MBBR Tender Document and BOQs_Haryana Govt



Comments



Description

1GOVT. OF HARYANA PUBLIC HEALTH ENGINEERING DEPARMENT, HARYANA. BID DOCUMENTS “Assandh Prov.Sewerage Scheme under ESP” Estimated Cost:-1880.00Lacs “Design, construction, erection, testing & commissioning of Intermediate Sewage Pumping Station(IPS), Main Sewage Pumping Station (MPS), 5 MLD Capacity Sewage Treatment Plant based on MBBR Technology (Attached Growth Process), effluent outlet pipe, Transformer, Boundary wall, Staff Quarter, all contingent Electrical, Mechanical, Piping & Instrumentation works at IPS, MPS and Sewage Treatment Plant complete in all respect including Operation & Maintenance for 12 months during defect liability period & three years thereafter at Assandh Town, District Karnal” Estimated Cost: Rs. 446.00 Lacs Only. Time limit 12 Months Last Date of Receipt of Tender: ___________________ Date of opening of Tender: ____________________ Executive Engineer, Public Health Engineering Division No.-II, Karnal Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal 2 PRESS NOTICE Public Health Engineering Department, Haryana Public Health Engineering Division No.-II, Karnal Notice Inviting Tender No. ________________ Dated: 1. Online bids are hereby invited on behalf of Governor of Haryana for the works mentioned below:“Design, construction, erection, testing & commissioning of Intermediate Sewage Pumping Station(IPS), Main Sewage Pumping Station (MPS), 5 MLD Capacity Sewage Treatment Plant based on MBBR Technology (Attached Growth Process), effluent outlet pipe, Transformer, Boundary wall, Staff Quarter, all contingent Electrical, Mechanical, Piping & Instrumentation works at IPS, MPS and Sewage Treatment Plant complete in all respect including Operation & Maintenance for 12 months during defect liability period & three years thereafter at Assandh Town, District Karnal” Rs. 446.00 Lacs S. No. of work Estimated Cost Earnest Money Tender Document Fee During date & time Downloading of Tender Document & Payment of Tender Document fees Online Bid preparation and hash submission Rs.446.00 lacs Rs.8.92 lacs Rs. 15000/- From date 20/09/2011 & time 15:01 hrs.to date 27/09/2011 & time 15:00 hrs. From date 20/09/2011 & time 15:01 hrs.to date 27/09/2011 & time 15:00 hrs. 2. Possession of Digital Signature Certificate (DSC) and registration of the contractors on the portal i.e. http://haryanaphed.etenders.in is a prerequisite for e-tendering. Kindly contact o/o Nextenders (India) Pvt. Ltd., at Basement, HSRDC Building, Bay No.13-14, Sec-2, Panchkula. Contact persons : Sh. Manmit – 09815034028 / Sh. Chintan 09592259876 3. For any other queries, please contact Executive Engineer, PHE Division-II, Karnal Tel.(O) 0184-2266004 Tel (M) 98961-80771 Address Model Town, karnal. For further details and e-tendering schedule, visit website http://haryanaphed.etenders.in For & on behalf of Governor of Haryana Executive Engineer PHE Division-II, Karnal Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal 3 PUBLIC HEALTH ENGINEERING DEPARTMENT, HARYANA PUBLIC HEALTH ENGINEERING DIVISON-II, KARNAL NOTICE INVITING TENDER Online bids are hereby invited on behalf of Governor of Haryana for the following work as mentioned below:“Design, construction, erection, testing & commissioning of Intermediate Sewage Pumping Station(IPS), Main Sewage Pumping Station (MPS), 5 MLD Capacity Sewage Treatment Plant based on MBBR Technology (Attached Growth Process), effluent outlet pipe, Transformer, Boundary wall, Staff Quarter, all contingent Electrical, Mechanical, Piping & Instrumentation works at IPS, MPS and Sewage Treatment Plant complete in all respect including Operation & Maintenance for 12 months during defect liability period & three years thereafter at Assandh Town, District Karnal” Rs. 446.00 Lacs S.No. of work Estimated Cost Earnest Money Tender Document Fee During date & time Downloading of Tender Document & Payment of Tender Document fees From date 20/09/2011 & time 15:01 hrs.to date 27/09/2011 & time 15:00 hrs. Online Bid preparation and hash submission From date 20/09/2011 & time 15:01 hrs.to date 27/09/2011 & time 15:00 hrs. Rs.446.00 lacs Rs.8.92 lacs Rs. 15000/- 1. Tender documents can be downloaded online from the Portal: http://haryanaphed.etenders.in by the Firms / Individual registered on the Portal. 2. As the Bids are to be submitted online and are required to be encrypted and digitally signed, the Bidders are advised to obtain Digital Signature Certificate (DSC) at the earliest. For obtaining Digital Certificate, the Bidders should follow point No. 3 under “Annexure-A - Conditions of etendering”. 3. Key Dates Sr. PHED Stage No. Release of Tender 1 document 2 Contractor Stage Downloading of Tender Document & Payment of Tender Document fees Online Bid Preparation, Hash Submission & Earnest Money Deposit Start Date and Time 14/09/2011 10:00 hrs. 20/09/2011 15:01 hrs. 20/09/2011 15:01 hrs. Expiry Date and Time 20/09/2011 15:00 hrs. 27/09/2011 15:00 hrs. 27/09/2011 15:00 hrs. 3 - Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal 4 4 5 6 Technical & Financial Lock Open EMD & /PQ bid Eligibility criteria evaluation Open Financial / Price-Bid Re-encryption of Online Bids 27/09/2011 15:01 hrs. 29/09/2011 15:01 hrs. 30/09/2011 15:01 hrs. 03/10/2011 17:01 hrs. 05/10/2011 12:01 hrs. 29/09/2011 15:00 hrs. 30/09/2011 12:00 hrs. 03/10/2011 17:00 hrs. 05/10/2011 12:00 hrs. 07/10/2011 15:00 hrs. 7 8 - 4. The Bidders can download the tender documents from the Portal : http://haryanaphed.etenders.in. Tender Documents Fees