STP SPecifiucations
STP SPecifiucations
The scope of work for the bidder under this project includes Design, Construction,
erection, testing and commissioning of 15 MLD STP based on Sequential Batch
Reactor Technology (SBR) including cost of all associated civil, mechanical,
electrical and instrumentation items of work etc. including miscellaneous works
associated with plant on turnkey basis, with a defect liability period of 24 months
after the date of commissioning & Trial run for 3 months. Scope of work also
includes O & M of plant for 5 years after trial run.
The various components for which the bidder has to submit his technical proposal
and price bid are given in section below. The bidder shall prepare his bid on the
basis of technical specifications for Civil Work, Electrical & Mechanical works.
5.3
Component
i)
Design & Construction of complete system including civil, electrical & mechanical
works for all the units and all the ancillary structures as per detailed technical
specification..
ii)
Providing and construction of 15 mld STP based on SBR technology. Including all
interconnecting piping works, necessary building works mentioned in layout plan,
all electrical & mechanical works.
iv)
Operation & maintenance of 15 mld capacity STP, Sewage Pumping Station all
electro-mechanical equipment and allied works for
years.
v)
The contractor shall be responsible for taking electric connection as per requirement
for which the requisite fee shall be paid by the contractor itself and the same will be
reimbursed afterwards by MCH. Similarly, the electric bills shall be paid by
contractor and thereafter reimbursed by MCH
The contractor shall be responsible for getting environment clearance from
Pollution control board for which the requisite fee shall be paid by the contractor
and the same will be reimbursed afterwards by MCH
Providing qualified and experienced consultant exclusively to MCH who will assist
them for checking and approval of design and drawing and also for execution of
work. The scope of work of consultant shall be defined separately in this volume.
The contractor shall submit a panel of consultants after award of the job and MCH
shall select appropriate consultant from the panel. Payment of consultants fees
would be the responsibility of contractor, which shall be maximum up to 1% of
price quoted for STP. However, being a principal employer, MCH shall have right
to ensure timely payment to consultant by the contractor for which successful
bidders shall submit proof of payments to MCH while raising the bill.
vi)
vii)
Signature of
Contractor
should have the following technical personnel for the design / approval of the
engineering/ drawing.
Process engineer / Environmental Engineer : The Engineer shall be post graduate in
the environmental engineering with min. 15 years of experience in the design of
sewage / water / waste water treatment plants.
Structural Engineer: The Engineer shall be post graduate in the
structural
engineering with minimum 15 years of experience in the design of sewage / water /
waste water treatment plants.
Mechanical Engineer: The Engineer shall be post graduate in the mechanical
engineering with minimum 10 years of experience in the design of sewage / water /
waste water treatment plants.
Electrical/Electronics/ instrumentation Engineer : The engineer shall be graduate in
the electrical / instrumentation engineering with minimum 10 years of experience
in the design/ execution of sewage / water / waste water treatment plants.
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 Bidders are advised to visit the STP site before quoting for the proposed STP. MCH is
reserved the right for physical verification for the credentials provided by the bidder if
required. In such case all the expenses shall be borne by the bidder.
The above works shall be completed within 12 months from the commencement date
including 3 months trial run and including monsoon period and O & M for 60 months.
The rates quoted by the contractor for the items in the BOQ shall also include scope
of work mentioned above and also the following works. Nothing extra shall be paid
on these accounts.
Supply, erection, testing & commissioning of all the piping, valves and specials etc.
as per detailed technical specification.
Water tightness/ testing of all the water retaining structures including Hydraulic
Testing.
Trial run of STP for start-up/ stabilization for a period of three (3) months indicating
satisfactory performance.
Defect liability for a period of Twenty four (24) months after the expiry of 3 months
period of trial & run.
Volume-01
Page - 2
Signature of
Contractor
All RCC structures shall be in M-25 and designed as per latest relevant IS Codes.
Proper earthquake analysis of over ground structures should be carried out. While
designing these structures under seismic condition due attention to be paid towards
33.3% over stressing of structural materials and 25% overestimation of net bearing
capacity of soil.
While designing retaining walls effect of sub-soil water, possible surcharge and
seismic effect of retained earth mass to be considered.
The contractor shall make all arrangement for the water for construction purposes
and shall get water tested at his own cost.
The contractor shall make own arrangements for power supply for construction
purposes & for testing purposes however department shall assist him for obtaining
such Power connection.
During the trial run period of STP, the bidder shall provide all the required manpower, consumables, repair and up-keep of civil, electrical, mechanical and
instrumentation works within the STP, and also Electricity charges during Trial Run
period shall be borne by the contractor.
During the trial run period, the bidder shall install and operate a generator set of
adequate capacity to cater to the minimum load of the STP and the pumping station
in case of power failures / load shedding.
The bidder / tenderer shall supply all equipment drawings, Technical specification/
Catalogue of all electrical, mechanical and instrumentation works associated with
STP.
Volume-01
Page - 3
Signature of
Contractor
All general facilities and utility services associated with sewer waste pumping
station and STP.
Provision of on job training to the MCH staff as per requirement finalized by MCH
The bidders scope shall include supply of all necessary spares that may be required
during O&M period of five years. The rate offered for O&M shall include cost of
spares.
Handing over of the Pumping Station and STP in complete & good working
condition.
Separate feeder shall be provided to every unit requiring power such as blowers,
dewatering units, chlorinator, raw sewage pump, electric hoist & other units as per
design and unit proposed.
Disposal of sludge at a suitable place shall be in scope of bidder during Trial Run
and also during O&M of 5 years after that it will be handed over to mch
Volume-01
Page - 4
Signature of
Contractor
Carrying out & confirming the detailed topographical survey along finalized
Gravity main/Rising main alignment, and treatment plant site, and establishing
bench marks at least two locations within the STP site and one at s pumping station
site.
The contractor will also provide luminous painted warning / caution notice boards
with flickering light arrangements, where the work is in progress.
The sub-soil water is likely to be encounter during excavation at the STP site. The
Contractor is advised to carry out its own investigations and gather information on
the water table/subsoil conditions. The suitable and approved dewatering system
should be adopted for execution of work. Nothing extra shall be paid on this
account.
The sub-soil water pumped will be drained off to the proper disposal points
contractor will have to make arrangements to disposal off the pumped sub-soil
water to satisfaction of Engineer in charge/MCH and nothing extra for dewatering
of sub-soil water drain etc. will be paid.
The contractor shall have to make his own arrangements for labour camp site and
its hutments. On completion of work, these shall be removed by the contractor,
failing which the MCH will arrange to dismantle the same at the risk and cost of
the contractor and the dismantled material will become the property of the MCH
for which the contractor shall have no legal claim. The expenditure so incurred
will be recovered from the dues of the contractor. The contractor shall also be
responsible for keeping all hygienic conditions in his labour camp / hutments as
desired by Local Health Authorities.
The contractor shall take all precautions for the safety of existing nearby/adjoining
main or lateral sewers and dewatering equipment shall be kept as a standby in
view the existing sewer lines.
The contractor will provide a board indicating the name of work, name of
contractor, name of division, cost of work, date of start, date of completion;
Volume-01
Page - 5
Signature of
Contractor
telephone number etc., at site at his own cost and nothing will be paid by the
MCH on this account.
All the civil works under this contract shall be executed in conformity of PWD,
CPWD specifications, CPHEEO Guidelines and relevant/applicable BIS codes
(latest revisions), with up to date correction slips.
The contractor will be solely responsible for any mishaps, during the execution
of the work. The contractor must get his labour insured before the start of work,
for the entire period of completion of work.
The contractor shall not disturb/damage or pull down any hedge, tree, building
etc within the site or his area of operation without the written permission of the
Engineer-in-Charge Wherever there is any clash among the certain clauses of the
conditions of contract, general conditions, special conditions and general notes /
rules and directions for the guidance of the contractor, etc. the most stringent will
govern for which the decision of the Engineer in Charge / MCH shall be final &
binding.
ELIGIBILITY CRITERIA:
The contractor meeting following requirement will only be considered:
(a) The bidder should have successfully completed and commissioned during past five
years i.e. after 1st April, 2009 one STP/STP of minimum 7.50 MLD capacity
Sequential Batch Reactor (SBR) Technology along with successful operation &
maintenance of STP for at least one year as on date of receipt of Prequalification
document.
Note :-
Experience certificate as referred above should include work order no. and
date, amount, date of start, actual date of completion, year of
commissioning, duration of O&M with specific mention of successful O&M
period of STP. Bidder may also provide details of various components of
STP completed by him. Bidder shall also enclose copy of work order for
construction of STP and O&M Part
ii. Experience certificate submitted by firm as joint-venture, shall not be
considered
iii. For the purpose of O&M experience for a minimum period of 1 year,
bidder may submit certificate for other STP of same criteria, which may
not have been constructed or completed by him.
iv. For the purpose of bid evaluation, if the owner/owners representatives feel
necessary to visit a specific or all such plants as mentioned above by the
Volume-01
Page - 6
Signature of
Contractor
bidder, the bidder shall make necessary arrangements for the same. The cost
of such visits shall be borne by the owner.
Financial Criteria:(b) The bidder should have completed at least one similar nature work in last Three
financial years (including current year, if opted by the bidder) of value not less
than 50 % of the Estimated Cost of the work (bid cost) updated to present price
level
12
SITE VISIT:
The bidder is advised to visit and examine the Site of Works and its surroundings
and obtain for itself on its own responsibility all information that may be
necessary for preparing the bid and entering into a contract for the design-build
and completion of the Works. The bidder has to make his own assessment of the
scope of work under this tender and no claims whatsoever shall be entertained
for lack of understanding of the scope and / or implications arising out of it. The
costs of visiting the Site / testing if required or any other cost shall be at the
bidder's own expense.
The bidder and any of its personnel or agents will be granted permission by the
Employer to enter upon its premises and lands for the purpose of such
inspection, but only upon the express condition that the bidder, its personnel and
agents, will release and indemnify the Employer and its personnel and agents
from and against all liability in respect thereof and will be responsible for death
or personal injury, loss of or damage to property and any other loss, damage,
costs and expenses incurred as a result of the inspection.
The Employer may conduct a site visit concurrently with the pre-bid meeting, if
possible.
The bidder is expected to examine carefully the contents of the Bid document.
Failure to comply with the requirements of bid submission will be at the bidder's
own risk.
Volume-01
Page - 7
Signature of
Contractor
24.
26
IMPORTANT:The bidder must ensure that all the information required in the documents is
furnished by him complete in all respects. He would not be allowed to withdraw
any document, of to rectify any information furnished therein, after submitting
the bid.
If any information is found incorrect, the offer of the bidder shall be rejected and
action be taken as per rules.
Bidder must do paging of all enclosure of bid documents.
27
Volume-01
Page - 31
Signature of
Contractor
DEFINITIONS
MCH means the Municipal Council, Hingoli.. It is the Executing Agency of the Project.
"Materials" means things of all kinds (other than equipment) intended to form or
forming part of the permanent works, including the supply of materials to be supplied by
the contractor under the contract.
"Equipment" means the apparatus, machinery, articles and things of all kinds to be
provided under the contract or intended to form or forming part of the permanent works.
"Contractors Documents" means the calculations, computer programs and other
software, drawings, manuals, models and other documents of the technical nature supplied
by the contractor under the contract; as described in sub clause [Contractors Documents].
"Specifications" means the specifications according to which the works are to be
executed as referred to in the agreement documents and any other specifications agreed
thereon.
Contract price means the sum quoted in the tender subject to such additions thereto or
deduction there from as may be made under the provisions contained in the contract and
as defined in Volume IV of tender Document.
2. MONTHLY REPORTS AND MEETINGS
MONTHLY REPORTS
Monthly progress reports shall be prepared by the Contractor and submitted to MCH in
six copies. The first report shall cover the period up to the end of the first calendar month
following the commencement date. Reports shall be submitted monthly thereafter, each
within 7 days after the last day of the month to which it relates.
Reporting shall continue until the contractor has completed all work.
Each Report shall include the issues desired by the Engineer in Charge, which shall be any
of the following:
Contractor inspections,
Tests and
Shipment and arrival at the site;
Copies of quality assurance documents, test results and certificates of
materials;
Comparisons of actual and planned progress, with the details of any events
or circumstances which may jeopardize the completion in accordance with
the contract, and the measures being (or to be) adopted to overcome delays.
Any other issues deemed necessary by the Engineer in Charge
Meetings
Meetings shall be held in the office of MCH, with prior notice given by Engineer in
Charge. The proposed agenda for the meetings shall be exchanged at least 1 week in
advance. It is required that a decision-maker of the Contractor is present at the meetings so
that binding decisions can be taken about outstanding issues. Generally, the following
issues shall be discussed:
3. THE CONTRACTOR
The works shall include any work, which is necessary to satisfy the MCH's
requirements, or is implied by the contract, and all works, which (although
not mentioned in the contract) are necessary for the completion, or safe and
proper operation of the works.
The Contractor shall be responsible for the adequacy, stability and the safety of
all site operations, of all methods of construction and of all the works.
The Contractor shall provide all facilities including conveyance required for
verification of survey data, supervision, quality control tests, tests for
material, equipment and equipment(s), and/or all other facilities otherwise
referred in the conditions of contract(s) and/or otherwise necessary to
complete the works with due supervision of Engineer-in-charge. The testing
of material, quality control tests, etc. may be got done through governmentrecognized labs after approval of Engineer-in- charge.
The Contractor shall, whenever required by the MCH, submit details of the
arrangements and methods, which the contractor proposes to adopt for
execution of the works. No significant alteration to the arrangements and
methods shall be made without this having previously been notified to the
MCH.
The contractor shall also establish an acceptable and decent office premises for
the client's site office at the suitable location adjacent to the contractor's site
office nearby with necessary amenities as may be required in running the site
office.
Contractor's Representative:
The contractor shall appoint the Contractor's Representative and shall give them
all authority necessary to act on the contractor's behalf under the contract.
Unless the Contractor's Representative is named in the Contract, the Contractor
shall, prior to the Commencement Date, submit to the MCH for consent the
name and particulars of the person the Contractor proposes to appoint
as
Contractor's
Representative. If consent is withheld or subsequently revoked, or if the appointed
person fails to act as the Contractor's Representative, the Contractor shall similarly
submit the name and particulars of another suitable person for such appointment.
The Contractor shall not, without the prior consent of the MCH, revoke the
appointment of the Contractor's Representative or appoint a replacement.
The Contractor's Representative shall, on behalf of the Contractor, receive instructions.
The Contractor's Representative may delegate any powers, functions and
authority to any person, and may at any time revoke the delegation. Any
delegation or revocation shall not to take effect until the MCH has received
prior notice signed by the Contractor's Representative, naming the person
Take care for the safety of all person's entitled to be on the site,
(b)
Choose reasonable efforts to keep the site and work clear of unnecessary
obstruction so as to avoid danger to these persons,
(c)
Provide fencing, lighting, guarding and watching of the works until completion
and its taking over by the MCH at end of O & M period.
(d)
Provide any temporary works (including road ways, foot ways, guards and
fences) which may be necessary, because of the execution of works, for the use
and protection of the public and of owners and occupy a server adjacent land.
Quality Assurance:
In addition to the provisions of clause General conditions of contract, the contractor shall
institute a quality assurance system to demonstrate compliance with requirements of the
contract. The system shall be in accordance with the details stated in the contract and the
Quality Assurance Programme will be got approved from the competent authority. The
MCHs shall be entitled to audit any aspect of the system.
Tenderer must visit the work site and see for himself the site and ground conditions in all
respects including availability of labour (skilled and unskilled), approaches, availability of
water, electricity, materials, and all other matters affecting the work before submitting the
tender.
Owner will not, therefore, after acceptance of the tender, pay any extra charges for any
reason whatsoever in case Contractor find later on to have misjudged the site and other
conditions.
Un-Foreseenable Difficulties:
The contractor shall be deemed to have obtained all necessary information as to risk,
contingencies and other circumstances that may influence or affect the works i.e
(a)
by signing the contract, the contractor accepts the total responsibility for having
sustained all difficulties and costs of successfully completing the works: and
(b)
the contract price shall not be adjusted to take account of any unforeseen
difficulties or costs.
The Contractor shall bear all costs and charges for special and/or temporary rights
of Way, which he may require, including those for access to the site. The
contractor shall also obtain, at risk and costs, any additional facilities outside the
site which he may require further purposes of the works.
(b)
Contractor shall make his own arrangement for Water supply/electricity at his own
cost and nothing extra shall be paid by the MCH
in the access to and use and occupation of all roads, existing electric and other
land, irrespective of whether they are public or in the possession of the MCH
or others.
(c)
with the existing amenities, whether natural of man made. No tree shall be
felled without permission of the Engineers Representative and clearance of the
site shall generally be kept to the minimum necessary for the works and
temporary works.
Security of the Site:
Unless otherwise stated in particular conditions:
a. The contractor shall be responsible for keeping unauthorized persons off the
site, offices, campus etc. within the scope of work and
b. authorized person's shall be limited to the Contractor personnel and the MCH's
personnel; and to any other personnel notified to the Contractor, by (or on
behalf of ) the MCH, and
c. Providing adequate manpower for the security of the material brought to the
site for which payment has been made to the contractor.
Contractors Operations On-site:
. The Contractor shall take all necessary precautions to keep Contractors equipment and
Contractor personnel within the site and these additional areas, and to keep them off
adjacent land.
During the execution of the works, the Contractor shall keep the site free from all
unnecessary obstruction, and shall store or dispose of any Contractors equipment or
surplus materials. The Contractor shall clear away and remove from the site any
wreckage, rubbish and temporary works which are no longer required.
For the purpose of constructing Contractors yard, godown, site office, staff quarters, etc.
the contractor may utilize the land and existing buildings / structures allocated to him by
MCH after obtaining requisite permission from the Engineer in Charge. All expenses
In connection with purchase or construction or maintenance or removal etc. of such items
shall be borne by the Contractor.
MCH may allocate the land and buildings for use by the Contractor according to its
possibilities only. If the land or buildings are not available or are insufficient for the
purposes of the Contractors establishment, additional land or buildings will have to be
procured/rented by the Contractor himself at his own cost and expenses as per his
requirement.
Recovery of rent towards the use of building by contractor for office/store/residence
provided by the MCH shall be done on fair rent assessment basis.
