamber and filter inlet.

8.3.7 Sluice Gates

Sluice gates according to IS 3042 shall be provided square or circular, in standard sizes, according to the outlet conditions.
The gates shall generally be mounted on the side from where the higher pressure shall be expected (seating).The gates shall
be mounted on frames and provided with a non-rising spindle with headstock or electrical drive according to the site of
installation.

In case of alternative load from either side, the sluice gate shall be designed to tight close against a maximum unbalanced
head (forcing the door away from the seat/frame) corresponding to 150% of the minimum difference in the water levels or the
difference plus 1M, whichever is higher.

The frame shall be with gunmetal seating faces, machined to match with the faces to the door.

The frame shall have a sufficiently broad flange of adequate section with drilled holes to fix it with anchor bolts. It shall have an
integrally cast in spigot of the nominal size of the opening to be cast into the concrete. It shall have a side guide strip with a
machined face up to the maximum open position of the door. The upper part of the frame shall have machined face to support
a thrust plate. All anchors bolts and nuts of galvanized mild steel, joints and fixing
Contractor Witness Executive Engineer

88
elements shall be provided.

The door shall have reinforcement ribs depending on the size of the door and the unbalanced head. The adjustable sealing
faces on the sides, bottom and top are of gunmetal and machined to match the seat on the frame. Sufficient margin should be
there for wear and tear in course of use. On the back, tapered snug shall be provided to match the tapered side guide strips of
the frame. There shall be an integrally cast pocket in the upper part for the unmated nut threaded to suit the non-rising.

The spindle shall be rolled on trapezoidal thread. It shall be provided with torsion couplings, cast iron guide brackets, mild steel
extension rod up to the headstock/ drive Ball thrust-bearing arrangements shall be provided for long spindle. The headstock
shall be a cast iron pillar with and operating rod operated by a hand wheel on top, fitted with gunmetal index and pointer. The
hand wheel is to be designed, for operation by one man against the full unbalanced head (not more than 10 kgf). If required,
gearing shall be provided.
Aluminum Sluice gates of Jash for open channels with SS/304 spindle & seating shall be constructed. At MPS, Sluice gate of
CI as per IS 13349 with SS/304 spindle & seating shall be constructed.

Materials of Construction

Frame CI/Aluminum

Door CI/ Aluminum

Sealing faces Gun Metal

Spindle S.S IS 410

Head stock CI

Hand Wheel CI

8.3.8 Valve/ Sluice gate Actuators

Specifications As per IS/ ANSI/ NEMA etc.

Conditions of operations Hot, Dusty, Outdoor, Tropical atmosphere.

Isolation service Actuator shall be rated for three successive open close
operations of the valves/ gates of 15 Minutes, whichever is
longer.

The actuator shall be suitably time rated for the duty cycle involved with necessary number of starts per hour.

: The actuator shall open & close the valve/ gates completely & make leak tight closure without jamming.
The actuator shall attain full speed operation before valve / gate load is encountered & impact an unsealing blow to start the
valve or gate in motion

The actuator shall operate the valve/ gate at standard stem speed & shall function against differential pressure across the
valve/ gate seat.
pressure across the valve/ gate seat.
The actuator motor reducing gearing shall be sufficient to lock the shaft when motor is reenergized & prevent drift from
torque switch spring pressure.
The entire mechanism shall withstand shock resulting from closing with proper setting of limit switch or from lodging of
foreign matter under the valve/ gate seat.
The actuator shall essentially comprise the drive motor, torque/ limit switches, gear train, clutch, hand wheel for manual
operation, position indicator/ transmitter , space heater thermal overload protector & internal wiring.
Design :Totally enclosed, dust tight, weather-proof, suitable for outdoor
installation without necessity of canopy.

Mounting. : In any location or position without lubricant leakage or operational


difficulty.
Finish : Tropical finishes preventing fungus growth.

Actuator Motor. : Three phase, squirrel cage, induction motor.

Insulation. : Class B.

Contractor Witness Executive Engineer

89
Specification for degree of : IP 55 or IP 65.
protection

Suitability. : Designed for high torque & reversing services.

Starting current. : Designed for full load voltage direct on line start with starting current
limited to 6 times full- load current.

The motor of actuator shall be capable of starting at 85% of rated voltage & running at 80% of rated voltage at rated torque&
85% rated voltage at 33% excess rated torque for a period of 5 minutes each. Earthing terminals shall be provided on either
side of the motor.
Torque limit switch. : 2nos, one number for each direction of travel, self- locking, adjustable
torque type.
End of travel switches. : 4 Nos., two numbers for each direction of travel.
Position limit switch. : 2 Nos., one for each direction of travel, each adjustable at any position
from fully open to fully closed position of valves/ gates.
Each limit switch shall have 1 NO + 1 NC potential free contacts. Contact rating shall be 5A at 240 V
The torque switch shall have a minimum accuracy of 3% of set value. The torque switch shall be provided
with calibrated knobs for setting torque & separate knobs shall be provided for open & close torque
switches.

The torque & limit switch shall be housed in a separate enclosure with protection glass as that of actuator.
Each actuator shall be provided with a hand wheel for emergency manual operation. The hand wheel shall be de- clutched
automatically when the motor is energized.

: Each actuator shall have position indicator for 0 to 100% travel.


Two position transmitters, potentiometer type of 199 ohm rating for remote indication.

Wiring. : All electrical devices shall be wired up to terminal box. The internal
wiring Shall be of sufficient size for the power rating involved but in no
case less than 1.5mm 2copper. All wiring shall be identified at both ends
with ferrules.

Terminal Box. : All weather proof with removable front cover & cable glands for cable
Connection. The terminal shall be suitable for connection of 2.5mm2
copper conductors.

All terminals, terminal boards, terminal boxes, winding tails & associated equipments shall be suitable for connection to
supply system having„ adequate short-circuit capacity & clearance time determined by associated fuses‟. The terminal
boxes shall be totally enclosed.
All terminals of limit & torque switches, space heaters, position transmitters, shall be brought to a common terminal box.
There shall be five (5) terminals spare to terminate spare cores of cable.

The actuator shall be painted with epoxy base paints. The colour shall be got approved from Engineer In Charge.

The name plate shall be provided on the actuator as per IS. In addition the torque rating & full travel time shall be marked.

8.3.9 Gears for valves & gates

Type. Self locking type with continuous indicator. Travelling nut & screw
type are not acceptable.

Specifications AWWA C- 504 (The WWA C-504 worm gear operators are suitable for
both motorized and manual actuation of AWWA C504 butterfly valves)

Operator. Self locking type with or without additional spur gear arrangement to
ensure that the effort on hand wheel is limited to the pull specified.

Contractor Witness Executive Engineer

90
All valve/ gate operators shall be equipped with adjustable mechanical stop- limiting devices to prevent over travel of the
valve or gate disc in the open & close positions. Either end of the worm shaft must be provided with needle roller bearing to
take on the lateral thrust.
All housing for the gearing must be enclosed & sealed in such a way that there is no leakage of oil/ grease even after long
period of un- use & there is no ingress of rain water. Operator for valves/ gates which are
likely to be submerged in water for long period during the rainy season, must be water tight.

: The actuator shall attain full speed operation before valve/ gate load is encountered &impact an unsealing blow to start the
valve or gate in motion (hammer blow effect).

The hand wheel may be provided with extension for easy grip. The hand wheels must have a provision for locking with a
chain & pad lock. App operators when fitted to the valves/ gates shaft must ensure clock wise closing & this must be
indicated on the housing. A mechanical indicator is to be provided to show disc
travel & end of travel.

Material of construction: -

Housing & cover. CI Gr 25/ SG Gr 500- 7/ CS Gr

Quadrant. SG Gr 500- 7.

Spur Gears. EN- 8 with hardened pinions of EN- 19

Worm EN- 19 hardened.

Bearings. FAG/ SKF

„O‟ Ring. Nitrile Rubber.

Hand Wheel. Steel/ CI

8.3.10 Reflux Valves :


Reflux valves/ Non Return Valves shall be DI with spindle & seating of SS/304 &heavy duty double flanged type confirming to
IS 5312 (part 1) : amended up to date with pressure rating of PN 1 and shall be provided on Delivery side of each of the
pumping set and shall be suitable for installation in a horizontal / vertical pipeline. Rapid natural closing to be non- slam by
suitable design of spring return mechanism, to ensure that the valve will rapidly fully close the moment forward flow of the
water ceases i.e. on pump shutdown, external counter weights will not be acceptable. To prevent excessive head loss, larger
diameter non-return valves will be provided with several smaller and lighter flaps in a single bulkhead. In this case stopper to
be provided for the upper door to avoid contact with shell.

Material of construction

Value Body, cover SGI IS 1865 Gr 400/15 or 500 / 7

Door SGI IS 1865 Gr 400/15 or 500/7 up to 300mm

CS ASTM A 216 Gr WCB for 350 mm & above

Disc face ring Bronze as per IS 318 Gr LTB2

Hinge pin AISI 410

Hinge SGI SI 1865 Gr 400/15 or 500/7

Body Ring Bronze as per IS 318 Gr LTB2

Fasteners CS IS : 1367, CL- 4.6/4.0

Gasket Natural Rubber

8.3.11 Painting

The D.I. piping valves etc shall be painted with bitumastic rustproof paint.

9.1 Electrical Overhead Travelling (EOT) Cranes

EOT Cranes shall be provided over motor floor area, at chlorine storage yard of the filter plant & at chlorination room. The
EOT Cranes shall be of adequate capacity. The gantries shall be manually operated when placed inside building. Design,

Contractor Witness Executive Engineer

91
testing and commissioning of the related parts shall confirm to the latest revision of IS:- 3177 Class 2, medium duty for
mechanical and Class 4 for electrical and IS 807 for welded construction, such as for the bridge girders and carriages, rope
drums, gear boxes etc., steel shall conform to IS 2062 quality .For welding these members slow hydrogen electrodes shall be
used.

Location Vertical Lift Minimum Capacity


Blowers cum pump
From FFL to truck height. 2 MT Electrically operated
house
For Lifting of Chemicals from ground floor to 1 M tripod with chain
Chemical House Electrically operated
each solution dosing level pulley lock.
Raw effluent pump
For Lifting of pumps. 2 MT Manually operated
house.
For Lifting of toners from location to truck 3 MT hoist with chain
For Chlorine Toners Electrically operated
height pully lock.
For Centrifuge For Lifting of centrifuges from location 3 MT hoist Manually
For Lifting of chemical from Ground floor to 1 mtr riacator cham, full
Chemical house Electrically operated
each soloudim dozing level rides.

i) Constructional details: -

Cranes will be of welded box girder construction and the design testing and commissioning shall conform to the latest revision
of IS: 3177, class 4 for electrical and IS 807 for welded construction, such as for the bridge girders and carriages, rope drums,
gear boxes etc. Steel shall conform to IS 226 quality for thickness up to 20mm; steel above 20mm thickness shall conform to
IS 2062 quality. For welding these members slow hydrogen electrodes shall be used. Guards of an approved pattern and
design shall be; attached to each end of the end carriages, which shall push forward and off the track any object placed
across it.

The double web, box construction crane bridge girders shall be in one piece or in pieces suitable for transportation if in pieces
the design of multi piece construction shall require the approval of the Engineer in Charge. Cross travel rails shall be fixed to
the bridge girders by clamping only and not welding.

Plates, bars, angle sections and where practicable other rolled sections, used in the load bearing members of structures shall
be not less than 6 mm thickness.

The end carriages shall be of double web plate box construction or I section connected to the girders by welding at top or by
large gusset plates and fitted bolts to ensure maximum rigidity. Drop stops and jacking pads shall be built-in features. Full
length platform of checker plate of minimum thickness 6 mm shall be provided along both sides of the crane to ensure easy,
safe excess to the crane crab, travel gears and other parts. Safety railing shall be provided on crane bridges and crab frame.
Foot-walk shall have sufficient width to give 500 mm minimum clear passage at all points, except between railing and bridge
drive where this clearance may be reduced to not less than 400mm.

ii) Rope Drums

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

iii) Rope Sheaves

Rope sheaves shall be of cast steel or fabricated from rolled steel plates, conforming to Clause of IS 3177.

iv) Wire Ropes

The wires shall be hampered for all cranes. Ropes shall be of regular right hand lay as per IS2266. The rope construction
shall be 6 x 37 up to 16 mm diameter and 6 x 36 above 16 mm diameter, with a factor of safety specified as per Clause
5.6.1 of IS 3177 and of approved makes only.

v) Hook Block

The sheaves shall be fully encased in close fitting guards fabricated from steel plate. Smooth opening shall be provided in
the guards to allow for free movement of the rope. Holes shall be provided for oil drainage.

vi) Lifting Hooks

Contractor Witness Executive Engineer

92
The lifting hook shall be one that will best suit this type of crane and as per IS 3177. Hooks shall be quality tested by a
third party agency such as IS or Lloyds

vii) Gears and Gear Boxes

Straight and helical Spur gearing shall be used for all motions. All first reduction gears shall have helical teeth. All pinions
shall be integral with the shaft. All gears shall be hardened and shall be of tempered alloy steel having metric module.

Overhung gears shall not be used. The design and general arrangement of gear boxes shall be as per Clause 11 of IS 3 I
77. All gearing shall be totally enclosed/ immersed in oil.

viii) Track Wheels

Crab/ Crane wheels shall be double flanged. Wheels shall be mounted in antifriction roller bearings housed in "L" shaped
bearing brackets for ease of removal during routine maintenance. Flangeless wheels with guide rollers would also be
acceptable. Solid wheels shall be of forged/rolled steel or cast steel. In general the track wheels shall conform to Clause II
of IS 3 I 77.

ix) Rails

The rails shall be specified as being suitable for the crane duty used, no square bars will be acceptable. The rails shall be
complete with end stops, holding down bolts and taper washers and shall be suitable for connection to the station earth.
Access to the crane for maintenance - purposes from the walking platform by means of a steel ladder with cage shall be
provided. The crane shall be provided with full length walkway on drive side girder and small walkway on other girder.
Walkway shall be at least 500 mm clear inside.

x) Couplings

All couplings shall be of steel or cast iron of grade 260 conforming to IS 210 and shall be designed to suit the maximum
torque that may be developed. The manual drive shaft and hoist drum shall be connected to the gearbox input shaft
through a flexible shock absorbing coupling as per Clause 8 of IS: 3177

xi) Bearing and Bearing Housing

Anti-friction bearing housings shall be used throughout, except where required otherwise for technical reasons,
conforming to Clause 7 of IS 3177.

xii) Shafts

All shafts shall be made of steel as per Clause of IS 3177.

xiii) Electrical details

The general technical details for the electrical systems specified elsewhere in the document will apply to the electrical
equipment for the gantry crane also. The following points deal with the special requirements for the crane. In case of any
contradiction with the electrical specifications described elsewhere in this document, the special requirements detailed
hereafter shall have precedence.415 V, 3 Phase, 4 wires electric power supply will be available at one point for the crane
bus. The Bidder shall provide a metal enclosed switch box housing a 63 A TPN switch, CT operated ammeter and
voltmeter, with selector switch. The switch box shall be located approx. 1.2 meters above the floor level. The incoming
cable must be of suitable size aluminum conductor, PVC insulated, sheathed and strip armoured.

xiv) Double Girder Crane Power Supply

The power supply shall be 415 Volts +/- 10%, 3 Phase, 4 Wire, 50 Hz +/- 5%, A C through trolley lines.

xv) Current Collector

Two numbers per trolley line shall be provided; each rated for 100% of total crane rating. Double collectors on each earth
trolley shall be provided and these shall be different from those on the power trolley line. Collector rollers and shoes shall
be designed to reduce sparking to the minimum level possible Power Distribution on Crane. An off/ load manual isolator,
with a locking facility shall be provided immediately after the current collectors on the incoming line on the crane.
Power from the isolator shall be taken to the air circuit breaker / MCCB located in protective panel of the crane. The breaker
shall be provided with under voltage, overload and short circuit release or relays. The breaker can only be closed when:

• All controllers are in neutral position;

• None of the stator or directional contactors are in closed position

• Door/gate switches are not actuated;

• Rotary and gravity limit switches for hoist motion not operated.

Contractor Witness Executive Engineer

93
• Power Supply for Lighting and Magnet Circuits

• Power for lighting and magnet circuits shall be tapped from the incoming side of isolator near current collectors.

• Power Supply for Cross traverse Motion

A flexible travelling crane system mounted on a retracting support system shall be used. The conductor shall consist of
insulated multi-conductor or several single conductor cables with permanent termination on the bridge and on the trolley. The
flexible trialing cables shall have ample length and shall be supported by means of properly designed movable clamps the
clamps shall be fitted with rollers and shall run freely on a guide rail allowing relative movement of bridge and trolley without
undue stress or wear on the suspended cables. The flexible copper cables shall be of butyl rubber or EPR insulated CSP
sheathed type 650/1100 V Grade.

xvi) Panels

All panels shall be of free-standing floor mounted construction, suitable to withstand any vibrations emanating from the crane.
The panel and its components shall conform to standards of Electrical Technical Specifications for LT Board described
elsewhere in this document.

xvii) Motors

Heavy duty motors suitable for crane operation, shall be reversible, suitable for frequent acceleration and mechanical
breaking, totally enclosed, fan cooled, wound rotor type the duty of the motor shall be S5, as per IS 325.Class of insulation
shall be "F" with temperature rise as per class B insulation. The pullout torque is to be not less than 225% of full load torque,
corresponding to 40% CDF (Cycle Duration Factor of the motor).The main motor shall have the speed ranges suitable for gear
box and operating speed for a Class 2 crane.

xviii) Brakes

Brakes shall be provided for hoisting motions. Brakes shall be thruster‟s type. Brakes shall be designed to be fail-safe
whenever there is a current interruption, either intentionally or by main power supply failure. The capacity of brakes, brake
drums, shoes and brake adjustment shall be as per Clause 14.4 of IS 3177.

xix) Limit Switches

Only drum limit switches are acceptable. Roller operated, resetting limit switches shall be

provided for all motors. For each hoist motion, a rotary type over-winding self resetting limit

switch shall be provided. An indication shall be provided to the operator whenever this limit

switch has been operated. Limit switches shall be fitted to prevent over travelling and over

traversing and any other special requirements.


xx) Resistance

Resistance‟s shall be air-cooled, robust, heavy duty, corrosion resistant, punched stainless steel

grip type/cast iron grid resistor. Suitable tapping points shall be provided. Resistance boxes

shall be mounted in racks that permit independent travel of any selected box.

xxi) Pendent Controller

Pendent push button station shall comprise of the following and be suitable for 110 V AC:

• Key operated ON push button-standard green button.

• On signal lamp-green lens.

• Emergency OFF push button-standard red button.

• Hoisting push button- standard black button.

• Lowering push button-standard yellow button.

• Micro hoisting push button- standard black button.

• Micro Lowering push button- standard black button.

• Micro Lowering push button- standard black button.

Contractor Witness Executive Engineer

94
• Cross traverse reverse push button- standard black button.

• Micro Cross traverse forward push button- standard black button

• Micro Cross traverse reverse push button- standard black button.

• Long traverse forward push button- standard black button.

• Long traverse reverse push button- standard black button

• Micro Long traverse forward push button- standard black button.

• Micro Long traverse reverse push button- standard black button.

• Crane light ON/OFF push button.

• Bell ON/ OFF push button.

• *Lighting, Socket Outlets, and Bell etc.

Lighting shall be provided on stair-case, platforms and working areas, including one No. Flood light on the underside of bridge.
Fluorescent lamps with necessary fittings shall be used for staircases, platforms etc. Adequate number of hand lamp socket
outlets shall be provided, along with switches. A hand lamp, with suitable guard protection for bulb, shall be provided for each
crane.

9.2 Technical Particulars

A ) Capacity and size required sewage submersible Pump

Sr.No. Particulates Description


1.0. Capacity : Of suitable captivity to handle heaviest load + 25% extra.
: To suit actual pump house plan, approved by E I C
2.0. Span

: Main Hoist - 2 m/ min.


3.0. Rated Speed
: Macro Hoist - 0.2 m/min.
: Cross-Traverse 10m/min.

: Micro Cross-Traverse - 1 m/min.

: Long Travel - 20 m/ min.

: Micro long travel- 2m/min.

: ± 10% of rated speed while operating in full load condition for lowering or
hoisting

4.0. Gantry Length As per building plan approved by Engineer in Charge.

(B) For Chlorination Shed/ Rooms.


1.0. Capacity : > 3 MT.
: To suit actual building plan, approved by E I C
2.0. Span

3.0. Rated Speed : Main Hoist - 2 m/ min.


: Macro Hoist - 0.2 m/min.
: Cross-Traverse 10m/min.

: Micro Cross-Traverse - 1 m/min.

: Long Travel - 20 m/ min.

: Micro long travel- 2m/min.


: ± 10% of rated speed while operating in full load condition for lowering or
hosting
As per building plan approved by Engineer in Charge.
4.0. Gantry Length

Contractor Witness Executive Engineer

95
Drawings and information to be provided during detailed engineering the Bidder shall submit

the following: -

Drawings showing general arrangement, clearance requirement, assembly cross sectional data

and materials of construction for: -

• EOT Crane unit.

• Bridge assembly and components.

• Bridge end trucks and Wheel assembly

• Trolley.

• Trolley wheel assembly,

• Drive and transmission unit for bridge travel, trolley travel, main hoist. and auxiliary hoist.

• Suspension unit for main hook block and auxiliary hook block.

• Main hook block.