has to be paid online through payment gateway during the “Downloading of Tender Document & Payment of Tender Document fees” stage and Earnest Money Deposit has to be deposited through RTGS (Real Time Gross Settlement) / NEFT (National Electronic Fund Transfer) in the name of Executive Engineer, Public Health Engineering Division-II, Karnal bank account No.910010048435025 in Bank name Axis Bank, Mall Road, karnal & Bank IFSC CODE UTIB0000394. Following particulars are to be given online at the e-tendering web portal of the department. a) Name of a/c holder from whose a/c payment for earnest money has been made by the agency b) A/C No. c) Name of the Bank d) Transaction ID e) Date & time of transaction f) Amount of Payment Willing Contractors shall have to pay the Tender Document Fees through payment gateway during the “Downloading of Tender Document & Payment of Tender Document fees” stage. However, the details of the EMD are required to be filled at the time of Bid Preparation and Hash Submission stage, the Bidders are required to keep the EMD details ready beforehand. 5. The tender shall be submitted by the bidder in the following two separate envelops online: 1. Earnest Money and all the documents in support of eligibility criteria 2. Price Bid Envelope ‘ED’ Envelope ‘C I’ Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal Envelope ‘CI’ – Price Bid Envelope To be submitted mandatory online. Reference of the EMD is to be mentioned online. If the Earnest Money and eligibility of bidder is found proper. all such documents. Envelope ‘ED’ – Earnest Money Deposit and eligibility criteria Envelop Online EMD Envelope—Reference details of the Earnest Money Deposit instrument and scanned copy of documents supporting eligibility criteria. The envelopes ‘ED’ & ‘TI’ shall be kept in a big outer envelop. In case. Also. all the Information and Documents / Certificates as required to be submitted in physical technical envelope as per the Tender.e. that cannot be submitted online i. The Envelopes “ED” & “TI” shall be placed in another envelop of bigger size clearly marking the name of agency & name of work. In the first instance. the Envelop – ‘ED’ of all the Bidders containing the Earnest Money and documents supporting eligibility criteria shall be opened online. the Envelop ‘TI’ containing Technical Bid shall be opened only if the bidders meet the eligibility criteria as per the Bid document. which shall also be sealed. the Bidders have submitted all the information and documents/ certificates required as a part of Technical Bid online. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. The bidder can submit their tender documents as per the dates mentioned in the schedule above. physical Envelope “TI” shall be submitted clearly marking “Blank”. Karnal . Price Bids are to be submitted mandatory online and shall not be accepted in any physical form. if required. CONDITONS:1) NIT.e. Documents in support of eligibility criteria shall also be submitted in Envelope ‘ED’. EMD will not be accepted in parts i. No. The bidder will submit the necessary documents as under. can be seen on any working day during office hours in office of the undersigned. Envelope ‘TI’ – Technical Bid Envelope Online Technical Envelope – All the information and scanned copies of the Documents / Certificates as required to be submitted as per the Tender. whole amount of EMD should be deposited in one instance. 2.5 Note: Online Bidders shall submit the EMD through RTGS/ NEFT. if any.“Information related to Price Bid of the Tender”. For and On Behalf of Governor of Haryana Executive Engineer PHE Division-II. 5) 6) 7) The tender without earnest money will not be opened. Karnal . Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. For and On Behalf of Governor of Haryana Executive Engineer PHE Division-II. Karnal. No. The undersigned reserves the right to reject any tender or all the tenders without assigning any reason. Engineer-in-Chief Haryana.6 2) 3) Conditional tenders will not be entertained & are liable to be rejected. Panchkula All Superintending Engineers/Executive Engineer. Karnal at karnal . Bids would require to be valid for 3 months from the date of closing of online “Bid preparation and Hash submission stage”. 4) The societies shall upload & produce a copy of the resolution of the Co-Operative department for e-tendering. Dated A copy of above is forwarded to the following for information and wide publicity: (1) (2) (3) Deputy Commissioner. The jurisdiction of court will be at Karnal. any modifications in the terms and conditions of the bid. Karnal. Endorsement No. 8) The bid for the work shall remain open for acceptance during the bid validity period to be reckoned from the date of “Online Bid preparation and Hash submission”. The tender of the bidder who does not satisfy the eligibility criteria in the bid documents is liable to be rejected summarily without assigning any reason and no claim whatsoever on this account will be considered. the said earnest money shall stand forfeited. 2. PHED. PHED Haryana. If any bidder withdraws his bid before the said period. 5th Floor. please see the information in Registration info link on the home page. All the Contractors intending to participate in the tenders processed online.in For more details. 3. Public Key is used to encrypt the data and Private Key is used to decrypt the data. by the controller of Certifying Authorities.mtnltrustline. 