Works to be kept clear of water:
The Contractor shall keep the works well drained until the Engineer certifies that the
whole of the works is substantially complete and shall ensure that so far as is practicable,
all work is carried out in the dry. Excavated areas shall be kept well drained and free from
standing water.
The Contractor shall construct, operate and maintain all temporary dams, water-courses
and other works of all kinds including pumping and well-point dewatering that may be
necessary to exclude water from the works while they are in progress and till they are
handed over to the Development Authority. This refers mainly to surface water that may
enter into the excavated construction work. No separate payment will be made for such
dewatering works / measures. price quoted by Contractor will be deemed to have covered
expenses for such dewatering works / increase. Such temporary works shall not be
removed without the approval of the Engineers Representative.
Notwithstanding any approval by the Engineers Representative of the Contractors
arrangements for the exclusion of water, the Contractor shall be responsible for the
sufficiency thereof and for keeping the Works safe at all times, particularly during any
floods and for making good at his own expense any damage to the works including any
that may be attributable to floods. Any loss of production or additional costs of any kind
that may result from floods shall be at the Contractors own risk.
4. ORGANIZATION ON THE SITE
Contractors Office:
The Contractor shall have an office(s) near the site(s), and shall during office hours on all
working days have a clerk or some other authorized person always present at such office,
upon whom a notice may be served. Service of any notice left with such clerk or
authorized person shall be deemed good, served upon the Contractor.
Contractor's Staff:
The Contractor shall employ for the execution of work only such persons as are skilled
and experienced in all activities required for the completion of the Works, from
reconnaissance, design, manufacturing, execution and testing to commissioning. The
Engineer in Charge shall be at liberty to object to and require the Contractor to remove
from the Work any person who in the opinion of the Engineer in Charge misconducts
himself or is incompetent
or negligent in the proper performance of his duties. Such person shall not again be
employed without permission of the Engineer in Charge.
The Contractor shall employ labour in sufficient number to maintain the required rate of
progress and quality to ensure workmanship of the degree specified in the Contract.
Site Books:
Within seven days of the receipt of the order to take up work, the contractor shall supply
at his own cost, a work order book having machine numbered pages in duplicate, to the
Engineer in charge or his representative. This book shall be kept at the site of work under
the custody of the client's representative. Directions or instructions to be issued to the
contractor from the inspecting officers of the client or by Engineer in charge of the work
or his superior officer shall be entered therein with the dated signature (except when such
directions or instructions are given by separate letters). The contractor or his authorized
representative shall regularly note these entries in the work order Book and also record
therein the action taken or being taken by him in compliance thereon. The contractor or
his authorized representative may take away for his own record, the duplicate pages of the
work order Book, which will be carbon copies of the original pages, after putting up his
signature. The work order Book shall not be removed from the site of work except with
the written permission of the Engineer in charge.
5. DESIGN AND DRAWINGS
General Design Obligations:
The Contractor shall be deemed to have scrutinized, prior to submission of bid, the MCH's
requirements (including design criteria & drawings & calculations, if any) for their
correctness, accuracy, structural safety and soundness. The Contractor shall be responsible
for the correctness, accuracy of all designs and for safety & soundness of all structures
constructed under this contract.
The details of materials indicated in the tender document are the minimum requirement,
and no reduction/alteration shall be permissible unless the Engineer-in-charge is satisfied
that such changes are necessary.
Contractor's Documents & Submission Procedure for Detailed Design &
Execution Drawings:
The Contractor's Documents shall comprise the technical documents specified in the
MCHs requirements, Documents Required to satisfy all regulatory approvals and As Built
Documents and Operation & Maintenance Manuals. The Contractor's Documents shall
be written in the language for communications defined in contract.
If errors, omissions, ambiguity, inconsistencies, inadequacies or other defects are found in
the Contractors Documents, these and the works shall be corrected at the Contractor's
cost, notwithstanding any consent for approval under this clause.
Hydraulics of plant /GA drawings/Unit sizing etc. are given in the tender document.
However the contractor may check to ensure soundness of the designs & successful
completion of the project. The contractor is required to carry out the soil investigation for
Volume-01
Page - 40
Signature of
Contractor
important structure and to submit the detailed structural designs and execution drawings
of all civil, mechanical and electrical engineering works. He will also submit the detailed
system and working drawings as well as performance curves and data for all hydraulic,
mechanical, electro-mechanical and electrical equipment.
If any changes are desired by him in the given designs & drawings, such changes, duly
done in the drawings with a detailed note justifying the proposed changes, shall be
submitted for approval. No work shall be commenced on site on the basis of designs &
drawings not approved by EIC and/or those not accepted by the contractor.
The drawings shall be sufficient in details and the scale has to be chosen accordingly in
co- ordination with the engineer in charge.
Approval Procedures:
As soon as practicable after acceptance of his tender and in any case before starting work
on site, the Contractor shall submit for the approval of Superintending Engineer (PHE) a
detailed programme of work in the form of a PERT / CPM Network and a bar chart
together with a description of his proposed methods of working. The programme shall
take into account, the importance of completing the various parts of the works in
accordance with Clause for time for completion of the Contract.
The contractor shall submit designs, working drawings and documents etc., done as per
the requirement of the tender documents to the MCH or his authorized representative. The
following shall be the procedure for submission and approval of design, execution
drawings & contractors documents:
The Contractor shall submit three copies of design/drawings/contractors documents along
with the relevant IS codes / manuals and soft copy of design. Calculations of design in
soft copy shall be on excel sheet with stepwise explanation of formulas, various
assumptions, calculations etc. to arrive at results of design. In the soft copy of submissions
formulas & calculations shall not be kept hidden. Without such submission no design &
drawing will be accepted. All the submitted papers are to be signed by the Contractor or
his authorized representatives.
The MCH will review the submissions and if found fit for approval, will approve them
and return one copy to the Contractor within 15 days duly signed in token of approval.
In case the design/drawings etc. are not found fit for approval, the MCH will mark the
comments on them and return two copies to the Contractor within 15 days and the same
shall be repeated till the submissions are finally approved as per scope of work &
specifications. The contractor in such cases shall submit the revised and corrected
submissions within 15 days to the receipt of comments from MCH
.
Volume-01
Page - 41
Signature of
Contractor
On receipt of approved submissions, the Contractor shall submit four (4) additional copies
of the approved submissions (designs, drawings, data sheets etc.) to the Superintending
Engineer (PHE) for reference and records.
No designs / drawings with corrections made after taking the prints will be accepted.
The approval along with alterations in drawings/designs by the Superintending Engineer
(PHE) shall not relieve the Contractor of his responsibility in terms of the Contract for
soundness of the designs. The Contractor shall be responsible for the structural safety of
all the components of the Work.
Discrepancies Between Drawings And Specifications
The drawing annexed with the tender documents are for indicative purpose only. The
actual drawing and designs are to be submitted by the tenderer. In case of discrepancies
between drawings and specifications or data sheets arising from the meaning, dimensions
or quality of the materials and equipment for the due and proper execution of the Work,
Contractor's Undertaking
The design, the Contractors Documents, the execution and the completed works shall
comply with the relevant standards, building, construction and environmental laws, law as
applicable to the product being produced from the works, and other standards specified in
the Volume I Scope of Work & Technical Specifications applicable to the works, or
defined by the applicable laws.
All these laws, in respect of the works shall be, the laws prevailing at the time of letter of
invitation. References in the contract to published standards shall be understood to be
references to the edition applicable on the date of supply / execution as the case may be.
Whenever there are contradictory provisions in applicable Indian Standards, the most
stringent of the provisions shall apply unless specifically mentioned otherwise.
6. SUPPLY OF MATERIAL
All material required for the execution of the work, testing, commissioning, trial run,
operation, routine and preventive maintenance and repairs/replacement, if any
necessitated, during the entire Operation and Maintenance period shall be arranged by the
Contractor himself including all required chemicals for treatment of Sewage etc. except
electric charges to be paid to electric company (former electricity board) during O&M
period. No material will be supplied by MCH
Samples:
The contractor shall submit samples to the Engineer-In-Charge at his cost, for
their inspection prior to dispatch for review in accordance with the procedure
laid down in Contractor's Documents described in relevant sub-clause.
Inspection and testing of pumps, motors, bulk meters, valves, control panels
etc. shall be done in the factory before dispatch of the material.
The Contractor shall provide all apparatus, assistance, documents and other
information, electricity, equipment, fuel, consumables, estimates, labour, materials,
and suitably qualified and experienced staff in relation to supply of material and
are necessary to carry out the specified test efficiently. The Contractor shall agree,
with the MCH/third party, the time and place for the specified testing of any
equipment, materials and other parts of the works.
(ii)
The MCH may, vary the location or details of specified test, or instruct the
Contractor to carry out additional tests. If these varied or additional tests show that
the tested equipment, materials or other workmanship is not in accordance with the
contract than cost of testing to carry out in this variation shall be borne by the
contractor, notwithstanding other provisions of the contract.
(iii)
Engineer-In-Charge (client) or its representative shall have the right to inspect and /
or to test the Goods for confirm their conformity to the Contract. The Technical
Specifications shall specify what inspections and tests the Purchaser requires and
where they are to be conducted. If not specified or notwithstanding any mention,
the contractor shall submit the inspection plan of all major bought-out items for
approval with EIC specifying the stages of inspection as per manufacturers quality
plan and shall arrange to carry out the inspection along with EIC or its
representative at manufacturers works as per the approved plan. The EIC
Purchaser shall notify the Contractor in writing of the identifying of any
representatives retained for these purposes. All the expenses viz. lodging &
boarding, transportation, all facilities as required shall be borne by the successful
tenderer.
(iv)
The testing of materials and work where necessary shall be carried out in
accordance with the most recent standards or Tentative Standard Methods of Bureau
of Indian Standards institution current on the date fixed for opening of the tender. If
no such standard exists for a particular test, the standard method as laid down by the
British Standard Institution or by American Association of State Highway officials
or the American Society or other suitable organization for testing of materials, will
be used at the discretion of the Engineer in charge. He may also adopt any other
suitable method at his discretion.
(v)
The Contractor shall promptly forward duly certified reports of the tests to the
MCVH. When the specified test has been passed, the MCH shall endorse the
Contractor's test certificate, or issue a certificate to him, to that effect.
(vi)
The contractor shall establish a small laboratory at site where routine testing of
materials of concrete, asphalt etc. can be done to the extent feasible. He shall
indicate in his tender the scope of laboratory that he intends to establish on work
site. The charges for the same shall be born by the contractor.
The testing of material during construction activities on time to time basis shall also be
carried out from the approved laboratory/ Testing Station as per the schedule decided by
the Engineer-In-Charge and at the cost of contractor.
(vii) Contractor shall submit a Quality Assurance Programme (QAP) for each item
for approval of Engineer-In-Charge. Actual manufacturing shall start only
after approval of QAP. The inspection of the following bought out items shall be
carried out by third party agencies :
Process equipment like Screen, Grit Mechanism, SBR Decanters, Air Blower, Fine
Bubble Air Diffusers, Pumps, Filter Press, Motors, Transformer, MCC, Cables, PLC,
Pipes, Valves, Gates and any other items as directed by the Engineer In Charge. The
charges towards inspection shall be born by the contractor. In addition to the above
Engineer-In-Charge or his representative may inspect any/ all the bought out items as per
the requirement.
(viii) The third party agency shall be any one of the following
(a)
M/s RITES
(b) M/s SGS
Or by any other as approved by Engineer-In-Charge
(ix)
Contractor shall have to produce test certificates for all procurement of cement and
steel. (ANNEXURE-13)
The Engineer in charge will provide an authorization for packing and shipment after
inspection and/or approval of the material/equipment.
If the Contractor packs and ships material/ equipment without approval or authorization of
the Engineer-in-Charge, it can be refused if it is not matching with the specifications of
the Contract. All costs resulting from this are to be borne by the Contractor. The
Contractor has then to provide the material/ equipment, which is matching with the
Contract.
11
Immediately after the physical completion, the work of testing and commissioning
the entire system on design conditions as per the procedure of test given in Volume
I Scope of Work & Technical Specifications shall be taken up. Once the entire
system has been successfully tested and commissioned and trial run of three
months as per the conditions of contract, the O & M period shall commence. After
successful completion of the trial run period of three month, and removal of all
visible defects to the satisfaction of Engineer-in-Charge, the work shall be treated
as Completed.
Unless otherwise provided in the contract, after the successful completion of the
testing and three month trial run for the entire system, the Engineer-in-charge shall
issue a certificate of Completion of Work. The date of Certificate notifying
Completion of Work will be used for the final payment as per clause 6 and 7 of
General Conditions of Contract. From this date of certificate for Completion of
Work, the Operation & Maintenance period shall commence.
(ii)
In case Raw Sewage is not made available by the Employer than completion
period as defined in 11.2.(i) shall be extended appropriately.
provide for additional training of the MCH staff and have to carry out the operational,
maintenance and repair activities.
Constructional defect such as defects due to premature use of materials, works not
executed in accordance with the Contract, hidden faults in material and equipment not
discovered during inspection and testing, fault in design, manufacturing, erection and in
construction shall be pointed out by the EIC and shall have to be rectified by the
contractor during this period. The cost for repair material, spare arts, transport, repairs,
tests and repair staff shall have to be borne by the contractor. If the Contractor fails to
rectify the defect within a period of 15 days 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 the MCH may have against the
Contractor in respect of his failure to remedy such defects.
In the case of delayed Completion of Work not caused by the Contractor, the defects
liability period shall be extended accordingly but not more than three (3) years after the
total physical completion of the entire Work, whichever is earlier.
Prior to the commencement of the tests on completion, the contractor shall supply to the
MCH provisional operation & maintenance manuals in sufficient detail as specified in
Volume I Scope of work & Technical Specifications of the tender document.
The works shall not be considered to be completed for the purposes of completion of
works until the MCH has received final operation & maintenance manuals in such detail.
14. PROGRESS OF WORK
All components of works shall ensure a logical sequence of execution, construction,
supply, installation, testing, and commissioning. If any supply / construction of a
material / unit is made, not in conformity to the logical sequencing of the work
component, no payments will be entitled against such supplies, construction and
installations.
There has to be a continuous chain of work to ensure that works carried / material
supplied by the contractor are carried out/ installed promptly and those carried / installed
are sequentially tested in the field without any delay.
It will be the responsibility of contractor to maintain simultaneous pro-rata progress of
works.
15. DOCUMENTS REQUIRED FOR PAYMENT:
The contractor shall submit the following documents in duplicate along with the
invoice/bill.
Purchase invoice indicating details of equipments, material manufactured,
supplied and installed or work carried out, supply value of such material or
equipment or value of such work carried out and amount claimed.
Inspection reports/ test reports/ reports certifying completion of activity with
acceptable results as per MCH or any other agency representing MCH.
Report/certificate of inspections /tests carried out by the supplier of the
contractor or by the contractor himself.
Any other such details/documents as may be reasonably specified by the
Engineer-in-Charge from time to time during execution of the contract.
Proof of insurance of equipments, as required.
Certificates, as prescribed, regarding payment of Sales Tax, duties etc. leviable
on supplies made.
Colour photographs/Videography of the work executed during the period for
which the invoice has been raised.
Other documents required by the Engineer-in-charge.
16. PAYMENT TERMS
The terms of payment have been as detailed in Volume -II of the tender document.
Payment of running bill shall generally be released once in a month. The contractor shall
submit all the bills on the printed forms at the office of the Engineer-in-Charge.
If any extra item crops up during the progress of works, the same shall be carried out by
the contractor, after approval of Engineer-in-charge and he shall be paid at the rate fixed
by the Engineer-in-charge as per the rate analysis based on current market rates or current
BSR whichever is less.
All payments shall be subjected to the following limitations:
16.1 Sequence of event in case of supply of material:
Sequence of events shall be decided in the monthly review meetings, and material
requirement for subsequent 3 months shall be decided and made part of the monthly
reports. Payment for supply of items in consonance with the agreed sequencing of
material will only be made, so that material does not remain unutilized for more than 3
months, for which payment of supply has been made.
Payment of material and equipment shall be done for the price quoted for respective items
in the Volume II Schedule of Prices of the tender document and as provision given
herein after.
17. DEDUCTIONS
Statutory Deductions :
The MCH is required to make statutory deductions at source from all running bills and
final bill as in force through relevant statutes in force from time to time at the rates
prescribed therein.
Other Deductions:
Any other deductions to recover any reduction in rates or any other MCH's claims accrued
as per the contract or in respect to any other liabilities arising, shall be deducted from
subsequent interim payments or final payments or from the securities with the MCH.
18. NON APPLICABLE
CONTRACT
CLAUSES
OF
GENERAL
CONDITIONS
OF
The clauses of General conditions of contract bearing nos. 5A, 10, 10B, 10C, 12, 12A, 24,
25, 30, 37,45, 47 and table for schedule of material to be supplied by the deptt. If
available, (referred to in clause 10) of General Conditions of contract shall not be
applicable. No payment in respect of price variation shall be applicable under this
contract.
19. TAXES AND DUTIES
All taxes, duties, levies applicable by any act of the Government of India and/or State of
Rajasthan and/or of the Local bodies on the company or its personnel, during the period of
work in progress shall be of the Contractor. All goods manufactured/procured and
supplied by the contractor and the work executed under this contract, responsibility of
payment of sales tax, surcharge, octroi and any other tax and levies in force, responsibility
of payment of all such taxes, duties, levies shall be of the contractor.
In respect of goods and materials procured by the Contractor, for use in works under the
contract, Sales Tax will be paid by the Contractor himself. But in respect of all such goods
Volume-01
Page - 50
Signature of
Contractor
manufactured and supplied by the Contractor and works executed under the contract, the
responsibility of payment of sales tax if any is of the Engineer-in-charge as per the
statutory
Volume-01
Page - 50
Signature of
Contractor
provisions, than the sales tax for such cases shall be paid by the Engineer in Charge on
behalf of the contractor and the amount so paid shall be deducted from the intermediate
payments of the contractor.
20. PERFORMANCE GUARANTEE OF EQUIPMENT
The bidder shall guarantee that the performance of each pump set, motor, electrical;
mechanical; electro-magnetic, automation & instrumentation equipments shall comply
with the requirements given in the specifications. He shall also guarantee that the
equipments will operate satisfactorily at the time of commissioning and shall be at the
desired level of efficiencies during O & M period and also at the time of handing over.