Drawings showing layout of controllers and protective panels inside the Operator‟s cabin/pendant station Leaf lets
on proprietary items such as Motors, brakes, gear box and coupling etc., shall be submitted.
i) Design' calculations for the following: -

Bridge girder, rope drum, machinery shafts, gear box, motor rating, brake capacity, bearing life, wheel loading etc.
Drawings, characteristics and other data for each drive motor, Drawings on runway rails and their end stops,
showing fixtures, Material test certificates for all items, including hooks and wire rope, Reports on various tests at
shop and at site, Control and protection scheme along with crane wiring drawing as well as a schematic drawing
of control wirings indicating ratings and specifications for motors, resistors, fuses etc. shall be submitted.
a) Instruction Manuals

• Installation manual for erection

• Instruction for pre-commissioning check up, operation, abnormal conditions, maintenance and repair

• Recommended inspection points and periods of inspection

• Schedule of preventive maintenance

• Ordering information for all replaceable parts

• Recommendations for types of lubricants, lubricating points, frequency of lubrication and lubricant changing
schedule.

9.3 Blower

For supplying air to Treatment plant tri Lobe Blower is proposed. The design, manufacture and performance of blowers
specified herein shall comply with the requirements of the latest edition of the applicable, Codes and Standards:

Standard Title

BS: 1571 Performance Testing

ISO: 1940 Dynamic Balancing of rotor

i) Design requirements

The blower shall be capable of developing the required total pressure at rated capacity for continuous operation. The
blower shall operate satisfactorily within the operating range. The material of various components shall confirm to those
stipulated in the Technical Particulars section. The data specification sheets shall guide performance requirement for the
blowers. Blower configuration shall be vertical i.e. one rotor mounted over other with horizontal airflow. Air delivery shall
be clean, dry and oil free. Blower shall run smooth without undue noise or vibration. Noise levels and velocity of vibration
shall be within acceptable limits. Noise level shall be limited to 85 DBA at a distance of 1.86 m.; Velocity of vibrations
shall be within 4.5 mm/s. Blower shall be air cooled and driven by electric motor unless otherwise specified in data

Contractor Witness Executive Engineer

96
sheets, power rating shall be at least 10% above the maximum power required by the blower. Blower shall be provided
with suction air filter, silencer, dead weight pressure relief valve and pressure gauge. The speed of the blower shall not
exceed 1,500 rpm. Blower shall be mounted at a level necessary to avoid backflow or siphoning of water into the blower.
ii) Features of construction

a) Main Body

Main body/ Casing shall have required rigidity, strength and heat transfer fins for smooth and cool blower operation. It
should be mounted on anti vibration base. Casing shall have proper involutes shape on inner side machined accurately to
achieve best efficiency.

b) Rotor: -

Both the rotors shall be properly machined for involutes profile surface with treatment to increase wearing resistance. Rotors
shall be properly keyed and locked to respective shaft. The designed clearance shall be so chosen that even at elevated
temperature the clearance is adequate and efficiency is achieved.

c) Shaft

Both the shafts shall have high tensile strength and critical speed of the shafts shall be at least20% above the operating
speed. Complete rotor assembly shall be dynamically balanced.

The shaft shall be suitable to work at high temperature.

d) Shaft Sleeves

Replaceable shaft sleeves shall be provided to protect the shaft. Shaft sleeves shall be securely locked or keyed to the shaft
to prevent loosening. Shaft and shaft sleeve assembly shall ensure concentric rotation.

e) Bearings

Antifriction roller/ double row angular contact ball bearings shall be provided with proper lubrication. It shall be designed to
take necessary radial load and axial thrust. Bearing shall be suitable for continuous duty operations and for high
temperature operations arising due to compression of air.

f) Timing Gears
Oil seals shall be suitable for high temperature application at continuous rating and shall have ensured life of at least
5000 hours.

g) Base plate
The common base plate for blower and motor shall be in one piece and it shall be provided with suitable holes for
grouting. Holes shall be so located that base can be grouted in place without disturbing the blower and motor. Blower and
motor shall be properly aligned, bolted and dowelled to the base plates by contractor.

h) Connections
Suction and discharge connections shall be flanged and drilled to IS or equivalent standard unless otherwise noted in
Data sheet.

i) Accessories
All specified accessories and any other standard accessories required for correct and safe operation of the blower shall
be furnished with the blowers. All incidentals piping (including
valves) required shall be furnished by the contractor. Mild steel fabricated coupling guard/ bell guard shall be
provided as a safe guard against the open rotating parts of the blower and the motor. Eyebolts shall be
provided for ease of lifting and installation (as many per blower as required for safety)

1. Companion Flanges Yes


2. Base Plate Yes
3. Foundation Bolts Yes
4. Suction Air Filter Yes
5. Silencer Yes
6. Pressure Relief Valve Yes
7. Pressure Gauge Yes
8. Bearing Temperature Detector Yes
9. Spare parts (for 3 years operation from original manufacturer) Rotating assembly (2 sets)
10. Special Tools and Tackle Yes

j) Drawings and information to be provided

The contractor shall submit the following drawings with his submission

• Outline drawings showing the principal dimensions, weights and locations of the suction and discharge
connections.
Contractor Witness Executive Engineer

97
• Cross-sectional drawings with bills of material

• The Performance- curves of the anticipated blower model.

• Technical particulars enclosed with this specification.

SECTION – 7

TECHNICAL SPECIFICATIONS FOR ELECTRICAL & INSTRUMENTATION WORKS


6.3. Technical Specifications

6.3.1 General Electrical Requirements and Technical Specifications for Electrical Works other applicable sections including the
general and special conditions of these specifications become a part of the electrical requirements as if repeated in this
section.

i) Work Included

The contractor shall provide all the required labour, project equipment and material tools, construction equipment, safety
equipment, transportation, test equipment and satisfactorily complete all the electrical work shown on the Schematic Drawings
and included in these specifications provided and install wiring for the equipment that will be furnished and installed as pe r the
sections of these specifications.

ii) Quality Assurance

All the electrical equipment and materials including their installations shall conform to the following applicable latest codes,
standard & revisions: -

• Indian Electrical Rules 1956.

• The Electrical Supply Act of 1948.

• Fire Insurance Regulations.

• Regulations drawn by the Chief Electrical inspector of State.

• Regulations drawn by Factory Inspector of State.

• Indian Standards Institution.

• Factory Act

• Any other Regulation lay down by the other local authority.

iii) Variances

In instances where two codes are at variances the more restrictive requirements shall apply. The contractor shall obtain and
pay for the required bonds insurances licenses permits and inspections and pay all taxes fees and utility charges that shall be
required for the electrical construction work. The contractor shall obtain at his own expenses the necessary certificate for the
approval of the total work carried out from the Chief Electrical Inspector Electricity Distribution Company. Contractor
Responsible for Supply of Equipment and Materials If during the period of erection the contractor or his workmen damage any
part of the building structure or materials the contractor shall be completely responsible for the damages and he will have to
make rectification / replacement at his own cost.

iv) Project Drawings

The Scope of work & specifications for Electrical works are to govern the general layout of the complete construction except
where special details are used to illustrate the method of installation of a particular piece of type of equipment or material the
requirements or description in this specifications shall take precedence

in the event of conflict. Location of equipment inserts anchors motors panels pull boxes manholes conduits stub up fittings
lighting fixtures power and convenience outlets exterior lighting units and ground wells are approximate and the contractor
shall be responsible for field verification of scale dimensions of Drawings no extra charges will be allowed for field adjustments
wiring changes conduit rerouting or additions needed to complete the installation and produce satisfactory operation of all
equipment.

Contractor Witness Executive Engineer

98
The contractor shall review the Drawings and Specifications of other trades and shall include the electrical work that shall be
required for the installation. Should there be a need to deviate from the schematic and Specifications the contractor shall
submit written details and reasons for all changes to the Engineer-in-Charge.

v) Site Investigations

The contractor can visit the project site prior to submitting his bid carefully inspect all areas and become acquainted with the
existing conditions.

vi) Contract Bid

The contractor shall evaluate all job conditions that affect the construction work for the project. The base bid shall include the
total cost for all the electrical work required by the Tender Documents site investigations and all other contract expenses.

vii) Construction Power

The contractor shall make at his own cost the required arrangements for the required construction power. When required the
contractor shall provide all equipment materials and wiring in accordance with the applicable codes and regulations.

Upon completion of the project all temporary constructions power equipment material and wiring shall become salvage and
shall become the property of the contractor and be removed with prior permission of the Engineer In Charge.

viii) Service Manuals

Seven copies of all Service manuals shall be furnished with the respective equipments & shall contain all necessary data for
operation and maintenance of the equipment. A recommended spare parts list shall also be furnished with the manual. A
complete set of relevant Drawings shall be folded and inserted in each manual.

ix) Equipment and Materials

Contractor shall provide the equipment and materials that are required to complete all the electrical works outlined in this
Section and/ or as may be required for satisfactory operation. Incidental items not included in the tender specifications
that can legitimately and reasonably be inferred to belong to the electrical works shall be provided by the contractor at no
additional cost to the PHED. The decision of the Engineer-in-Charge in this matter shall be final.

All equipment and material shall be new latest design and standard products of established manufacturers. For uniformity
only one manufacturer shall be accepted for each type of product.

Contractor shall provide adequate and protective storage for all equipment and materials during the construction work.
The contractor is responsible for its safe custody for his materials at site.

x) Standard of Quality

Products that are specified by manufacturer trade name or catalogue number establish a standard of quality and do not
prohibit the use of other equal manufacturers when they are approved by the Engineer-in-Charge in case of force majure
condition.

xi) Damaged Products

The contractor shall notify the Employers representative in writing in the event that any equipment or material is
damaged. Repairs to damaged products shall not be made without prior approval by the Engineer-in- Charge.

Engineer-in-charge shall inspect the material or has representative before dispatch to site of work. The Engineer-in-
Charge shall inspect the fabricated equipment at the factory before shipment to job site. The contractor shall notify the
Engineer-in-Charge sufficient in advance so that inspection can be arranged at the factory.

Inspection of the equipment at the factory by the Engineer will be made after the manufacturer has performed satisfactory
checks adjustments tests and operations.

The equipment approval at the factory only allows the manufacturer to ship the equipment to the project site. The
contractor shall be responsible for the proper installation and satisfactory start-up operation the equipment in accordance
with the manufacturer‟s requirement and to the satisfaction of the Engineer-in charge.

All electrical installations shall conform to the codes and standards outlined in this section.

xii) Workmanship

Contractor shall assign a competent representative (Licensed Supervisor) who shall supervise the electrical construction
work from beginning to completion and final acceptance. Qualified craftsmen who have had experience on similar projects
good workmanship shall be provided for all installations shall perform all labour. The contractor shall ensure that all
equipment and materials shall fit property in their installations. Any required work to correct property fitted installations or
defective material shall be rectified or replaced by the contractor at no additional expense to the PHED.

Contractor Witness Executive Engineer

99
The Engineer-in-charge or his representative will have the power to omit add, modify or adjust during stages of erection of
any items of work as may be necessary or expedient for the work No claim for compensation or damage will be
entertained on the account of such changes. The contractor shall be absolutely and solely responsible for damages due
to accidents injuries or losses occurring to any person and property by his sub contractors agents or employees in the
execution of the work.
xiii) Excavation and Backfill

Provide the excavations for electrical equipment foundations and trenches for conduits as specified. Exercise caution
during all excavation work and avoid damage to existing underground pipes /cables.
xiv) Concrete

Where shown on the drawings provide the required concrete installations or conduit encasement and equipment
foundations.
xv) Securing Equipment

The contractor shall provide the required insets bolts and anchors and shall securely attach all equipment and materials
to their supports.
xvi) Cutting Drilling and Welding

The contractor shall provide the required cutting drilling and welding etc. that shall be required for the electrical
construction work. Cutting and drilling structural members shall not be permitted except when approved by the Engineer-
in Charge. A core drill shall be used wherever it is necessary to drill through concrete or masonry. The contractor shall
provide the required welding for equipment supports conduits and fittings shall not be welded to structural steel. Card
holders and cards shall be provided for circuit identification in planet boards card holders shall consist of a metal frame
retaining a clear plastic cover permanently attached to the inside of panel door and list of circuits shall be type written on
card circuits description shall include name or number of circuit area and connected load.

Junction and pull Boxes and Hand holes shall have covers stenciled with box number when shown on the drawings Data
shall be lettered in a conspicuous manner with a colour contrasting to finish. Tags shall be attached to all conductors
passing through junction and pull boxes and/ or manholes and hand hoes circuits phase and voltage shall be indicated.
Tags shall be pressure sensitive plastic or embossed self attached stainless steel or brass ribbon covers for pull boxes
and hand holes used in high voltage systems shall be labelled “High Voltage”.

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

xvii) Clean-Up
Upon completion of the electrical work the contractor shall remove all surplus materials rubbish and debris that
accumulated during the construction work. The entire area shall be left neat and acceptable to the Engineer-in-charge.

xviii) Safety

Contractor shall provide guards gangplanks railing barriers lights caution signs and other equipment of materials that are
required for the safety of people who are in the project area.

xix) Equipment and Raceway Identification

All main items of electrical equipment such as substations, high voltage switch gear and motor controllers motor control
centres panels, transformers, starters etc shall have an etched metal or laminated bake light nameplate identifying these
pieces of equipment and securely mounted on the equipment by screws. All switches and circuit breakers in high voltage
and distribution boards shall be identified as to the specific load being fed provide 50 cm x 70 cm “ Danger High Voltage”
signs at all high voltage installations in accordance with IS requirements.

xx) Adjustments and Tests

The entire electrical installation shall be tested adjustments made and defects corrected as an obligation under the work
of the section. Work shall include furnishing the necessary instruments and material and the cost of replacement or
repairs “on damage due to failure under test”.

Devices and equipment shall be checked for correct functional performance in accordance with apparatus rating
operating sequence and code requirements. All motors shall be checked and adjusted for correct direction of rotation
loading of circuits and feeders in panel boards shall be checked and balanced provide eight copies above data for
approval.

Record rated name plate full load and running current for each motor indicated heater size installed in each motor starter
provide eight copies of above data for approval.

xxi) Guarantees

All the equipments materials and workmanship shall be guaranteed as mentioned in the Bid Documents.

xxii) Standard Design Drawing

Contractor Witness Executive Engineer

100
The standard drawings forming a part of the contract documents are attached. Technical Specifications for Electrical
Works: With reference to the scope of work for electrical items given above & technical specifications are given below for
the electrical works to be carried out with reference to the power distribution system and components details provided in
single line diagram. The bidder should prepare his technical bid and prepare his estimate for electrical works strictly with
scope of work & specifications& ensure performance of all the components& system as a whole to meet with the
requirements.
The Electric supply at the Sub Station shall be received at 11 KV from the Supply Distribution Company.
Specifications of G.O Switch

G.O switch as per IS/HVPN specifications suitable for 11 KV, 3 phase, 3 wire, 50 Hz electric supply complete with
accessories in all respect (if required)

a) ON/OFF switch assembly

b) D.O fuse assembly

c) Lightening arrestor

d) An operating handle manually operated.

Specifications of transformer
The transformer confirming IS 1180 of specific KVA as per Schedule 1, 11/.440 KV 3 Phase 50 cycle copper wound
indoor/outdoor type. No load voltage ratio 11000/433 V with off load taping :

The Transformer shall confirm to the following requirements


Type. : Oil immersed distribution transformer.
Location. : Out door.
Rated Continuous output. : As per design
Type of tap Changer : On Load
Standards : IS : 2026 amended upto date
Tap provided on : HV windings
Tap Changer Range. : - 10% to + 5%
No. Of Steps. :7
Variation per step. : 2.5%
Method of tap change : Manual/ Auto
Cooling :ONAN
No. Of Phases. :3
Frequency. : 50 HZ.
Connection : Delta/ Star
Vector Group. : DY n 11
0
Ambient Temperature. :50 C
0
Temperature Rise (Oil) : 50 C
0
Temperature rise winding : 55 C
Windings : Copper, Double
2
Maximum Current Density. 2.6 A/mm

The Transformer shall be complete with all standard accessories including following

Oil conservator with oil level indicator, minimum level marking, filter, cap, drain plug and oil level
i
guage for transformer of required capacity and above

ii Off circuit type tape changer with position indicator and locking arrangements.
iii Silica Gel Breather with connecting pipe and oil seal
iv Shut off valve between conservator and main tank.
v Explosion vent
vi Air release plug

Contractor Witness Executive Engineer

101
vii 150 mm dia dial type oil temperature indicator with maximum temperature indicator and alarm
viii Thermometer pocket with plug for all transformers of capacity 100 KVA and above.
ix Drain valve with plug
x Filter valve with plug and adopter
xi Hand hole of sufficient size for access to interior
xii Two grounding terminals
xiii Tank covers lifting eyes
xiv Uni-directional rollers
xv Jacking pads, handling and lifting lugs
xvi Neutral bushing for LV windings
xvii Rating diagram and terminal marking plate.
xviii Additional neutral separately brought out on a bushing for earthing.
xix Radiator assembly
xx First feeling of oil confirming to IS 335 : 1993 including make a fill during installation.
xxi Facility to connect buckles relay for transformers of capacity 1000 KVA and above.
xxii Winding temperature indicator.

6.3.3.1 Termination :-

a) 11 KV outdoor type HT bushing as per IS suitable to terminations for 1 No 3 core XLPE cable (as specified schedule – I)
outdoor type HT box as per IS,

b) LT cable box suitable for termination of suitable LT 3 ½ core PVC cable and one for neutral should also in addition to
cables have provision for connecting 2 Nos. earthing tape.

The transformers shall be double wound and shall comply with IS 2026-1962 or the latest and shall be suitable for service
under conditions of voltage frequency fluctuation permissible under Indian Electricity Act and rules there under voltage
variation allowed 10% and frequency 3%.

Transformers shall meet the requirement shown under detailed specifications and capable of being load accordance with IS :
6600 : 1962 or the latest. Transformer installation should generally follow IS 10028 or the latest.

Transformer core shall be built up of low loss non ageing grain oriented insulated laminations. Transformers tank shall be of
robust construction fabricated out of MS plate. All welded joints and valves shall be tested after the fabrication of tank. All
joints shall carry non deteriorating gasket. The transformer shall be ONAN type with fixed or removable radiators adequately
braced to tank.

Winding shall be class „A‟ insulation with uniform insulation to earth. Inner turn insulation of tapped winding shall be reinforced
to obtain stress distribution. The winding assembly shall be pre shrunk by vacuum drying and impregnated with approved
insulation. Transformer shall have copper winding.

Tapping shall be off load and brought out form the HV winding and terminated in an internal manually operated tap switch with
position indicator and pad locking arrangement. Transformer output shall remain unaffected for any tap position.

The transformer shall be subjected to routine test and manufacturer‟s test report should be furnished. The tenderer shall
furnish full performance data of transformer as specified in IS 2026-1962 or the latest for proper evaluation of their equipment.

The following pre-commissioning tests shall be carried out at the site of work.

a) Visual inspection for broken parts, cracks, leaks, oil level, top up if oil level is low

b) Two samples of oil shall be taken from the bottom of the tank and tested to withstand voltage of 40 KV for 60 seconds

c) The insulation resistance between H.V and L.V winding and earthing : The test shall be carried out with 650 volts
merger. Where ever oil samples test and I.R values are not satisfactory then transformer shall be dried out and the oil
of Transformer shall be dehydrated. Transformer shall be mounted on a plinth by the contractor. After installation the
rollers shall be locked by clamps to prevent movement of transformer.

Transformer body and neutral shall be earthed as per standard conventions

6.3.3.2 Specification of HT VCB Panel

The supply from secondary of the Transformer shall be connected to the Main Electrical Panel; which shall be
provided in accordance with following specifications.

Contractor Witness Executive Engineer

102
Cubical type dust and vermin proof HT VCB panel free standing floor mounting made out of 16 gauge CRCA sheet
with angle of size 40 x 40 x 6 mm base frame& completely powder coated comprising of primer with suitable size of
compression type cable garlands comprising of & completing powder coated comprising of :

Univac type, totally enclosed, single busbar, floor mounting, metal clad, indoor, extensible type,

flush fronted horizontal drawout, horizontal isolation type, with IP-52 degree of protection

Vacuum Circuit Breaker suitable for installation in 11 KV, 3 phase, 3 wire, 50 Hz effectively

earthed supply system having a fault level of 250 MVA at 11KV and equipped with.

a) 1 – Housing for circuit breaker carriage

b) 1- Mechanical interlock and automatic safety shutter gear including padlocking arrangement.

c) 6-Isolating plugs

d) 1 No. - 26.3 KA at 12KV of suitable capacity Vacuum Circuit Breaker comprising of :

i) Assembly of 3 Vacuum interrupters, complete with epoxy support insulators and self aligning finger
type isolating contracts.

ii) Truck having integral racking-in device for insertion and withdrawal of VCB complete with necessary
interlocks.

iii) Hand charged independent spring closing/ spring tripping, trip free, operating mechanism with
manual closing and tripping push buttons and mechanical breaker “closed/open” “Spring charge/
discharge” indication

iv) Mechanical operation counter

v) Electrical release coil of 220 VDC

vi) Shunt trip coil of 220 VDC/AC

vii) Breaker operated auxiliary switch – 4( N/O & N/C).

e) 1- Busbar chamber including a set of 3 phase, suitable capacity copper busbars.

f) 2-230 V AC single phase 80 W rated strip type heater

g) 1-1229.16/110 VPT

h) 1-current transformer chamber incorporating : 3 single phase resin cast CTs of suitable ratio with suitable VA
burden and accuracy class.

i) 1 - Rear cable termination : Provision for terminating 1 x 3c x suitable capacity XLPE cable

j) 1-side cable termination : Provision for terminating 1 x 3c X suitable capacity XLPE cable.

k) 1 - Ammeter with selector switch size 96 sqmm

l) 1-Voltmeter with selector switch size 96 sqmm

m) 1-Relay : Triple pole, non instantaneous, non directional IDMTL relay having 2 elements for over current
setting 50% and 1 element for Earth fault protection setting 20-80%

n) 1-Red & Green lamps for „on‟ and „off‟ indications

o) 1 – TNC switch

p) 2 VAA Relay with alarm bell.