2. are required to get registered for the Electronic Tendering System on the Portal http://haryanaphed. Taramani. wherever relevant and applicable.e.2 A Digital Certificate is issued upon receipt of mandatory identity proofs and verification letters attested by the Notary Public / Charted Account / Any Gazatted Officer whose stamp bears emblem of Ashoka. 3. Air India Building. 3. Chennai-600113. III Floor.safescrypt.tcs-ca.tcs. Website – www. or may obtain information and application format and documents required for issue of digital certificate from one such certifying authority given below which is :- 1. Website – www.co. 2.etenders. No. 4 Canal Bank Road. Delhi-110003. Only upon the receipt of the required documents. 5515. Mumbai-400021 website – www. 3.1 Obtaining a Digital Certificate: The Bids submitted online should be encrypted and signed electronically with a Digital Certificate to establish the identity of the bidder bidding online. 2.in.7 ANNEXURE-A CONDITIONS OF E-TENDERING Instructions to Contractors on Electronic Tendering 1. Tidel Park. Government of India. 3. Core-V Mahanagar Doorsanchal Sadan. Encryption means conversion of normal text into coded language whereas decryption means conversion of coded language into normal text. CGO Comples.gov. MTNL. These Digital Certificates are issued by an approved certifying authority. a digital certificate can be issued. Nariman Point. Public Key and Private Key. Karnal . TATA Consultancy Services Ltd. 11th Floor. These conditions will over-rule the conditions stated in the tender documents.in Sify Communications Ltd.com Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. A digital signature certificate has two keys i.3 The contractors may obtain Class II B digital certificate from any Certifying Authority or Sub-certifying Authority authorized by the Controller of Certifying Authorities on the portal http://cca.com MTNL Trustline CA O/o DGM (IT-CA). Hence. In case.09592259876 2. Lodhi Road. It shall be the responsibility of management / partners of the registered firms to inform the certifying authority or Sub Certifying Authority. iTrust CA (IDRBT) Castle Hills.ncodesolutions.e. Gujarat. 7. Bodak Dev. which is used to encrypt the data and sign the hash during the stage of bid preparation and hash submission. Ltd.4 Bid for a particular tender may be submitted only using the digital certificate. Karnataka Website – http://www. Website https://nicca. GNFC Tower. Nextenders (India) Pvt. it will be assumed to represent adequate authority of the user to bid on behalf of the firm for Public Health Engineering Department. operating system problem).com Hyderabad. The digital signature of this authorized user will be binding on the firm. it will be considered equivalent to a no-objection certificate/power of attorney to that User. Sec-2. in case of change of authorized user and that a fresh Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. Unless the certificates are revoked. Outer Ring Road. Website – www. Bangalore560036. Panchkula-134151 Contact Person: Manmit .e-Mudhra. New Delhi-110003. Contractors may also obtain information and application format and documents required for issue of digital certificate from the following:1.in e-Mudhra CA 3i Infotech Consumer Services Ltd 3rd Floor. The firm has to authorize a specific individual via an authorization certificate signed by all partners to use the digital certificate as per Indian Information Technology Act 2000.nic. Road No. Sai Arcade. Mumbai-400049 [email protected] In case of online tendering. Karnal .com Nextenders (India) Pvt. if the digital certificate issued to the authorized user of a firm is used for signing and submitting a bid.13-14. No.1. the users are advised to keep their Digital Signature Certificates in safe custody. Bays No.8 4.org. YUCHIT. Haryana tenders as per Information Technology Act 2000. 6. Andhra Pardesh -500057. hardware problem. Ahmedabad-380054.09815034028 Chintan . 2. Ltd. Masab Tank. during the process of a particular tender. Juhu Tara Road. Devarabeesanahalli. the user looses his digital certificate (i. he may not be able to submit the bid online. o/o HSRDC. due to virus attack. Website – idrbtca. 3.in (n)Code solutions 301. 5. 3.com National Informatics Centre Ministry of Communication and Information Technology A-Block CGO Complex. then the Earnest Money Deposit of such agency shall be forfeited. please refer to the Home page of the Portal http://haryanaphed. 6.1 Opening of an Electronic Payment Account: For purchasing the tender documents online.>> “Information for new users”.1 Submission of Earnest Money Deposit: Contractors have to deposit EMD into the account of the concerned Executive Engineer through RTGS/NEFT. A photocopy of document of transaction made should also be physically submitted in envelop ED. Online Viewing of Notice Inviting Tenders: The contractors can view the N. contractors are required to pay the tender documents fees online using the electronic payments gateway service as mentioned at S. or downloaded from the home page of the website http://haryanaphed. 4.etenders.T and the time schedule (Key Dates) for all the packages floated using the electronic tendering system on the Haryana PHED website http://haryanaphed. Contractor may refer to NIT in the office of Executive Engineer. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. A help file on setting up of the system can be obtained from NexTenders (India) Pvt.6 The same procedure holds true for the authorized users in a private/Public limited company. 