21. MCHS RIGHT TO RECTIFY
The MCH retains the right to rectify, at the cost of Contractor, to perform any of these
materials or work obligations on default of the Contractor.
22. MAKES OF EQUIPMENT
The Equipment(s) used by the bidder for the project shall be one of the makes as given in
the Volume I of the tender document .The makes of other equipments/material to be used
shall be got approved from EIC.
23. TIME SCHEDULE FOR CONTRACT ACTIVITIES
For completion of the job in the prescribed time it is essential to maintain a timely and
logical sequencing of the contract activities. In view of the above the contractor shall
submit a plan for approval of MCH.
To adhere to the execution schedule approved by the MCH, the contractor shall also
deploy the required T&P as directed by Engineer in Charge. The time schedule so
provided and approved by competent authority shall have no bearing on clause 2 of
General Conditions of Contract.
24. INSURANCE
The contractor shall have to provide a minimum insurance of man power and equipments.
This insurance cover should start from the date of starting of work and should be valid up
to end of execution period. The responsibility of timely payment of the premium as well
as that of lodging claims as and when situation arises will be that of contractor.
Accident or Injury to Contractors Employees
The MCH shall not be liable for, or in respect of any damages or compensation payable by
law in respect of, or in consequence of any accident or injury to any person in the
employment of the contractor (other than accident or injury as may be attributable to the
MCH or its employees) & the contractor shall indemnify the MCH against all such
damages and compensations and against all actions, suits, claims, cost or expenses arising
there from. The contractor shall ensure against such liabilities and shall continue such
insurance during the whole of the time that any persons are employed by him on the
works.
Third Party Insurance
Volume-01
Page - 51
Signature of
Contractor
Before commencing the execution of the work, the contractor shall insure and indemnify
the MCH against all damages, loss or injury and any actions, suits, claims, demands, costs
and
expenses arising there from which may occur to any property including that of MCH) by,
or arising out of the exhibition of any work for which shall be occasion by the negligence
of the contractors employees or by defective design, materials or workmanship, or from
any other cause for which the contractor may be held liable under the contract.
Approval By The Engineer In Charge
All insurances which the contractor requires to enter into the contract shall be effected
with an insurer or insurers and in terms approved by the engineer in charge, (which
approval shall not be unreasonably with held), and the contractor shall automatically
produce to the engineer in charge the policies of insurance and receipts of the payments of
the premiums.
Remedy on Contractors Failure to Insure
If the contractor fails to effect on keep in force the insurances referred to or any of the
insurance which he may be required to effect under the term of the contract then and in
any such case the MCH may effect and keep in force any such insurance and pay such
premium or premiums as may be necessary for the purpose, and from time to time deduct
the amount so paid by the MCH as aforesaid, from any moneys due or which may become
due to the contractor or recover the same as a debt due from the contractor.
25. NIGHT WORK:
Subject to any provisions to the contrary contained in the contract, no work shall be
carried out after office hours without the written permission of the Engineer-in-charge
except when the work is unavoidable or absolutely necessary, for saving life or property
or for the safety of the work, in which case, the contractor shall immediately inform the
Engineer-in-charge or his Representative, provided always that the provision of this clause
shall not be applicable in the case of any work which it is customary to carry out by
double or rotary shifts in which case sufficient advance notice shall be given of the
intention to work at night to the Engineer-in-charge. After making all requisite
arrangements and management of areas, materials and equipments, required under any
emergency etc. Overtime to supervisory staff of the client in such cases shall have to be
however borne by the contractor.
The contractor shall also carry on work after office hours if so required by the Engineerin-charge, subject to obtaining approval in writing, for expediting the progress on the
works or for any other reasons of technical safety.
Whenever any work is required to be carried out at night in the interest of structural safety
or any other reason with express approval of the Engineer-in-charge or his representative
authorized to supervise, adequate lighting and other arrangement shall be made in advance
by the contractor for proper execution and supervision of such work. The contractor shall
not be however entitled to any extra payments for night work.
26. TRESPASS:
Volume-01
Page - 52
Signature of
Contractor
The contractor shall at all times be responsible for any damages due to trespass committed
by his agents and work people in carrying out the work, unless authorized by the
Engineer-in-charge in writing in which case, all repair work shall be done by the
contractor at his own cost to restore the original condition.
Volume-01
Page - 53
Signature of
Contractor
The Contractor shall submit for the approval of the Engineers Representative
detailed proposals under (a) above. When the regulations have been approved
and before the work started, the Contractor shall distribute copies in English or
in other languages as appropriate to all his employees and to the Engineers
Representative.
The Contractor shall ensure that all his employee are fully conversant with the
regulation, emergency and rescue procedures, etc. and the Contractor shall
enforce the rule that any employee committing a serious breach of such a
regulations shall be instantly dismissed and shall not be re-employed.
Contractor shall provide and maintain at his own expenses all lights, guards, fencing
and necessary watchmen when and where necessary or add as required by
Owner / Engineer for the protection of the works or for the safety and
convenience of those employed on the works and the public. Contractor shall
also provide at his cost traffic barricades, men for diverting and controlling
traffic, necessary sign boards for diversion of traffic. In the event of failure on
the part of Contractor, Owner man with or without notice to Contractor put up a
fence or improve a fence already put up or provide and/or improve the lighting
or adopt such other measures as he may deem necessary, and all the cost of such
work and procedures as may be adopted by Owner / Engineer shall be borne by
Contractor. Maintenance of adequate warning and general lighting at nights at
place of work is essential.
29 ACCIDENT LIABILITIES:
The contractor shall be responsible for all liabilities under workman compensation act, as
under:
(a)
On occurrence of accident, resulting in death of workman employed by the
contractor or which is so serious as is likely to result in death of such
workman who meet with accident, the contractor shall within 24 hours of
incidence, will intimate in writing to Engineer in charge of such incidence.
The contractor shall indemnify client, against all losses/damages sustained
by the client resulting directly or indirectly from his failure to give such
intimation to client including penalties/fines if any, payable by client as a
consequence of client's failure to give notice under workmans compensation
act or otherwise to confirm the provision of this act in regard to such
accidents.
(b)
In case when such compensations as above becomes payable under
workmans compensation act, whether by contractor or by client as principal
employer, it shall be lawful for the Engineer in charge to retain out of
money due and payable to the contractor, such sum or sums of money as
may in the opinion of the Engineer in charge be sufficient to meet such a
liability, the opinion of the Engineer in charge shall be final in regard to all
matters arising under this clause.
30. The Contractor shall have to maintain account of steel, cement and other materials
that may be brought by him on site. This account shall be regularly maintained and
kept open for inspection by MCH staff. Watering of all the items shall be done as
per instructions. Mixing of concrete shall be done by concrete mixer machine.
emergency or when technical requirements are such that continuity of work should
be maintained and that too will be with prior permission of the competent authority
32. Octroi exemption passes shall not be given for any material required for this work.
33. Contractor will be fully responsible for compliance of the various provisions under
Contract Labor Act, 1970 and the Rules frames there under. The Contractor should
obtain necessary permissions, license & registrations from labour commissioner, as
per labour law.
34. The bidder shall note that if the information required to be furnished by him either
at the stage of prequalification or at the stage of bidding are not provided in time
and/or if it is deliberately concealed and such information has come to the notice of
MCH at any stage prior to award of Work and whether or not negatively affecting
bidders competency the MCH reserve the right to out rightly reject the bid though
he is pre-qualified in the absence of such information.
Designation
Qualification
Experience
Chemist
M Sc
Plant Operator
ITI or relevant
Electrician
ITI or relevant
Helper
TOTAL PERSONNEL
PER SHIFT
10 th STd Pass
3 years of
Wastewater
Testing
3-5 years
experience of
operating
pumping
machinery /
STP
3 years in
similar plant
- do -
No of
Personnel
01
01
01
01
04
In addition to above minimum manpower the contractor shall depute necessary wireman
/ fitter or any other technician as required for carrying our preventive maintenance on
regular basis as per the schedule mentioned in O&M manual to be submitted by
contractor the proper operation and maintenance of the STP and as recommended by
the equipment manufacturer. Further they shall also be deputed to carry out
breakdown maintenance of the plant as and when required but not later than 24 hours
from the date of intimation about the fault by engineer in charge to the contractor.
Contractor shall also demonstrate of having available with him the services of the
expert technical/process person having qualification in B.E. or M.E.
(Environment) and having minimum 3 years experience. The said technical
person shall visit site at least once in a fortnight to oversee the plant operation
and instruct the staff as required to improve the performance. The visit shall be
logged in the site register.
As per agreement, the No. of staff in each shift should always remain present;
otherwise penalty towards absence of any staff shall be levied and recovered
from the contractor. The arrangement of reliever for weekly off/holiday/leave
etc. shall be made by the contractor. Absence on any ground like weekly off or
holiday shall not be considered. The presence of staff in each shift should be
marked in register to be maintained at office of Engineer of the Client at STP;
which shall be considered as final. The contractors staff must mark their
presence in this register. The contractor may maintain a separate register for his
own purpose. If a man on the duty remains absent and there will not be any
replacement in his place, the contractor will be penalised at the rate of Rs. 200/per man per day upto no limit.
The Contractor shall employ all the required staff (and in no case less than the
number specified in the tender which is mandatory) within 7 days of award of
the Contract, otherwise full payment will not be made. In such case, the
commencement of the Contract Period and payment thereof shall be reckoned
only from the date of employment of full numbers of staff. If at any stage it is
felt necessary that additional manpower over and above the specified minimum
manpower is required for the proper operation of the treatment plant, contractor
shall employ necessary additional manpower at no extra cost within 7 days from
the date of issue of notice by engineer-in-charge.
No equipment shall remain idle or un-repaired or damaged or unutilized for the
period exceeding 5 working days from the date of intimation by engineer in
charge to contractor in that effect. If any equipment is not repaired, rectified and
or replaced within 3 days, the contractor shall be penalized with no limit at the
rate of Rs. 500/- per day of delay per each individual equipment of the
plant.
The Contractor will comply with all safety rules and regulations and all interdisciplinary measures as followed by the Employer. The Employer will not be
responsible for any accident / injury to the staff or any person of the Contractor
or loss or damage to any property. Necessary insurance coverage shall be the
responsibility of the contractor. Further, the Employer will not provide any
insurance or free medical facility to the staff of Contractor.
Providing necessary security arrangement for safety of the plant and contractors
personnel will be the responsibility of contractor.
SPECIAL CONDITIONS
SCHEDULE 'H'
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
Use of Bitumen mixture Tar mechanical lime grinder, cement concrete mixer &
vibrator is essential for the work. Which shall have to be arranged by the
contractor at his own level/cost?
If there is any typographical error or otherwise in the 'G' Schedule the rates given
in the relevant BSR on which schedule 'G' has been prepared, shall prevail.
The contractor shall follow the contractor labour regulation and abolition Act 1970
& Rule 1971.
The MCH shall have right to cause on audit and technical examination of the work
and the final bills of the contractor including all supporting vouchers, abstract etc.
to be made within two years after payment of the final bills and if as a result such
audit any amount is found to have been over paid/excess in respect of any work
done by the contractor under the contract or any work claimed by him to have
been done under this contract and found not to have been executed the
contractor shall be liable to refund such amount and it shall be lawful ;for the MCH
to recover such sum from him in ;the manner prescribed in special condition no. 8
or any other manner legally permissible and if it is found that the contractor was
paid less then that was due to him under the contract in respect of any work
executed by him under it, the amount of such under payment shall be paid by the
MCH to the contractor.
The contractor shall not work after the sunset and before sunrise without specific
permission of the authority Engineer.
Whenever any claim against the contractor for the payment of a sum of money
arises out or under the contracts, the MCH shall be entered to recover the sum by
appropriating in part or whole of the performance security of the contractor. In
the event of the security being insufficient or if no security has been taken from
the contractor then the balance of the total sum recoverable as the case may
shall be deducted from any sum then due or which a any time there contract with
the MCH should this sum be sufficient to recover the full amount recoverable, the
contractor shall pay to MCH on demand the balance remaining due. The MCH shall
further have the right to affect such recoveries under P.D.R. Act.
The rate quoted by the contractor shall remain valid for a period of 90 days from
the date of opening of the tenders.
By submission of this tender the contractor agree to abide with all printed
conditions provided in the PWD manual from 64 Chapter 3-para 36 and
subsequent modification.
No conditions are to be added by the contractor and conditional tender is liable to
be rejected.
All transaction in the execution of this work and this tender will be liable to saletax vide section 2B read with sub clause 4 Sale-tax Rule, 1954.
If any tenderer withdraws his tender prior to expiry of said validity period given at
[Link]. 7 or mutually extended prior or makes modifications in the rates, terms and
conditions of the tender within the said period which are not acceptable to the
department or fails to commence the work in the specified period, fails to execute
the agreement the department shall without prejudice to any, other right or
remedy, be at liberty to forfeit the amount of earnest money given in any form
absolutely. If any contractor, who having submitted a tender does not execute the
agreement or start the work or dose not complete the work and the work has to
be put to retendering, he shall stand debarred for six months from participating of
Volume-01
Page - 60
Signature of
Contractor
12.
13.
14.
15.
16.
17.
18.
19.
20.
21.
22.
Volume-01
Page - 61
Signature of
Contractor
STP
m /sec.
3.00
m /sec.
CAPACITY
Capacity of STP
15 MLD
No. of Dwg.
01
Above drawings are only conceptual, Bidders are advised to refer to above
drawings for reference purpose only. Detailed design & preparation of
detailed engineering drawings (including civil, electrical, mechanical,
instrumentation etc. all complete) is within the scope of the bidder.
PROCESS DESCRIPTION OF VARIOUS UNITS OF COMMON EFFLUENT
TREATMENT PLANT
1 MLD STP capacity comprises of the following process units.
15 MLD
1
2
3
4
5
6
7
8
Collection sump
Inlet Chamber
Fine Screen Channel
Detritor tank
Distribution Chamber
SBR Basin
Sludge Sump
Construction of a centrifuge
plant to handle the stabilized
sludge from 1 MLD STP
Treated Effluent Disposal pipe
upto CWR
The Inlet Chamber will receive the raw sewage to pass it further to screen
channel and subsequently to the Detritor tank. In screen channel floating
matters are trapped and removed whereas in Detritor tank, grit is removed. The
sewage having been treated for screening and grit removal is then treated
biologically in
SBR basins. Treated effluent is finally disposed in proposed clear water R.C.C.
tank of
cum fitted with pumping machinery of suitable duty condition as
approved by Engineer in charge for further pumping the clear water for
horticulture purpose..
The sludge form SBR basins are dewatered using Centrifuge before disposal.
Collection Sump
Trapping of sewer water from existing sewer of size 600 mm dia. Near Narayan
Singh Circle and construction of sump well with provision of sluice gate including
pumping and screen arrangement at STP site.
Inlet Chamber
The inlet chamber is provided ahead of screen channel to receive the sewage
from the collection sump. An RCC platform at the top of the wall is provided
for the operation of the gates. Staircase/ ladder & railings shall be provided
as per requirement.
A plant bypass line is provided from the Inlet chamber to divert the flow to
the final effluent discharge point in case of any malfunction in the STP.
Screen Channel
Two nos. Fine Screen channels are provided (1W + 1 Standby) each
designed for peak flow. Screen channels are controlled by sluice gates at
their entrance. Partition walls have been provided to divide the channel into
compartments. An RCC platform at the top of the wall is provided for the
operation of the gates. Staircase/ ladder & railings shall be provided as per
requirement.
Mechanical Detritor Tanks with Gates
The function of this unit is to remove inorganic grit from sewage after it gets
screened in screening channel. There shall be two units (1W + 1 Stand by)
of mechanical Detritor of 100% peak flow capacity each to deliver the waste
water to distribution box. This shall be a square RCC chamber of suitable
size with mechanical Detritor equipment.
Manually operated Gates shall be installed at the inlet of Mechanical Detritor
unit for flow regulation. Access platform, staircase and railing are provided
as per requirement.
Distribution Chamber
The flow from Detritor tanks will be connected to the Splitter Box having
central common compartment. The flow will be then divided into equal parts
by splitting proportionately with adjustable aluminium weir plate and
distributed to individual SBR basins by channels. Automatically operated
Gates shall be installed at the Splitter box outlets for flow isolation.
An RCC walk way platform at the top is provided for the operation purpose.
Staircase/ ladder & railings shall be provided as per requirement.
SBR basins
The SBR basins shall be provided to treat the flow of 15 MLD. There shall be
minimum
nos. of SBR basins.
1.
During the period of a cycle, the liquid is filled in the SBR basins up
to a set operating water level. Aeration Blowers are started for aeration
of the effluent. After the aeration cycle, the biomass settles under
perfect settling conditions. Once Settled the supernatant is removed
from the top using a Decanter. Solids are wasted from the tanks during
the decanting phase.
3.5.1
Biological SELECTOR zone
The raw effluent enters the SELECTOR zone, where ANOXIC MIX conditions
are maintained. Part of the treated effluent along with return sludge from
the aeration basin is recycled in here, using RAS pumps. As the
microorganisms meet high BOD, low DO condition in the SELECTOR, natural
selection of predominantly floc-forming microorganisms takes place. This is
very effective in containing all of the known low F/M bulking
microorganisms, eliminates problems of bulking and sludge foaming. This
process ensures excellent settling characteristics of the bio sludge.
Also due to the anoxic conditions in the SELECTOR zone, De-nitrification and
phosphorous removal occurs in case the Ammoniacal nitrogen and
phosphorous levels are high in the effluent.
2.
3.5.2
Dissolved Oxygen Control
The SBR process uses measurement of dissolved oxygen (DO) levels in the
basin to enhance treatment efficiency and optimise power consumption. The
DO concentration in the basin is continuously monitored using a DO sensor.
Once DO level is measured in the basins, a variable frequency drive
automatically alters the aeration blower rpm to maintain desired DO levels in
the basin. This methodology provides a true in-basin method for the efficient
use of energy.
3.