0
q) Ambient Temperature : 50 C
0
r) Maximum Temperature of Bus Bars : 85 C

s) Short circuit withstand (one second) : 50 KA

t) Minimum Earth bars clearances

Contractor Witness Executive Engineer

103
i) Phase to phase : 25.4mm

ii) Phase to earth : 25.4mm.

6.3.2 Specification of LT Panel:

Cubical type dust proof and vermin proof LT Panel extensible type free standing, floor mounting made out of 14 gauge CRCA
sheet with angle iron 40 x 40 x 6mm base frame painted with stove synthetic light grey enamel paint with suitable size of cable
chamber with compression type glands to receive incoming and outgoing cables in sheet steel cubical comprising of following
:-

A) Incoming
1 No. suitable capacity, LT MCCB/ACB conforming to IEC - 60947 - II –2014 suitable for operation for 400 / 430 volts 3 phase
4 wires 50 cycles A.C supply, four pole with minimum 50 KA breaking capacity, interlocked, horizontal draw out type manually
operated each complete with the following:

a) Fix contact

b) Terminal & Backing plate for terminal

c) Moving contact assembly

d) Archute & bridge

e) Ics = Icu = Icw for 1 sec.

f) Necessary circuit breaker carriage with 3 position (Isolate, test, service) drawout mechanism.

g) Necessary isolating plugs and sockets.

h) Necessary mechanism interlock and automatic safe shutters gears with arrangement of pad locking.

i) Necessary Independent manual spring mechanism with mechanical On/Off indication as well as electrical
On/Off indication.

j) Necessary bus bars with bolted type neutral links.

k) ACB shall be provided with microprocessor based releases having built in over load, short circuit, under
voltage, sun trip and earth fault protection. Microprocessor release shall be EMI (Electro Magnetic Induction)/ ENC (Electro
Magnetic Compatible) certified.
l) 4 Nos (NC + No) auxiliary contract

m) Hand trip Mechanism

n) On & Off indicators

o) 1-Ammeter suitability scaled 0-800 Amp with 3 way On & Off selector switch of size 96 sqmm.

p) 1-Voltmeter suitability scaled 0-500 volt with 3 way On & Off selector switch of size 96 sqmm.

q) A set of pilot lamp (3 Nos) phase indicating lamp.

r) 3 Nos CTs 15 VA burden and class of 0.5 accuracy having ratio of 100/5 Amp for ammeter.

s) ACB terminals shall be suitable/ suitably brought out for direct aluminum termination as per IEC-60947-II-
2014.

t) All Small wiring for controls, indication etc. shall be suitable FRLS (Fire Retardant Low

Smoke)

copper conductor cables. Wiring shall be suitably protected. Run of wires shall be neatly bunched suitably supported and
clamped.

B). Bus Bar coppers : (R.R. make)

Suitable capacity 415 volt copper busbar complete in all respect as per specification given below:

The busbar shall consists of hard draw on high conductivity, duly tinned copper strip of suitable size for phase and neutral with
PVC Sleeve of appropriate phase colour. The bus bar shall be mounted edge wise on insulated base which will permit
sufficient movement for compensation of temperature stresses as well as proper bracing to withstand the electromagnetic
forces provided during short circuit.
Contractor Witness Executive Engineer

104
C) Outgoing

6.3.3 Specifications of Moulded Case Circuit Breakers:

Panel mounting MCCB suitable for 415 volts 50cycles 3phase AC supply complete with operating mechanism, spread
terminals and handle confirming to IEC-60941-II-2014 complete with suitable sizes and required Nos. of outgoings.

a) All MCCBs shall have Ics = 35kA/50kA/70kA Breaking Capacity at 415V as specified.

b) All MCCBs above 100A shall have Variable Thermal (O/L)& Variable Magnetic (S/C)protection settings

c) All MCCBs of 250A and above shall be of Microprocessor Based with Overload, Short Circuit and In-Built Earth Fault
Protection. In case of 3 Phase 4 Wire Systems, if 3 Pole MCCBs are specified then Vendor should provide Neutral CT from
MCCB Manufacturer.

d) All MCCBs of 100A and above shallbe provided withSilver Plated Copper Spreader Links for enhancing termination
capacity

e) All MCCBs shall have Phase Barriers & Extended Rotary Operating Handles

f) All MCCBs shall have the facility of accommodating Aux Contact (For On-Off Indication), Trip Alarm Contact (For Trip
Indication) and Shunt / UVR Release as specified

g) For Motor application, motor duty type MCCBs shall be selected with reference to Type 2 coordination chart provided
by the manufacturer.

The connection from busbar to main switch with solid copper bar of suitable size.

a) Red, Yellow, Blue, phase indicating lamps with Piano type switches

b) Voltmeter suitably scaled with three way and off selector switch with CTs as per IS 1248.

c) Ammeter suitably scaled with three way and off selector switch with CTs as per IS 1248 The LT panel shall be
complete with all interconnections and wiring
d)
6.3.4 Main Control Panel

The control panel shall be of „L‟ shaped with indicators, ON/ OFF indicating lamps and annunciation son the front side and
manual push buttons, manual controls etc. on the slanted desk. Control panel shall be fabricated out of the cold rolled
sheet of thickness not less than 3 mm for all front/ side / rear / top and bottom sides. Control panel after having given the
pre-printing treatment and two coats of red oxide, shall be painted with final paint shade of 631 as per IS 5.The CP shall
be of free standing type with bottom cable entry and rear access with hinged door. The slant portion of the CP shall also
be provided with hinge for easy access to the internal wiring. The CP shall be provided with thermostat controlled space
heater and internal illumination facility. The slant portion of the CP shall also be provided with hinge for easy access to the
internal wiring. The CP shall be provided with thermostat controlled space heater and internal illumination facility. The
overall size of the CP when viewed from front shall be limited to maximum 1800 mm in height and 1500 mm in depth. The
length of the CP shall be decided suitably to accommodate the equipment. All instruments on the front of the panel shall
be flush mounted. The instruments shall be mounted at such an elevation from ground that the operator should be able to
read them easily. Centrally located suction an on the rearside and louvers on the bottom of the side panels for cross
ventilation shall be provided to enable the CP operator to control the same in case of A/C failure.

A good clear earth shall be provided for the instrument control panel. This earth shall be independent and separate from
the Earthing provided for electrical installations.

Annunciation system shall be located on the front vertical surface of the panel. The approved inscriptions shall be labelled
on each annunciation window. Annunciation shall be complete with Accept/ Reset / Test PBS. All cables shall be
terminated inside the panel on properly arranged DIN rail mounted terminal blocks. All cables shall be provided with
double compression type brass cable glands while terminating the cables inside the panel. Cable entry shall be from the
bottom. All field mounted junction boxes for signal and control cables shall be weather proof and with canopy. The control
panel indicating status of various motors, pumps, blowers, the various system parameters e.g. levels, etc. All „ON‟
indications shall be in Red LED and „OFF‟ indications in Green LED.

6.3.5 Electrical Panel

A separate panel (bay) should be provided for individual pump house. The control panel shall be made up of 14 SWG
(2mm) sheet steel with powder coating for long life. The control panel should contain MCCB of suitable rating contacts
relays of reputed make. The following protections should be provided in the panel. MCCB with EROM (Extended Rotary
Operating Mechanism ) and spreder links.

a) Strater :

Contractor Witness Executive Engineer

105
The starter shall be fully automatic Soft starter Air Beak dry type suitable for 350/450 volts three phase 50 cycles A.C supply
confirming to IS 13947 (part I & IV).

All the protections provided in the specifications of submersible pump sets and given below :-.

c) Following relays shall be provided in motors starters

a) Over temperature protection for motors,

b) single phasing preventer

c) Seal monitoring relay

d) Automatic level controller

e) Phase Reversal

f) Under Voltage / Over Voltage

Ammeter of suitable range voltmeter selectors witch auto manual switch pump running indication lamp pump fault
indicating lamps phase indicating lamps indication of low level should also be provided.

The automatic liquid level controller should control the pump while the pumps run in auto mode. The electrodes should
be fixed in the wet well and the connections from electrodes. Should be made to the individual control panel through the
cable duct necessary control wiring should be made so that the pump starts/ stops on auto.
Type of starter should be as under

Sl. No. HP Rating Type of starter

1 Up to 5 DOL

2 7.5 to 50 Star Delta.

3. Above 50 High Torque VFD

The panels will be made dust and vermin proof by providing proper neoprene gaskets. Each panel will have compartmental
design, where in the incoming and outgoing feeders bus bars etc will be mounted in separate compartments having its own
front door. The main switch of each feeder will be interlocked with its front door so that the door cannot be opened in the
CLOSED position of the switch.

The two incomers of the electrical panel as described above will have mechanical Castle Key interlocking facility having two
locks and one Key so that only one of the two incomers can be closed with the help of the key. After closing the selected
incomer the key inserted in the Castle lock gets trapped and remains there so long as the incomer is ON. The other incomers
cannot
be closed due to non-availability of the trapped Key. This would serve a fool proof interlocking for avoiding paralleling of the
grid supply and generator supply. All panels will be completely wired internally with terminals brought out to terminal blocks for
external wiring due to the heavy corrosive atmosphere in the STP, the sheet work of the panels will be painted with 1 coats
epoxy based primer after giving through red oxide paint treatment and then will be finished with 3 coats of epoxy paint of
approved shade. The component details of each panel would be as per the specification. Cabinets for same type of use shall
be the product of a single manufacturer. Do not install surface-mounted cabinets in finished areas unless so indicated. Where
conflicting data is indicated verify mounting requirements prior to ordering cabinets.

6.3.6 L.T. switchgear

S. No. Standard Description


1 60947 Switchgear general requirement

2 61947 Factory built assemblies of switchgear & control gear for


voltages including 650 V.

3 2147 Degree of protection provided by enclosure for low


voltage swift and control gear.
4 2551 Danger notice plates
Contractor Witness Executive Engineer

106
5 1248
Electrical indicating instruments.
6 722 AC electric meters.
7 2705 Current transformers.
8 3156 Voltage transformers.
9 10118
Installation and maintenance of switchgear.

10 375 Marking and arrangement for switchgear bus bars main


connection auxiliary wiring.

i) Other considerations

This section is applicable for 415 V Motor control centre (MCC) for effluent works. For details of individual switchgear
components refer design consideration given in tables. Switchgear shall be made out of sheet steel in compartmentalized
design and shall be suitable for bottom cable entry on rear side. The horizontal bus bar chamber shall be on the top whereas
vertical bus bars shall be provided in bus alley at the front. Instead of switch fuse unit (SFU) unless otherwise specifically
shown on drawing, fixed type Moulded Case Circuit Breaker (MCCB) shall be provided. All modules up to 630 A shall be
provided with MCCB of 50 kA S.C. rating. All modules of 800 A, and above shall be provided with draw out type Air Circuit
Breaker (ACB). All A.C.B‟S shall be of three pole, manually operated spring charged design. The minimum clearance on back
and sides of all switchgear shall be 229.16 mm and on the front side the same shall be 1500 mm. All M.C.C.B‟S shall be
provided with operating handle and Outdoor interlock

ii) Technical parameters


a) Designation & quantity MCC
b) TPN bus bar details High conductivity Aluminium grade E91E for TPN bus type, size to suit current
rating
c) Min. clearance Phase to earth –20mm
d) Earth Bus 50 x 6 GI strip for other switchgears
e) Power frequency With stand 2.5 KV RMS, 50 Hz for one minute
f) Short time 50 kV RMS, 50 Hz for one minute
g) Maximum temperature 70 Deg. C
h) ACB details Ratings and static releases Contractor to release.
i) Operating duty cycle for 0-3 min – co-3 min – co.
j) CT details Cast resin, bar primary type, I A CT of suitable CT ratio, burden and class of
acuresy
k) PT details Shall be with static releases, current limiting features & aux switch for alarm /
indication
l) MCCB details Shall be with TMD, current limiting features & aux switch for alarm / indication
m) Indicating Lamps On, off and Auto-trip indications on module door for each
n) Motor control supply 415/ 110V, AC, 1 ph, common control transformer.
o) Selector switch details As for Ammeter with R, Y, B Off positions and VS for voltmeter with RY, YB, BR,
OFF positions.
p) Indicating Meter Details Moving iron type, 90 deg scale, for Am & VM, Suppressed scale in case of AM
for motors. AM dial range to suit CT primary current VM dial range to suit PT
primary voltage. Size 144 mm sq for incomer feeders. Size 96 mm sq for
outgoing feeders. Accuracy Class 1.0

q) Integrating Meter details Train gear type, calibrated for reqd. CT-PT ratio Accuracy
r) Push button details OFF PB; momentary type, 2 NO & 2NC contacts of 10A
s) Indicating lamp details 7 Watts filament type with series resistance
t) Control fuse details HRC cartridge type with base & carrier Ratting contractor to
u) Miscellaneous details Control Wiring shall be with standard copper conductor, PVC insulated, 650 V
grade wires of 2.5 mm 2 for Ct circuits and Provided with shorting link and
earthling facility Control wiring shall be marked with ferrule no at both ends. All
Boards shall be provided with thermostat control space heater, cubicle
illumination with control switches. Degree of Protection for enclosure of all
boards shall be IP 52. All boards shall be applied with 2 coats of red oxide after
cleaning and with final finish with enamel paint of shed no

Contractor Witness Executive Engineer

107
iii) Local control panels

Local control panels wherever required shall be provided standard vertical or slanted panel type only depending upon the numb er of
components viz. Control switches, indicating lamps meters etc. Sheet of local panel shall be of MS and thickness not less than
2mm.Local control panel after having the pre painting treatment and two coats of red oxide, shall be painted with final paint shed of 631
as per IS: 5. The control panel shall have bottom entry for cables, hinged type lockable door arrangement and easy access for wiring.
Mounting arrangement for the control panel shall be suitable for the application and location and easily accessible for the operator.

iv) Drawing and documents required: -

• GA drawing of panel with foundation details

• Single line diagram

• Schematic diagrams for various modules

• Instruction manual for installation, operation and maintenance of various components of switchgear.

6.3.7 Specification of Automatic power factor correction device :

Cubical type dust and vermin proof 125 KVAR capacitors MPP type heavy duty automatic power factor correction panel free
standing floor mounting made out of 14 gauge CRCA sheet with angle of size 40 x 40 x 6 mm base frame painted with 3 coats
of stove synthetic light grey enamel paint including one coat of primer with suitable size of compression type cable garlands
comprising of :

Oil filed capacitors of suitable capacity in the unit of 10/ 5 KVAR each with 8 step power factor controller relay, power factor
meter and contractors rating as per bank capacitor duty

contractor arranged in such a way that the power factor does not go down lower than 0.95 on no load condition and load
conditions with following specifications.

Voltage input 400/440 Volt


: AC + 20%
Current input 5A :
Frequency 50 Hz :
No. of fuses 3 :
Insulation level 3000 Volt :Ac
Accuracy of PF 2% from 0.7
: lag to 0.8 lead
PF Setting 0.7 lag to :0.95 lead
Safety Lockout time :60 sec.
Equipped with
Internal fuses Provided in
: the form of suitably rated tinned copper wire
Externally Provided with
: discharge resistars
Operating conditions :As per IS 2834 – 1986 revised

Contractors : As per IS 13947 (part 1 and part IV) 1993 revised up to date.

a) 1- MCCB of suitable capacity

b) 1-TPN Busbar of suitable capacity

c) 3 ½ core armoured aluminum cable of suitable size for connecting with LT side of transformer

d) 2 core copper control cable size 1.5 sq.mm

e) 1- voltmeter with selector switch size 144 sq.mm

f) 3 Nos phase indicating lamps

g) Red & Green lamps for On & Off indications

h) Push button for manual selection

6.3.3.10 Specification of Metering Panel :


Contractor Witness Executive Engineer

108
Metering panel for metering on HT (11KV) consisting of one No. digital electronic trivector meter 3 phase, 4 wire with 0.5 class
of accuracy on kilowatt hour point basis.

One set of three Nos HT (11KV) CTs of 50/5 class of accuracy and suitable VA burden.

One No. HT 11KV/110V PT of 0.5 class of accuracy and suitable VA burden.

One no. metering cubical with TTB should be made out of 16 gauge CRC sheet duly painted with three coats of synthetic
enamel including one coat of primer. It should be insulated from inside, complete internal wiring shall be provided. It should
have open-able shutters both on front andback side. The front openable shutter should have toughened glass opening of
required size for reading the meter alongwith toughened glass. The panel should have two chambers such as to seal HT
trivector meter in one and CTs and PT in the other. The panel should have arrangement for connecting the cable boxes on
both sides for incoming and outgoing supply. The panel should have two nos. bolts with nuts welded to its body for earthing it.
The trivector meter, CTs, PT, TTB and metering cubical shall be of the makes approved by HVPN. The trivector meter, CTs
PT are to be get tested from HVPN.

6.4 Specification of Diesel Generating Set

1. Engine:-

The generating set should be of make specified in NIT Turbo Charged, after cooled, 4 stroke cycle, 6/8 cylinder, industrial type,
developing required BHP while running at 1500 RPM confirming to BS 5514 the rating should be equivalent to IS: 229.160, ISO
3046 or DIN 6271 Rating I with the following accessories:

a) Engine Speed governor (Mechanical) Class A Governing as per BS 5514

b) Fly wheel

c) Air cleaner with filter

d) Turbo charge & after cooler

e) Radiator & Fan Assembly

f) Torsion Vibration damper

g) 24 Volts electrical starting arrangement consisting of dynamo and self starter

h) Battery Charging alternator

i) Gear pump for forced Feed lubrication

j) Fuel injection pump

k) Fuel Filters

l) Lubricating oil filter and lubricating oil cooler

m) EPU for high cooling water temperature and low lubricating oil pressure with alarm and shut down facility

n) Instrument panel comprising of cutout Control, push Button for self starter, Temperature gauge for cooling water,
Tacho cum hour counter, pressure gauge for lubricated oil, fuses and battery charging ammeter.

o) Flexible rubber coupling

p) Heavy Duty industrial silencer

q) One No. fuel tank with capacity of 500 Ltrs. Fabricated out of 10 gauge M.S. Sheet welded construction with inlet,
outlet point, fuel shall filter at outlet point. Fuel filter and water separator are fixed at outlet point. Fuel pipes 2 nos. 1.5 mtrs &
9.5 mtrs. Long.
r) Piping:

Piping for radiation water vapour and for exhaust of burnt gases outside the plant room shall be included. The exhaust
pipe shall be of minimum 100mm dia and shall be made of M.S. medium class, 500mm long flexible exhaust pipes with
end flanges.

2. Alternator:

The alternator of make specified in Schedule no. III confirming to BS-2613/IS 4722 shall be suitable of running at 415 +
6% volts, 50 cycles, 3 Phase, 4 wire 0.8 power factor, 1500 RPM continuously rated for 200 KVA/160KW self excited,

Contractor Witness Executive Engineer

109
foot mounted, screen protected, drip proof type, brush less in IP 21/22 enclosures, the voltage variation shall be 1% of
the rated value from no load to full load condition. It shall be provided with AVR. The insulation used is of H/F class. The
alternator will have provision for 10% overload for 1 hr. in every 12 hrs.

3. Base Plate

Engine and alternator should be mounted on sturdy, fabricated and welded constructed base plate. Base plate should
be Machined for perfect alignment and should have unique feature of threaded holes for holding down bolts for mounting
engine and alternator to ensure prolonged trouble free operation.

4. AMF Panel

The control panel shall be of sheet metal construction, floor mounted type suitable for indoor use in IP 41 enclosure.
Front/ rear door of the panel is hinged and locked. The side covers are louvered. A fine net is welded to louver to make,
the panel vermin proof, Rubber gaskets are provided on all doors. The panel will be complete with 1.5sqmm internal
wiring and would include.

a) AC Voltmeter 0-600 V, 96 sqmm with Selector switch

b) AC Ammeter 0-40 amp, 96 sqmm with Selector switch

c) Frequency meter 96 sqmm size.

d) Kilowatt meter 96 sqmm size

e) KWH meter 96 sqmm size

f) 400 Amp. Moulded case circuit breaker with overload, short circuit and under voltage protection

g) Starting push Button and Key switch (on/off)

h) Engine protection unit with audiovisual alarm and shut down for low lubricating oil pressure and high coolant
temperature

i) Indicating lamps for low lubricated oil pressure, high coolant temperature, set running, load on, D.C. control on.

j) Instrument fuses +3C Ts

k) Copper bus bar of suitable size

l) Cable entry gland plate with cable gland

5. Ammeters, Voltmeters & other instruments for Generator:

The instruments shall confirm to IS 1248-1968 for direct acting electrical indicating instrument. The construction of the
instruments shall be mechanically sound so as to give assured, performance in mechanical, electrical & magnetic
adjustment, the design and manufacture of the instrument shall ensure the prevention of the fogging of the instrument
glass. The case of the instrument shall be dust proof. No Material whose properties are deteriously affected by exposure
to temperature and humidity shall be used.

Instrument shall be sealed in such a way that the access to the measuring element and to accessories within the
case shall not be possible without removal of the seal.

6. Battery cum Charger

The battery cum charger include 2 Nos. 12V 180 AHDC Station Batteries with leads along with accessories for charging
equipment as required for energizing and running of 200 KVA/160KW Diesel Generating set.

a) The storage batteries are required for providing an independent, adequate and reliable source of 24 Volts DC supply
having a capacity of 180 amp./hrs at 10 hrs. rate of discharge to final voltage of 1.85 volts per cell confirming to IS:
1651 or latest amendments. The batteries are required for energizing and running of 200 KVA/160KW Diesel
Generating set. These batteries kept instate of floating trickle charge and premium for rapting charging as required.

b) The battery charger equipment shall be of float cum boost type. The charger shall be suitable for operation for single
phase 240 volts ± 10%, 50 cycles, A.C. supply and shall be designed for meeting the continuous full load of the
system in addition to trickle boost charging of 24 volts storage battery.

c) The storage battery & the battery charger both shall be housed in a panel fabricated with 14 gauge thick CRCA
sheet, well ventilated duly painted, floor mounting with two compartments. The station storage battery be housed in
the lower compartment in the cubical, the upper compartment shall house the complete charging equipments,
Contractor Witness Executive Engineer

110
hinged door for access to battery compartment shall also be provided. Proper rubber mats shall also be provided in
the compartment for protections against acid spilling.