7. Ltd. Earnest Money in parts either through different banks or on different dates will not be accepted. Set up of machine In order to operate on the electronic tender management system. No.I. 3. a user’s machine is required to be set up.in.No. 7. The procedure for application of a digital certificate will remain the same for the new user.4 If any agency withdraws its bid after re-encryption stage.2 For the list of payments using which the online payments can be made. Karnal .etenders. 6.etenders. 6.8. 5.2 Refund of Earnest Money Deposit to the unsuccessful bidders will be made through cheque issued in the name of contractor / agency.e receipt of transaction of EMD should be uploaded while submitting the tender.in. the authorization certificate will have to be signed by the directors of the company. In this case. 7. 2. Hash submission & Earnest Money Deposit” as per key dates schedule of tender. Scanned copy of the proof i.3 Payment of EMD may be made upto specified time of “Online bid preparation.in 7. 7. EMD should be deposited through RTGS / NEFT as consolidated amount in single transaction so that there is no difficulty in accounting and also that there is no ambiguity for relating a transaction to a particular tender.9 digital certificate is procured and issued an ‘authorization certificate’ for the new user. 12. All online activities are time tracked and the system enforces time locks that ensure that no activity or transaction can take place outside the start and end Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. Submission of Bid Seal (Hash) of online Bids: Submission of bids will be preceded by submission of the digitally signed bid seal (Hash) as stated in the tender time schedule (Key Dates) of the Tender. Purchase of Tender Documents: Download of Tender Documents: The tender documents can only be downloaded from the Electronic Tendering System on the Portal http://haryanaphed. 13. Submission (Re-encryption) of actual online bids: Bidders have to submit their encrypted bids online and upload the relevant documents for which they generated the hash at the stage of hash generation and submission after the generation of Super Hash within the date and time as stated in the Notice Inviting Tenders (Key Dates). 2. The bidders are required to complete the stage within the stipulated time as per the schedule to continue their participation in the tender. The date and time will be binding on all the bidders. A bidder who does not submit his bid seal (Hash) within the stipulated time will not be allowed to submit his bid after the permitted time as per key dates. If the tenders are cancelled or recalled on any grounds. The electronic bids of only those contactors who have submitted their bid seals (Hashes) within the stipulated time. The contractors have to pay for the tender documents online by making online payment of tender document fees using the service of the secure electronic payment gateway. Generation of Super Hash: After the time of submission of Bid Seal (Hash) by the bidders has lapsed. will be accepted by the System.10 8. The secure electronic payments gateway is an online interface between contractors and credit card / online payment authorization networks.etenders. They should view and note down the tender Hash and ensure that it matches with their previous noted Hash before confirming the rates. as per the tender time schedule (Key Dates). 11. 9. Karnal .1 Key Dates: The bidders are strictly advised to follow dates and time as indicated in the Notice Inviting Tender. Bidders should take note of any corrigendum being issued on the web portal on a regular basis. the bid round will be closed and a digitally signed tender Super Hash will be generated by authorized Haryana PHED official. the tender document fees will not be refunded to the agency. Submission of Tender Document Fees: The Payment can be made by eligible contractors online directly via Credit Card / Internet Banking Account / Cash Card / Debit card.in 10. 13. This is equivalent to sealing the tender box. No. Click on “Main” after login into the portal. In case any bidder does not comply with procedure given above.e. The bidder should ensure that the status of a particular stage should be shown as “Completed” before the expiry date and time of that particular stage and he should possess a copy of receipt of completion of each stage to be performed from his end. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. whether “Pending” or “Completed” can be viewed. In case the bidder does not submit the rates of Non-schedule items. Next screen will appear on the screen and click on “Search” button to view the list of various tenders. Duly accepted power of Attorney in original along with its two certified copies in the name of bidder or authorized representative to act on behalf of the agency. A list of all documents accompanying the sealed envelope containing the tender documents. If the bidder does not agree to execute such N. Select “Tender Search” and click on “Go” c. 2. Select the tender whose status is to be viewed by clicking on the tender no. intentionally or unintentionally. 