3.5.3
Decanter Assembly
The clean supernatant is removed from the basin using a Decanter assembly
complete in stainless steel construction. During decanting there is no inflow
to the basin. The moving weir DECANTER is motor driven and travels slowly
from its park position to a designated bottom water level. Once the
Decanting phase sets in, the decanter automatically lowers to the required
bottom level. Variable frequency drives are provided to control the rate of
movement of the Decanters.
v.
3.5.4
SBR - PLC based Operation and control
The complete SBR plant operation is controlled automatically through a PLC
system, which is a major factor in reducing operating costs. This also
prevents mal-operation of the various set process parameters within the
plant. All key functions like, RAS, sludge wasting, aeration intensity, cycle
time control, decanting rate etc are automatically controlled as well as data
logged. Complete historical records of plant operation are available on touch
of a button.
3.6
Clear water tank
Treated effluent is finally disposed in proposed clear water R.C.C. tank of
300.00 cum fitted with pumping machinery of suitable duty condition as
approved by Engineer in charge for further pumping the clear water for
horticulture purpose
vi. 3.7
vii. 3.8
Centrifuge
The dewatering of the sludge will be carried out in Centrifuge. The
Centrifuges shall be housed in an elevated platform such that the dewatered
sludge falls directly on to the Cart to be taken for disposal.
A Polyelectrolyte dosing system comprising of tanks, Agitators and Pumps
has to be provided to dose Dewatering Polyelectrolyte at the Centrifuge inlet
to aid sludge dewatering.
The filtrate is disposed off to the Filtrate sump from where it will
conveyed to Distribution Chamber by pumping.
viii.
be
3.9
Process Piping, Filtrate Piping, Drain Piping & Interconnecting
Channels
This shall include the interconnecting pipelines between different units of the
MPS & STP as given below:
Description
Material
Air piping above water level, Return sludge line Epoxy Painted
above water level, Surplus sludge line above
water level
Air piping below water level, Return sludge line SS 304
below water level, Surplus sludge line below
water level
Sludge pump house to Centrifuge
DI K-7 D/F
Filtrate Pipe (Centrifuge to Filtrate sump)
SW pipe
Filtrate sump to Division box
DI K-7 D/F
All interconnecting channels wherever required shall be of RCC M-30 with
PCC M-15 bedding.
ix.
4.0
Delivery Piping of Sludge Pump
The piping system in this unit shall include the delivery pipe connecting
individual pumps with common header pipe of the rising main. All the
pipes, specials like elbows and wyes etc., sluice valves and Non Return
Valve required shall also be included as part of the delivery piping. The
delivery piping shall be flanged DI, K-7 pipe.
x.
4.1
Site office Building (Plinth area 65 Sqm)
The office building shall be provided for the administrative staff of the
treatment plant for carrying out its operation and maintenance jobs. This
building shall have working space for the plant incharge, secretarial staff.
Toilet shall be provided with site office building with one seat and two
urinal as part of office building.
The building shall be a RCC framed structure with brick walls & RCC roof
slab. The internal lighting, internal water supply & sanitation and joinery
shall be done as per the PWD specification. All other building components
/ materials (flooring, doors, windows, plastering etc.) shall be as per PWD
specifications.
xi.
4.2
Operations Buildings
Operations Buildings include Main Electrical Panel (MEP) Room, for the
operational control and management of pumping station & STP.
The Operations building shall be a RCC framed structure with brick walls
& RCC roof slab complete with internal lighting, internal water supply &
sanitation, etc. as per PWD specifications. All other building components /
materials (flooring, doors, windows, plastering etc.) shall be as per PWD
specifications.
4.3
xii. 4.4
xiii. 4.5
xiv.
4.6
Painting, Whitewashing and Allied Works
All the units/items/equipment of the buildings/ pump houses /coated
wherever required. All the internal surface of the walls shall be painted with
distemper paint and exterior surface with water proof cement paint, ceiling
with white wash, doors, shutters, windows, grills etc. shall be painted with
synthetic enamel paint as per PWD specification and direction of Engineer in
charge.
The inner concrete surface of all the water retaining structures shall be
painted (two coats) with an approved made bitumen paint.
All the CI pipes & specials and other equipment shall be painted with two
coats of approved make anti corrosive paints.
MLD
STP
CAPACITY
[Link]
FROM
EXISTING
SEWER
TO
COLLECTING SUMP
A sewer line of 600 mm dia. is passing on the Narayan Singh Circle
towards Tonk road at an approx. distance of 100.00 meters from
the proposed STP site. Raw sewage is to be trapped from this sewer
line for the plant.
Average Flow
Peak Factor
:
:
15 MLD
3.00
Peak Flow
:
3.0
MLD Bed level of Drain at point no. 3 :
Bidders are advised to verify the distance and levels at their own. Later on if
any discrepancy is found, MCH will not be responsible.
Coarse Screen Channels
Two units of coarse screen channel designed for peak flow of
shall be
provided along with CI sluice gates at upstream ends to regulate the flow.
3370. RCC Staircase, 900 mm wide, shall be provided for access from the
ground level to the top of the Unit & to the operating platform.
Particulars
Average Flow
Peak Factor
Peak Flow
Number of Units
15 MLD STP
15 MLD STP
:
:
:
:
:
:
:
:
:
:
:
:
:
As mentioned above
Raw Sewage
1.05
Min. 20 C
more than 70%
Fixed
Cast Iron IS 210 Gr. FG
SS - 304
AISI 410
Cast Iron IS 210 Gr. FG
Cast Iron IS 210 Gr. FG
Cast Iron IS 210 Gr. FG
CI
260
260
260
260
:
:
:
:
CI
SS - 304
SS - 304
MS with GI coating
5.3.2
Testing of Pumps at Manufacturers Premises:
1. Hydrostatic Testing: All Pressure Parts of Pumps prior to assembly shall be
subjected to hydrostatic test 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.
2. Balancing Test: Impeller and Pump Rotating
assembly
shall
be
dynamically balanced.
3. 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 with minimum NPSH as available at site.
4. Pump performance shall be within the tolerance limits specified in BS: 5316:
Part 2.
Intake Chamber
Intake Chamber shall receive raw sewage from the Raw Sewage Pumping
Station. The entire construction shall be in M25 grade concrete and as per IS
3370. Adequate RCC Platform, minimum 900 mm wide, with railing as per
specifications shall be provided. RCC Staircase, 900 mm wide shall be
provided for access from ground level to the top of the Unit & to the
operating platform.
Particulars
Average Flow
Peak Factor
Design flow
Number of Units
15 MLD STP
Detention Period
Min. Free Board
Fine Screen Channels
One Working and one Standby Screens shall be provided in the Fine Screen
Channels. Fine Screen Channels shall be designed for peak flow.
The clear opening for Screen shall be 15 mm for Manual Screen. Manually
operated CI Sluice Gates shall be provided at the upstream and downstream
ends to regulate the flow.
Adequate RCC Platform shall be provided at the upper level to enable
operation. Railings shall be provided around the entire periphery of the
platform. The entire structure shall be in M25 grade concrete and as per IS
3370.
Particulars
Average Flow
Peak Factor
Peak Flow
Number of Units
1 MLD STP
3.0
1.
2.
3.
4.
5.
6.
7.
8.
Two Mechanical Grit Chamber of peak flow capacity shall be provided after
Fine Screen Channels. It shall have the following:
One tapered Inlet Channel running along one side with Deflectors for entry
of sewage into the Grit Chamber. The minimum SWD shall be 0.9 m.
One tapered Outlet Channel for collecting the de-gritted sewage which shall
overflow over a weir into the Outlet Channel.
One sloping Grit Classifying Channel into which the collected grit shall be
classified.
The grit from Classifier shall be collected in a wheeled Trolley.
A grit Scraping Mechanism.
Adjustable Influent Deflectors.
Reciprocating Rake Mechanism to remove the grit.
Organic Return Pumps
CI Sluice Gates shall be provided at the entrance of the Grit Chamber. To
enable easy operation of the Gates, RCC Platform with GI Railing shall be
provided at the upper level. The entire construction shall be in M25 grade
concrete and as per IS 3370.
Particulars
Average Flow
Peak Factor
Peak flow
Number of Units
Type
Size of grit particle
Specific gravity of grit
Maximum Surface Overflow Rate
Freeboards
15MLD STP
Two Basins with adequate volume shall be provided. In addition, 0.5 m free
board shall be provided. Maximum Liquid Depth shall be restricted to 6 m
and shall be 50% peak flow capacity
MLSS maintained in the basin shall range from 2500 to 5000 mg/l.
The Cycle Time of Cyclic Activated Sludge / SBR Process shall be selected
adequately considering min. 12 hrs/day/basin of aeration with preferred
cycle times containing max. 50% not aerated portion.
Decanting Device
The Decanting Device shall be Moving Weir Arm Device of Stainless Steel
304 with top mounted Gear Box, Drive or Floating decanters with pneumatic
control device, Scum Guard, Down Comers, Collection Pipe and Bearings.
The following type of Decanter assemblies are not acceptable:
Rope Driven Decanters.
GRP Products.
Valve Arrangement.
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 shall be Minimum one Decanter per Basin.
The hydraulic design based on design flow rate as given above shall not
exceed flow speed of 1.3 m/s.
Each Decanter shall be inclusive of local Control Box with manual operation
selection and function buttons and communication to main PLC.
Aeration System
The Aeration Facility shall be installed for 1 MLD STP average flow.
- Minimum Oxygen Transfer Capacity for 1 MLD STP average flow shall be
calculated based on minimum of 1.2 kg O2/kg BOD. Minimum Aeration time
shall be 12 hrs/day.
- Only fine bubble PU Silicon membrane diffusers shall be acceptable with
minimum membrane diffuser to floor coverage area of 8 -10% & every
diffuser should be inbuilt NRV. Diffusers shall be submerged, fine bubble/fine
pore, high transfer efficiency, low maintenance, non-buoyant type. Diffusers
shall be tubular (membrane) type. 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 Total Water Level
and Bottom Water Level operation conditions, controlled by process sensors
such as DO, Temperature and Level.
Blowers
For 1 MLD STP plant one blower of 100% capacity has to be provided.
Blower shall operate via Variable Fixed Derive (VFD) while others may be
operating at a fixed constant speed on soft starter configuration.
-
The blowers for diffuser system shall be positive displacement (Roots) type
and head for 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 blowers. Blowers shall be complete with motor
and accessories like base frame, anti vibratory pad, silencer, non return
valve, air filter etc. as per requirements. Vibration due to operation of
blowers shall be to avoid damage to structures. Further, blowers shall ensure
that the noise level at 3 m from blowers is below 70 db and acoustic
enclosure shall be provided if required. The Blower Room shall have
sufficient ventilation, lighting and working space.
The blower and air diffuser system shall include PLC and SCADA based
control for operation. The operation and speed of blowers shall be
automatically adjusted using parameters like Oxygen uptake Rate, Dissolved
Oxygen and Temperature, Incoming Flow and Liquid Level in the Basin such
that the DO is supplied as per demand and power utilization for operation of
blowers is optimized.
The main air header shall be in MS as per relevant IS Code, painted with
corrosion resistant paint as per manufacture's recommendations. The header
shall be supported on supports/saddles at suitable intervals or will be
protected against external corrosion in case they are laid below ground. The
header shall have auto valves to facilitate switch over of aeration cycle from
one Basin to other by PLC operation. The header shall supply air to diffuser
grids at various locations through air supply pipes. Air supply pipe above
water level shall be in MS and below water in stainless steel and for grid in
Imported PVC as per relevant standards. All under water lateral pipes shall
be of Imported PVC. All air down comers connecting air pipe to diffuser grid
shall be in SS304. Junction between air header and air supply pipe shall be
suitably protected against corrosion due to dissimilar materials.
required
Specification of Blowers
The Blower s ha l l ha v e 3-lobe rotors & cylinder housing with pre-inlet
channels to reduce sound emissions through pulsation cancellation. The
cylinder, end plates and covers are made of EN-GJL-200.
Cooling: Conventional air cooling via the housing surface is adequate
Lubrication: Bearings and Timing gears are splash lubricated
Sealing: The conveying chamber (cylinder) is sealed from the gear
case and the front cover by piston ring labyrinth seals. These seals have
a central, neutral chamber which is open to the atm.
Timing Gears: The helical timing gears are hardened and ground. They
are fitted to the shafts by the oil expanded taper method
Air Flow Path: Top to Bottom with air inlet on cool side of the
unit
a)
Connecting Housing:
The Connecting housing helps in integrating the following into the blower
unit
Vertically mounted Pressure relief Valve (acc. to PED 97/23/EC)
b) Integrated Non return Valve (Flap type)
c)
d)
Anti-Vibration Pads:
Anti-vibration mountings are supplied as standard along with each blower
unit. Hence no separate or special foundation is required thereby reducing
installation cost for this blower
SPECIFICATIONS FOR FINE BUBBLE DIFFUSERS
Air diffusers for aeration system consist of porous membrane of silicone based
rubber with maximum 64 mm diameter size. Diffusers should be tubular and
non-buoyant type. Membrane design should permit membrane collapse to
eliminate the gap between support tubes during non operation period. During a
power shutdown at the sewage treatment plant the membrane will contract and
close around the PP support pipe to prevent any back flow. Diffuser is fully
supported over the length and circumference on single piece polypropylene (PP)
support tube of minimum 5mm thick to hold the membrane in position. No
drilled holes on the support tube are permitted and embedded opening on the
support tube is desired. Support tube will be covered with Rubber Membrane of
high quality Silicone based and treated with anti-microbial property. Membrane
shall not be loose fitting on the support tube and recommended of 67mm OD.
Air opening on the membrane should be 1 mm with staggered perforation.
Diffuser body shall contain embedded NRV (non-return valve) to safeguard the
air diffuser manifold by entering sludge during rupture of membrane for any
reason. Entire diffuser assembly should be manufactured at original factory level
and no site assembly is permitted. Diffuser assembly shall have an in-built
connector assembly to fix it on the air header. No nipple arrangement on the air
header for fixing the air diffuser is permitted.
The aeration system shall be designed for calculated oxygen requirement in to
the total volume of wastewater in the aerobic tanks by energy efficiency type of
aeration system having a durable life period. The total number of diffuser
modules and the spacing to be provided for the diffuser shall be such that to
prevent pockets of solids build up in the aerobic tank. The common header and
branch pipes shall be PVC / HDPE of minimum 10kg pressure. Orifice type flow
meter shall be provided on the each air pipes for aerobic tanks. Each branch
pipe shall be provided with an air non return valve and one control valve of
suitable size followed by air flow meter. Pipe clamps, pipe fasteners to raft slab
if any to be fixed shall be of stainless steel SS304. Air pipes within and outside
aerobic tanks have to be properly anchored by anchor blocks at all bends, tees
and other spaces, suspenders etc. should be good quality. A care in the design
of piping should be taken so that the pipe will withstand the higher temperature
because of continuous movement of hot air inside the pipe.
WARANTEE:
The Contractor shall provide five years warrantee. During warrantee period the
diffuser
Membrane modules shall be replaced free of cost if found defective. Minimum
5% number of total membranes shall be supplied as spare for replacement in
sealed protective covers.
Return Activated Sludge (RAS) and Surplus Activated Sludge (SAS)
Pumps
Dedicated Return Activated Sludge (RAS) and Surplus Activated Sludge (SAS)
Pumps shall be provided. The pump shall be of submersible / horizontal
centrifugal type suitable for handling biological sludge of 1 2% solids
b.
:
:
2%
solids
1.05
Solid Size
100 mm (Maximum)
Temperature
Min. 20 C
Efficiency
Installation
Fixed
Quantity
:
:
:
:
1.05
100 mm (Maximum)
Temperature
Min. 20 C
Efficiency
Installation
:
:
Quantity
a.
b.
c.
d.
e.
f.
g.
h.
i.
Doors and Windows as per technical specifications. Hoist of suitable size shall be
provided in the Pump House to lift the pump assembly.
Pump House shall be plastered inside and outside as per Tender specifications
painted with approved color and make as directed by Engineer.
Number of Units
:
1
Free Board
Retention time
:
:
0.5 m
4 hrs
All other accessories, whether specified or not, but required for complete shall
form part of Contractors scope.
Sludge Pumps
Sludge Pumps shall be provided in Sludge Pump House to feed Sludge to
Mechanical Dewatering Device. The pump shall be of screw type suitable for
handling sludge of 1-2% solids consistency.
Type
:
Screw
Liquid
:
Bio Sludge of 1-2% solids consistency
Specific Gravity
1.05
Solid Size
65 mm (Maximum)
Temperature
Min. 20 C
Efficiency
Installation
Fixed
Quantity
Stainless steel air line of 20 mm dia shall be provided from Air blower of
Aeration tank.
All other accessories, whether specified or not, but required for complete shall
form part of Contractors scope.
7.5.1 Clear water Pump at Pump House
Pumps shall be installed in the pump house(1W+1S) to pump the treated effluent
collected in the clear water tank for horticulture work of duty condition 30.00
mtr head and average discharge of 10.00 lps or as approved by Engineer in
charge.
7.6
Mechanical Dewatering Unit
7.6.1A Specification of Multi-Diskplate Screw Press type centrifuge
Multi-Diskplate Screw Press shall have a flow control tank to fix sludge flow and
a water level adjuster to return the excess amount of sludge when necessary.
Multi-Diskplate Screw Press shall have a flocculation tank(s) to mix sludge with
polymer to separate solids and liquid. Sludge feed pump and polymer feed
pump shall be interlocked with the equipment. The main body of Multi-Diskplate
Screw Press shall have a drum being composed of accumulated rings and a
screw going through inside the drum. Solids and liquid shall be separated by the
pressure caused by the screw. Filtrated water shall be discharged from the first
part of the drum, from the gaps between the accumulated rings. The
accumulated rings shall be sorted into two types; moving rings and fixed rings.
The internal diameter of the moving rings shall be smaller than the diameter of
the screw so that the screw shall push the internal edges of the moving rings.
The moving rings move continuously in the gaps between the fixed rings when
the screw rotates, which shall clean the gaps and prevent clogging. The
separated solids shall be discharged from the end of the drum. Multi-Diskplate
Screw Press shall dewater directly thin sludge with its concentration at 0.2% at
minimum, discharge sludge cake with its solids content at 15% at minimum and
catch 90% solids fed. The main material of Multi-Diskplate Screw Press shall be
SS304. The noise caused by Multi-Diskplate Screw Press shall be 65dB and the
vibration caused by Multi-Diskplate shall be 50dB.