7. Change-over Switches:

a) Change-over switches shall comply with IS/IEC 60947-3.

b) Design of Changeover Switches shall be modular cassette type and shall have provision of in-built mechanical self-
interlock and dual dead center mechanism ensuring high reliability

for changeover function. Hence, the user shall have the option of using the central or side shaft position for operating
handle at site.

c) Changeover Switches shall have terminal shrouds thus providing touch proof design and preventing accidental
touching of live terminals. These shrouds shall be click-fit type and shall be capable of turning to 90 degrees so that
terminals can be inspected without removing these shrouds.

d) There shall be Source Separator provided to isolate two incoming supplies and to eliminate possibility of flash-over
between two supplies due to accidental falling of external object.

e) Inter-phase barriers shall be provided for additional safety to eliminate possibility of inter-phase short-circuit.

f) For Higher ratings (400A and above), Changeover Switches shall have flip-able handle to enable the user to operate
the switch with both ends.

g) The handle also shall offer provision for providing 3 Padlocks in OFF Position. Thereby ensuring high reliability of only
Authorized Personnel Operating the Changeover Switch.

h) In case, Changeover Switches are desired with SS Enclosures, then the same shall be factory-built supplied in SS
Enclosure from Changeover Switch Manufacturers. The Enclosure so offered shall provide IP13.75 Protection. SS
Enclosures with Changeover Switch shall have adequate space for cable termination so that additional cable entry
boxes are not required. Cable gland plates shall be provided as in-built feature with this SS Enclosure Changeover
Switch.

i) Changeover Switches shall be easily convertible to fused version at Site by usage of Fuse Conversion Kit. The Kit so
supplied shall be from same manufacturer of Changeover Switch.

j) Rated Impulse Withstand Voltage (Uimp) shall be 12kV for all Changeover Switches and they shall comply to
Pollution Degree III Norms

8. Cables

The LT cables from diesel generating sets to panel to changeover switch in OCB room including cost of thimbles, lugs, solder
etc. for making connection as per specification given below:

240 sqmm X LPE (ISI marked) 3.5 core, 1100 Volts Galvanized steel strip armoured cable with aluminum conductor of
standard make in ground covered with sand & brick in trenches/ in pipe.

9. Earthing

All the electrical equipment such as alternator, AMF panel and distribution switch board shall be provided with double loop
earthing. The earthing shall be done in accordance with para-7 of ISI 732-1968 and 3043-1966 (code of practice for
earthing).All connection of the earthing system shall be visible for providing periodical inspection & testing. It is absolutely
essential that the entire earthing system should be designed with regard to the maximum likely earth fault current based on
the rating of the equipment installed. All wiring& earthing shall be as per ISI 1956 rules and shall be got approved from the
Electrical Inspector, Haryana. Earthing with tinned copper earth plate 600mm x 600mm x 3mm thick including accessories and
providing enclosures withcover plate having locking arrangement and watering pipe with charcoal or coke and salt for copper
plate earth electrode alongwith earth connections from earth electrode with copper tape 32mm x 6mm thick directly in ground
and surface fixed with suitable copper steeples of same size as required.

10. Tools

One set of tools of reputed make as detailed below shall be supplied along with the generating set.
a) One set of 6 Nos. double-ended spanners

b) One set of 6 Nos. ring spanners

c) One No. 8” insulated plier

d) One No. hammer of one lb. capacity

Contractor Witness Executive Engineer

111
e) One No. 10” screwdriver

11. 24 Hours running trial

The generating set will be tested by the contractor at site for a continuous period of 24 hrs. During this
period diesel and mobile oil shall be provided by the contractor at his own cost.

Diesel Generating Sets (with Canopy)


Design, manufacture, supply, testing and commissioning of D.G set including all ancillary equipment
such as base frame, coupling, coupling guard, control panel(AMF), Change over switch and exhaust
Piping system etc. Including electric wiring between control panel (AMF) and starting batteries.

Rating : Suitable as per design

Output. : 415 V; 3 Phases, 50C/S AC (4Wire).

Maximum Ambient Temperature : 50 0C

Altitude : Not exceeding 229.16 meter ASL.

Engine Type. : 6 cylinder combustions Ignition. Turbo Charged after cooler

Engine Cooling : Water through radiator.

Engine BHP. : Adequate to give the above output under site conditions.

Speed. : 1500 RPM

Engine Protection. :Against over speed, low lubricant oil pressure & high water
temperature.

Fuel Tank Capacity. : 500 Litres

Starting : Electric 24 V DC, self start dynamo

Governor : Suitable for Gen. Set A2 BS 5514 Class, Electronic backed up


by mechanical

Generator Type. : Brush less, self-excited, self-regulated type.

Enclosure. : IP- 21 (SPDP)

Coupling :Direct through flexible coupling/Close couple

Base Frame. :Angle sections epoxy coated common frame forengine &
Alternator.
Voltage Regulation. : Voltage is maintained within + 1% in cold or Hot condition from 0
to full balanced load at nominal speed + 5% on PF from 0.8 to 1.
As per relevant IS Code

AMP Panel ACBs should be EDO

6.3.8 Alarm Annunciation Panels (AAP)

The AAP will get 240 V AC supply from the respective Pump Houses local panel. The AAP will be of wall mounting type
fabricated from 14SWG CRCA sheet steel it will have front cover door of which the alarm windows will be fixed. The alarm
windows will be of solid-state fascia type having small rated flashing lamps. Total 4 such fascia windows will be provided on
Contractor Witness Executive Engineer

112
each AAP in addition to the windows the AAP shall have alarm Acknowledge PB Alarm Reset each PB and Alarm Test PB and
an electronic heater. This will have On & Off indicating lamp for each pump for knowing the status of pumps. This should be
dust and vermin proof with enclosure protection IP – 13.75.

In case of faults such as Low-Low level in LPS etc. the fascia window will start flashing till it is acknowledged by pressing the
ACK PB After pressing the ACK PB the window will stop flashing and will grow steadily until the fault is cleared and Reset PB is
pressed. The AAP shall have the following fault indicating windows.
a) Alarm Annunciation Panel for Local Pump Stations (LPS)

• 2- LPS Pump Trip

• LPS level LL

• LPS level HL

The Electrical works would cover the power distribution form the Main LT electrical panel and from there to respective Local
Control Panel in all Pump Houses& from LT local electric Panel to Local on & off panels located near the each prime mover
of STP. The bidder should design the scheme & prepare his General arrangement& SLD showing cable sizes & submit along
with technical part of his offer on the basis of the schematic and technical specifications for the various units.

b) Exhaust fans

General

The total number of fans installed shall create a required ventilation system, which shall limit the temperature rise to a
maximum 5 degrees centigrade above the ambient temperature. The ambient temperature for the area is taken as 42
Degrees Centigrade.

c) Technical particulars
Operating Conditions

1 Fan designation Exhaust duty

2 Design capacity To be decided during detailed design


Wall mounted, centrifugal
3 Type

Features of Construction

1 Impeller Mild steel or Cast aluminum


2 Hub Cast Iron / Die cast Aluminum
3 Casing Mild Steel
4 Wall cowl Galvanized iron sheet – 22 gauge

Bird screen
5 14 gauge galvanized iron with 12 mm bird screen

Motor
6 TEFC IP 13.75, 750 rpm synchronous

6.3.9 Electrical Wiring including HT & LT cables :

The work of electrical wiring and cabling shall be carried out in accordance with the Indian Electricity Rules and IS 732 – 1963.
Sizes of the cables shall be such that it should be possible to run all the pumping sets at one turn

The contractor shall include cost of providing and installing complete HT cabling LT cabling and wiring work from DHBVN GO
switch including earthing.

The supply, erection, testing and commissioning of XLPE HT cable from HVPN GO switch to metering panel to HT panel to
transformers including cost of cable boxes as per specification given below :

XLPE cable (ISI marked) of suitable size 3 core galvanized steel strip amoured cable HT/11KV grade with aluminum conductor
of standard make conforming to IS 7098 Part II – 1985 including cost of thimbles solder etc.

Contractor Witness Executive Engineer

113
The Epoxy/tapex type cable boxes of standard make for XLPE cable of suitable size 3 core galvanized steel strip armoured
cable HT/11 KV grade with aluminum conductor including material such as thimbles, lugs solder compound for

a) Outdoor duty installation

b) Indoor duty installation

The LT cable from transformer to LT panel in pump chamber to Motor Starter to motor including cost of thimbles lugs solder
etc for making connection as per specifications given below :

ISI marked suitable size 1100 volts 3 & 3 ½ core armoured cables aluminum conductor

conforming to IS -1554 (Part – I) – 1993 in ground covered with sand & brick / in trench/ in pipe/ on steel bridges.

The maximum current that will flow under normal condition of service in a motor circuit shall be taken as that corresponding to
the full load current of the motor, when rates in accordance with the relevant current rating as given in IS 325-1978. The size
of PVC copper cable/ wiring used shall be capable of carrying the full load current corresponding to the rating of the motor. It
will include the cost of thimbles, solder etc.

The maximum current that flow in the rotor circuit of inductions motor shall be taken as that marked on the rating plate of the
motor. The size of the cables for each circuit shall be suitable for the maximum current as mentioned in the para above. The
final connection from LT motor starter panel to motor shall be through flexible pipes.

i) Cabling system Installation

The cables shall be laid in trays or conduits or buried in ground as specified in cable schedule. Cable routing given on the
drawings shall be checked at site to avoid interference with structures, piping and ducting. Minor adjustments shall be made
to suit the field conditions.

All cables shall be carefully measured and cut to the required length, leaving sufficient length for final connections to the
equipment on both sides.

The contractor shall ascertain the exact requirement of cable for particular feeder, by measuring at site along the actual
finalized route.

Cable shall be laid in complete uncut lengths from one item of equipment to another.

Cable shall be neatly arranged in the trenches/ trays in such a manner, that crisscrossing is avoided and final take off to the
2
motor/ switchgear is facilitated LV Cables shall be laid maximum in two layers in each tray for cables up to 3.1/2C x 95 mm .
Arrangement of cables within the trench/ tray shall be the responsibility of the contractor.

Cable numbers as per schedule shall identify all cables close to their termination point. Cable numbers will be bunched on
aluminium straps, (2 mm thick), securely fastened to the cable and wrapped around it.

Underground cables shall be provided with cable markers. These posts shall be located at every 50 meters and every corner.

All temporary ends of cables shall be protected against dust and moisture to prevent damage to the insulation. While laying
cables, the ends shall be taped with PVC tape.

Cables shall be handled carefully during installation to prevent mechanical injury to the cables. Ends of cables leaving
trenches shall be coiled and provided with protective cover until the final termination to the equipment is completed.

Directly buried cable shall be laid underground in excavated cable trenches wherever required.

The trenches shall be suitably designed for accommodating all the cables. Before cables are placed, the trench bottom shall
be filled with a layer of sand. This sand shall be levelled and cables laid over it. The cable shall be covered with 150 mm of
sand on top of the largest diameter Cable and sand shall be lightly pressed. A protective covering of bricks class B / RCC
tiles shall then be laid on top. The balance trench area shall then be back filled with soil, rammed and levelled. As each
cable is laid in the trench, it shall be subjected to insulation test in the presence of the Employers representative before
covering. Any cable, which proves defective, shall be replaced.

All wall openings shall be effectively sealed after installation of cables. All wall openings shall be effectively sealed after
installation of cables. Where cables rise from trenches to motor, control station, lighting panels etc. they shall be taken in GI
pipes(rigid/ flexible)for mechanical protection up to a minimum of 600 mm above grade level. The diameter of the GI pipe
shall be at least 3 times the diameter of the cables. Cable shall be carefully pulled through conduits to prevent damage.
Wherever cables are taken in conduits / Pipe, the contractor shall ensure that the area of conduit/ pipe is 100% more than
the cable area.

If pipe sleeves provided by Purchaser are inadequate since more cables are to be laid, then additional pipe sleeves shall be
laid. After the cables are installed and all testing is complete, conduit ends above ground level shall be plugged with suitable
weatherproof plastic compound.

Contractor Witness Executive Engineer

114
Where cables pass through foundation walls or other underground structures, the necessary ducts on openings will be
provided in advance for the same. At road crossings and other places where cables enter pipe sleeves an adequate bed of
sand shall be given.

Cables installed above ground level shall be run in trays, exposed on walls, ceilings / structures and shall be run parallel to,
or at right angles to, beams, walls or columns. The cables shall be so routed that they will not be subjected to heat.

Cables running along structures will be clamped by means of GI saddles and saddle bars a spacing of 300 mm. Cable
carrier systems i.e. site fabricated ladder type cable trays and supporting steel shall be painted before lying of cables.
Painting shall have two coats of red oxide and one coat of Aluminium paint. For all outdoor buried cables at least 3-meter
diameter loop shall be provided at both ends before termination.

ii) Termination

All PVC cables shall be terminated at the equipment/panel by means of double compression type brass glands and tinned
copper lugs. Power cable cores shall be identified with red, yellow and blue PVC tapes.

In case of control cables, their terminal numbers by means of PVC ferrules shall identify all cores at both ends. Wire
numbers shall be as per inter-connection diagrams, to be furnished to the contractor.

The cable shall be taken through adequate size gland inside the panel or any other electrical equipment. Cable leads shall
be terminated at the equipment terminals by means of crimped type solder less connectors.

Crimping shall be done by hand crimping/ hydraulically operated tool and conducting jelly shall be applied on the
conductor. Insulation of the leads should be removed immediately before the crimping.

iii) Cable glands and lugs


All cable glands shall be made out of brass and shall be of double compression type. All cable lugs shall be of tinned
copper, crimping type.

iv) Cable trays


Cable carrier system shall comprise of site fabricated ladder type cable trays made out of structural steel and painted duly with
two coats of red oxide and a final coat of enamel paint. The construction of the cable trays shall be as per the site requirement
and generally in line with the drawing enclosed. All the cabling work shall be done on cable trays of 16 gauge thickness MS
Strip and Hot dipped with epoxy primer and top coat after fixing.

v) Standard for cables

No. Standard Description

1 IS 7098 part 1 XLPE cables for low and medium voltage

2 IS 7098 part 2 XLPE cables for high voltage

3 1513.75 part 1 PVC insulated cables for low and medium voltage

4 1513.75 part 2 PVC insulated Cables for high voltage.

5. 8130 Conductors for insulated electric cables.

6. 5831 PVC insulation and sheath of electric cables.

7. 3975 Mild steel wires, strips and tapes for armouring of cables.

8. 1753 Aluminium conductors for insulated cables

9. 9283 (1979) Submersible Cables.

Power cable shall be of Al conductor except in case of submersible cables whereas submersible control and lighting
cables shall be of Cu conductor. The minimum size of Al conductor cable shall be 6 mm2 and Cu conductor cable of 2.5
mm2.

Power cable sizing shall be based on the various de- rating factors recommended by cable manufacturer, rated current,
temperature rise of conductor and voltage drop.

Control cables of CTs shall be based on the VA burden of CT and relays/ meters.

vi) Technical Perameter

Contractor Witness Executive Engineer

115
LT Cables PVC insulated, taped PVC inners heath, 650/1100V grade, with Multistage
aluminum /copper conductor, armoured over all PVC sheathed

Cable shall be selected considering following points Current rating of the load de
Cable selection
rating due to grouping of cables Voltage drop up to 3% in cable due to cable
resistance de rating factor due to ambient temperature.

The work of HT & LT cables shall be executed as per DNIT and PWD Specifications. Drawing and documents required: -
Cable catalogue

vii) Earthing system

All the material required for the earthings system shall be supplied and installed by the contractor. The main grid conductor
shall be hot dip G.I. strip of 50 x 6 mm size. The contractor shall prepare Earthing layouts. All the material required for making
earthen stations, such as electrode, charcoal, salt etc. should be supplied by the contractor. Excavation and refilling for laying
of earth strip and for earth pit shall also be in contractor‟s scope.

The entire earthing system shall fully comply with Indian electricity act and rules. The contractor shall carry out any changes
desired by the electrical inspector, in order to make the installation conform to I.E. Rules.

The main earth grid shall be laid at a depth of 229.16 mm below Ground level. In trenches, earth strip shall be laid along the
trench. It shall be protected against mechanical damage. Joints and tapping in the main earth grid shall be made in such a way
that reliable and good electrical connections are permanently ensured. All joints except the equipment end shall be welded.
Giving two coats of bitumen and covering with hessian tape shall suitably protect all joints buried in ground.

Conduits in which cables have been installed shall be bonded and earthed. Cable armour shall be earthed at both ends. Earth
pipe electrodes shall be installed as per IS: 3043. Their location shall be marked on earth pit chamber covers. The electrodes
shall be tested for earth resistance by means of standard earth tester. A disconnecting facility shall be provided for individual
earth pit to check earth resistance. All electrical equipment above 230 V shall be earthed at two points and equipments below
230V shall be earthed at one point.

Conductor size for connections to various equipments shall be as per the table as follows

Equipment Conductor
Motors Up to 11kW 8 SWG GI
up to 22k W 25 x 3 mm GI
up to 37.5 kW to 90kW 25 x 6 mm GI
to above 200 kW 40x 6 mm GI

MCC / PDB 50 x 6 mm GI flat

shall be provided with cable gland for incoming cable and knockouts for outgoing conduit termination. Cable/ conduit supports
shall be provided at in interval of 300-400 mm for horizontal runs and 400-500 mm for vertical runs. Cable / conduits shall be
kept, wherever possible at least 300 mm away from pipes, heating devices and other equipments. For the purpose of
calculating connected loads of various circuits, a multiplying factor of 1.25 will be made to the rated lamp voltage forlamp
fixtures to take into account the losses in the control gear. Contractor shall supply junction boxes, pull boxes, terminal blocks,
glands, conduits and accessories (elbows, tees, bends etc.) and supporting/ anchoring materials, to make the installation
complete.
In all types of cabling due consideration shall be given for neatness and good appearance. Decision of the Employers
representative shall be final.
The rate for installation, testing and commissioning of the Outdoor lighting shall include the mounting of fixtures with necessary
materials, laying of cable/ conduit, pulling of wires through conduit and external earth wire, providing all accessories for cable/
conduit installation, including conduit fittings. Providing of light control switchboard with switches, switchboard mounted 5A, 3
pin receptacles with switches etc.
The rate shall also be applicable to the lighting fixtures installed outside the building as perimeter lighting, entrance lighting
below canopy etc.
2
For street lighting poles the fixtures wiring from Junction box up to fixture shall be with 3 nos. Of single core 2.5mm
(Phase, Neutral & Earth) copper conductor PVC insulated wires. Connecting it to the plant earth grid as per the Indian
Electricity Rules shall ground each pole. The foundation of the street lighting poles shall be supplied with a base plate and
grouted in. The street lighting poles shall be painted with one coat of primer and 2 coats of aluminum paint. The second
coat of aluminum paint shall be given just before handling over the installation to the owner.
xi)Lighting panels (LP)

The panels shall be of 14-gauge sheet metal construction. Panels shall be equipped with phase and neutral bus bars of
adequate capacity and miniature circuit breakers. The incomer shall be of ELMCB and outgoing circuits shall have only
MCBS.MCB shall be of 9 kA. Miniature circuit breakers shall be mounted in such a ways that operating levers project
outside the front cover plates. A hinged door to cover the operating knobs shall be provided with detachable top and bottom
Contractor Witness Executive Engineer

116
plates with 25 mm knockouts. All metal surfaces shall be cleaned free of rust, given a coat of red oxide primer & finished
with 2 coats of synthetic enamel paint of shade 631 as per IS, for 415V danger board and engraved nameplate shall be
fixed on the panel. The lighting panels shall be marked with the voltage and No. of phases of the supply.

xii)Lighting Fixtures

No. Standard Description

1
IS: 1913 General & Safety requirements for electric lighting fittings.

2
IS: 1777 Industrial lighting fittings with metal reflector.
3 IS: 5077 Decorative lighting outfits
4 IS: 2149 Luminaries for street lighting
5 IS: 6665 COU for Industrial Lighting
Local control station, street light op
8 SWG GI wire
junction box

Main earth grid 50 x 6 mm GI flat

SLDB 32x 3 mm GI flat

Lighting Panel 25 x 3 mm GI flat

Outdoor fixtures 14 SWG GI Wire


Transformers 32 x 3 Copper strip

All paint, scale etc. shall be removed before earthen connections are made

Anchor bolts or fixing bolts shall not be used for earthen connections.

viii) Earthing station

The pipe electrode of 40 mm diameter x 3000 mm long GI pipe shall be provided. Salt and coke shall be filled in layers of
25-mm. up to one meter and balance shall be filled with loose soil. However, care shall be taken that the earth pit does not
sink. The brick chamber (600 x600) shall be made 75mm above FGL and shall have heavy-duty cast iron frame and hinged
cover at top for inspection. A 40 mm NB GI Watering pipe shall be provided in the pit.