3. Items for which he has not quoted rates.S. The status of all the stages i. 4. No. b. Click on “Action page” button. Further he may be de-listed without further notice to him for failing to abide by the strictly approved terms of notice inviting tender for this work. Karnal . then the rates of such items will be considered as Free of Cost. d. The intending bidders shall fill the lump sump rate / item rate / Percentage rate in the online templates of the online tender.11 dates and time of the stage as defined in the Notice Inviting Tender. The Price Bid has to be submitted mandatory online. it will be presumed that he is not interested in the work and the work shall not be let out to him. The ‘CI’ envelope – Price Bid envelope has to be submitted mandatory online and shall not be accepted physically under any circumstances. Other Information: 1. It will be the sole responsibility of the bidder if the status of a particular stage is “Pending” till the expiry date and time of that stage and he is not able to proceed further in the e-tendering process. ii. the bidder shall adopt only the two envelope system. e. then his EMD will be forfeited. Tenderer must strictly abide by the stipulations set forth in notice inviting tender & while tendering for the work. free of cost. 2. The photocopy of the receipt of transaction made for payment of Earnest Money Deposit should be put ‘ED’ sealed envelopes and these sealed envelope and delivered to this office before the date and time mentioned in the Tender Notice along with documents listed below: i. The bidder should check the status of a particular stage by following the below mentioned procedure:a. the bidder will be held liable solely. Haryana on the website http://haryanaphed. Also. Karnal .Bidders participating in e-tendering shall check his/her validity of Digital Signature Certificate before bidding in the specific work floated online at e-tendering portal of Public Health Engineering Department. 2. 6. are liable to be rejected summarily. Note: . The tenders which are not accompanied by the earnest money or proof of earnest money or do not strictly follow the technical requirement.12 5.Date & Time expired as per the key dates available on the tender document.in. Key dates are subject to change in case of any amendment in schedule due to any reason stated by concerned Executive Engineer of the Department. in case. No. while bidding in particular stage . Tenders / quotations which are dependent upon the quotations of another bidder shall be summarily rejected. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn.etenders. 94 Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. osr (c) One similar completed works each costing not less than the amount equal to 80% of the DNIT cost or 80 % of the capacity of the plant * Similar work is a single composite work comprising of Sewage Treatment Plant (excluding Waste Stabilization Pond) of any capacity and any other RCC/ Masonry/ Pipe Line/ Electrical/ Mechanical work covered in the same.. Karnal .46 1. For computing the cost of the completed work to the base year./Board/ Corporation of Central Govt. No.13 Eligibility Criteria shall be as follows: 1. 2. Open to all agencies enlisted with Deptt. ending 31st March of the previous financial year.. fulfilling the following Criteria:(i) Average Annual financial turnover during the last 3 years. or (b) Two similar completed works each costing not less than the amount equal to 50% of the DNIT cost or 50 % of the capacity of the plant.76 1. the following multiplying factor will be used for the cost of completed works so as to bring the financial figures to a common base:Financial year of work completed One year old Tow year old Three year old Four year old Five year old Six year old Seven year old Multiplying factor 1. 2. any state Govt.33 1.10 1.60 1. The bids form the joint ventures are acceptable as per guidelines attached.21 1. should be at least 30% of the DNIT cost (ii) Experience of having successfully completed similar works during last 7 years ending last day of month pervious to one in which applications are invited should be either of the following:(a) Three similar* completed works each costing not less than the amount equal to 40% of the DNIT cost or 40 % of the capacity of the plant. Semi. In case of any variation in nomenclature / typing error in the online Bid documents and approved DNIT. if not enlisted earlier. 7. 8. 14 The applications performance for each completed work should be certified by an officer not below the rank of an Executive Engineer or equivalent on the Performa enclosed and should be obtained in sealed cover. If there is any variation in DNIT not consistent with BIS code provision with latest amendments or Water Supply manual then the BIS code provisions with latest amendments and relevant section of water supply manual will prevail. if any information furnished by the applicant is found to be incorrect at a later stage. the provision of approved DNIT will prevail in cases and bidder shall have no claim whatsoever on this account. The Department reserves the right to verify the particulars furnished by the applicant independently. 5. All disputes concerning this work shall within the jurisdiction of Karnal. The agency / contractor will have to get him enlisted in the department within 30 days from the date of award of work to the contractor / agency. 10. 6.3. / Board / Corporation shall not be eligible to bid for this work. 2. Karnal . Govt. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. Firms/ Contractor who have been black listed by Govt. Department reserves the right to reject any / all the application without assigning any reason. For further details. 9. Karnal. No. 4. the firm / contractors shall be liable to be debarred from future tendering in Department and legal action will also be initiated and allotment is liable to be cancelled besides black listing the contractors / firms. In additional the work is to be carried out as per latest BIS code provisions and the tenderer has to submit his rates accordingly. Public Health Engineering Division-II. terms and condition please contact the office of the Executive Engineer. 