The Dewatering System shall be so located that the dewatered sludge can
be loaded into Trolleys / Drums / Bins directly. Preferably the Dewatering
Unit shall be so located that the dewatered sludge falls into the Containers/
Bins without requirement of another Material Handling Unit.
The dewatered sludge shall be truckable & be suitable for disposal by open
body Truck and shall have minimum solid concentration of 20% or more
(measured as dry solids w/w basis).
The Centrifuge Building shall be G (Stilt) + 1 type RCC Frame Brick Masonry
structure. The First Floor shall house Centrifuges. The configuration shall be
such that the wet cake discharge shall be discharged through single central
Chute to the parked Trailer/Lorry below.
The Centrifuge shall be solid bowl type of co-current/counter current design.
The Centrifuge 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 entire assembly can be installed on an elevated
structure.
Suitable drive with V-Belt arrangement and Turbo Coupling shall be provided
along with Overload Protection Device. Centrifuge shall have SS 304 wetted
parts.
Differential Speed and Bowl Speed shall be adjusted by changing the
Pulleys. Differential speed may be adjustable by use of epicyclical gear. The
Bowl shall be protected with flexible connections so that vibrations are not
transmitted to other Equipments. The base frame shall be MS epoxy painted
and provided with Anti Vibration Pads. All steps necessary to prevent
transmission of structure borne noise shall be taken. The drive Motor shall
be of 1450 RPM. The noise level shall be 85 dB (A) measured at 1 m
distance under dry run. The vibration level shall be below 50 micron
measured at pillow blocks under dry run condition. Adequate sound proofing
shall be carried out for housing the Centrifuges to ensure that the noise level
at 5 m distance from the enclosure is less than 75 dB (A).
An Electrical Hoist with Trolley shall be provided above for maintenance
purpose.
Number of Centrifuges
: 2 Nos. (1 Working + 1 Standby)
Type
: Horizontal
Capacity
3
m /hr.
OR
The drum thickner belt-type filter press mono-block machine is a comprehensive
sludge thickening and dewatering equipment c/w integral sludge conditioner, drum
thickener and belt-type filter press machine.
C
i)
Working Principle
Sludge Thickner
Normally the sludge is further concentrated by a gravity thickener to about 3%
solid content before being pumped to the belt press for dewatering.
ii)
Sludge Conditioning
Polymer is injected into the thickened sludge in order to make larger flocs of
sludge. The type of polymer to be used depends on the nature of the sludge.
iii)
Rotary thickener
The conditioned sludge is first fed to the rotary thickener of the belt press. The
purpose of the rotary thickener is to remove excessive free water quickly to
facilitate the further thickening of the sludge.
iv)
v)
vi)
vii)
Sludge Cake
The dewatered sludge normally has a water content of between 68-86%,
depending on the type and nature of the sludge.
viii)
Pneumatic System
Sludge thickening and dewatering machine is equipped with a pneumatic system
(excluding air compressor). The system can regulate the tension and correct the
off-tracking of the belt. The tension and offset are controlled by two separate
tubing systems, with individual air pressure reading and adjustment for each
system.
The tension of the belt is constant and will not change with the feed-in sludge.
Pneumatic system can show the belt tension. All the appurtenant components of
pneumatic system such as pressure gauge, reducing valve and isolation valves
are made of stainless steel for long service life.
ix)
Cleaning system
Both the upper and lower belt has a set of cleaning device; filtered water is used
as wash water. The belt is continuously cleaned by water jet from the cleaning
device. A pressure gauge is provided to show the pressure of the flow. Spray
nozzles are easy to change.
Model
Belt effective width (mm)
Drum diameter (mm)
Belt speed (m/m)
Mixer Rated power (HP)
Drum thickener rated power (HP)
Belt-type filter press machine rated
power (HP)
Cleaning water pressure (Bar)
3
Cleaning water amount (m /h)
3
Nominal treatment capacity (m /hr)
For 15 MLD
From
to
Volume-01
Page - 80
Signature of
Contractor
Intake chamber
MS Epoxy Painted
SBR Basins
MS Epoxy Painted
SS304
Disinfection Tank
Final Disposal Point
Imported PVC of
George Fischer make /
Equivalent
HDPE
HDPE
DI K-7 D/F IS:8329
DI K-7 D/F IS:8329
H.T. Panel Board for External Power Supply (from State Electricity
Board):
11/0.415 KV Sub-station for power supply shall be provided considering the
load for Pumping Station and STP.
HT power supply 11 KV, 3 Phase, 50 Hz shall be provided by the Employer at
one point within battery limit.
Power Required
Power required at STP site.
Volume-01
Page - 80
Signature of
Contractor
Dewatered sludge shall be the property of MCH. However, the contractor shall
be responsible for disposal of sludge within 12 km. from treatment site. As per
direction of Engineer in charge the contractor may sale off the sludge but at the
discretion of MCH.
Volume-01
Page - 80
Signature of
Contractor
1 MLD STP
As
per
design
requirement
ii
iii
Special
Initial
Details of required spare parts for pumping plants and other equipment have
to be specified for three years trouble free operation and maintenance of all
equipment. Details of the spares required along with their item wise rates
should also be quoted by the firm.
vii
One complete set of recommended special tools and tackles etc., for erection
and regular operation and maintenance of the equipment giving item wise
rates separately. (As per list enclosed)
viii
i
ii
iii
iv
v
vi
vii
viii
The contractor shall take the responsibility for all the testing and inspection at
manufactures works to be conducted in manner as specified in this specification,
Transportation of all equipment,. Packing for transporting in the specified way
from the manufactures works to the project site inclusive of all intermediate
handling.
Unloading of equipment and other materials from truck at site, transporting and
proper stacking in covered store at site under security.
Opening of packages, checking, tallying out and inspection of equipment
received at the site and lodging of insurance claims including watch & ward.
Taking delivery of equipment/materials from stores / transportation at site and
arrange for proper storage of equipment / material in approved way, pending
erection.
Erection, inspection, testing, start-up and running of the equipment and
complete plant at rated capacity and specification.
Furnishing, all erection and commissioning supervision service. The contractor
shall also arrange for maintenance of equipment during commissioning and trial
period.
The contractor shall also arrange technical experts of equipments from
proprietary supplier as and when felt necessary until the commissioning and test
and trial run of the plant is completed.
POWER SUPPLY:
The power supply should be 0.440 KV at one point for this work. The drive
motors and related switchgears would be rated at 0.415 K.V.
DRAWINGS AND DATA TO BE FURNISHED WITH OFFER:
The tenderer shall furnish the technical information as per the schedule of
technical particulars annexed herewith. Following drawing and information shall
be furnished separately along with the offer.
i
ii
iii
iv
v
vi
Impeller for sewage pump should be single vane/double vane without front
shroud and wearing ring to avoid jamming and consequent over loading of the
pump due to built up of plastics between impeller and wearing ring.
The pumps should be able to pass through soft solids upto 100 mm and
capable of dealing with the sewage with specific gravity of 1.05. The pump
should be fitted with special tearing system on the suction side for tearing solid
material, viz, long fibre textile, cotton and plastics, which would otherwise cause
clogging of the pump.
Maintenance free antifriction deep grease ball bearing with permanent
grease packed should take care of all the axial and radial forces at any point of
operation. Profile gasket should be provided in pump casing so as to avoid metal
contract between pump and specially designed duck foot bend to ensure leak
proof joint with the guide wire / pipe.
The motor should be dry, squirrel cage type, three phase submersible
motor for continuous duty with class F insulation rising to class B. Winding of
the motor should be impregnated by resin in order to achieve required thermal
with standing capacity. Motor should have integral cable part and cable entry
should be sealed. There should be thermal protection against over-heating of
motor winding. The motor should be designed for non-over-loading
characteristic. Motor should be sealed against entry of pump liquid in the motor
by using mechanical seal. Moisture sensor tripping unit should be located inside
the motor chamber.
The casing of the pump set should be of 2.5% Ni cast Iron construction
and the impeller should be made of stainless steel CF8M. The pump set shall be
supplied along with the special duck foot bend flanged elbow, SS410 lifting
chain with shackles, enough guide wire/pipe, sufficient tough rubber, sheathed
whether proof cable foundation bolts and nuts complete.
The cable must be explosion and leak tight in respect of liquids and
firmly attached to the terminal box. The cable should be laid from the starter
control panel upto the well along the delivery alignment.
The weight of revolving parts of the pumps including un-balanced
hydraulic thrust of the impellers shall be carried out by thrust bearing provided
in each pump assembly.
DESIGN FEATURE:
The pump shall be capable of developing the required total head at rated
capacity for continuous operation. It should be so selected that there should not
be any substantial difference in efficiency for the highest level of liquid in the
sump.
Pumps of a particular category shall be identical and shall be suitable for parallel
operation. Components of the identical pumps shall be inter-changeable.
The total head capacity curve shall be continuously rising towards shut-off with
the highest at shut-off.
K.W. rating of the motors or the prime mover (including power factor) shall not
be less than the larger of the following:
(a)
(b)
10% higher than the require K.W. to drive the impeller through the
entire range of head capacity curve.
15% higher than require at rated duty point.
CONSTRUCTION:
7.17.1GENERAL
PUMP CASING:
It shall be of 2.5% Ni. C.I. and conforming to relevant I.S. with hardness of
250-270 B.H.N. The internal surfaces shall be free from rough spots and must
have central line discharge.
INTERMEDIATE OIL CHAMBER AND MECHANICAL SEAL:
Intermediate oil chamber should separate the motor unit from pump unit and
should be filled with non-condense oil. Mechanical seal should be provided one
between oil chamber and motor. The purpose of the lower seal should be to
prevent the entry of the pumped liquid it to the oil chamber and the function of
the upper seal to prevent the entry of oil from the chamber to the motor.
HYDRAULIC UNIT AND MOISTURE SENSOR:
Necessary in built safety device should be incorporated within the pump itself
which shall give timely warning of the impending failure of the mechanical seals,
therefore seal monitor system should be installed in the pump. Moisture sensor
shall be provided in the oil chamber to detect failure of mechanical seal.
IMPELLERS:
The impeller shall be made of stainless steel CF8M grade. The impeller shall be
properly balanced dynamically as well as statically. The impeller shall be
properly machined for liquid passage. The pump shall be designed to take care
of the additional thrust produced and handling solids upto 100mm dia.
Impellers shall be securely fastened direct to the extended shaft of motor with
keys, taper housings of lock nuts.
IMPELLER SHAFT/ EXTENDED MOTOR SHAFT
The impeller shaft shall be made of stainless steel containing minimum 12%
chromium stain less steel and having Brinell hardness not less than 200. It shall
have a surface finish between 0.75 microns or less.
The shaft shall be straight within 0.125 mm for 3 meter length total dial
indicator reading. The maximum permissible error in the axial alignment of the
shaft axis with the axis be 0.05 in 150 mm.
BEARING:
Bearing shall be of antifriction type. The bearing shall be able to take normal
axial thrust loads due to balanced hydraulic loads on the impellers plus weight
of rotating parts of pumps. Pumps shall be designed with a minimum 40,000
hours run. The bearing shall be grease lubricated for life and shall be
maintenance free.
GUIDE RAIL ASSEMBLY:
It will have C.I. pedestal, bracket, delivery duck foot bend. SS410 Guide rail
pipe, upper guide rail holder complete. The pedestal and bracket shall provide
automatic coupling between pump delivery and discharge bend.
MECHANICAL SEALS:
The delivery C.I. piping shall commence from 90 discharge duck foot bend
outlet to the start of rising main. The piping shall be inclusive of detachable/
dismantling joints as per the following: The pipes shall generally conform to class B IS:1536 and pipe: fitting shall
conform to IS: 1538.
The material of pipes and fittings shall be of good gray cast iron confirming to
IS: 210 grade PG -200.
The pipes shall be uniform bore and straight in axial length. Double flanged
pipes shall be within a tolerance of 1.5 mm.
The C.I. Pipes and fittings shall be able to withstand double the working
pressure or 1.5 times the pressure at shut off head whichever is greater for 5
minutes and a certificate to this effect will be submitted along with the material
before payment.
Dismantling joints shall be of cast iron with suitable ring.
Hydrostatic test pressure shall be as per IS:1538.
Diameter of column pipe shall be as per actual requirement i.e. as per enclosed
layout drawing.
PERFORMANCE TEST:
To be carried out with the respective motors to be installed with the pump.
STANDARD RUNNING TEST:
Bowl assemblies shall be given running test over the full operating range,
covering runout head to the shut off head. A minimum of five readings shall be
taken plotting the performance curves.
Tests shall be conducted with the actual liquid handled if feasible, if not, the
performance can be determined based on running test with clear water.
Impeller shall be dynamically balanced at the operating speed.
Necessary test certificates of the above tests shall be furnished for the
purchaser approval.
VISUAL INSPECTION:
Pump shall be offered for the purchasers visual inspection before the dispatch.
After the inspection, test certificates shall be furnished.
MATERIAL TEST CERTIFICATES:
Material used for fabrication of pump components shall be of tested quality. All
the materials shall be tested as per relevant standards and the necessary test
certificates shall be furnished for the purchasers approval.
FIELD TEST:
After the installation, pumping plants offered shall be subjected to testing at
field also by purchaser. If the performance at field is found not to meet the
requirement, then the defect of equipment shall be rectified and/or replaced by
supplier as per conditions of the agreement.
NON DESTRUCTIVE TESTING:
Pump components may be subjected to non-destructive testing
TESTING OF PUMPING PLANTS:
The contractor shall state in the tables attached with tender documents the
efficiencies and duties of the pumping plants when working at specified
conditions of the pumping and the guaranteed performance in K.W. hour input
per water horse power output under various conditions of working. The
guaranteed performances are also to be specified under following conditions i.e.
variation in head discharge and power consumption in the following cases:
When available voltage decreases from 415 volts to 380 volts or increases from
415 volts to 440 volts.
When there is fluctuation of 3% in the frequency of the AC power supply from
50 C/S.
When there is above change in voltage and frequency of the AC power supply
simultaneously.
The official tests shall be conducted in two stages. Preliminary tests may be
conducted at the manufacturers works. The final tests shall be conducted at
site. Pumps shall be run so as to obtain the range of heads specified in the
performance tables by means of throttling or opening valves of the pumping
mains and tests results will be compared with those guaranteed by averaging
the units consumption per water horse power hour.
The guaranteed figures stated above shall be subjected to no tolerance and the
average results shall be obtained during official test of plant. If the results lack
average guaranteed figures the contractor shall forfeit followings ascertained
damages relating to each set installed.
If BOT unit (KWI) per WHP, the consumption is above the average guaranteed
figure under the specified Q and H, the liquidated damages will be recovered as
the capitalized cost of the Extra Energy Consumption during the useful life span
15 years of the pumping set. The liquidated damages shall be calculated as
below:Cost of extra power consumption to be recovered shall be equal to =Cost of
extra power per annum X capitalization factor for 15 years at an interest rate of
9%.
No damage will however, be recovered if the consumption is less than 0.05 BOT
units per WHP above the guaranteed.
of
pump,
NAME PLATE:
Pump shall be provided with name plate indicating the following details:Rated Capacity
Total head,
Speed ..RPM
Test pressure.
Model Number
Manufacturers serial Number
Weight of equipment
Tag number
SUBMERSIBLE NON-CLOG PUMP SET: DATA SHEET:
Total duration of operation
Speed
Submergence required
standard Location
:
:
:
Continuous
.. RPM (Synchronous)
As per Hydraulic design
Inside sump well
motor,
civil
LIQUID DATA:
Liquid handled
Sewage
Specific gravity
1.05
:
:
:
:
Yes
Yes to be witnessed
Yes to be witnessed
do
do
do
TESTING REQUIRED:
GUARANTEED PERFORMANCE:
The guaranteed performance figure & other details are to be submitted on the Performa as
mentioned below:Sl. No. Description
1
Make
Model
Discharge in LPS
Total head in M.
W.H.P. at total head
Pump efficiency
H.P. Input to pump
Motor efficiency
H.P. input in Motor
K.W.I. to Motor
(a)
(b)
(c)
CONSTRUCTION FEATURES:
Pump manufacturer name.
Type of pump offered.
No. of stage.
Type of sealing offered.
Type of impeller offered.
Volume-01
Page - 90
Signature of
Contractor
Kg.
Volume-01
Page - 90
Signature of
Contractor
2.5%
Ni.
C.I.
conforming
:
:
:
Impeller key
Impeller Bolt.
:
:
S.S. 316
S.S. 316
Mechanical seal
Chain
Guide Rail
mm
Eye Bolt
:
:
S.S. 410
S.S. 410
S.S. 410
Bush
Special fittings
:
:
S.S. 410
C.I. Conforming to IS: 1538
Gland packing
Hardware in contact with sewage
:
:
Graphited asbestos.
S.S. 410
Signature of
Contractor
to
(Pedestal type)
)
Guide Rail Pipe approx. 12 mts. )
Stainless steel chain with cycle
)
Volume-01
Page - 92
Signature of
Contractor
)
)
SUBMERSIBLE MOTOR
The motor shall be integral part of the pump. The enclosure of the motor shall
be I.P. 68. Each phase of the motor shall be provided with the moister bimetallic
electro mechanical detectors. The motor winding shall be designed for minimum
10 start stop per hour. The insulation of winding shall be of class F insulation.
The motor shall be suitable to operate on, 415 10% c/s 5%, 3 phase A.C.
supply.
SCOPE:
This specification covers the requirements of three phase induction motors.
CODE AND STANDARD:
1.
2.
PERFORMANCE:
Motor shall be capable of satisfactory operation for the application and condition
on duty as required by the driven equipments.
Motor shall be capable of giving rated output without reduction in the expected
life span when operated continuously under either of the following cases of
supply: (Conditions specified in data sheet)
a.
b.
c.
External parts shall be finished and painted to produce neat and durable surface
which will prevent rusting and corrosion. The equipment shall be degreased and
rust, sharp edges, scales be removed and treated with one coat of primer and
finished two coats of final paint.
SPARE PARTS:
A list of recommended spares required for five years operation shall be
furnished separately giving their item wise unit rates.