The work of earthing shall be executed as per DNIT and PWD Specifications.

ix) Lighting System

The cabling / wiring, installation and commissioning of complete illumination system shall comply with all currently
applicable statutes, regulations, fire insurance and safety codes. Suing 1.1 shall carry out outdoor lighting KV grade four-
core cable. The cabling for the outdoor lighting fixtures will be done in loop-in-loop out at respective high mast
structure/street light pole mounted junction boxes. Using 2 Core, 2.5 mm 2 copper cables shall also carry out the Outdoor
lighting. The Outdoor office areas wiring shall be carried in conduits. Outdoor cabling shall be buried in ground whereas
Outdoor lighting wiring (cable / conduit) shall be of exposed type.
x)General Requirements

Except as specifically approved by the Engineer in charge, installation of conduits and lighting fixtures shall be commenced
only after all major services in that particular area have been completed. Location of lighting fixtures, switches and receptacles
shall be shown on the drawings and shall be relocated if required to suit the site conditions. 5A 3 pin / 15A 6 pin receptacles
with switches shall be provided on the light control switch boards. LP‟s shall be provided with labels indicating LP number and
O/ G CKT feeder numbers. LPs
The Contractor considering following Lux levels shall design lighting system: -

• Outdoor areas – 250 Lux, for Laboratory and Control Room, 200 Lux, for other areas, Outdoor areas – 50 Lux.
• Lighting shall be designed for controlling the Lux level in following way:
• Switches shall be provided to achieve 50% of the designed Lux level whenever required for Indoor as well as outdoor
areas.

xiii) Technical parameters

Contractor Witness Executive Engineer

117
No. Standard Description

1. Rated Voltage (with variants) 230 V +/- 10%

2. Incoming cable/ conduit fixtures Cable entry for HPSV/ HPMV lamps

3. Painting Vitreous Enamelled

4. Type – Outdoor Weather proof for outdoor fixtures

Outdoor Commercial for office areas and Industrial for


other areas

5. Earthling One Terminal Outside

Drawing and documents required for lighting fixtures technical catalogue with mounting and dimensional details and polar
curve be furnished.
xiv)Indian Standards.

Finish doors, trims and back boxes for surface mounted cabinets in finished area by applying a rust-resistant treatment
prime coat and a final coat of manufacturer‟s standard enamel or lacquer finish and give heat treatment. Galvanize all other
sheet metal components of cabinets including back boxes for flush cabinets, excepting non-ferrous metal parts or steel
parts provided with cadmium plating or equivalent protective plating.

Equip doors with concealed or semi-concealed hinges and with flush or semi-flush spring catch type flush cylinder locks.
Set cabinet doors flush into cabinet trim. Equip trim with adjustable clamps or other approved means to fasten trim to
cabinets. Fastening method shall permit adjustment for aligning the trim for surface cabinets shall be even with the
perimeter of the back box.

Do not use factory furnished knockouts with surface back boxes punch or drill required openings during installation.

xv) First Aid Box

Providing of First aid box as approved by St. John Ambulance Brigade/ Indian Red Cross conforming to IS 2217 : 1963

xvi) Safety Instruction Chart

Providing and fixing of safety instruction charts in panel room duly mounted on wooden frame with 5mm thick glass as one
in English and one in Hindi (approx front area 1.20 sq.mt)

xvii) Shock Treatment Chart

Providing and fixing of Shock Treatment Chart in panel room duly mounted on wooden frame with 5 mm thick glass one in
Hindi and one in English (approx front area 1.20 sq.mt)

xviii) Sand buckets


Providing of two sets (one in HT substation area and one in panel room) of 4 Nos 9.5 litre capacity GI bucket painted in post
office red colour with prior coat of red oxide paint and written with white paint FIRE and mounted on MS angle iron frame with
bracket of appropriate size & capacity i/c filing sand etc.

xix) Fire extinguishers


a) Providing and fixing of 4 Nos. 4.5 Kg capacity carbon dioxide (CO2) type fire extinguishers confirming to IS 2878:1976 and
cylinders fully charged complete as required.

b) Providing and fixing of 4 Nos. foam fire extinguishers portable type 9 lit capacity hanged on wall with bracket complete as
required.

xx) Civil works


All civil/ structural works, required for electrical installation is included in the contractor‟s scope. However some of the major
items are listed below:

• Foundations for lighting poles.

• Road Crossings by RCC pipes

• Excavation, cable protection bricks / tiles, sand filling, back filling etc. for directly buried cables and earthing conductors.

• Any other minor civil works required such as making openings in wall, floor etc.

• Built up trenches for Outdoor cabling


Contractor Witness Executive Engineer

118
• All openings made by the contractor for lying of conduit / cable / earthing strip etc. shall be made good at no extra cost.


• Only boundary wall (without entrance/main gate), staff quarters, path ways/ roads (except plinth protection of MPS & STP
structures) will be paid as per HSR items. All other components are included in lump sum job/items.

xxi) Pressure Gauges

S. No. Title Description


1 Instrument Pressure gauge
2 Type Bourdon Tube Type
3 Required Range As required
4 Dial size 150 mm
5 Process Connection ¾” BSP
6 Mounting Threaded on siphon
Siphon with needle valve arrangement for ¾” BSP connection
7 Accessories
socket and
pressure gauge
8 Application Water
9 Working Pressure 0-10 Kg/ cm2
10 Accuracy +/- 1.0% FSR
xxii) Level Switches
S. No. Title Description
1 Instrument Level switch
2 Type Magnetic Float type / Capacitance type
3 Process connection As per model selected
4 Accessories As per model selected
5 Application Sewer/ Clarified Sewer water.
6 Power supply 230 V AC, 50 Hz
7 Output Potential free contacts DPDT rated for 5A
8 Enclosure Weather proof, IS 2147 / IP 65
9 Accuracy +/- 1.0 % FSR

xxiii) Flow Meter / Transmitters (Ultrasonic/ Electromagnetic Type)


A flow meter/ flow transmitter (Ultrasonic type) shall be provided for measurement of raw effluent flow in open channel.
S. No. Title Description
1 Instrument Flow Transmitter
2 Type Ultrasonic Type, for water in open channel &pipe.
3 Static Pressure Range As required
4 Required Floe Range As required
5 Pipe ID As required
6 Process Connection As per model selected
7 Mounting Socket alongside sensor and bracket fabricated at site
Flange fittings as per model selected and gaskets suitable
8 Accessories
flange size
9 Application Water
10 Power Supply 230 V AC/ 50 Hz
11 Output 4 to 20 mA
12 Cable connection ½ “NPT
Multi stand Cu conductor, 1.5 sq mm with PVC ins screened
13 Cable Type
Armoured
14 Cable Glands ½ “NPT Double Compression in S.S.
15 Enclosure Weatherproof, IS 2147 / IP 65
16 Accuracy +/- 2% FSR

Contractor Witness Executive Engineer

119
xxiv) Site Calibration
All field instruments shall be calibrated at site under supervision of supplier‟s Engineer. Standard calibration procedures shall
be followed for calibration. All reference equipments such 25 pressure gauges, scales etc. shall be certified from authorized/-
approved agency. All such certification shall be in the scope of contractor. For all instruments standard calibration
documentation shall be prepared at the time of calibration. Calibration shall be performed in the presence of the Engineer-in-
Charge or his representative. The contractor shall do all recalibration till hand over of the plant. Guaranteed Power
Consumption Chart to be used for Transformer & DG set Rating.

xxv) Rubber Mats


c) Providing of Rubber Mats 1m x 2m x 3mm thick to withstand 15 KV dielectric strength as per IS 15652:2006 for HT
substation.
d) Providing of Rubber Mats 1m x 2m x 3mm thick to withstand 3.3 KV dielectric strength as per IS 15652:2006 for LT
Panel Room.

Contractor Witness Executive Engineer

120
SECTION – 8

GENERAL SPECIFICATION OF PAINTING WORKS

6.4.1 General
a) Scope
This specification covers the minimum technical requirements for the painting of all above ground piping, structures, and
equipment etc., installed by the contractor as per the scope of work explained earlier. The primer and finished paint
required to comply with the specifications will be procured and applied by the contractor.
b)Work

The work involves surface preparation and painting the inner/outer surface, as specified.

6.4.2 Specification
a) General
1) This specification covers the general requirements like surface preparation paint application, colour codes etc.

2) Paint selected shall be such that they should be able to withstand all weather conditions as well as atmospheric.
Engineer-in-charge shall approve all the paints that are used for work.

3) In all eases the primer coat „rush be applied within three hours after painting work.

b) Applicable Standards

The latest revision of the following standards–shall be followed for the painting work.

1) IS: 1477 - Code of the practice for painting.

2) IS: 2074 – Specification for ready mixed method of paint red oxide zinc chromate primer.

c) Colour Codes

Generally the Colour code selected for identification shall be as specified below. However, the
Engineer-in-charge shall be consulted before finalizing the shade scheme.

i) RCC water retaining structures/Tanks Natural Cement Colour


ii) Steel tanks Grey
iii) Structural steel support structures Black
(iv) Piping
1. Waste Water Grey-changing to Blue as per quality
2. Service water Dark Blue
3. Chemical solution lines Green
4. Sludge lines Brown
5. Air Sky Blue
v) Valves Red
(vi) Equipment
1. Motors Grey
2. Pumps Royal Blue
3. Hand Railing Black & Yellow

d) Material Specifications

The primer and finish to be used shall be in accordance with the specifications. Primer shall be of red-oxide zinc chromate
conforming to IS:2074. The paints used shall be uniform and of even consistency.

e) Surface Preparation

Contractor Witness Executive Engineer

121
The following methods shall be adopted for the surface preparation, with the approval of the Engineer-in-charge. All piping
structural steel shall be cleaned manually by wire brushes of by mechanical wire brushes.

• Any surface go be painted shall be quite dry and clean. It shall be free from rust, scale, sharp pits, butts, weld spatter,
flux, dust, grease, oil and other foreign material before paint is applied. All steel surface shall be freedom all loose mill
scale and removable rust.

• Solvent cleaning shall be adopted only in extreme cases, with the approval of Engineer-in-charge.

• All surfaces with show traces of oxidation after cleaning and before applying paint shall be cleaned again.

• No sharp scratches or cuts shall be made on the surface during cleaning operations.

• Hand Cleaning

• The Procedure of band cleaning consists of :

• Handling

• Hand scraping

• Hand wire brushing

• Other system with manual striking tools, rust, mill scale and other foreign matter classified al loose, shall be removed
by hammering, scaling of by any other hand striking tools or by a combination of the above methods. The impurities still
left over after the above wire brushing. On completion of the hand cleaning process, dust and other impurities shall be
removed from the surface by clean rags.

f) Paint Application
• Each paint coat shall be dry before applying the next coat. The drying time shall be as recommended by paint
manufacturer.
No outdoor paint shall tie done during the following weather conditions
Rain Fog
Humid conditions
0
Temperature of metal surface greater than 600 C
• All Wetted Parts requiring epoxy paint.
• Surface Treatment – on concrete surface dilute acid wash may be used in addition to wire brushing.
•Primer 2 coats of zinc rich / zinc chromate with a DFT of 25 microns/coat.
• Finish 2 coats of finish with a DFT (Dry Film Thickness) 250 – 300 microns, on all RCC water retaining structures.
•All other surfaces – Synthetic Enamel Paint
Primer 2 coats of zinc chromate with 25 microns DET per coat. Finish 2 coats of Synthetic enamel with total DET of 25
microns.
Method of Application
Primer coats shall be applied by brushing.
The preferred method for the finish coats is brushing or spraying. This shall be strictly following as per manufacturer‟s
recommendation. Air less spraying of epoxy shall be preferred.
Sufficient time shall be allowed between coats for through drying.
6.4.3 Inspection
Each coat shall be inspected and approved before the succeeding coat is applied. The thickness of each coat shall be as
per the specification.
6.4.4 Unit / Equipment Identification – Name Tags Painting
The name of the Equipment / Unit shall be tie indicated on the respective equipment/unit and the Flow direction with arrows
shall be indicated on the pipes.
The following size of lettering shall be stencilled on the pipe or equipment in such a way that the writings clearly & easily
visible from a maximum number of locations around the area.

Pipe dia etc Size of Letter in mm


Up to 25 mm 10 mm Above
Above 25 mm & up to 150 mm 30 mm
Above 80mm & up to 150 mm 40mm
Above 150mm & up to 250 mm 65mm
Above 300mm 100 mm
Equipments 100 mm

Contractor Witness Executive Engineer

122
SECTION – 9

OPERATIONS AND MAINTENANCE (FOR ENTIRE CONTRACT)


GENERAL

The entire scheme including open drainage system connected to MPS & Sewage Treatment Plant (STP), Rain water harvesting
of annexe and other buildings constructed by the Contractor will be operated and maintained by him for 5 Years period.
(including defect liability period of 1 year after the proper stabilization). While activities involved in the operation & maintenance
are given in subsequent paragraphs. It would be the responsibility of the Contractor to maintain the Plant, grassy lawns, trees
and flower beds in good condition with in the premises of STP /IPS. Apart from this, following will be the main tasks to be
executed at STP:

a) Operating the Plant with the design capacity maintaining the output quality.

b) Keeping the down time of any equipment as low as possible but at least below the desired level.

c) Maintaining all the Plant, Equipment and Tools and making necessary repairs.

d) Technical and administrative monitoring of the Plant.

e) The Laboratory for maintaining the overall performance of the Plant & those of any individual Units shall also be maintained
& staffed by the Contractor. He will be responsible for daily monitoring of the Plant in particular & any other Unit in general.

f) General Tests such as pH, BOD, COD, Suspended Solids etc. both for influent & effluent will have to be monitored on daily
basis while any other test such as VSS, TSS, MLSS, MLVSS etc. may also be required to be done routinely. Contractor will
be responsible for Manpower, Chemical Consumption & replacement of any broken Glassware.

g) The STP shall be maintained by following the specifications and directions given in Manual for Sewerage and Sewage
Treatment published by CPHEEO, New Delhi.

h) The details of minimum staff to be deputed by the Contractor for proper maintenance of the Plant are given under Clause
7.27 of this Chapter.

i) It is the sole responsibility of the successful bidder to operate the STP and get the effluent samples tested from the lab &
HSPCB/approved lab of HSPCB, at least once in a month. In case if the effluent sample is collected & tested by HSPCB
fault to comply with the new standards as prescribe in the contract agreement the successful bidder is liable for any legal
action by HSPCB as per provision of later (Prevention& control pollution ) Act, 1974.

j) The successful bidder will prepare operation and maintenance manual for the STP & entire scheme in consultation with the
technology provider and consent of the Engineer-in-Charge and will hand over the O&M manual to the Engineer-in-Charge
after expiry of the contract period at the time of handing over of the STP to the Department for its O&M.

7.2 Introduction

Maintenance comprises those operations which are well planned systematic programme of maintaining the Machinery by taking
appropriate steps to prevent breakdown well in advance before it causes major damage. This prevents wastage of time,
production loss and prolongs the life of Machine. This maintains better efficiency in the system and economizes the running cost
of the Plant. It can be classified as:

a) Preventive Maintenance which constitutes works and precautions to be taken to prevent breakdown and

b) Corrective Maintenance which involves carrying out repairs after breakdown.

Preventive maintenance is more economical than corrective maintenance and provides uninterrupted service which is essential
to achieve the basic objectives of treatment viz. protection of health of the community and prevention of nuisance.

The primary aim is the running and maintenance of the Plant efficiently and economically so that the effluent from the Plant
meets the prescribed standards in terms of pH/BOD/COD/TSS etc. laid down while discharging the effluent safely on land, or in
the water body.

The basic requirements of successful operation and maintenance of STP are:

 A thorough knowledge of Plant, Machinery and Equipments provided in the Effluent Treatment Plant and their functions.
 A thorough knowledge of the processes.

 Proper and adequate tools.

 Adequate stock of Spares and Chemicals.

Contractor Witness Executive Engineer

123
 Assignment of specific maintenance responsibilities to operating staff.

 Systematic and periodic inspection and strict adherence to servicing schedules.

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

 Overall supervision of Operation & Maintenance Schedules.

 Good housekeeping.

 Proper logging of all Operation& Maintenance activities.

 Observation of safety precautions & procedures.

 Provision for water supply for drinking and other uses.

The various Units of the Plant are designed for maximum efficiency within a certain flow range and input effluent quality. Close
control and co-ordination of operation of different Units are therefore, required within the limits of design so as to achieve
maximum efficiency. Hence, accurate measurements of flow of raw effluent, treated effluent and sludge are required. For this
purpose, Flow Measuring Devices and Meters are provided to guide the Operator in his supervision and obtain data for
progressive improvement. For quality control, analysis of raw effluent, sludge, digested sludge etc. as they pass through different
Units of the Treatment Plant and of the treated effluent should be carried out on a regular basis. Proper recording of data is
essential for an accurate assessment of deficiency of operation. On the chemical side, dosages must be closely and accurately
proportioned to the varying rates of flow of influent and sludge based on analysis.

Better plant operation is possible only when the Operating, Maintenance and Laboratory Staff is fully conversant with the
characteristics and composition of raw effluent handled and the results achieved during each State or Unit of the treatment
process.

Operation and Preventive Maintenance of several Treatment Units and the frequency of cleaning, lubrication of mechanical
equipments etc. are to be strictly adhered to if optimum results are to be expected.

7.3 Operation & Maintenance Services

The Operation and Maintenance Services of MPS & Sewage Treatment Plant (STP) shall be made according to the following
specifications: -

a) Maximum Downtime

The Plant shall never be operated at less than 50% of its design capacity due to maintenance and repair reasons. The period of
50% operation shall not exceed more than two consecutive days and not more than three days in a week. The maximum
downtime to the whole Plant shall not exceed more than 8 continuous hours. The periods for repairs and maintenance have to
be communicated to PHED at least one month in advance.

b) Operation of the Plant

The Plant shall be operated according to the rules and procedures laid down in the Operation & Maintenance Manual as required
according to the required raw effluent characteristics of the STP. The Plant must be in a position to work at the design and
overload capacity at any time and to produce the design / overload output.

c) Carefulness and Cleaning

The Contractor and his staff have to ensure a maximum of carefulness in the operation and maintenance of the Plant. At any
time, the Plant and its equipment and surroundings have to be kept clean and proper.

d) Preventive maintenance frequency

The preventive maintenance will be made according to the Preventive Maintenance Schedule of the Plant. Short term specialists
of the Contractor for special maintenance tasks may reinforce the regular staff. The operation, maintenance and repair shall be
made with the help of the equipment and tools available at the Plant, backed-up and completed with the facilities of the
Contractor at his HQs or brought to the Plant by him temporarily for a special maintenance.

e) Repairs

Repairs shall be made as and when needed on the spot or at the Contractor‟s Workshop has to be defined in co-ordination with
the PHED and according to the status of the spare parts availability.

f) Spare Parts

Contractor Witness Executive Engineer

124
The Contractor has to keep reasonable stock of Spare Parts so that the downtime of equipment can be kept in the limits. The
content of the stock has to be approved by PHED.

Mandatory Spares
Following minimum spares needs to be maintained all the times at the site during entire period of O&M:-
Sr. No. Equipment Spares Quantity
1 Air Bowler Suction air fitter 1 Set
V-Belts 1 Set
Pulleys 1 Set
2 Cetrifuge: Solid bowl type O ring Seal ring 1 Set
3 Chlorination system Auxiliary valve 1 Set
Manifold valve
Pressure gauge
Pressure switch
Copper tube
Vacuum tube
Vent tube
4 Valves Valves 10% or minimum 1 no. of each type
5 Motorized Actuators Limit switches 1 Set of each type
6 Electrical SFU 1 Set of each type/ rating
MCB
MCCB
Relay
Contactor
Terminal
Cable Glands
Cable lugs
7 Instruments Sensor Transmitter 1 Set of each type
8 PLC SMPS I/O Cards 1 Set 10% of each type
9 Other Gaskets 1 Lot
Hardware
Fittings
In addition to above any other spare part is required for any installed equipment, then contractor shall procure these items
immediately , the equpment shall not be kept under maintenance for more than 7 days

g) Transportation

All necessary transports shall be arranged and made by the Contractor at his own costs.

h) Supply and use of consumptive items part of contractors rates and provision of Diesel Reimbursement

All the consumable for laboratory testing & running of Electrical / Mechanical items including Lubricants etc., shall be arranged
by the contractor except Electric Power and diesel and no extra cost will be paid. Only the cost of diesel shall be reimbursed
by the department at prevailing rates on actual consumptions basis to the calculated from the hour meter of the generator. The
electric power shall also be supplied by the department during trial run period, defect liability period for one year & 5 years
thereafter. The coagulants chlorine gas for treatment purposes and polyelectrolyte‟s to be injected before centrifuge and all
other consumptive items shall be supplied and injected by the contractor and cost of which shall be part of their rates and cost
of diesel only will be reimbursed as above.

7.4 Buildings

Building should be well ventilated and illuminated. They should be maintained and kept in good repair, white or colour washed ,
metallic parts being painted annually. The effect of corrosive gases could be minimized by proper ventilation, proper collection
and disposal of corrosive gases and painting the structures which are prone to be attacked by the gas, with anticorrosive paints.
Dampness inside buildings could be reduced by proper ventilation. Wherever necessary, exhaust fans and forced ventilation

Contractor Witness Executive Engineer

125
should be adopted. Anti-termite treatment inside all the buildings and foundation of the building will be done by the contractor
and the cost of which shall be part of their rates.

7.4.1 Anti termite Treatment (using Aldrin)

(a) Preconstruction Work:


Providing and injection chemical emulsion for pre-constructional anti termite treatment and creating a chemical barrier under and
around the column pits, wall trenches basement excavation, top surface of plinth filling junction of wall and floor along with the
external perimeter of building, expansion joints surrounding of pipes and conduits etc. complete (plinth are of the building at
ground floor only shall be measured) Aldrin Embulsiflable concentrate 0.5%).
(b) Post Construction Work
• Along external wall where the apron is not provided using chemical emulsion at the rate of 7.5 liters per sqm of the
vertical surface of the substructure to a depth of 300 cm including excavation channel along the wall and roading etc.
complete.

• Along the external wall below concrete or masonry apron using chemical emulsion @ 2.25 litres per liner metre
including drilling and plugging holes, etc. in apron.

• Treatment of soil of existing floors using chemical emulsion @ one litre per hole. 300mm apart including drilling and
plugging 12mm dia holes with cement-mortar 1 : 2 (1 cement : 2 coarse sand) to match the existing floors.