4 The tender form shall be purchased and submitted only in the name of the JV firm and not in the name of any constituent member.1 Separate Identity/Name should be given to the Joint Venture firm. 1.15 Guidelines for Joint Venture: Joint Venture (herein after called JV) is allowed in tendering subject to the following stipulations/guidelines :1. 2. The complete details of the members of the JV firm.3 A member of JV firm shall not be permitted to participate either in individual capacity or as a member of another JV firm in the same tender. One of the members of the JV firm shall be the lead member of the JV firm who shall have a majority (atleast 51%) share of interest in the JV firm. Failure to do so will be treated as breach of contract with consequent liability and damages. No. and in any case Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. (ii) Once the tender is submitted the MoU shall not be modified/altered/terminated during the validity of the tender. 1. In case of successful tenders. the full Earnest Money amount shall stand forfeited in favour of the PHED. in exceptional cases EMD in the case of lead partner can be accepted subject to submission of specific request letter from lead partner stating the reasons for not submitting the EMD in the name of JV and giving written confirmation from the JV partners to the effect that the EMD submitted by the lead partner may be deemed as EMD submitted by JV firm.. Normally EMD shall be submitted only in the name of JV and not in the name of constituent member. the lead member has to be an Indian firm with a minimum share of 51% as a whole in JV firm. In case of JV with foreign member(s). No JV will be accepted after submission of the tender bid.5 (i) A copy of the MoU as per prescribed format shall be submitted alongwith tender. their share and responsibility in the JV firm etc.2. Number of members in a JV firm shall not be more than three. particularly with reference to financial. However.1 1. The constitution of the JV firm shall not be allowed to be modified after submission of the tender bid by the JV firm except when modification becomes inevitable due to succession laws etc. In case the tenderer fails to observe/comply with the above stipulation. The other members shall have a share of not less than 20% each in case of JV firms with upto three members. technical and other obligations shall be furnished in the MoU. the validity of this MoU shall be extended till all the contractual obligations as per the contract agreement are fulfilled.2 1. 1. Karnal . (iii) Approval for change of constitution of JV firm shall be at the sole discretion of the Engineer-in-charge after approval of the competent authority. In case of tenderer fails to observe/comply with this stipulation. This agreement shall be submitted to the Engineer-in-charge before signing the contract agreement for the work. Karnal . No.6 Memorandum of Understanding and Agreement for Joint Venture (i) The Memorandum of Understanding between JV partners shall be submitted alongwith the tender document. Failure to observe this requirement would render the offer invalid.16 the minimum eligibility criteria should not get vitiated. 2. This authorization shall be with further stipulation that it shall be valid for the entire period of the completion/extended period of the work including maintenance period. (ii) On issue of LOA. the constitution of JV shall not be allowed to be altered during the currency of contract except when modification become inevitable due to succession laws etc. to witness joint measurement of work done. sign the agreement or enter into contract in respect of the said tender. and in any case the minimum eligibility criteria should not get vitiated. All notices/ correspondences with respect to the contract would be sent to this authorized member of the JV firm. a single Performance Guarantee will be required to be submitted by JV firm as per tender conditions. (v) It shall be noted that for all the guarantees related to the contract like Performance Guarantee. Machinery Advance etc. the full Earnest Money Deposit (EMD) shall be forfeited and other penal actions due shall be taken against the partners of the JV and the JV. 1908. Failure to observe this stipulation shall be deemed to be breach of contract with all consequential penal action as per contract conditions. In any case the Lead Member should continue to be the Lead Member of the JV firm. shall be accepted only in the name of JV firm and no splitting of guarantees amongst the members of the JV firms shall be permitted. Bank Guarantee for Mobilization Advance.Joint Venture members shall authorize one of the members on behalf of the Joint Venture firm to deal with the tender. (iii) Authorized Member:. (iv) In case of award of tender to JV. to sign measurement book and similar such action in respect of the said tender/contract. Similarly. an agreement amongst the members of JV firm (to whom the work has been awarded) has to be executed and got registered before the Registrar of the Companies under Companies Act or before the Registrar/Sub Registrar under the Registration Act. after the contract is awarded to the JV firm. to receive payment. 1. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. (c) Notices and Correspondences: All notices/correspondences with respect to the contract would be sent to this authorized member of the JV firm. (b) Consent of all the partners of the partnership firm authorizing one of the partners to enter into the Joint Venture Agreement on a Stamp Paper of appropriate value (in original). (e) All the members of the JV shall certify that they have not been blacklisted or debarred by PHED or any other Ministry/ Department of the Government of India/ State Government from participation in tenders/ contract on the date of opening of bids either in their individual capacity or the JV firm or partnership firm in which they were members/partners. (b) Duration of the Joint Venture Agreement:. (f) Assignability: No member of the Joint Venture firm shall have the right to assign or transfer the interest.It shall be valid till all contractual obligation as per contract agreement are fulfilled.The members of the JV firm to which the contract is awarded shall be jointly and severally liable to the Engineer-in-charge for execution of the project in accordance with the general and special conditions of the contract. (c) Power of Attorney for authorized signatory of JV partners.100/. or private property during the course of execution of the contract or due to non-execution of the contract or part thereof. (d) Governing Laws: The Joint Venture Agreement shall be in all respect be governed by and interpreted in accordance with Indian Laws. the following documents should be enclosed. damages caused to the Govt. right or liability in the contract without the written consent of the other party and that of the Engineer-in-charge in respect of the said tender/ contract. No. The JV members shall also be liable jointly and severally for the loss. (a) Joint & Several Liability:.17 (iv) The Joint Venture Agreement should invariably contain clauses related to following subject/issues in the manner specified herein below. (a) Notary certified copy of Partnership Deed. In case of one or more parties to the Joint Venture Agreement are partnership firm/s. (g) Execution on Non-Judicial Stamp Paper: The Joint Venture Agreement must be on Non-Judicial Stamp Paper of Rs. 2.or as per Stamp Act of the concerned State where agreement has been executed. Karnal . i) ii) The attested copies of documents in support of the Joint Venture should be submitted. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. or Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. iv) In case one or more members is/are limited companies. Three similar* completed works costing not less than the amount equal to 40% of the DNIT cost or 40% of the capacity of the Plant. the following documents shall be submitted:Notary certified copy of the Resolutions of the Directors of the company. 2. permitting the company a) b) of entering into the Joint Venture Agreement. Two similar* completed works costing not less than the amount equal to 50% of the DNIT cost or 50% of the capacity of the Plant. iii) In case of one or more members is/are proprietary firm or HUF. Power of Attorney (duly registered as per prevailing law) by the Company authorizing the person to do/act. 1. of authorizing Managing Director/one of the Director/ Manager of the company to sign the Joint Venture Agreement.7 Credentials Technical and financial capacity of the JV shall be adjudged based on satisfactory fulfillment of the below mentioned clauses.0 1. power and consent given by other co-partners to act on behalf of HUF. ending 31st March of the previous financial year.1 “Average Annual financial turnover during the last 3 years. No. d) e) Copy of Memorandum and Articles of Association of the Company. 1.2 Experience of having successfully completed similar works during last 7 years ending last day of month previous to the one in which applications are invited should be either of the following:a. c) of authorizing Managing Director/Director/Manager or any other person to sign all other documents.8. and create liability against the company and/or to do any other act on behalf of the company. contracts. Karnal .8 Essential Qualifying Criteria: 1.18 (d) Power of Attorney in favour of one of the partners to act as lead partner of Joint Venture. agreements etc. Affidavit on Stamp Paper of appropriate value declaring that his concern is a proprietary concern and he is sole proprietor of the concern or he is in position of “KARTA” of Hindu Undivided Family and he has authority.8. should be at least 30% of the DNIT cost. or b. Karnal . * Similar work is a single composite work comprising of Sewage Treatment Plant (excluding Waste Stabilization Pond) of any capacity and any other RCC/ Masonry/ Pipe Line/ Electrical/ Mechanical work covered in the same. (ii) The Joint Venture shall qualify in all items of Essential Qualifying Criteria to get short-listed.33 1.76 1. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. For computing the cost of the completed work to the base year.46 1. No. 2.21 1.10 1.94 Note: (i) Contractual payments received by a member in an earlier JV firm shall be reckoned only to the extent of the concerned member’s share in that JV firm for the purpose of satisfying compliance of the above mentioned financial eligibility criteria in tender under consideration. the following multiplying factor will be used for the cost of completed works so as to bring the financial figures to a common base : Financial year of work completed One year old Two years old Three years old Four years old Five years old Six years old Seven years old Multiplying factor 1.19 c.60 1. One similar* completed work costing not less than the amount equal to 80% of the DNIT cost or 80% of the capacity of the Plant. Bidders may prepare any other product if the specified brand names are not available subject to approval of Employer.6 BIDDING DOCUMENTS 2.20 2. regulations. as per ruling on the date of execution of the contract agreement. The costs of any such visits shall be entirely at the Bidder’s own expense. Karnal . 