TEST:
All routine tests shall be conducted on the motors.
All type tests shall be conducted on the motors.
DOCUMENT:
After the award of Contract, the following document shall be progressively
furnished:General arrangement drawing.
Instruction manuals for erection, testing, commissioning, operation and
regular maintenance.
Test Reports of various equipments supplied by the contractor.
Piping:
This specification covers the engineering, supply, design, performance,
erection, testing and commissioning of C.I.D.F. pipes and specials for
discharge pipe line. Dismantling joints, C.I.D.F. distance pieces, special
radial/inclined tees etc shall be required as per tentative lay out plan of
pumping plant.
However, the actual requirement shall be as per drawing finally approved
depending upon actual requirement.
Pipes and pipe work:
All pipe work and fittings etc, shall conform to the latest appropriate Indian
Standards and shall be to a class in excess of the maximum pressure and shall
be supplied by an approved manufacturer.
Proper indication colour code shall be provided as per the standard practice in
consultation with the representative to the Engineer.
The pipe work installation shall be so arranged as to offer ease of dismantling
and removal of pumps or other major items of equipment. Suitable length of
pipe shall be fitted after the flow meter for free flow of sewer through the flow
meter.
The internal surface of all pipe work should be thoroughly cleaned before and
during erection and before the pipe work is placed into commission. All
underground pipe line shall be properly painted as per the standard practice.
The cast iron flanged pipes shall conform to the proper Indian Standards. Th e
cast iron fittings shall also comply with the relevant Indian Standard or equivalent.
PRESSURE MEASURING DEVICE
a)
b)
The supplier shall provide electronic sensor type equipments for pressure
measurements complete in all respects and generally consisting of followings:
Digital pressure indicators with signal transmitting device for pump delivery.
These pressure indicators shall indicate in meters with two digits after decimal and shall
be installed on instrument panel of suitable size and at a height of 1.5 meter at a
suitable place on wall
The range of pressure measuring indicators shall be suitable to cover shut off
head of the pumping plant.
The accuracy of sensor/transducers shall be 1.0% and display accuracy also
1.0%
Housing & parts in contact with water shall be of stainless steel which is
corrosion resistant of sewage water.
The protection class shall be at least IP 65
The system to be supplied shall be complete in all respect including cable for it.
The point of fixing of sensor should be provided with filler arrangement so that
sensor is not affected with sewage water.
SUBMERSIBLE CABLE FOR PUMPING PLANTS.
(i)
Submersible PVC Cable for pumping plants shall be of two types i.e. power cable
and control cable. These PVC cables shall be multi-core suitably designed for
voltage and current rating of submersible motors depending upon the actual
requirement. The control cable shall be of required no. of core and shall be used
for moisture sensor unit, thermistor unit and other
such required control unit. The size of conductor cross section of the power
cable shall be sufficiently enough to control motor taking into account the type
of starter used for starting of motor. Cable shall be laid down from control panel
to the pump set hence length of cable shall be sufficient giving the loops of
suitable length at certain points in the route of cabling. The cable ends shall be
protected to prevent leakage of liquid into the motor through the cable. Cable
jointing shall be done properly in order to make water tight joint as per
prescribed in I.E. rules. The cables must be checked for continuity after jointing.
The cable shall never be subjected to any distortion or strain, the cable must be
fixed on column pipe with a cable-clip just below and above of each joining
flange or sleeve having length upto 4 meters in case the length of column is
more than 4 meters, an additional clip should be fixed halfway between these
points. The clip must grip the cable firmly enough to prevent it slipping
downwards under its own weight.
Two different type of cable attachment should be provided according to the size
and weight of cable.
Rubber band with plastic buttons
2
2
(For cable of sizes 1.5 mm to 10mm )
(ii)
Cable clamp, metal strip and fastener/
(for cables above 10 mm2 size)
Each pumpset will be supplied with 30 mtr of submersible cable of suitable size
alongwith control cable which will be terminated at the junction box made of
aluminum. From junction box the same cable alongwith control cable shall be
laid upto starter/panel for which 80 mtr. (total tentative quantity) shall be
supplied separately.
SPECIFICATION FOR VALVES
7.55.1Scope
This specification covers the design, performance manufacturer constructional
featured, testing at manufacturers works, packing and forwarding to site of
following specials.
Sluice Valve
Reflux Valve
This design manufacturer and performance of valves and specials shall comply
with the currently applicable Statues regulations and safety code in the locality
where the equipment will be installed. The equipment shall also conform to the
latest applicable Indian/British/USA standards.
Sluice valves
IS-14846
Reflux valves
IS-5312 (Part-I)
Features of Construction
The features of construction shall generally conform to the above specifications.
The valves shall be suitable for installation with the valve shaft in any positions.
Sluice valves shall be double flanged. Sluice valves shall be provided with shoe
channel arrangement so that the gate shall be guided throughout its travel.
Sluice valve shall be provided with manual enclosed gear arrangement.
The Reflux valves shall be suitable for smooth functioning under the maximum
design pressure. The valves shall have no slam closing characteristic without
external dampening arrangement.
Valves ends shall be flat faced flanged. Flanges shall be drilled to suit ISI 1538
(Part I to XXIL) flanges unless specified otherwise in Data Sheet.
The driving and sealing shall be preferably of gland and stuffing box type.
Stuffing box shall be easily accessible for adjustment and replacement of
packing without disturbing any other part of valve or operator assembly. The
depth of the stuffing box shall not be less than 50 mm or diameter of shaft
whichever is lower. As an alternative ring type sealing may be provided at the
driving end.
Gear unit of valves shall be grease lubricated packed with grease for life time
service.
Valve shaft shall have a minimum shaft diameter extending through the valves
bearings and into the valves disc as specified in AIS Standards specifications.
The tolerance of the valves dimensions shall be as per relevant standard code
but not exceeding the following:
Face to face
3 mm
OD of Flanges
3 mm
2 mm
Thickness of flange
2 mm
Floor stands and extension bonnets shall be
provided.
For sluice valves located below the floor, suitable floor stands or extension
bonnets as required by the specification shall be provided. The floor stand shall
be kept on floor.
Tests
All valves shall be tested hydrostatically for strength, tightness of seats and
tightness of back seating at the pressure specified in relevant code.
Certified physical and chemical analysis certificates, metallurgical test reports of
all components of the valves and specials shall be submitted at the time of
factory inspection.
Certified hydrostatic test report for all body castings.
Painting & Corrosion Protection
A shop coat of paint shall be applied to all steel and cast iron exposed surface as
required to prevent corrosion, after release has been given for painting and
before dispatch. All parts shall be adequately protected for rust prevention.
Grease shall not be used on machined surfaces.
Tenderer shall furnish along with his bid the followings drawings:
Dimensional outline drawing.
(ii)
Cross section drawing.
instruction manual shall be furnished by vender after award of the contract.
Name Plate
All valves and shall have permanent name plates indicating the service for which
will be used and be primary temperature and pressure ratings.
Valves Data sheets A
SLUICE VALVES (PN 1.0 Rating)
Construction Features:
Spindle
Rising spindle type
Ends
Flanged flat face drilling as per IS- 1538
part IV
and VI
Bonnet
Bolted
Disc.
Operation
Solid wedge
(i)
(ii)
Testing
Hydrostatic test pressure:Body
15 Kg/cm2
Seat
10 Kg/cm2
Material of construction
Body
Door,
Cast iron (IS 210, FG 200)
Body seat, face rings, rivets, fasteners
Stainless steel AISI 304*
Door seat, hinge pin
--do---*
1.
2.
Schedule of Quantities
SI. No
1.
Type
Sluice
Reflux
size (mm)
As per design
requirement
- Do-
Qty.
1 no. sluice value for
each pumping plant and
One number for common
header.
- Do-
Make
KBL/IVC
Type
Rising Spindle Type
Size & Nos.
Rating of valve
PN. 1.0
Material of construction
Body
Test pressure
Body
15 kg/cm2
Seat
10 kg/cm2
Weight
Gear arrangement and other details
Enclosed type gear box shall
be equipped with shoe & channel
arrangement and back seat bushing
arrangement.
Reflux Valve Data Sheet B
1
2
3
4
5
i)
ii)
iii)
iv)
v)
6
Manufactured by
Type
Size & Nos.
Rating
Material
Body
Door/Disc
Body Seat
Disc Seat
Hinge pin
Test pressure body seat
Data Sheet C
To be furnished by Tenderer after Award of Contract
1
Instruction manuals
2
Test certificates / reports for
Shop Testing
Seat clearance check
The clearance between seating faces with gate fully closed shall be less than
0.10 mm.
Shop Leakage Test with unseating Hydraulic Pressure
Permissible Leakage shall be as per IS 13349
Hydrostatic Test
It will be performed on the gate assembly at manufacturers works. Water
pressure of 1.5 times the unbalanced specified maximum operating head shall
be applied for 5 minutes with gates in closed position and there will be no
leakage.
Signature of
Contractor
Volume-01
Page - 100
Signature of
Contractor
Any extra excavation done beyond the required level as shown in the drawing
shall be filled up with lean concrete [Link] (1 cement: 4 coarse sand
: 8 graded stone aggregate 40 m size).
DETAILED DESIGN & ENGINEERING / SHOP DRAWINGS
The Contractor shall submit all the Design and Detailed Engineering Calculations,
Drawings at least 6 weeks before the commencement of works for the prior
approval of the ENGINEER-IN-CHARGE / MCH. No construction / works shall be
commenced without the prior approval of the ENGINEER-IN- CHARGE / MCH.
Before submission, the Contractor shall also check the drawings and ensure
that these are correct and complete and drawn in required scale and fully
coordinated with all relevant disciplines.
CEMENT, SAND & HARD WOOD
Cement to be used in the work shall be ordinary Portland Cement Grade 43
confirming to IS:8112-1989 and approved make.
Sand to be used shall confirmed to PWD specification. For coarse sand and fine
sand the source shall be as per approval of engineer in charge/ MCH.
Hard wood shall be from locally available hard wood such as sheesam, sal, kikar
etc.
CEMENT CONCRETE (PLAIN / REINFORCED)
All concrete shall be mixed with Mechanical Mixture except otherwise allowed by
the Engineer in charge/ MCH.
The concreting of RCC work shall commence only after the formwork and steel
reinforcement have been inspected and approved by the ENGINEER-INCHARGE / MCH.
Nothing extra shall payable or extra quantity of cement considered on account of
use of cement slurry for continuation of concrete.
Where concrete is specified by the grade that is M-20 & M-25, the same shall be of
design mix all as per IS 456-2000, IS-10262-1982, SP-23 (S&T) 1982 with
upto date correction slips and revisions.
STEEL WORK
a)
Reinforced Steel
Thermo- Mechanically Treated bars (TMT) of Fe 415 grade confirming to IS:1786-1985
with upto date correction slips and of approved make shall only be used wherever
HYSD/TOR steel as shown on drawing.
b)
Volume-01
Page - 101
Signature of
Contractor
8.0
Volume-01
Page - 102
Signature of
Contractor
i)
General
Epoxy coating is to be applied to the internal surfaces of units as specified in
B.O.Q. The thickness of epoxy film shall be 200 microns.
ii)
Materials
A solvent free epoxy coating like Araldite GY 255 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 should be got approved by the employer placing supply orders.
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 X Y
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 6
sqm for concrete and 5 Sqm for mild steel per kg. of epoxy respectively.
The moisture content of concrete before application of epoxy coating shall be less than
4%. This has to be checked properly through a small sample. To achieve this epoxy
coating shall be done in hot season or otherwise the surface shall be thoroughly dried by
a sun- gun.
iv)
Curing
The curing should be done for 7 days at room temperature. If the temperature is less than
0
General
The item of providing expansion joints and construction joints in concrete includes all the
material, labour, tools and plants necessary for completing the item in best workmanlike
manner.
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 footed 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)
a)
Joints in Walls
Movement Joints
Movement joints shall be provided in the walls at positions shown on drawings. Water
stops shall be kept in position with the help of bitumen impregnated fibre board fillers.
Concrete shall be laid in such a way that half the portion of water stop remains exposed
for next concreting.
Steel reinforcement shall be discontinued at the joints as shown on drawings.
Construction Joints
Construction joints shall be provided between two lifts of concrete as shown on
drawings. A groove shall be formed around exposed portion the PVC water stop for
proper jointing. Care shall be taken during concreting to keep the water stop in vertical
position.
In no case shall the water stop be punctured on hailed with the binding wire to keep it in
position. Wherever required to be jointed the water stop shall be welded in T, X or L
pattern as per the instructions of Engineer.
SPECIFICATION FOR BUILDING WORKS
Building shall be constructed as per the item rate basis for various buildings
such as site office building, blower room, pump house, MEP room,
chlorination room etc as given in Annexure-III of BOQ.
9.0
PARTICULAR
(TECHNICAL)
SPECIFICATIONS
FOR
ELECTRICAL
WORKS
Scope of Work
Manufacture, testing and inspection at places of manufacturer, painting,
supply, delivery to site, storage at site, installation / erection, final painting,
testing, commissioning and manning, operation and maintenance of the
electrical equipment as listed the in price schedule.
It is not the intent to specify herein all the details pertaining to
selection of material/ equipment, procurement, manufacture,
testing and commissioning, however, the same shall be of high
engineering and shall comply to all currently applicable
regulations and safety codes.
the design,
installation,
standard of
standards,
The scope of work starts from receiving 11kV power after metering point of
the Electricity Department at a suitable point of supply as indicated in the
plant layout by supplying and erecting 4-pole structure & equipment as per
power supply company standards in the plant premises and further power
distribution, indoor & outdoor lighting system, earthing system and cable &
cable carrier system.
Scope of work also includes providing and installation starting from HT Panel
to Transformer upto MEP near substation. This will also include main electric
panels at 15 MLD STP and pumping station. Further control panels shall be
provided for each unit with DOL starter, but above 10 HP, automatic ATS
starter shall be provided. Accordingly copper / aluminum armoured, HT/LT
cables shall be provided as per requirements.
In addition to the above, the following services are included in the
Scope of the Contract:
A. The contractor shall be responsible for getting the working load sanction and
power release from power supply company by co-ordinating and liasioning
with the power supply company authorities.
B. The contractor shall also be responsible for getting the complete installation
approved by the electrical inspector.
C. Submission of 6 sets of test certificates, inspection reports, operation &
maintenance manuals for the material/ equipment supplied.
D. Supply of Safety equipment such as Shock treatment Chart, Dry Co2 Fire
Extinguisher for indoor substation, Sand Bucket Stand for outdoor substation
yard, Antiskid Insulated Rubbet Mats of appropriate voltage grade, Danger
Boards etc.
E. Furnishing of drawings, documents, operation and maintenance manual
F. Making good any damage done to the civil structure
Standard Of Workmanship
The work shall be carried out in a neat and skilled manner. All works shall be
carried out in accordance with the requirements of:
i. PWD Specifications
ii. Standard rules and regulations of State Electricity Department
iii. IE Rules, and
iv. The standards in this specification
The contractor shall ensure workmanship of good quality and shall assign
qualified supervisor / engineers and competent labour who are skilled,
careful and experienced in carrying out similar works.
MCH shall reserve the right to reject non-competent person/s employed by
the contractor, if the workmanship is found unsatisfactory.
Power Distribution Network
10.3.1
:
:
:
+ 10 %, -10%
50 Hz
10%
500 MVA at 11 kV
10.3.2Utilization Voltages
Levels of Utilization voltages in the plant shall comply with local standards.
i.
a.
b.
c.
11
kV,
50
Hz,
415
V,
50
Hz,
110 V,V, 3 50
230
phase,
Hz, 501
:
:
:
Lighting Receptacles
Convenience Receptacles
:
:
10.3.3System Earthing
11 kV, 3 ph AC system
415 kV, 3 ph, AC system
240 kV, 1 ph, AC system
d. 110 kV DC system
:
:
:
:
Power Transformer
Scope
Manufacture, testing at manufacturers works, delivery to site, installation,
testing and commissioning of One no. 11/0.433 kV as per load requirement
on an cooled Transformer and On Load Tap Changer Cubicle & Remote Tap
Changer Cubicle.
Climatic Conditions
Ambient temperature
Title
Power Transformer
Fittings and Accessories
Auxiliary Transformer
Loading of oil immersed transformer
Transformer Oil
Bushings for > 1000V, AC
Bushings for 1000V, AC
Degree of Protection
Buchholz Relay
Insulation Materials for Electrical
Machinery
Climate Proofing
Installation
&
Maintenance
of
Transformers
Current Transformers
50 Deg. C outdoor
Relative Humidity
Atmosphere
:
:
90% maximum
Tropical
MV SWITCHGEAR
Scope
Manufacture, inspection and testing at the VENDOR's /his SubVENDOR's works, delivery to site and performance testing of metal
enclosed medium voltage switchgear of voltage not exceeding 1000 V
AC.
The switchgears would comprise of Main Electrical Panel, Motor Control
Centers (MCCs) and Lighting Distribution Boards required for the supply
of power to and for the control of the plant medium voltage equipment.
Codes & Standards
The design, construction, manufacture and performance of equipment
shall conform to latest applicable standards and comply with all
currently applicable statutes, regulations and safety codes in the locality
where the equipment will be installed. Nothing in this specification shall
be construed to relieve the Bidder / Contractor of this responsibility.
The relevant Indian Standards are :
Code No.
IS 375
IS 3202
IS 2516
IS 3231
IS13947
IS 3427
IS 4237
IS 694 Part I &
II
IS 8623
IS 13947-P3
IS 8828
IS 13703
IS13947
IS13947
IS 6875
IS 2705
IS 3156
IS 1248
IS 2147
IS 2959
IS 11353
IS 722
IS 10118
Title
In absence of specific Indian Standard Specifications, International Electrotechnical Committee Specifications shall be followed.
Painting
All panels shall be synthetic enamel painted in siemens grey shade/or
colour shade approved by the ENGINEER-IN-CHARGE / MCH.
Rust and scale shall be removed by pickling with dilute acid followed
by washing and running water, rinsing with slightly alkaline hot water
and drying.
The final finished thickness of paint film on steel shall not be less than
100 microns, and shall not be more than 150 microns.