• Of voids in masonry using chemical emulsion one litre per hole, at 300mm intervals including drilling holes at 45 and
re plugging : them with cement-mortar 1 : 2 (1 cement : 2 coarse sand).

7.5 Equipments

The Operator should maintain a book of Catalogues supplied by the Manufacturers containing instruction sheets of all
equipments. In addition, printed or written Operating and Maintenance Schedules should be displayed near each equipment in
the language understood by all operating staff.

Lubrication Schedules, Cleaning and Painting Schedules, Checks for efficiency, leaks and wear and tear and testing of Safety
Devices should be followed strictly according to manufacturer‟s instructions.

All Metering Devices such as Weirs and Float Gauges should be maintained in proper working condition including calibration.
Charts should be changed at the same hour every day. Records maintained should show total maximum and minimum rates
of flow.
Operating, lubricating and maintenance instructions for all Pumps and other mechanical equipments should be strictly followed.
Special attention should be given to maintaining Pumps in an efficient operating condition, free from clogging, excessive friction
or entrance losses and abnormal power consumption due to wear and tear. Water level in the Wet Well should not be lower than
the minimum designed level and all accumulation of grease and other deposits removed promptly. Floats and sequence switches
controlling the pumping cycles should be examined at the beginning of each shift. All Pumps including standby pumps should be
operated in rotation so that the wear and tear is distributed evenly. All bearings, motors and electrical control equipment should
be inspected daily for any over-heading. The manufactures directions for operation and lubrication should be strictly followed.
Packing glands should be checked for over-tightening. When pumps may have to be operated automatically time interval
between start & stop, should not be less than 5 minutes. A reversing switch shall be installed for dislodging the clogging
materials. This can also be achieved by taking the backflow from the header main. Chlorination equipment should be properly
housed and reserve supply of cylinders, valves, gaskets etc. should always be available. Valves and piping should be regularly
checked for leaks. Leaks should be attended to as per the instruction in the manufacturers catalogues. Chlorine cylinders should
be kept on scales and the weight read each day as a check for the amount of chlorine used. Gas masks must be used while
attending to chlorine leaks. Operation records should show the volume of sewage chlorinated, rate of application of chlorine,
residual chlorine in the plant effluent and the amount of chlorine consumed each day. In case of severe chlorine leakage,
arrangement should be provided for dumping chlorine cylinder in lime tank to nullify its effect in the atmosphere.

7.6 Safety in the Plant

The work of an Operator in a STP presents many hazards that must be guarded against. Common type of accident is injuries
from falls, deaths from drowning and asphyxiation. Narrow walks or steps over tanks (particularly in darkness, rains and wind)
ladder and spiral staircases are potential danger spots where the operator should be alert; overexertion during operation of

Contractor Witness Executive Engineer

126
valves, moving weights and performing other arduous tasks should be avoided. All open tanks should be provided with guard
rails to prevent accidental falls. Glass parts as well as moving parts should be protected by screen or guards. Adequate lighting
within the plant and around the plant should be provided which gives better working facility reducing accidents on account of
slipping etc. Honeycomb grating be provided on open channels to avoid accidents on account of falling down or drowning. The
staff should be trained and compelled to use helmets, gumboots, hand gloves etc. Wherever necessary, precautionary
boards/danger boards/sign boards should be displayed in the plant (wherever necessary), drawing attention to the potential
danger spots. Gas poisoning, asphyxiation and gas explosion are other hazards. Hence smoking or carrying open flames in and
around digesters should be prohibited. Coveredtanks, wet wells or pits should be well ventilated. Before entering, they should be
kept open for sufficient time or preferably forced ventilated as the present problems of asphyxiation. Entry into them should be
permitted only after ensuring the safety by testing for the presence of hazardous gases. Gas masks should be stored in location
where no possibility of contamination by gas exists and should be easily accessible. A first aid kit should be available read ily at
hand. Fire extinguishers of the proper type should be located at strategic points and maintained in good operating condition at all
times by testing them.

All staff should be trained in rendering first aid and operating fire extinguishing equipment. Adequate number of toilets and
bathing facilities, drinking water facilities and locker should be provided for the convenience of operating staff and protection
from risk of infection. Earthing facilities and canteen should be maintained hygienically.

All workers should be compelled to observe personal, hygiene such as washing with soap after work as well as washing
before taking food. The use of antiseptics along with washing should be emphasized. The employees should be medically
checked after every six months especially for eye sight, hearing, indigestion, mental capability, T.B. Diabetes, heart troubles
etc.

7.7 Training of Personnel

All operating staff engaged in technical and skilled work should be trained. This plant is to be headed by a plant
superintendent who should have the necessary training with considerable experience in effluent treatment. All junior operation
staff should receive in service training. It is desirable that all components of STP are run and maintained by operators who
hold certificates of competency. The person who would be looking after the maintenance and operation of the plant should be
preferably involved in the activities at the time of design, procurement and installation including inspection of equipment at
manufacturer‟s place and their test and trials on completion of system. The operation and maintenance staff should undergo
training and refresher courses from time to time as to keep them conversant with the latest technological advances in the field.
The staff should also be encouraged by sending them to other similar plants. They should also be provided with well-equipped
library for references and also be sent for higher studies. The contractor would impart necessary training to the designated
PHED staff for taking over and carrying out proper maintenance after the expiry of his contract. The training shall be imparted
in a training institute as well as at the field. The total training shall not be less than 6 months.
7.7.1 Recording and Reporting

All operating records of the various treatment units in a plant should be properly compiled on a day-to-day basis and daily,
monthly and yearly reports prepared, maintained and periodically reviewed. These reports will form a valuable guide to better
operation and serve as an important document in the event of a legal suit resulting from nuisance or danger attributed tothe
plant or for meeting the statutory requirements about the satisfactory performance of the plant, computers should be used for
storing and compiling such voluminous information and to have easy access for prompt information when called for. This
would also help in reviewing the performance of the various equipments and plant as whole.

7.8. Operations

a. Daily Operations of MPS & Sewage Treatment Plant (STP)

The Contractor shall carry out all facility operation and waste water disposals operations indicated below; in accordance with
Good Operating Practices, as set out in this Contract. The Facility operation and waste water disposal operations shall include,
but not be limited to the following:

Operating Sewage Treatment Plant to maintain the quality of treated effluent within the standards prescribed in the Tender,
operate electrical equipment during power failures by operating generators, operate the Centrifuge for sludge drying and treat
incoming effluent at prescribed standards through optimal dosing.

Carrying out daily cleaning of grit channels and removal of screenings and disposal of floating matter in grit dewatered sludge
out of premises. Carrying out continuous flow measurements of treated & untreated effluent and recording the same online /
offline. Collecting samples of influent and effluent and analyzing them daily to determine the quality of effluent and performance
of the treatment plant and providing security for facilities and system at all times.

b. Contingency Plan

Contractor Witness Executive Engineer

127
Developing and implementing contingency plans in respect of responses to natural disasters, periods of power failure, storm
water inflow into sewers during monsoon, de-silting of units of treatment plants, constraint operations or other similar
emergencies to maintain the quality of treated effluent.

c. Energy Audit

The Operator shall take all necessary measures to minimize the power consumption in carrying out its operations. The energy
audit operations shall include, but not be limited to the following.

Reducing electricity consumption by regulating equipment operation through suitable modifications to the operating schedules.
Maintaining power factor and demand to avoid penalty installing more efficient pumping equipment and following better
maintenance practices for electrical installation.

d. Repairs and Maintenance (in MPS & STP premises)

The Contractor shall carry out preventive, routing maintenance and break down maintenance Operations for proper upkeep of
plant in accordance with good operating practices. The following items shall be included in such maintenances.

i) Machinery and Equipments at MPS & STP

Dewatering and de-silting of sludge Sump, chlorination Tank, chemical dosing tanks at least twice a year as per approved
programs and disposal of silt.

Cleaning and maintaining all rising mains/sewers in the plant area at least four times a year.

Repairing and replacing damaged pipes, fittings and valves for suction and delivery pipe. Repairing and replacing pump
impellers, body, bearings shafts column pipes.

Repairing and replacing motors

Repairing and replacing starters, circuit breakers, capacitors Repairing and replacing vanes and/or gears of agitators

Repairing and replacing transformer.

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

ii) Building and Civil Structures

Water proofing leaking roofs of the Buildings.

The preventive and routine maintenance shall include all repairs and provision of spares material and tools required for these
repairs. The Contractors shall also carry out breakdown maintenance and repairs. The labour, tools and plant, spares shall be
arranged by the Contractor. The following spares shall be the respective responsibility of the Contractor and the Employer
during preventive routing and breakdown maintenance.

7.9. Advice Early Warning:

The Contractor is to warn the Engineer at the earliest opportunity of specific likely future events or circumstances that may
adversely affect the operations or the condition of the facilities and / or system. The Contractor shall cooperate with the
Engineer in making and considering proposals for how the effect of such an event or circumstances can be avoided or
reduced and in carrying out any resulting instruction of the Engineer.

The Contractor shall also advise the Employer from time to time, on improving the quality of operations, reduction in water /
energy losses and betterment practices.

7.10. Replacing

The Contractor shall utilize the office space, provided by the Employer to establish its monitoring and reporting office along
with computer and peripherals. It shall also obtain a telephone connection and maintain the same through the Contract period.
All data transfers and updates made to the Employer shall be affected through the said telecommunications medium.

The Contractor shall carry out all reporting indicated below and as set out in this Contract. The reporting shall include, but not
be limited to the following

Contractor Witness Executive Engineer

128
Daily summary of Operations at Sewage Treatment Plant – A daily report of operation of the diffuses, agitators, and other
equipment at the effluent treatment plants providing information on the quantity of effluent treated, hours of operation of
equipment, energy consumed and use of chemicals.

Effluent Quality Monitoring – A daily report monitoring the quality of raw and treated effluent through the analysis of samples.

Sewer / Storm Water Drains / wet well & other units etc. Monthly cleaning report sewer / storm water drain de-silted and
record of silt disposed at disposal sites.

7.11. Engineer-in-charge Responsibilities

The Employer shall be responsible for procuring obtaining and maintaining Employer Clearances required, however that the
Contractor shall be responsible for maintaining the conditionality of any such clearance, if such maintenance falls within the
purview of the Contractor.

The Employer shall supervise the Contractor‟s Operations at all times and notify the Contractor of any defects that are found.
Such checking shall not affect the Contractors responsibilities. The Engineer-in-charge may instruct the Contractor to search
for a defect and to uncover and test any work that the Employer considers may have a defect.

The Employer shall be responsible for:

Treated effluent testing charges from State PCB, if required.

Maintaining administrative control over the personnel, facilities and system.

7.12. Contractors Responsibilities

The Contractor shall maintain properly and keep intact all assets / works/facilities / system of the Employer throughout the
Contract period and shall hand over the same in good working condition at the end of the Contract. The Contractor shall not
modify or alter any operations regarding the facilities and / or system without prior written permission of the Employer or its
representative.

The Contractor shall procure all spare parts required for the maintenance of equipment excluding those to be supplied by the
Employer. The Contractor shall warrant to the effect that all the spares shall be procured from the authorized sources and be
of the best quality and fit for the purpose for which it is being used.

The Contractor is expected to carry out the work in such a manner as not because any damage to public property on account
of negligence or otherwise. The Contractor shall be fully responsible for making good the damages so caused by him entirely
at his own cost.

The assets / works / facilities / systems of the Employer shall be at the risk and in the sole charge of the Contractor and it shall
be responsible for making good any loss or damage there to arising from any cause whatever including that due to a theft or
robbery.

The Contractor shall provide adequate engineering equipment, maintenance staff, inventories plant and machinery and all other
things, whether of a temporary or permanent nature required for carrying out operations under the Contract.

The Contractor shall carry out its Operations, so far as compliance with the requirement of the Contract permits, so as not to
interfere unnecessarily or improperly with:

The convenience of the public

The access to use and occupation of public or private roads and footpaths to or of properties.

Permissions: The Contractor shall obtain all required permissions, sanctions clearances andpermits for carrying out its
Operations, including Contractors clearances and shall be fully responsible for carrying out the operations in a safe and secure
manner, consistent with the law of the land, laws and regulations regarding such facilities and / or System and directives of any
Authority and planning permissions.

Safety: The Contractor shall be responsible for the safety of all activities on the site and shallbe absolutely and solely
responsible for any and all kinds of injuries or damages to persons and property of any description whatever may be caused by
or result from the operations carried out, whether these may have been carried out skillfully and carefully and strictly in
conformity with the provision of the specifications or not.

Contractor Witness Executive Engineer

129
Discoveries: All fossils, coins, articles of value or antiquity and structures and other remainsor things of geological or
archaeological interest discovered on the Site shall as between the Employer and the Contractor, be deemed to be the absolute
property of the Employer. The Contractor shall take reasonable precautions to prevent its workmen or any other persons from
removing or damaging any such article or thing and shall, immediately upon discovery thereof and before removal, acquaint the
Engineer of such discovery and carry out the Employer instructions for dealing with the same.

The Contractor shall be responsible for payment of reinstatement charges for roads, footpaths and land as per the Employer‟s
rates.

The Contractor shall take full responsibility for the adequacy stability and safety of all Site operations.

7.13 Staff & Labour:


A. Engagement of Staff & Labour

The Contractor shall employ skilled, semi-skilled and unskilled labour in sufficient numbers to carry out its operations at the
required rate of progress and of quality to ensure workmanship of the degree specified in the Contract for timely fulfilling o f the
Contractor‟s obligations under the Contract and to the satisfaction of the Employer.

The Contractor shall not employ in connection with the operations any child who has not completed his/her fifteenth year of age.
It shall also not employ an adolescent who has not completed his / her eighteenthyear unless he/she is certified fit for carrying
out operations as an adult as prescribed under clause b) of such section (2) of Section 69 of the factories Act 1948.

The Contractor shall provide its staff, a minimum of two sets of uniforms with the titles the Employer inscribed on the back and
subject to approval of the Employer. Each worker on duty shall wear a clean uniform whenever on duty.

The Contractor shall be required by the Engineer deliver to it, to such forms and at such intervals as the Engineer may
prescribed a return showing the numbers of the several classes of staff employed by the Contractor on the site and such other
information as the Engineer may require.

If the Employer asked the Contractor to remove a person who is a member of the Contractor‟s staff stating the reasons, the
Contractor shall ensure that the person leave the site within seven (7) days and has no further connection with operations under
the Contract.

At all times during continuance of the Contract, the Contractor and its sub-contractors shall abide by all existing and future labour
enactment and rules made there under, regulations, notifications and bye-laws of the Central, State or Local Government. The
Contractor shall keep the Employer indemnified in case any action is taken against the Employer by any Authority on account of
contravention of any of the provisions of any Act or rules made there under, regulations or notifications including amendments.

If the Employer is caused to pay or reimburse such amounts as may be necessary to carry or observe, or for non-observance of
the provisions stipulated in the notifications/bye-laws/acts/rules/regulations including amendments if any, on the part of the
Contractor and in connection with labour enactment, the Engineer shall have the right to deduct any money due to the
Contractor including its amount of security deposit. The Engineer shall also have the right to recover from the Contractor, any
sum required or estimated to be required for making good the loss or damage suffered by the Employer.

B. Contractor’s Superintendence

The Contractor shall provide all necessary superintendence while carrying out its operations and as long thereafter as the
Employer may consider necessary for the proper fulfilling of the Contractor‟s obligations under the Contract. The Contractor
shall nominate a competent and authorized representative (Contractor Representative) approved by the Engineer-in-Charge
and that may be withdrawn any time. The Contractor‟s Representative shall give its whole time to the superintendence of the
operations. The Contractor‟s Representative shall receive, on behalf of the Contractor, instructions from the Engineer which
shall be deemed received by the Contractor.

C. Contract Performance Review and Progress


Management Meetings:

Either the Employer or the Contractor may require the other to attend a management meeting. The business of a management
meeting shall be to review the plans for remaining Operations and to deal with matters raised in accordance with any advice.
The Employer shall record the business of management meetings and is to provide copies of its record to those attending the
meeting and to the Employer either at the management meeting or after the management meeting and stated in writing to all
who attended the meeting.

The Employer may instruct the Contractor to rectify defects and deficiency in its Operations. Alternatively, the Employer shall
carry out the operations on its own and deduct the amount incurred in attending to such defaults from the next payment due to
Contractor Witness Executive Engineer

130
the operation. The deduction of such damages shall not relieve the Contractor from its obligations to carry out the operations,
or from any other of its obligations and liabilities under the Contract.

Notwithstanding anything stated above:

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

7.14 Intellectual Property & Confidential Information

The Parties agree that all details, plans, manuals documentation, specifications, schedules, programs, reports, calculations
and other work relating to the Facilities and / or Systems and the provision of operations pursuant to this Contract (hereafter
referred to as “Proprietary Material”) which have been or are hereafter written, originated or made by any of them or any of
their respective employees, sub-contractors or agents and by the persons related to the Contractor in connection with this
Contract shall be owned by and be the property of the
Employer. The determination of information as Proprietary Materials shall be made at the sole discretion of the Employer.

The Contractor shall have an irrevocable royalty-free, non-exclusive license to use the Proprietary Material during the term of
this Contract for all purposes connected with fulfilling its obligations hereunder. However, this license shall not be transferable
to any party other than to a permitted assignee under this Contract. Such license shall not continue after the suspension or
termination of this Contract or the discharge by the Contract of its duties hereunder.

7.15 Confidentiality

The Contractor shall cause the persons related to the Operator not to, without the prior written consent of the Employer, at any
time, divulge or disclose to any person or use for any purpose unconnected with the operations, proprietary material under this
contract. This shall not apply to information.

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

 Already to the possession of the receiving party before it was received from the office party in connection with
this Contract and which was not obtained under any obligation of confidentiality; or

 Obtained from a third person who is free to develop the same and which was not obtainedunder any obligation
of confidentiality.

The Contract shall, whenever required take necessary steps to ensure that all persons employed by it, under this Contract
comply with the Indian Official Secrets Act 1923 (XIX of 1923) and agree that it applies to them and shall continue to apply
even after completion of this Contract.

No photographs of the Facilities or System or any part there of or equipment employed thereon shall be taken or permitted by
the Contractor to be taken by any of its employees or any employees of its sub-Contractor without the prior approval of the
Engineer in writing and no such photographs shall be published or otherwise circulated without the approval of the Engineer in
writing.

The Employer shall use its best efforts to ensure that the confidential proprietary information relating to the Contractor is not
made public. However, the Employer shall not be liable in any manner whatsoever in case such information becomes public.

7.16 Assignment

The Contractor shall not subcontract the whole of the operations or a substantial part thereof. Except where otherwise
provided by the Contract, the Contractor shall not subcontract any part of the operations without the prior consent of the
Engineer. Any such consent shall not relieve the Contractor from any liability or obligations under the Contract and it shall be
responsible forthe acts, defaults and neglects of any subcontractor, its agents, servants or workmen as fully as if they were the
acts, defaults or neglects of the Contractor, its agents, servants or workmen.

The Contractor shall not be required to obtain such consent for:


The provision of labour or
The purchase of materials specified in the Contract.

In the event of a Subcontractor having undertaken towards the Contractor in respect of the work executed or the goods,
materials, plant or operation supplied by such Subcontractor, any continuing obligation extending for a period exceeding that the
Contractor Witness Executive Engineer

131
of the Contract period under the Contract, the Contractor shall at any time, after the expiration of such period assign to the
Employer, at the Employer‟s request and cost, the benefit of such obligation for the unexpired duration thereof.

7.17 Default of Contractor

7.17.1 Event of Default

At any time after the Commencement Date, the Engineer may investigate each case where the Contractor has failed to properly
perform the operations in accordance with this Contract. The Engineer shall issue a notice to the Contractor, instructing him to
rectify the failure within a reasonable time.

a) In event of default on the part of the Contractor being unable to fulfil its services obligations under the Contract shall be
deemed as a serious default and is said to have occurred due to any of the following causes.

b) The Engineer certifies to the Employer with a copy to the Contractor that in its opinion the

Contractor

 Has repudiated the Contract or

 Without reasonable excuse has failed to commence Operations in accordance with the Contract and pursuant to the
Commencement date; or failed to complete the Operations within the time stipulated for completion.

c) Gross misconduct of the Contractor.

d) Despite previous warning from the Engineer, in writing, is otherwise persistently or flagrantly neglecting to comply with any of
its obligations under the Contract.

e) Contractor persistently fails to follow good operating practices in execution of the Contract.

f) If the Contractor changes the use to which any part or whole of the Site is put or initiates a variation without the required
approval of the Engineer.

g) The Contractor stops providing the operation for one day and the stoppage has not been authorized by the Engineer.

h) The Engineer gives notice that failure to correct a particular defect is a fundamental breach of Contract and the Contractor
fails to correct it within a reasonable period of time determined by the Engineer.

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

j) The Contractor does not maintain a security which is required.

k) The Contractor, in the judgement of the Employer has engaged in Corrupt Practices fraudulent Practices in competing for or
in carrying out the Operations under the Contract.

l) If the Contract fails to obtain or keep in force the insurance requirements under this Contract.

m) The Contractor (in case of a consortium) has modified the composition of the consortium and/or the responsibility of each
member of the consortium without prior approval of the Employer.

n) The Contractor is enable to maintain the composition and structure of its organization due to any of the following causes:

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

A receiver, administrator, trustee or liquidator is appointed over any substantial part of its assets and

Any act is done or event occurs with respect to the Contractor or its assets which under any applicable law has substantially
similar effect to any of the foregoing acts or events.‟

7.17.2 Consequences of Default

a) If a default by the Contractor is said to have occurred pursuant to the Employer may after giving three days notice to the
Contractor enter upon the Site, the facilities and / or system and terminate the Contract without thereby releasing the
Contractor Witness Executive Engineer

132
Contractor from any of its obligations under the Contract, or affecting the rights and authorities conferred on the Employer by
the Contract. The Employer may use so much of the Contractor‟s equipment, temporary works and materials as it may think
proper.

b) If the Contract is terminated because of an Contractor‟s event of default, the Employer shall be entitled to invoke the
Security Deposit and carry out the Operations through a successor Contractor or departmentally and at the risk and cost of
the Contractor. If the total amount due to the Employer exceeds any payment due to the Contractor the difference shall be a
debt payable to the Employer.

c) If the Contract is terminated because of an Contractor‟s event of default, all materials on the site, plant, equipment and
temporary works shall be deemed to be the property of the Employer.

d) Unless prohibited by law, the Contractor shall, if so instructed by the Engineer within 3 days of such entry and terminated
referred to, assigns to the Employer the benefit of any Contract for the supply of any goods or materials or operations which
the Contractor may have entered into for the purposes of the Contract.