Finished
painted appearance of equipment shall present
aesthetically pleasing appearance, free from dents and uneven
surfaces.
an
Auxiliary Buses
Auxiliary buses for control power supply; space heater power supply or any
other specified service shall be provided. These buses shall be insulated,
adequately supported and sized to suit specified requirements. The material
of control power supply buses shall be electrolytic copper. The material for
space heater power supply buses shall be same as that for the main power
buses. Supply transformer(s), auxiliary bus bars and necessary connections
to the supply transformers and associated circuits shall be in the
Contractors scope.
Bus bar Insulating Material
All bus-bars, bus-taps shall be insulated with close fittings sleeve of hard,
smooth, dust and dirt free heat shrink PVC insulation of high dielectric
strength (450 V/mil) to provide a permanent high dielectric non-ageing and
non-tracking protection, impervious to water, tropical conditions and fungi.
Fuses
Fuses generally shall be of the HRC cartridge fuse-link type having a
certified rupturing capacity of not less than 80 KA at 440 V. Fuses upto
63A for distribution systems of medium short circuit levels may be of
HRC cartridge screw-cap type, having a certified rupturing capacity of
not less than 46 KA at 440 V and 16 KA at 250 V DC.
Fuses shall be provided with visible indication to show that they have
operated.
Motor Starters
Selection of the starter
Selection of the motor starter shall be based on the motor ratings as
mentioned belowFor motors up to 10 HP
Contactors
Signature of
Contractor
Volume-01
Page - 111
Signature of
Contractor
reset push
independent
button.
Resetting
shall
be
instantaneous
and
a.
Red
:
C.B. ON
Green :
C.B. OFF
White
:
Trip Supply
Supervision Amber :
Auto trip
White
:
Spring
Charged RYB :
Phase
Indication
Control and Selector Switches
Control and selector switches shall be:
Push Buttons
-
Switchgear shall be complete with all internal wiring and ready for the
external cable connections at the outgoing terminals.
Wiring inside the switchgear shall be carried out with 1100 / 650 V
grade, PVC insulated, stranded conductor wires.
Minimum size of conductor for power circuits is 4 [Link]. copper or
equivalent size aluminum conductor. Control circuits shall be wired with
copper conductor of at least 2.5 [Link]. for CT circuits & 1.5 [Link].
for other circuits.
Self-locking engraved identification ferrules, marked to correspond with
the wiring diagrams shall be fitted to each wire. Ferrules shall be of
yellow colour with black lettering.
Wires forming part of a tripping circuit of circuit breaker shall be
provided with an additional red ferrule marked 'T'.
Spare auxiliary contacts of all equipment forming part of the switchgear
shall be wired up to the terminal blocks.
Spare and unassigned modules shall be complete with internal wiring.
Wiring shall be terminated on preferably stud type terminal blocks such
that the wires are connected by cable lugs with nuts & washers/ locknuts.
Not more than two connections shall be made on any one terminal.
Terminal Blocks
Terminal blocks (both for power and control circuits) shall be of reputed
make specially for CT and VT circuits. It shall comprise finely threaded
pairs of brass studs of at least 6 mm diameter, links between each pair
of studs, washers, nuts and locknuts.
The studs, shall be securely locked within the mounting base to prevent their
turning. Insulated barriers shall be provided between adjacent terminals.
Terminals for circuits with voltage exceeding 125 V shall be shrouded.
Terminal blocks shall be grouped depending on circuit voltage. Different
voltage groups of terminal blocks shall be segregated.
Terminal blocks shall be adequately rated to carry the current of the
associated circuit. Minimum rating of the terminal block is 10 A.
Terminals shall be numbered for identification as per enclosed drawings.
Engraved white-on-black labels shall be provided on the terminal blocks,
describing the function of the circuit.
Where duplication of a terminal block is necessary, it shall be achieved
by solid bonding links.
Terminal blocks for CT secondary lead wires shall be provided with
shorting and disconnecting/earthing facilities.
for
Feeder No.
Equipment Reference Number and Description
Rating (kW / kVA / Amp)
All components whether mounted inside the switchgear or on the door
shall be permanently and clearly labeled with reference number and / or
letter of their function.
Labels shall be made of non-corrodible, preferable laminated plastic with
white letters engraved on black background.
Labels for feeder panel designation shall be fixed on the front side of the
respective panels with chrome plated self-tapping, counter shrunk head
screws. These labels shall be identical size to permit interchange.
Size of lettering shall be 6 mm, unless otherwise specified.
Earthing
Each PCC, MCC and PMCC shall be provided with a continuous earth bus
bar running along the entire length of the board. The cross section of
the earth bus bar shall be sufficient to carry the fault current carrying
for the specified duration without exceeding the safe temperature
through out its entire length.
All non-current carrying metal work of the switchgear shall be
effectively bonded to this earth bus. Bonding washers (star washers)
shall be used when sections of switchgear are bolted together to ensure
earth continuity.
Material and size of the earth bus bar shall be G.I.
Earth bus bars shall be supported at suitable intervals.
Positive connection between all the frames of equipment mounted in the
switchboard and earth bus bar shall be provided by using insulated
copper wires/bare bus bars of cross section equal to that of the bus bar,
or equal to half the size of circuit load current carrying conductor,
whichever is smaller.
All instrument and relay cases, feeder panel doors shall be connected to
the earth bus bar using 1100/650 V grade, 2.5 [Link]. stranded, green
color flexible copper earthing conductor.
Miscellaneous Accessories
Each switchgear panel shall be provided with 240 Volts, 1 phase, 50 Hz,
5 amps. 3 pin receptacle with MCB located at a convenient position.
Title
Shunt capacitors for power systems
Specification for Porcelain Post Insulators (3.3 KV
and above)
Series Reactors (Part II)
Internal fuses and internal over pressure disconnectors for shunt capacitors
a.
Rating Plate
The following information shall be given on the rating plate of each capacitor
unit.
Reference to IS.
b. Manufacturers name and or trade mark
c. Manufacturers Identification Number
d. Rated output in kVA
e. Rated Voltage
f.
Rated Frequency in Hertz
g. Upper Limit of temperature category
h. No. of phases
i.
Connection Symbol
j.
Discharge Device
k. Type of Dielectric
l.
Reference to Self Heating Design
m. Total Weight
n. Type of Impregnant
Title
PVC insulated cables (for
voltage up to 1100 V)
PVC insulated heavy duty electric cables for working
voltage up to and including 1100 volts
IS : 5831
Code No.
IS : 6474
IS : 8130
IS : 3975
IS : 10810
IS : 3961 (Part II)
IS : 1753
IS : 10418
IS : 2633
IS : 209
LIGHTING SYSTEM
Scope
Manufacture, supply, installation, testing & commissioning of Lighting
fixtures/lamps and accessories required for lighting system.
Codes & Standards
Electrical lighting fittings general and Safety
Requirements
Code of practice for industrial lighting
Calculation of co-efficient of utilisation
Industrial lighting fittings with metal reflectors
Decorative lighting outfits
Dust proof electric lighting fittings
IS:1913/BS:4533
IS:4013
IS:10322/BS:4533
IS:10322 Part 5
IS:3553/BS:4533, 5225 (1)
IS:1258/BS:EN61184
/IEC:60061
IS:10276/BS:EN 60238
IS:3323
IS:6665
IS:3646 (Part-III)
IS:1777
IS:5077
IS:4012
IS:2215/BS:EN 60155
IS:3324/BS:EN60400 /
IEC:60400
IS:1534 (Part 1)/BS:EN
60920 and 60921
IEC:60082
IS:7027
IS:6616
IS:1569/BS:EN61048 and
61049/IEC:60586
IS:8017
IS:2418 (Part 1)/BS:EN
60081/IEC:60081
IS:9900/BS:3677/
IEC:60188
IS:418/IEC:60432
IS:7569
IS:10322
IS:9974
IS:9583
IS:11005
IS:10322
15
Area
Pump house
Battery room
Machinery service area
Offices/conference room
H.V./L.V. switchgear rooms
Plant/Switchyard control rooms
Chemical/general stores
Chemical plant room
Cable basement
All other indoor areas
Outdoor platforms and walkways
Building entrances
Outdoor plant areas
Switchyard and transformer yard
General
On equipment
Roads
Illumination
Level (Lux)
200
150
150
300
250
300
150
200
100
100
50
100
20
10
30
10
1.
Signature of
Contractor
The pole should withstand a minimum vertical load of 16kg per side
at maximum wind speed.
The pole should not deflect more than 7.5% of the above ground
height under full load and maximum wind speed condition.
The pole shall have self draining dia. weeping hole at a height of
150mm from the ground.
A through hole of dia. shall be provided at a height of 300mm
from the ground.
IEC 60439-3
Rated Voltage
240/415V 50Hz
Short-circuit Strength
10kA
Degree of Protection
IP 42 minimum
1.
2.
The components of Mechanical works of the Sewage Treatment Plant for the
bidder are as under:
Gates
Mechanical screen channels
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
Decanters
Sludge pumps
Blowers
Diffusers
Centrifuge
Poly-electrolyte Dosing System
Chain pulley block and hoist girder
Chlorination system
Instrumentation
As Built Drawings
After construction and commissioning of all Electrical (equipment associated
panels) & Mechanical works mentioned above for STP, the contractor shall
submit the five complete sets of As-built Drawings to MCH. The As-built
Drawings are the Detailed Engineering Drawings showing the actual details
on which the Fabrication/Erection has been carried out. The contractor shall
have to obtain approval of the As-built Drawings from MCH.
Activity Bar Chart
The successful contractor/bidder shall submit Activity Bar Chart, giving Time
Schedule for each activity. The project activities shall be based on this Bar
Chart, after it has been approved by ENGINEER-IN-CHARGE / MCH.
Whenever there is a deviation from the approved Bar Chart, a revised Bar
Chart shall be submitted by the Contractor. During the project duration the
updated Bar Chart shall be submitted to the MCH every month.
General Requirements for Mechanical Works
This section covers mainly the job requirements before and after the supply
of mechanical equipment at site and before/after start of work. This section
also covers the liabilities of the contractor and the quality standards that the
contractor has to maintain for the work to be carried out by him.
Pre-Requisites Before The Supply Of Equipment
Submission of Drawings/design sheets/Data sheets
Drawing Submission
ii)
The Contractor shall submit the detailed drawings for review and approval of
the Engineer-in-Charge / MCH.
i)
Detailed Design Calculation sheets for electrical and mechanical
works/equipment
General arrangement drawings for all equipment to be supplied.
iii)
Technical Specification sheets showing rating, make and quantity of
various components used in a specific mechanical/electrical item.
Form of Drawings
Every drawing shall be clearly readable having a title block in the bottom
right corner showing.
Client
Contractor
Equipment Manufacturer
Project Name
Drawing Title
Drawing Number
Revision Number
Date of submission
Date of approval
Approval of Drawings/Documents/Technical Data Sheets
For tests carried out at the manufacturers factory, relevant test certificates
shall accompany the supply of equipment, however, two copies of test
certificates shall be provided by the contractor immediately to the MCH at
the time of completion of the shop test. Some of the equipment may have to
be tested for certain parameters only when installed in position at site. The
MCH or his representative reserves the right to visit manufacturers
workshop or at site on his own without informing the contractor. Where
certificates are required by the specification or relevant reference standard,
the original and one copy of each such certificate shall be provided by the
contractor.
Interior installation and distribution systems, 600 volts and less, shall
be tested for insulation resistance after all wiring is completed and
fixtures and equipment are connected being ready for use. Tests shall
be made with an instrument capable of measuring accurately the
resistance involved and having a voltage rating as specified by IS.
Heading shall be taken after the high voltage test of insulation
resistance between conductors and also between each conductor and
ground.
The contractor shall carry out all tests on plant witnessed by the MCH
or his authorised representative and shall supply two copies of all test
results to the MCH. All tests shall be to the satisfaction of the
ENGINEER-IN-CHARGE / MCH /authorized representative appointed
by him who may require tests to be repeated prolonged or modified
as may be necessary to ensure that any or all items of plant confirm
with the contract.
If during or after testing any item of plant fails to achieve its intended
duty or otherwise proves defective, it shall be modified or altered as
necessary and re-tested and re-inspected as required by the MCH
and the contractor shall bear all costs for such rectification/
modification/replacement work.
The MCH or his representative will have the power to omit, add,
modify or adjust during stages of erection of any item of work as may
be necessary or expedient for the work. No claim for compensation or
damage will be entertained on the account of such changes.
Commissioning and Testing
Commissioning shall commence after installation of all equipment and their
installation checks carried out successfully and inspected/approved by the
MCH s or his authorised representative.
Ground Tests
Ground readings shall not exceed 5 ohms and tested as per I.S.
3043.
After installation and before placing in service, the system shall be
given a high potential test by applying alternating or direct current
Painting
1 No.
1 No.
1 No
1 No.
Level Transmitters
1 No.
1 No
PLC panel
1 No
: Ultrasonic
Mounting
: On flow channel
Output
Enclosure material
: 4-20m A DC
: Die cast aluminum
: Required
: IP-65 of IS 13947
: Microprocessor based
Mounting
: Field
Input
Output
: 4-20m A DC
Unit of display
: IP-65 of IS 13947
Display
Display height
Input
Zero & span adjustment
Manual reset facility For flow
Integrato Engineering units for
Flow rate indicator
Flow integrator
: m /hr
: ML and Litres
Accuracy
: +-0.25% of span
:
:
:
:
Required
Required
4-20 Ma proportional to flow rate
IP-5D of IS 13947
Overall accuracy of
Measurement loop
Flow Sensor/Transmitter
Type
Sensor
Transmitter Housing
Process connection
Weather protection
Flow indication
: As per ISO
: Die-Cast Aluminum with Glass
Window
: Flanged
: IP68 (Sensor)/
IP65(Transmitter) of IS 13947
: Back lit LCD/LED display of 3 line
To indicate Actual Flow rate, Forward
& Reverse Flow Direction, Total Flow
Indication with Status Indication
Volume-01
Page - 130
Signature of
Contractor
15.5
Type
Display
Digit height
: 14mm or higher
Input
Engineering units for
Flow Rate indicator
Flow Integrator
Weather protection
: IP-52 of IS 13947
: m /hr
: ML
LIST OF IS CODES
15.5.1
IS CODE
IS: 5600
IS: 4771
IS: 3846
IS: 1536
IS: 1538
IS: 780
IS: 2906
IS: 2041
IS: 226
IS: 2062
IS: 816
IS:
IS:
IS:
IS:
823
1030
1875
3109
Title/Description
e and drainage pumps
on resistance iron castings
ron castings (part-1)
re pipe for water, gas and sewage centrifugally cast (spun) iron
re pipes for water, gas and sewage cast iron fittings
valves for water works purposes (50 to 300 mm sizes)
valves for water works purposes (300 to 1200 mm sizes)
plates for pressure vessel
ural steel
ble structural steel
metal are welding for general construction in mild steel, code of
practice
l metal arc welding of mild steel, code of practice
n steel castings for general purposes
n steel billets, slabs and bars for forging
ated load chain for pulley blocks and other appliances
IS: 2429
IS: 6280
IS: 3042
IS CODE
IS: 3443
SP30
IS: 3588
IS: 4237
IS: 10118
IS: 4047
IS:
IS:
IS:
IS:
IS:
IS:
IS:
8828
2208
3043
325
1231
2223
2253
IS: 4691
IS:
IS:
IS:
IS:
IS:
IS:
4889
4722
4029
4729
9046
375
TECHNICAL
SPECIFICATIONS/SCOPE
:
FOR
OPERATION
AND
MAINTENANCE (TRIAL RUN)
Scope of Work, Special Instructions / Responsibilities of Tenderer /
Bidder
Scope of Work
The contractor is to operate, maintain and monitor the performance of 15
MLD for STP. The scope of work is given below but not limited to the
following. This may include other incidental items of work connected with
the regular operation of plant as decided by Engineer in Charge (EIC) from
time to time. Trial run period is for 3 Months after commissioning.
The contractor shall ensure proper running of the plant to give the desired
effluent standards i.e. BOD less than 5 mg/l, COD less than 100 mg/l,Total
Nitrogen less than 10 mg/l, Total Phosphate less than 1 mg/l, TSS less
than 10 mg/l, Faecal coliform less than 100 MPN/ 100ml. The contractor
shall also be responsible for overall maintenance of the plant i.e. civil,
electrical, mechanical systems. The contractor shall also be responsible for
all repairs of equipment/machinery.
The contractor shall monitor the quality of influent and effluent. The
contractor shall intimate and take adequate action to ensure smooth and
satisfactory performance/running of the plant.
The contractor shall prepare and implement an effective plant maintenance
programme in consultation with Engineer-in-Charge. It shall be absolutely
contractors responsibility to look after all sorts of maintenance whether
preventive or break down. The contractor shall maintain the operational
activity record as prescribed in this volume.
i.
ii.
iii.
iv.
v.
vi.
vii.
viii.
ix.
x.
xii.
xiii.
xiv.
xv.
The contractor shall prepare proper equipment wise log books and submit a
at the sewage
Round the Clock watch and ward of the entire premises including
plants/machinery etc. will also be the responsibility of the contractor.
The entire STP premises including Administration building will be kept neat
and clean.
The records maintained by the contractors shall be produced periodically to
the Engineer-in-charge for proper monitoring as desired by him.
General Terms & Conditions
The contractor is to keep their staff engaged continuously without any break
for Operation, Maintenance and Monitoring of STP & its pumping station, 24
Hours a day, 365 days in a year.
The contractor will also supply all consumables including chemicals and
reagents. The contractor will employ its own staff for testing purpose.
However the department will be at liberty to get random sampling & testing
done on its own or from any other agency, to the entire satisfaction of
Engineer-in-charge. In case of testing from other agency, charges will be
borne by MCH.
Plant and equipment covered under this contract shall be totally attended to
by the contractor including any Trouble Shooting to ensure smooth and
trouble free operation.
For effective maintenance of STP, the contractor shall employ sufficient staff
with proper qualification. For his guidance the pattern and no. of minimum
staff to be engaged is described in this chapter.
The contractor shall take operational measures that there shall be no
flooding of STP area.
Personnel
No.
Plant Manager
JE(E&M)
Lab Technician
Operators
(ITI Qualified)
Electrician
(ITI Qualified)
Fitter (Mech.)