7.17. 3 Default of Employer

Events of Default

a) An event of default on the part of the Employer, affecting the performance of the Contractor‟s operations shall be deemed
to have occurred due to any of the following causes.

b) The Employer does not give access to part of the Site by the commencement date.

c) The Employer does not make a payment certified by the Engineer within 90 days from the day of receipt of the Engineer‟s
Certificate.

d) The Engineer instructs the Contractor to stop providing the operations and the instruction is not withdrawn within 3 days
and

e) The Employer is in breach of any law or statute governing this Contract.

7.18 Consequences of Default

1) Pursuant to the Contractor may terminate its employment under the Contract by giving notice to the Engineer – in –
Charge. Such termination shall take effect 14 days after giving the said notice.

2) If the Employer, before the expiry of the above notice period, or immediately thereafter removes the cause of its default,
the Contractor‟s entitlement shall lapse in respect of such defaults, and the Contractor shall continue with / resume
normal working as soon as is reasonably possible.

7.19. Risks, Indemnification's & Insurance

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

B. Indemnification
1) The Contractor shall indemnify and keep indemnified the Employer against all losses and claims for injuries or damage to
any property whatsoever which may arise out of or in consequence of the operations and against all claims, demands,
proceedings, damages, costs, charges and expenses whatsoever in respect of or in relation thereto.

2) The Contractor shall at all times indemnify the Employer against all claims, damages or compensation under the provision
of:

 Payment of wages Act 1936


 Minimum Wages Act 1948

 The Employers Liability Act 1938

 The Workmen‟s Compensation Act 1923


 Industrial Dispute Act 1947.

Contractor Witness Executive Engineer

133
 Indian Factories Act 1948 and

 Maternity Benefit Act 1961.

Or any modifications thereof and rules made there under from time to time or as a consequence or any accident or injury to any
workman or other persons in or about the Operations, whether in the employment of the Contractor or not save and except
where such accident or injury have resulted from any act of the Employer, their agents or servants and also against all cost,
charges and expenses of any suit, action of proceedings arising out of such accident or injury and against all sum and sums
which may with the consent of the Contractor be paid to comprise or compound any such claim without limiting its obligations
and liabilities as above provided. The Contractor shall insure against all claims damages or compensation payable under the
various acts mentioned above or any modifications thereof or any other law relating thereto.

C. Insurance

The Contractor shall provide in the joint names of the Employer and the Contractor insurance cover from the Commencement
date to one year beyond the end of the Contract Period for the Contractor‟s risks covering:

 Loss of or damage of property (except the Facilities, System and Equipment) in connection with the Contract.

 Personal injury or death; and

 The Contractor‟s All risk (CAR) Insurance Policy.

 The covers shall be obtained from the Directorate of Insurance, Maharashtra State only.
 The Contractor may at its own discretion provide for the following insurance covers.

 Loss or damage to the Facilities and / or System and Loss of or damage to equipment.

 Such cover may be taken either from the Directorate of Insurance, UP State or from any

other Insurance company with the approval of the Employer.

The Contractor shall deliver policies and certificates to the Engineer for an approval before the Commencement Date. All such
insurance shall provide for compensation to be payable in the types and proportions of currencies required to rectify the loss or
damage incurred.

If the Contractor or any of its Subcontractors does not provide any of the policies and certificates required, the Employer may
affect the insurance, which the Contractor should have provided and recover the premiums the Contractor has paid from
payments otherwise due to the Contractor or, if no payment is due, the payment of the premiums shall be a debt due to the
Employer.

Alterations to the terms of insurance shall not be made without the approval of the Engineer and both parties shall at all times
comply with any conditions of the insurance policies.

7.20 Force Majeure


A. Force Majeure Events

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

• War, invasion, mobilization, requisition or embargo;


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

• Contamination by radio-activity from any nuclear fuel or from any nuclear waste from the combustion of nuclear fuel
radioactive toxic explosive or other hazardous properties of any explosive nuclear assembly or nuclear component of
such assembly.

• Riot commotion or disorder, unless solely restricted to employees of the Contractor or of its Subcontractors;

• Floods and any other calamity resulting from climatic imbalances and Provided always that such events are beyond the
control of the parties and have a materially adverse effect on the operations.

Contractor Witness Executive Engineer

134
• The Contractor shall be under no liability whatsoever in consequence of any of the Force Majeure events referred to in
this clause whether by way of indemnity or otherwise.

Both parties shall be released from further performance pursuant to any Force Majeure events occurring outside the control of
both parties and extending for a period greater than 180 days. If the Contract is frustrated by a Force Majeure event, the
Employer shall certify that the Contract has been frustrated. The Contractor shall make the site safe and stop operations as
quickly as possible after receiving this certificate.

7.21 Consultation and Duty to Mitigate

For so long as the period of Force Majeure is continuing the affected party shall consult with the other parties on the period and
effect of the Force Majeure event, and the affected party shall use all reasonable endeavours to alleviate its effects on the
performances of its obligations under this Contract. The other party shall afford reasonable assistance to the affected party to
alleviate the effect of the Force Majeure event on the performance by the affected party of its obligations under this Contract.
The affected
Party shall use its best efforts to continue to perform its obligations hereunder and to correct or cure the same during the
subsistence of such Force Majeure Event.

7.22 Consequences of Force Majeure

If and to the extent that any of the Force Majeure events listed above results in loss or damage to the Facility and / or System
the Contractor shall promptly give notice to the Employer. The Employer may direct the Contractor to rectify this loss or
damage to the extent required by the Employer at costs to be mutually agreed between the parties. The Contractor shall
expeditiously rectify the loss or damage and shall be entitled to payment of such costs. In the event that the parties are not
able to reach an agreement on the cost of rectification, the Employer may cry out the rectification works by itself or through
any agency nominated by it. The Contractor shall provide all cooperation required to complete such rectification expeditiously.

7.23 Resumption of Performance

When the affected party is able to resume performance of its obligations under this Contract, it shall give to the other party a
written notice to that effect and shall promptly, and in any event within 3 days resume performance of its obligation hereunder:

The obligations and liabilities of the parties under this Contract would continue as long as Force Majeure event does not
impede the performance.

There shall be no penalty / liquidated damages applicable in the period of subsistence of a Force Majeure.
7.24 Taking over Process

At the end of the Contract period and subject to the provisions or its earlier terminations except on account of default of the
Contractor, the Contractor shall request the Engineer to take over the Facilities and / or System. The Employer shall take over
the facilities and / or System within 7 days of such a request being made. The Contractor shall:
Cease all further operations except for such operations as may be necessary and instructed by the Engineers‟ Representative
for the purpose of making safe or protecting those parts of the Facilities and / or System and any operations required to leave
the Site in a clean and safe condition.

Hand over all documents and supplies for which the Contractor has received payment and Remove Contractor‟s equipment
which is on the Site and repatriate its entire staff and labour from the site.

Provide adequate training to ensure complete transfer of technology of entire operation & maintenance of systems/automation
etc. to the successor Contractor to the satisfaction of the Engineer.
The Contractor shall supply to the Engineer a detailed account of the total amount that the Contractor considers payable
under the Contract before the end of the Contract Period. The Engineer within 28 days of receiving the Contractor‟s account
shall certify any final payment that is due to the Contractor, or indicate to the Contractor the corrections or additions that are
necessary. If the final account is still unsatisfactory, after the Contractor resubmits it, the Engineer shall decide on the amount
payable to the Contractor and issue a payment certificate. The Employer shall any time, within a period of 90 days from the
Completion Date or Termination Date as applicable, carry out an independent assessment of the facilities and / or system
departmentally or through a Successor Contractor. Any deficiencies in the facilities and/ or System shall be made good by or at
the cost of the Contractor so as to bring the facilities and or /system into Good Repair and proper working condition as handed
over at the Commencement Date and subsequent works done pursuant and normal wear and tear excepting.

7.25 Repairs and Maintenance Schedules


7.25.1 Effluent Treatment Plant Complex:
As per indicated period checking the operation, correcting defects, attending to calibration and setting is required attending to
minor repairs and proper up keeping) such as cleaning and painting) required for the following :
Contractor Witness Executive Engineer

135
i. Monthly
• Roof and surroundings and Lightning arrestors.

ii. Annual
• Leakages in structures
• Ladders Railings
• Structural damages to the wet and dry well and Overflow drain.

7.25.2 Pumping Machinery and Treatment Plant Equipment:


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

i. Daily
 Screens/ Grit Channels

• Moving parts of screens and grit removal equipment, Blowers /Agitators / Pumps/ Agitators /Return Sludge pumps/
Chemical mixer/Centrifuge
• Stuffing box Bearing and Cable insulation near the lugs.
• Panels Breaker and Starter Contacts of relay and circuit breaker and

 Setting of over-current relay, no-volt coil and tripping mechanism and off in the dash pot relay.
 Transformer Sub-station
 Ground Operated Dis-connectors (GOD)
 Contacts of GOD and of Over Current (OC) relays
 Radiators and Earth pit
 Cleaning of overflowing blocked sewer in sewerage system.

ii. Monthly
 Screens and Grit channels
 Chains in mechanically operated components
 Screens performance
 Transformer
 Oil in transformer
 Relay alarm circuit
 Load (Amperes) and
 Voltage

iii. Quarterly
 Transformer
 Bushing and
 Dehydrating breathers

iv. Half -Yearly


 Pumps / Blowers /Agitators / Compressor /Centrifuge
 Gland of stuffing box

 Gland bolts
 Gland packing

 Alignment of pump aerator and drive and


 Oil lubricated bearings

 Motors
 Tripping elements for motor protection
 Contact points and
 Fuse ratings

v. Annual
 Paint screens, grit removal mechanism, scrapers, scrapers , motors, pipes,
 Valves, fittings agitators and inlet/outlet weirs with two coats of anticorrosive paints.
 Replace worn out parts of mechanical equipment in effluent treatment plant.

Contractor Witness Executive Engineer

136
7.25.3. Buildings and Civil Structures:

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

1. Daily
 Sweep the premises
 Clean the floors and parts inside the Building
 Clear the cobwebs and other biological
 growth Maintenance of horticulture
 Disposal and transportation of dewatered sludge

2. Half – Yearly
 Repair damaged floor, plaster, roof, leakages and
 Repair damaged doors, windows and other fixtures.

3. Annual
 White wash, color wash, distempering, Metallic parts shall be painted annually.

7.26 SCHEDULE OF PREVENTIVE MAINTENANCE

7.26.1 Centrifugal pumps

S. Name of section or Maintenance to be carried out Frequency / time Remarks


No. part to be attended. Internal at which
inspection and
maintenance to be
done.

1 Bearings Checking of temperature with Two months Hot ball or roller bearing
thermometer point to too much oil or
grease; hot sleeve bearings
need more oil or heavier
lubricant. If does not
correct, dissemble and
inspect the bearing
alignment of pump and
driver.

2 Glands Changing of gland packing Two months


3 Bearing Lubricants (greasing) Two months Check for specification
resulting in whitish colour;
washout with kerosene.

4 Gauges Checking of pressure and vacuum Three months


gauge
5 Valves Changing of gland packing in Six months
delivery sluice valve, suction
valve, bye pass valve, reflux valve

6 Exhaust pump and its Checking of gland packing & its Six months
auxiliaries auxiliaries etc.
7 Impeller Checking of impeller blades, year
sleeves, efficiency rings, bearings,
neck ring impeller nut etc.

7.26.2 Electrical Motors

Contractor Witness Executive Engineer

137
S. Name of section or Maintenance to be carried out Frequency / time Remarks
No. part to be attended. Internal at which
inspection and
maintenance to be
done.

1 Induction motor starter Opening of end covers dust One month Depending on the working
and rotor blowing and checking of air gap conditions & maintenance
staff available.

2 Slip ring device Cleaning of slip rings and One month


adjustment of carbon brushes
short circuiting jaws, oiling of
clutch etc.

3 Bearings Proper lubrication Two months

4 Windings Checking of motor after taking out Two years


its rotor. Dust blowing. Checking
of end connections of stator.
Rotor and taking insulation test,
no load test before putting the
motor on load

7.26.3 Power Transformer


S. Name of section or Maintenance to be carried out Frequency / time Remarks
No. part to be attended. Internal at which
inspection and
maintenance to be
done.

1 Checking of silica gel. Check and if required silica gel Six months
Topping of transformer must be changed before the
oil. Temperature outbreak of monsoon.
gauge vent pipe,
voltage tap changing
switch
2 Filtration of oil, If the transformer oil with stands Year
checking of dielectric. insulation test up to 40KV for one
Strength, checking of minutes it is not necessary to dry
viscosity of oil, and fill the transformer oil.
terminal boxes (HT
&LT both) insulators,
neutral earthing,
lightening of nuts bolts,
cable sockets stopping
of leakages if any
through points.

Checking of its Year


functioning
4 Checking of condition 5 Years
of core of the
transformer and its
windings insulation
conditions.
7.26.4 Switchgears
S. Name of section or Maintenance to be carried out Frequency / time Remarks
No. part to be attended. Internal at which
inspection and
maintenance to be
done.

Contractor Witness Executive Engineer

138
1 Oil circuit breaker of Checking, cleaning and tightening Six months
air circuit breaker of nuts, bolts of fixed auxiliary
contacts, moving auxiliary
contacts, main fixed contacts. No
volt coil, overload coil, interlock
system, condition of trasfarmer oil,
knife swithes & insulators etc.

2 Oil tank Cleaning & topping of oil and


checking dielectric strength of
transformer oil.

3 Contacts Changing of old & wearing out Three months Depending on the source of
contacts (fixed moving auxiliaries power supply & its triping
etc.)

4 Oil circuit breaker of Checking, cleaning and tightening Six months


air circuit breaker of nuts, bolts of fixed auxiliary
contacts, moving auxiliary
contacts, main fixed contacts. No
volt coil, overload coil, interlock
system, condition of trasfarmer oil,
knife swithes & insulators etc.

7.27 Maintenance Staff

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

Sr. Period of
Designation Qualification
no. Employment
1 1 Supervisor Diploma in Civil / Environmental science / Engineering or Full Time
B.sc Chemistry having 2 year experience in O & M of
similar works

2 3 Operators STP ITI certificate in Mechanical Full time

3 1 Electrician ITI certificate in electrician Part time

4 1 sewer Man Compulsory knowledge of Hindi, physical fit & field test Full time

5 1 Helper Compulsory knowledge of Hindi, physical fit & field test Full time

6 1 Security Guard cum Compulsory knowledge of Hindi, physical fit & field test Full time
Gardner

7 1 Laboratory Technician 10+2 (Science) Part time

The Contractor shall maintain & submit statements to PHED on daily basis for consumption of power, chemicals, quantity &
quality of treated effluent on the prescribed Performa to be laid down by PHED and shall get the treated effluent samples duly
tested for submission to HPCB for NOC/ Consent and shall submit consolidated monthly statement at the time of claiming
payment.
In case, the Contractor fails to operate & maintain the Treatment Plant to the rated capacity and quality, PHED shall be at liberty
to terminate the Operation &Maintenance Contract without assigning any reason and take penal action as per the Contract and
prevailing Law as this is covered under Essential Services Act.

The Contractor shall adopt all necessary safety measures for all his Staff, Plant, Building and Machinery.

7.28 Scope of Work


 Operate the plant i.e. STP & MPS as per the instructions in the operation manual.
Contractor Witness Executive Engineer

139
 Carryout Routine, Annual & Breakdown Maintenance of the equipment in the system.
 Maintain record book/log book with the help of computer.
 ESI & PF Registration & Record keeping.
 Providing Safety Gear to O & M Staff.
 Maintain the log sheet for various equipments and systems.
 Draw samples and get analyzed for the parameters required and make the necessary process correction.
 Maintain a record of stock levels and assist client on reordering levels.
 Maintain history card for the equipments.
 Submit report in the form and frequency required by the client.
 Housekeeping of the entire plant allocated area.
 Maintain clear record of attendance for his workmen and staff.
 Vender shall be responsible for preventive maintenance necessitated by normal usage of the equipment.

7.28.1 Maintenance

Contractor shall get the routine preventive, Annual & Breakdown maintenance done with the help of their own staff. All spare
parts, consumable for maintenance will also be supplied by Vendor. The painting of Mechanical & Civil structures as and when
necessary shall be carried out by contractor.

7.28.2 Consumables and spares

Various chemicals such as Coagulants, Chlorine, Polyelectrolyte, cleaning chemicals, lubricants, spares, cartridges etc. are
either consumed continuously or replaced periodically to maintain the performance of the plant, will be procured by contractor.
Sufficient stock level of these items shall be maintained by contractor. The contractor shall allocate adequate covered space
for storage of consumables, chemicals and spares.

The following tests shall be carried out by the contractor on regular basis:

Sr. No. Tests Raw Effluent SBR After chlorination‟s

1. pH X √ X
2. Temp X X X
3. BOD X X X
4. COD X X X
5. TSS X X X
6. MLSS X X X
7. DO X X X
8. Residual X X X

chlorine

In addition to above any other test required by Pollution Control Board for grant of NOC shall be carried out by the contractor.
This scope of work includes painting, white washing, distempering of plant, building & equipments at the time of handing over of
the plant and after every 2 years of operation & maintenance period.

7.29 Laboratory and stores


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

7.30 Waste Disposal


The disposal of the effluent/waste water/beyond battery limits site shall be the responsibility of the contractor. Disposal of
hazardous sludge to a common hazardous waste management facility will be under the scope of contractor.

7.31 Extra Work


No extra work charges of any kind shall be entertained by the PHED during O & M contract period.

7.32 Scope classification Chart

Sr. Activity/ Facility Contractor Owner Remarks


No Scope Scope
1 Manpower for operation & maintenance √
2 Operation and maintenance of facilities √
3 Regular record keeping & log maintenance √
4 Uniform & other requirements of O & M staff √
Contractor Witness Executive Engineer

140
5 Routine & experts visits from contractor experts √
6 ESI, PF & Labour License √
7 Spares for various Equipment √
8 Tools & Tackles √
9 Statutory clearances √
10 Telephone, fax & E-mail for staff √
11 Workshop repairs if required √
12 Canteen & Transport facility for O & M Staff √
13 Sample collection and testing charges from any outside lab √

14 Sludge Transportation its treatment & disposal to disposal facility √


15 Any other item of O & M √

7.33 LIQUIDATED DAMAGE:

Liquidated Damages for Deficiencies in Operation & Maintenance and non-conformance in meeting the Output
Standards for Treated Sewage set as per this tender specifications, Guaranteed Power consumption & Power Factor for
electrical installation.

In case the guaranteed conditions are not fulfilled during O & M period. PHED will have right to impose penalties on
contractor for various items as per following rates:
1. Liquidated Damages for Non compliance of treated effluent standards:-

1. For failing to meet effluent quality That in case the Contractor fails to achieve the
standards(applicable for the period Prescribed outlet parameters (As per DNIT or
when treated effluent quality is not prevailing Pollution control Board Norms) he shall pay
equivalent to the guaranteed effluent liquidated damages @ Rs. 5,000/- per day of delay shall be
quality) recovered from monthly bills in addition.

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

2. Liquidated Damages for Deficiencies in Operation & Maintenance:-

S.No. Description Nature of Deficiency Penalty


A. Deficiency of manpower
1 Plant Supervisor cum chemist Not present on duty Rs. 1000 per day
2 Fore man Mech. & Elect. Not present on duty Rs. 1000 per day
3 Operator/Fitter/Computer Operator Not present on duty Rs. 750 per person per day

4 Sweeper/ casual labour/ sewerman / Not present on duty Rs. 200 per person per day
Helper/ Security/M.C.C.
B. Deficiency in Service
1 Cleaning of site Not attended up to 1 day Rs. 1000 per day beyond 1
day
2 Non-compliance with safety measures Any time on duty Rs. 500 per occurrence
(e.g. not wearing safety belt, helmets, etc)
and first aid facilities

3 Not-observance of Preventive Any time on duty Rs. 1000 per occurrence


Maintenance Schedule
4 Delay in getting the equipments repaired To be specified by the considering Rs. 1000 per day
within specified period type of equipment

Contractor Witness Executive Engineer

141
5 Malfunctioning of flow meter & BOD Improper /Non Calibration of Rs. 3000 per day
analyzes flowmeter /BOD Analyzes

3. Liquidated Damages for Non compliance of power factor:-

Sr. No. Event triggering the recovery of During the O & M


liquidated damages
Liquidated Damages Frequency
1 Nonconformance of desired power factor Penalty amount = (Rs. 0.5 x No. of As per billing cycle of power
of Units consumed in given month) supply company
for concerned month of billing
0.96 (lag) or better as reflected in cycle for each 0.1p.f. below 0.96
electricity bill of power supply company or lag p.f.
as per power meter at associated HT/PCC
breaker panel, as applicable

2 Nonconformance of guaranteed power As per UHBVNL Price unit of As per billing cycle of power
consumption i.e. actual power actual power consumed over and supply company
consumption as per electricity bill of power above than the guaranteed power
supply company, as applicable, exceeding consumption per occurrence as
guaranteed power reflected in power supply company
bill
consumption

Contractor Witness Executive Engineer

142
SECTION - 10
APPROVED VENDOR LIST

Sr.No Item Make

1 Non – clog submersible Kishor / ABS / Aqua Pumps / Ebara/ Kirloskar


pumps / M & P – wilo/ KSB
2 Centrifuge Pumps Mather & Platt / Grundfos / ABS/ Jyoti / KSB / Kirloskar / Aqua pumps

3 HT/L.T. Motors Kirloskar Electric Co. Ltd./ Bharat Bijlee/ Siemens India Ltd./ Aqua pumps.
Crompton Greeves Ltd./ Jyoti / General Electric Co. Ltd./
Asian Brow Baveri/Areva/L&T.