(ITI Qualified)
Sweeper/Casual
labour
Watchman
1
6
Responsible
for
maintenance
of
mechanical equipment.
Assistance to operator for cleaning of grit
chambers/channels,
removal
of
screenings and sludge handling etc.
To protect the plant from the trespassers,
animals etc.
Description of
sample
Frequency
Location
of
sampling
Type of
sample
Tests to be
done.
Waste water
sample
Influent waste
water.
Three times
a week
Before
screening
Composite
On Every Sample
Temp, pH,
BOD TOT,
[Link], COD
TOT, COD FIL,
TSS,VSS,
On One sample
per week
Alkalinity,
Sulphate,
Sulphide, VFA,
Feacal Coliform
Influent waste
water.
Three times
a week
Before
screening
Grab
Temp, pH,BOD
TOT, [Link],
COD TOT, COD
FIL, TSS,VSS,
Sl.
No
Effluent waste
water
Description of
sample
Three times
a week
Frequency
After
Chlorine
contact
tank.
Location
of
sampling
Composite
On Every Sample
Temp, pH,
BOD TOT, [Link],
COD TOT, COD FIL,
TSS,VSS,
Type of
sample
On One sample
per week
Alkalinity,
Tests to be
done.
Effluent waste
water
Three times
a week
After
Chlorine
contact
tank.
Grab
Once in a
week for
each basin.
Effluent
gutter
Grab
Sulphate,
Sulphide, VFA,
Feacal Coliform
Temp, pH,
BOD TOT,
[Link], COD
TOT, COD FIL,
TSS,VSS,
Temp, pH,
BOD TOT,
[Link], COD
TOT, COD FIL,
TSS,VSS,
Alkalinity,
Sulphate,
Sulphide, VFA,
Feacal Coliform
Once in a
week from
each Sludge
sump.
Fortnightly
Sludge
sump
Grab
TSS, VSS
Centrifuge
Grab
Moisture content,
NPK value.
Sludge Sample
From sludge sump.
Dried sludge.
Monitoring
Monitoring for the performance and functioning of all components of plants
shall be done based on data collected. The monthly consolidated report of
assessment prepared after monitoring shall be submitted to Engineer-inCharge. On completion of trial run period the consolidated report of the
whole period i.e. of eighteen months shall be submitted before winding up
of the contract.
General Operation and Maintenance of Various Units of the STP
Complete Operation & Maintenance during trial run of the plant and allied
utilities, as per scope of work defined in this tender is the responsibility of
the contractor. General operation of some of the units is discussed below to
keep the plant intact and keep the units functional without any trouble. For
remaining units/equipments, if any, procedures as directed by Engineer-inCharge shall be followed.
Operation and maintenance activities during trial run common
to all the units.
The concrete Works/brick works/other civil works shall be checked
regularly and repaired as and when required.
All metal works e.g. railing, staircase, chequered plates, valves, rungs etc
shall be painted as and when required.
Overflowing of various units shall be checked regularly.
It shall be checked daily that all the units / equipment are operational.
Disposal of screened waste, scum, grit removed and any other waste shall
be done to the earmarked dumping site in the STP area.
It shall be checked regularly that all Sluice valve and gates are functioning
properly.
All pipes and bends shall be checked regularly for chock age and cleaned if
required.
Lubrication of all the moving parts of equipment / gates / valves regularly as
per instructions of manufacturer or earlier if required shall be done.
Greasing and glancing of equipment/ gates/valves regularly as per
instructions of manufacture or earlier if required shall be done.
All equipments/unit shall be cleaned and repaired regularly.
Weir plates shall be cleaned regularly and their levels shall be kept proper.
Electric
connections
to
checked/repaired regularly.
all
the
machinery/equipment
shall
be
The Screens and Mesh Screens are to be painted with approved makes of
epoxy paint every six months. During painting the Screens and Mesh
Screens shall be checked for necessary repairs.
Grit Chamber
Grit chamber is divided into numbers of channels out of these; some of
channels will act as stand-by. After 2 days or as per the quality of
incoming wastewater, the flow of sewage is diverted to the stand-by
channels. The gate to the respective channel is lowered in order to stop
flow.
the
the
grit
the
The used grit channel is first allowed to drain the excess quantity of water
into the drain pit through vertical grit removal pipe. After the channel is
drained, the sewer-men will remove grit from the channels with the help of
shovels and drag the grit into the vertical grit removal pipe and finally the
grit is dumped in the wheelbarrows.
The quantity of grit disposed daily is estimated.
The flow through proportionate weirs shall be noted and recorded.
The sluice valve of the vertical grit removal pipe of the closed grit channel,
will be operated slowly in order to avoid washing out of grit and overflow of
drain channel.
Mechanical Degritting Unit
The correct functioning of the degritting unit shall be checked and smooth
movement of the scrappers, classifier mechanism and organic return pump
shall be ensured.
It shall be checked that the lifting arrangement of the classifier properly lifts
and dumps the grit into the grit removal system provided for this purpose.
The quantity of grit disposed daily shall be estimated.
Splitter box
The Splitter box shall be cleaned regularly.
Check for leakage/blockage of feed inlet pipes especially where they are
connected to the splitter boxes or at their joints.
Cyclic Activated Sludge system
Check Gates and repair whenever necessary.
The floating scum/material at the top water surface of the basins shall be
removed once a day.
Check that all the feed inlet channels are carrying the sewage without
overflow / choking.
Check the performance of the DO probe and calibrate once in 3 months
Check the performance of the Level transmitter.
Check the performance of the Decanter drive motor
non-
functional valve.
The sludge conveying pipes from basin to Sludge sump shall be flushed
every week.
Centrifuge
The sludge feed inlet line shall be flushed with water after every sludge
application.
Drainage pipes shall be checked for clogging and shall be cleaned if
necessary.
Preventive maintenance of the
recommended by the supplier.
Centrifuge
shall
be
carried
out
as
Data Collection
General
Regular records and reports of the STP operations can be used for many
purposes. The collected data serve the plant management to judge on the
performance of the plant and to justify decisions concerning operation and
maintenance. These data shall be used as guide lines by the operating staff
to regulate, adjust and modify the plant facilities and treatment processes.
Record of the Operation and Maintenance Activities During trial run
A. Operational Activities
Performa of the activity records shall be maintained by the contractor to
monitor, guarantee, and sustain the quality of the treatment process. The
activities for the operation of the different units of plant shall be recorded
daily. The records shall be maintained in such a manner that if a particular
activity is performed on a particular day it must be marked in the
appropriate box in the following record sheet.
[Link]
A
1
2
3
B
1
2
3
4
Volume-01
Page - 140
Signature of
Contractor
E
1
2
3
4
F
1
2
G
1
2
3
NOTE:
Date
.. .. 28 29 30 31
finalized in
B. Maintenance Activities
Performa of the maintenance records shall be maintained by the contractor
to maintain the proper functioning of the plant. The activities for the
maintenance of the different units of plant shall be recorded weekly. The
Volume-01
Page - 141
Signature of
Contractor
Volume-01
Page - 142
Signature of
Contractor
Sl.
No
A.
1
2
3
1
2
1
2
1
2
3
4
B.
1
2
3
4
1
2
3
12 13
Sl.
No
Maintenance Activities
(Weekly/Year wise)
1
4
B
1
2
3
4
5
6
7
C.
1
2
3
D
1
2
3
4
5
6
7
E
1
2
3
4
12 13
Sl.
No
(Weekly/Year wise)
1
6
7
8
F
1
2
3
G
1
2
H
1
2
3
4
5
6
7
8
9
12 13
finalized in
Data Recording
Regular recording of the operational and analytical data is to be maintained
by the contractor for activities in the operation and maintenance during trial
run of the plant. The data is to be used to generalise the behaviour of the
various units under the varying condition of the incoming sewage during
various seasonal conditions.
2.0 LIST OF APPROVED MAKES & MATERIALS
S.
No.
Item Description
Civil Works
Cement
2
3
Anti-Termite Treatment
Steel Reinforcement
4
5
Ironmongery
Synthetic paint
6
7
8
9
10
Glass
Water proofing compound
admixtures
11
12
Dash Fasteners
Concrete ADmixtures
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
Sanitory Works
Viterous China Sanitary Ware
Plastic W.C. seats
Plastic Flushing Cistern
G.I. Pipes
G.I. Fittings
C.P. Pillar Cock, Bibcock,
Stopcock and other CP Fittings
Brass Bib & Stop Cock
Gun Metal Valves
Soil, Waste and Rainwater pipes
and fittings/Sand Cast Iron Pipes
& Fittings
Unplasticised PVC Pipes
16
17
18
19
20
21
22
23
24
25
26
27
28
Water Meters
Ball Valve with Plastic Float, GM.
Forged Brass Valve
CI Manhole Cover and Frame
SFRC Manhole Cover and Frame
Centrifugal Pumps
Non Clog Centrifugal Pumps
Turbine Pump
Submersible Pump
Motors & Contractor
29
30
Zero Valve
31
32
Air Valve
33
Non-Return Valves
34
Sluice Gates
35
36a) Crane
b) Chain Pulley Block
37
Hot Cranes
38
39
40
41
Mechanical Screens
Belt Conveyor
Degritter
Exhaust Fan
42
43
44
45
Gear Box
Electro Magnetic Flow Meters
11 KV Switchgear
46
Lighting Fixtures
47
48
Motor Strater
49
50
Battery
Voltage & Frequency Stabilizer
51
52
53
54
Lightening Unit
Instrument Transformers (STs &
PTs)
Vaccum Pump
Battery Charger
55
Fire Extinguishers
56
57
58
59
Exhaust Fans
60
Bus Duct
61
62
Engineering Ltd.,
Triveni / Geomiller / Jash / Napier-Reid.
Indiana / Konal Corporation / Voltas / Batliboi / Dynamic
Geomiller / Triveni / EIMCO KCP Limited/ Napier-Reid.
Bajaj Electrical Ltd., Crompton Greaves Ltd., Jay Engg.
Works, Alstom General Electric Company Ltd.
Larsen & Toubro Ltd., Siemens India Limited, Voltas Ltd.,
English Electric Ltd., Jyoti Ltd., Control and Switchgear,
Bhartia Cutler Hammer
Radicon Greaves / Elecon / Flender
Endress + Hauser / Krone-Marshall / Fisher Rosemount
Jyoti Ltd., New Government Electric Factory Ltd., Siemens
India Ltd, Asian Brown Boveri, Alstom, Kriloskar
Electricals Ltd., Cromption Greaves, Voltas Ltd.,
Bajaj Electrical Ltd., Cromption
Greaves Ltd., Philips,
Wipro Ltd., Klipsal
English Electric Ltd., Larsen & Toubro Ltd., Siemens India
Ltd.
BHEL, Penimal Engineering Ind., Meco Instruments (P)
Ltd., Enterprising Engineering, Pan Asia, Advance
Enciphering
Standard Batteries Ltd., Chloride India Ltd., Exide
Applied Electronics Ltd., Jindal
Electric Surya Electric
Servocon Logicstat
National Radio & Electronic Co. Ltd.
Mysore Electrical Industries, Automatic Electric Pvt. Ltd.,
Kappa Electric.
Kirloskar Brothers Ltd., SLM Manek Lal Industries Ltd.,
Uptron Powertronics, (Shreetron) Statcom Automatic
Electric Ltd., Chabi Kerta State Electricity Corp. APCO
Steelage Industries Kooverji Devshi & Co. Ltd. Vijay fire
Protection System Pvt. Ltd.
GKW, TATA
Siemens, FCG, Baliga
Kirloskar Pneumatic Co., K.G. Khosla Compressors Ltd.,
Ingersoll Rand, Chicago Pentatonic (I) Ltd., Kay /
Swamelgi, SLM Maneklal/ Swam/ Usha Engg./ Everest /
Ingersoll-Rand.
Bajaj Electrical Ltd./ Crompton
Greaves Ltd./ General
Electric Company
Best & Crompton Engg. Ltd., Power Gears Pvt. Ltd.,
Control & Switchgear Zeta Switchgear, Advance Panels &
Switch Gear (P) Ltd.,
AIMIL Limited, Johnson Controls (I) Pvt. Ltd., Tata
Honewell, Rockwell Automation, Ge Fanuc,
Alstom,
Krohne Marshall, Allen Bradley, Siemens.
Industrial Control & Appliances (P) Ltd. / Electric
Automation / Jaisum & Hutchison Controls (P) Ltd. /
Industrial switch gear & Controls, Allen Bradley, Siemens.
63
PCC / MCC
64
65
Optic Cables
Flow Meters
66
67
68
69
70
71
Electronic Ballast
Micro Processor Relays for Motor
Protection
Motor Control Panel
72
73
74
Scrubber
UPS
Transformer
75
76
77
78
79
80
81
82
83
84
85
86
87
AC Power Contactor
DC Power Contactor
Control Switch/Toggle Switch
Push Button & Indicating Lights
88
89
Indicating Lamps
Control Transformer
90
91
92
93
94
95
96
97
98
Timer/Time Switches
Hooter, Buzzer, Bell
Terminal Blocks
GI Pipes
Cable Glands
HT / LT Jointing Kits
Cable Lugs
XLPE Cable 11KV
Control Cables
99
100
101
102
103
104
105
PVC Condult
PVC Insulated Copper Wires
(1100 volts grade)
Wiring Accessories Piano type
switches, sockets, telephone
HPSV Fitting
Fluorescent tube fittings
Ceiling / Exhaust fan, fans air
circulators
106
107
108
109
110
111
112
Multimeter
CFL
MS Pipes
Changeover Switch
Isolators
PCC Poies
Steel Tybular Poles
113
114
115
116
117
118
119
120
121
122
123
124
125
126
127
128
129
130
131
132
133
134
135
136
137
138
139
140
141
142
143
--------------------------------------------------------
ANNEXURE 04
ELIGIBILITY CRITERIA FOR TECHNICAL REQUIREMENT
(Ref. Clause no. 9 of ITB)
One STP/STP Capacity of which should not be less than 1.0MLD or two STP/STP each of minimum 0.5 MLD capacity each
during past five years along with successful O&M of STP for one year as on date of receipt of Pre-qualification document.
Sr. Name of the
No. Project/Client
Capacity of
STP & type
of
treatment
process
Cost
of
Project
(Rs. In
Lakhs)
4
Work order
no. and
Date of
Start of
work
Stipulated
date of
completion
of work
Actual date
of
completion
of work
Year of
commissioning
Duration of
successful
O&M of STP
as on date of
submission of
Bid
Whether Project
Under Litigation
(Yes/No) &
reasons thereof
10
* Attach certificate issued by an officer not below the rank of Executive Engineer or equivalent of a Government / Semi-Government / Autonomous organization.
Note :ii.
iv.
v.
Experience certificate as referred above should include work order no. and date, amount, date of start, actual date of completion, year of commissioning, duration of O&M with
specific mention of successful O&M period of STP. Bidder may also provide details of various components of STP completed by him. Bidder shall also enclose copy of
work order for construction of STP and O&M Part.
iii. Experience certificate submitted by firm as joint-venture, shall not be considered
For the purpose of O&M experience for a minimum period of 1 year, bidder may submit certificate for other STP of same criteria, which may not have been constructed or
completed by him.
For the purpose of bid evaluation, if the owner/owners representatives feel necessary to visit a specific or all such plants as mentioned above by the bidder, the bidder shall make
necessary arrangements for the same. The cost of such visits shall be borne by the owner.
Signature of Contractor
Name
Companys Seal
Date
Volume-01
ANNEXURES
Page - 155
Team
Name of
person
Qualificati
on
Experience in
Years (In
Required status)
Project Manager
Environmental Engineer
(Design Engineer)
Civil Engineer
(Construction Engineer)
Mechanical Engineer
Electrical Engineer
Instrument Engineer
Procurement Engineer
Note:
Please give required details in curriculum vitae for each team members
Signature of Contractor
Name
Companys Seal
Date
Volume-01
ANNEXURES
Page - 161
APPENDIX-I
TERMS OF PAYMENTS FOR CIVIL WORKS
Tender for Design, Construction Erection, Commissioning, Trial Run of 1 MLD
STP on Turnkey basis based on SBR technology with PLC, SCADA Systems, Allied
works and O & M for 5 years for Central Park, Jaipur.
Payment of civil structure work shall be paid in the following manner according to the LS price quoted in price
schedule III
A.
(3)
DESCRIPTION
SEWAGE COLLECTION SUMP , PH & SCREENS
On completion of Excavation, P.C.C., bottom raft
On completion of 50 % walls
On completion of 100 % walls
On completion of finishing items
After satisfactory hydraulic testing with all remaining works
INLET CHAMBER,SCREEN CHANNEL,GRIT CHANNEL
On completion of Excavation, P.C.C, Footing/column
On completion of Slab
On completion of 50 % walls
On completion of 100 % walls
On completion of finishing items, hydraulic testing, with all
remaining works
PERCENTAGE %
30
25
25
10
10
25
15
20
20
20
1
2
3
4
5
SBR-REACTOR
On completion of Excavation, P.C.C., bottom raft
On completion of 50 % walls
On completion of 100 % walls
On completion of misc. item/finishing
After satisfactory hydraulic testing with all remaining works
30
25
25
10
10
1
2
3
4
5
BUILDING WORKS
On completion of Excavation, P.C.C., bottom raft
On completion of walls
On completion of slab
On completion of finishing items
After final completion with all remaining works
30
20
20
20
10
(4)
(5)
1
2
3
4
Volume-01
Instruction to Bidder
Page - 182
Signature of Contractor
25
25
25
25
B.
Mile Stone Payment Breakup for Piping, Mechanical, & Electrical & Instrumentation works
along with spares as specified
No.
1.
2.
3.
4.
Items
On supply of equipment, pipes, specials, valves, accessories, instruments
etc. including spares at site, after inspection, along with literature,
drawings, operating pamphlets, manual etc. as required.
On erection of all equipment, pipes, specials, valves, instruments and
necessary accessories including installation of mechanical / electrical /
system / equipment, cabling, etc. complete.
On testing, commissioning and satisfactory trial runs
After satisfactory running of entire plants for 3 months after item no.3
above.
Total
Signature of Bidder
Name
Companys Seal
Date
Volume-01
75%
15%
5%
5%
100%
Instruction to Bidder
Page - 183
Signature of Contractor