4 Screw Pumps ROTO / Netzsch / Alpha Helical / Ramo


5 Knife Gate Valves VAG / Forbes / IVC / JASH
6 Zero Velocity Valves Kirloskar Brothers Ltd./ Indian Valve Company (Nasik)./ VAG
7 Pressure Release Valves Kirloskar Brothers Ltd./ Indian Valve Company (Nasik)./ VAG
8 Air Valves Kirloskar Brothers Ltd./ Indian Valve Company (Nasik)/ VAG
9 Sluices Valves Kirloskar Brothers Ltd./ Indian Valve Company(Nasik)/ VAG
10 Sluices Gates JASH / Kirloskar Brothers Ltd./ Indian
Valve Company (Nasik)./Oriental/Upadhay
11 Non – Return Valves Kirloskar Brothers Ltd. / Indian Valve Company(Nasik) / VAG
12 Gas Valves AUDCO / BDK
13 Exhaust Fans Bajaj Electronics Ltd./ Crompton Greaves Ltd./ General Electric
Co. / Havels / ALSTOM
14 Pressure Gauge Bells Controls / Forbes Marshal / H. Guru / Manometer India
Ltd.
15 a) Crane Hercules Hoist Ltd./ INDEF / W.H. Brady & Co. Ltd.
b) Chain Pulley Block Hercules Hoist Ltd./ INDEF / W.H. Brady & Co. Ltd.
16 HT/ L.T. Switchgear GEC/ L&T/ Siemens/ Kirloskar / Schneider
17 415V Switchgear ABB/ L&T/ Siemens / Voltas / Jyoti /
Control Gear Electric Control Gear Ltd., / ASPL/ Schneider
Components / Bus Duct
18 11 KV Switchgear Siemens /ABB / Areva/ L&T / Crompton/ Schneider.
19 HT / LT Cables Indian Cables Ltd./ Finolex / Havells / Gloster / Universal / Fort
Gloster Industries Ltd./ Indian Cable Co. / Asian Cables
Corporation Ltd./
20 Optical Fiber Cables Delkin / CORDS/ RR Cables / ICON / AKSH
21 Sanitary Wares. Hindustan / Perry Ware / KOHLER / CERA
22 Gaseous Chlorinators PENWALT / Jasco/MFTITO
23 Actuators AUMA / ROTORK / MARSH / L&T
24 Switches Siemens / L&T / Culter – Hammer / GE / Schneider
25 HRC Fuses Schneider India / C&S / GE / L&T/ Schneider
26 Contactors Siemens/ L&T / GE / Schneider/BHEL/ABB/Havels/BCH
27 Bimetal O/L Relay Siemens / L&T / GE / Schneider
28 Thermostat Relay L&T / Siemens / GE / Schneider/ABB/ C& S/ ALSTOM
29 Control Fuses L&T / GE Power / Siemens / Schneider

Contractor Witness Executive Engineer

143
30 Push Buttons Siemens / L&T / C&S / Vashinov / Bhartiya Culter Hammer /
Leygrand
31 For Non – Flame Proof Siemens
32 Flame proof / Weather FCC / BALIGA
Proof
33 Indicating Lamp Siemens / L&T / Concord /
Bharatiya Cutler Hammer / Schneider
34 Timers Siemens / L&T / Schneider
35 C.T.S & P.T.S. Siemens / AEP /Kappa/Mysore Electrical Industries
36 Outdoor Transformer / GE / Crompton / Kirloskar / ITE / VOLTAMP / EMCO (Nasik) /
HT Panel ETC (Thana)/ Voltas / CG/ Areva/ ALSTOM/BHEL/ Schneider Electric
37 Indicating Instrument AEP / Meco / MECIBUS / PYROTECH
38 Protective Relays ABB / Easun / Rerolley / GE/ SEG/L&T.
39 Terminals Elmex / C & PHONIX
40 MCB GE / L & T / Schneider/ Leygrand
41 MCCB Siemens / L&T / Schneider
42 IDMT Relay GE / C&S / ABB
43 Wires / Cables Finolex / Fort Closter / KEI/ L &T
44 Monorail with Trolley Brasdy / ELDROF / Everest
45 Fire Extinguishers Safex / Newage / Firexe / Minimax / Vijay/ Amco / Ahluwalia
46 Battery Exide /Standard batteries Ltd. / Chloride India Ltd./ Amco
Batteries Ltd.
47 Battery Charger UPTRON / AEL/APCO/ CHABI / STATCOM
48 Butterfly Valve Kirloskar /IVC / VAG
49 Air Blowers Kay / Everest / Swam / Shankra Machine Tools Pvt. Ltd/
Ingersoil Rand/ USHA
Aaxis Nano Technology Pvt. Ltd. / M/s Nevco Engineer Pvt. Ltd./
PH, BOD, COD, TSS,
50 Lvibond / Systeronics / HATCH / ELICO / TATA HONEYWELL /
NO3, CL, TOC, DO, Forbes Marshall / SCAN/ Polymetron / Chemtrols / Dr. Lange /
TDS, Temp. Meters Royce / Endress/Enerson/ABB/Yokogawa/E+H
(online analyzer)

51 Jar Testing Apparatus Philips & bird company / Geo miller / Metrex
52 Vacuum Pump Kirloskar / Inger Sole Rand / Promivac.
53 Turbidity Meter (Online) Tata Honey Well / Lectro Tex / Aplav / Plico / Systeronics /
Forbes Marshall/ Polymetron / SWAN / SCAN/ Analytical
Instruments / Chemtrols / Dr. Lange / Royce / Endress /
Hauser / Hach/ Enerson/ABB/Yokogawa/E+H
54 Levels Sensing Probe EPIC / Level Tech / Nova / GE
55 Transmitter & Level Level Tech / Nova / Lectro Tex / Tata Honey Well / GE.
Controllers
56 Instrument control ICA / Siemens /GE / Pyrotech / Rittal / SAI Technologies /
panel along with logic Newtch
control system.
57 Instrument & Meters Universal Electrics Ltd./ Automatic Electric Ltd. / Meco
Instruments (P) Ltd. / Havells / Gollica /Industrial Motors Ltd.
58 Instrument Transformer Mysore Electrical Industries / Automatic Electric Pvt. Ltd.
60 Flow integrators Blue Star / Level Tech / Nova / Fobres / GE
61 Flow Meters Forbes Marshall / ABB / Schumburger / Endress Hauser / YBL

Contractor Witness Executive Engineer

144
Yokogawa / Magnetrol/ SCAN
62 Ultrasonic Insertion Danfoss, Endress + Hauser, ABB, Ultaflux, France, GE
Type Flow Meter
63 Electromagnetic Flow Endress + Hauser, Rosemount (Emerson), ABB
meter
64 Level switches Nova / EPLC / Levcon
65 Digital LED Indicators Nishko / Switzer / Lectro Tex / System devices / MEASIBUS /
MECO.
66 Multimeter Excrope / Motwane
67 Timer GEC / L&T / Siemens / BCH / Concorde
68 Chlorine Toner ISGEF / ANUP
69 Chlorinator Toshcon Jesco / Pennwatt / Aldos / Metito
70 PLC A Bradley / Siemens / L&T / GE – FANUC/ Schneider/Rockwell
71 Lighting Fixtures BAJAJ / Crompton Greaves / Philips / Wipro Ltd.
72 415 V Air Circuit Breaker English Electrical / L&T / Siemens/ Schneider
73 Power Capacitors Crompton Greaves./ L&T/ Voltas / Siemens (Apcos)/BHEL
74 Voltage & Frequency Jindal / Surya / Sercocon / Logicstat / Globe / Allied Electronic
Stabilizer Ltd.
75 Lightening Protection NELCO / LPT
unit
76 Relays (for 1.1KV 11 KV EEL / Areva/ Universal Electrics/ Easun Reyrolles Relays / Asian
Switchgears) Brown Boveri / Siemens / L&T / Domain
77 Nuts & Bolts TATA /B&W
78 Ceiling Fans BAJAJ/ORIENT/USHA/CROMPTON/Khaitan/HAV ELLS
79 CEMENT JK / ULTRA TEC/ AMBUJA / BIRLA / VIKRAM / GRASIM / SHRI
80 STEEL (TMT) TISCO / SAIL / RINL / JINDAL STEL OF POWER LTD; JSW STEEL.
81 PCC/MCC Tricolite / L & T / SIEMENS / Bhartiya Cutler Hammer / C&SG.
IS- 61947-II
82 Flow indicating Totalizer Lectro Tex, Masibus, Nishko, GE, ABB, ULTRE FLUX
83 Open Channel Ultrasonic Endress + Hauser, Honeywell, Hycontorls, UK
Flow Meter
84 Ultrasonic Type Level Endress + Hauser, Honeywell, Hycontorls, UK
Measurement Device
85 Float & Board Type Nivo (Toshniwal), Endress + Hauser, Pune Techtrol
Level Measuring System
86 Conductivity Type Level Pune Techtrol / Endress Hauser / Nivo (Toshniwal)/ SBEM /
Switch HATCH/ Orbit / EIP / ABB / Level Cone / Magnetrol / Fobres
Marshall
87 Pressure Transmitter Fisher Rosemount, Foxbro System, Endress + Hauser, ABB,
Warne, YOKOGAWA / Hach
88 Differential Pressure Fisher Rosemount, Foxbro System, Endress + Hauser, ABB,
Transmitter Warne, YOKOGAWA / Hach
89 Pressure Switch Danfoss, Switzer, Varma / Varna Trifag / High Tech (Orion)
90 Gear Reducer Essen Pro / Radicon / Elecon / Garves / Graves Cotton / Allen
Bapoli.
91 Electronic Ballast Philips / OPAL / WASH / BAJAJ/HAVELLS / Crompton Greaves.
92 Micro Processor Based GE Power / Rockwell/ L&T / Siemens / Areva/Schneider
relays for Motor
Protection

Contractor Witness Executive Engineer

145
93 Scrubber Pilani / Eurotech / Innovative Environmental Technology /
Green Power
94 Bar Screen JASH Eng. / Johnson Screen Ind. Ltd./ Hans Huber / Geo Miller
95 Wash Compactor Geo Miller / Jash – Eng. Ltd
96 Sump Pump SU Motor P. Ltd./ Mody Ind./ FC Pvt. Ltd./ Grunfos – Pumps /
Darling / Harison / Aqua / Kishore Pumps / KSB.
97 VFD ABB / Siemens/ L&T/ Rockwell/ NORD/Mitsubishi/Danfoss
98 Agitator REMI / Shivpal / Micro Transmission / Triveni
99 Submersible Mixer Grundfos/ ABB/ Siemens
100 Temperature Scanners Pyrotech/ Masibus/ Nishko/ Lectrotex
101 Instrumentation and Thermpad/ Hyderabad/ Suyog Chords/ Thermo Control Systen
Control Cable
102 SCADA Software Siemens (Win CC)/ Rockwell Software/ GE/ FANUC/ L&T
103 Alarm Annunciation Instaalarm Controls/ Industrial Control & Applicances/ Aplab/
Minilec
104 Multi Function power Trinity/ Enercon/ L&T/ Masibus
Monitor
105 Receiver / Indicator Masibus/ Sai Tech/ Nishko/ Lectrotex/ PYROTEC
(Micro processor Based)
106 Analog Signal Multiplier Secure/ Sai Tech/ MTL/ INSTS/ NISHKO/L&T
107 Printer Epson/ Wipro/ HP/ Samsung
108 Monitor L.G./ Samsung/ Dell/HCL/HP
109 Lightening Protection MTL Instruments/ Rittmeyer/ P&F
Unit
110 UPS Tata Emerson/ Merlin Gerin / Mitsubishi / APC / Numeric, Hirel

111 Panel, Enclosures PC Rittal/ President/ Manshu/ Cuttler Hammer/ Schmeider/


consoles Pyrotec/L&T
112 Computer (Servers & HP – Compaq/ IBM/DELL
Workstation)
113 Communication System Sheetal Wireless Tech. Pvt. Ltd. Pune/ Saravani Telecom,
Integrator Hyderabad / MIDAS, Ahemdabad / Sai Technologies, Baroda /
VIOLA - FINNLAND
114 On Line Turbidity, TOC, Endress + Hauser / Fobres / Khrone Marshal / Fisher
MLSS, Residual Rosemount (Emerson), HACH, Honeywell, Pennwalt
Chlorine, - Do meter
measuring system
115 Furniture Wipro/Evok/Godrej/Durian
116 Level Transmitter Toshniwal / Hack / Level Tech / OTT / GLI
117 Diesel Generating Set
a) Engine Cummins / Greaves Cotton / Kirloskar / Lyland / Catter Pillar
b) Alternator Crompton / Jyoti / Stampford / NGEF / GEC / SYMO

118 EOT / Hoist / Monorail with Brady / ELDROF


trolly
119 Clarifier & Thickener Shivpal / Triveni / Micro transmission / Voltas
120 Grit Mechanism Triveni / Jash/ Voltas
121 Centrifuge Feed Pump ROTO/ Tushaco / Ramo / Alpha laval
122 Centrifuge Unit Humboldt / Pannwalt / Alpha Laval / Hiller

Contractor Witness Executive Engineer

146
123 Thickener Triveni / Jash
124 Cable Polycab / RR/Lapp
125 Alternator Kirloskar
126 Binding wire Tata
127 Furniture Godrej
128 Poly dozing agitator Remi / Fiber & Fiber
129 LT switch Gear with Capacitor Schneider / L&T
130 AC split 5 Star rating O-general / Daikin / Mitsubishi / heavy industries / Tata
131 Capacitor L&T /Siemens
132 Chang over switch HP/ L&T/ Siemens
133 HMI Proface / ABB / Schneider / Rockwell / Siemen
134 uPVC section for door, window Fenesta/Encraft/LG Housing/KOEMMERLING
135 High mast Light/ Street Light Schneider /Osram/ Nichia/ Cree/ Samsung
136 LED Lights 6500K Schneider/Osram/ Nichia/ Cree/ Samsung
137 Steel Profile Sheeting TATA
138 Sanitaryware/CP Bath fittings Hindware/Jaquar
139 Heavy duty Modular Schneider/ABB/LEGRAND
switches, sockets etc. for
electrical fitting in
140 Double charged glazed vitrified Nitco, Kajaria, Somani
tiles
141 Adhesive for laying tiles Pidilite, Laticreto
142 Anodized Aluminium section for Jindal/Hindalco
door/windows
143 PVC Pipes Finolex/Supreme
144 M.S./ G.I. Pipes Jindal / Tata / SAIL
145 Cable Jointing Kit CCI / Raychem / M. Seal / Xicom / Mahindra
146 HDPE Pipe Jain Irrigation/ Aishwaryam pipe

1) This List of Vendors shall form part of the Contract and the Bidders shall provide equipment from these Vendors only.

Contractor Witness Executive Engineer

147
SECTION-11

SCHEDULE OF PAYMENT
Schedule of Payment for Sewage Treatment Plant
The bidder shall raise his invoice on the basis of the work completed in different stages. The invoice will be checked with
reference to the progress of works and quality as per the Scope of Work and Technical Specifications.
Percentage of lump-sum cost shall be quoted with the following guidelines:-
Total cost = (A) = 100%
Capital cost = 80% of A = B
O & M cost (including trial run defect liability & O& M for 12 months during defect liability period after trial run of 3 months and 5
years thereafter.) = 20% of A = C

Broad Breakup of SBR Based STP for capital Works (For payment purpose only)

Broad Breakup of SBR Based STP for capital Works (For payment purpose only)

S.No Unit Percentage


A After approval of design and drawings 1% of 80% (of B)
B Civil Works 29% of 80% (of B)
C Mechanical Works 45% of 80% (of B)
D Electrical Works 15% of 80% (of B)
E 10% of 80% (of B)

After completion and satisfactory testing, commissioning of main


pumping station / sewage treatment plant up to the satisfaction of the
Engineer – in- Charge after trial run period
Detailed Breakup of Price of SBR Based STP & MPS for Capital Works (For payment purpose only)
S.No Process Units & Buildings Percentage
A Breakup of Civil Works for MPS
1 Inlet Chamber 2%
2 Screen Chamber 3%
3 Raw Sewage Sump 10%
B Breakup of Civil Works for STP
1 INLET Chamber / Stilling Chamber
2%
2 Fine Screen Chambers 2%
3 Grit Chambers 5%
4 SBR Reactors 43%
5 Sludge Sump 2%
6 DWPE Dosing Tank 1%
7 Sludge Pump House 2%
8 Centrifuge Shed 3%
9 Sludge Storage Platform 1%
10 Operations Building & Toilet Block for Works 5%
11 Process Piping & Drain Piping 7%
12 Chlorine Contact Tank, Chlorine Mixing Tank 3%
13 Tonner Shed and Chlorination Room 2%
14 Treated Effluent Disposal Channel 1%
16 External (Service) Water Supply in the Plant 1%
17 External Sewerage System 2%
18 Site Development 1%
19 Painting, Whitewashing and allied works 2%
(B) Mechanical Works

Contractor Witness Executive Engineer

148
S.No Item Percentage
1 Coarse Screen in MPS 10%
2 Submersible Raw Sewage Pumps in MPS 2%
3 Fine Screen 10%
4 Mechanical Detritor 4%
5 Air Blowers (SBR) 2%
6 Fine Bubble Diffusers 5%
7 Decanters 30%
8 RAS Pumps 1%
9 SAS Pumps 1%
10 Air Blowers (Sludge Sump) 1%
11 Centrifuge Feed Pumps 1%
12 Centrifuge Units 6%
13 Polyelectrolyte Agitator 1%
14 Polyelectrolyte Dosing Pumps 1%
15 Electric Hoist / Chain Pulley Block etc 2%

16 Manual & Auto Valves for the Plant, Control Gates ( Sluice Gates) 10%
17 Chlorination System 10%
18 Laboratory Equipment 2%
19 Plant utilities 1%
(c) Electrical Works
S.No Item Percentage
1 HT Breaker Panel 10%
2 Transformer & Panel 15%
3 Main PCC with APFC 15%
4 Sub MCC & DB 17%
5 PLC – SCADA 15%
6 Instrumentation 8%
7 Cabling & Earthing 12%
8 Plant Lighting 8%
(A) O&M
Sr. No. Item Percentage
1 Defect liability 1.0% of agreement amount, i.e. A
st
2 O & M 1 Year 2.0% of agreement amount, i.e. A
nd
3 O&M2 Year 3.0% of agreement amount, i.e. A
rd
4 O & M 3 Year 4.0% of agreement amount, i.e. A
th
5 O & M 4 Year 5.0% of agreement amount, i.e. A
th
6 O & M 5 Year 5.0% of agreement amount, i.e. A
Total 20%

Contractor Witness Executive Engineer

149
ABBREVIATIONS
The abbreviations used in the tender documents or any other correspondence will stand for the full forms given as under

ACB = Air Circuit Breaker


AG = Aluminum gate
BOE = Brick on Edge
CAD = Computer Aided Design
CPHEEO = Central Public Health & Environment Engineering Organization
CC = Cement Concrete
CI = Cast Iron
CWR = Clear Water Reservoir
DPR = Detailed Project Report
DD = Dry Distemper
E&M = Electrical & Mechanical
FD = Flush Doors
FSL = Full Supply level
FRP = Fiber Reinforced Plastics
FRC = Fiber Reinforce concrete
GA = General Arrangement
GSW = Glazed Stone ware
GL = Ground level
GP = Generator Panel
HDPE = High Density Polyethylene
HRT = Hydraulic Retention Time
HFL = Highest Flood level
IF = Industrial Flouring
KS = Kota Stone
KWH = Kilo Watt Hour
KVA = Kilo volts Ampere
LP = Lightning Panel
MEP = Main Electrical Panel
MLD = Million Liters Per day
M.S. = Mild Steel
O&M = Operation and Maintenance
PFR = Project Feasibility Report
PM = Project Manager/Plant Manager
P&I = Process and Instrumentation
ACB = Air Circuit Breaker
AG = Aluminum gate
BOE = Brick on Edge
CAD = Computer Aided Design
CPHEEO = Central Public Health & Environment Engineering Organization
CC = Cement Concrete
CI = Cast Iron
CWR = Clear Water Reservoir
DPR = Detailed Project Report
DD = Dry Distemper
E&M = Electrical & Mechanical
FD = Flush Doors
FSL = Full Supply level

Contractor Witness Executive Engineer

150
FRP = Fiber Reinforced Plastics
FRC = Fiber Reinforce concrete
GA = General Arrangement
GSW = Glazed Stone ware
GL = Ground level
GP = Generator Panel
HDPE = High Density Polyethylene
HRT = Hydraulic Retention Time
HFL = Highest Flood level
IF = Industrial Flouring
KS = Kota Stone
KWH = Kilo Watt Hour
KVA = Kilo volts Ampere
LP = Lightning Panel
MEP = Main Electrical Panel
MLD = Million Liters Per day
M.S. = Mild Steel
O&M = Operation and Maintenance
PFR = Project Feasibility Report
PM = Project Manager/Plant Manager
P&I = Process and Instrumentation

Signature Not Verified


Digitally signed by VIJAY PAL
Date: 2024.01.05 18:49:41 IST
Location: Haryana-HR
Contractor Witness Executive Engineer

151

You might also like