2.1 Specific reference in the specification to any material by trade name or catalogue number shall be construed as establishing a standard of quality and the performance. their personnel and agents from and against all liabilities in respect thereof and will be responsible for personal injury (whether fatal or otherwise).1 Whenever required under Govt. 2.5 Payment Terms 2.6.5. The Bidder and any of his personnel or agents will be granted permission by the Engineer-in-charge to enter upon their premises lands for the purposes of such inspection.1 The Bidder shall bear all expenses associated with the preparation and submission of his Bid and the Government shall in no case be responsible or liable for reimbursement of such expenses. 2. regardless of the conduct or outcome of the Bidding process.1 Content of Bidding Documents Pages from 1 to 206 duly checked by HDM or D/S PHE Divn.4. loss of or damage to property and any other loss.2 Site Visits 2.1. but only upon the express condition that the Bidder.2.1 The terms of payments are defined in Part III of this tender.0 Instruction to Bidders 2.3. it shall be incumbent on the successful Bidder to pay stamp duty on the contract agreement. 2. costs and expenses however caused which but for the exercise of such permission would not have arisen.3 Brand Names 2. 2. 2. his personnel and agents will release an indemnify. 2. No.1 Cost of Bidding 2.1 The Bidder is advised to visit and examine the site of works and its surroundings and obtain for himself on his own expense all information that may be necessary for preparing the Bid and entering into contract. damage. The Engineer-in-charge.4 Stamp Duty and Legal Charges. 1.6.1. forms. Abbreviations 3. 1. the means of communication with and access to the site. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2. conditions. Instruction to Bidders 4. appendix to Bid terms. contingencies and all other circumstances influencing or affecting his bid.1. plans in the bid Documents. Additional and Special conditions of contract. having taken into account any information in connection therewith which may have been provided by or on behalf of Executive Engineer. the extent and nature work.21 2. schedules and specifications. Part I Section 1 Invitation to Bid and Standard Form of Agreement Invitation to Bid Standard Form of Agreement Section 2 Instruction to Bidders.6.6 bids.7. The accommodation he may require and in general shall be deemed to have obtained for himself. Additional and Special conditions of Contract Part II Section 1 Section 2 Section 3 Section 4 Section 5 Section 6 Section 7 Brief Description of the project Scope of Work Design Consideration & Design parameters Electrical & Mechanical Designs Specification for Electrical & Mechanical work Specifications of Civil Works Operation & Maintenance Part III Price Schedule 2.1 A set of Bid Documents issued for the purpose of Bidding includes the following volumes.3 The bidder is deemed to have inspected and examined the site and its surroundings and to have satisfied him before submitting his bid as to the nature of site conditions. annexure of specification and failure to comply with the requirements of bid submission will be at the bidder’s own risk. which are not substantially responsive to the requirements of the bid documents will be rejected. all necessary information as to the risks. 2.2 The Bidder is expected to examine carefully all instructions. specifications. annexure.6. Karnal . Pursuant to Clause 2. Definitions 2. 2 In order to afford prospective Bidder’s reasonable time in which to take such Addenda into account in preparing their Bids. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn.6. for any reason. the Executive Engineer may.2. shall be included in the rates and prices and total Contract price submitted by the Bidder and the evaluation and comparison of Bid by Executive Engineer shall be made accordingly.1 Bidders shall carefully examine the Bidding Documents and fully inform themselves as to all the conditions and matters. 2.1 The Bid prepared by the Bidder and all correspondence and Documents relating to the Bid exchanged by the Bidder and the Executive Engineer shall be written in English Language.6.2 Bid Prices 2.7. For the purpose of interpretation of the Bid.2 The Bidder shall fill in rate and prices for all items of works described in the schedule of Prices.6.2.1. II.7. when executed and shall be deemed to be covered by the other rates and / or prices quoted in the schedule of Prices.7.7 2.1 Unless stated otherwise in the Bidding Documents the Contract shall be for the whole works as described in vol.2.6. whether at his own initiative or in response to clarification requested by prospective Bidders modify the Bidding Documents by issuing Addenda. 2.2 Interpretation and Clarification of Bidding Documents 2. Supporting Documents and printed literature furnished by the Bidder with his Bid may be in another language provided they are accompanied by an appropriate translation of pertinent passages into English language.3.1 At any time prior to the deadline for submission of Bids. 2.3 All duties.3 Amendment of Bidding Documents 2.7. Failure to comply with the condition may disqualify a Bid. Items against which no rate or price is entered by the Bidder will not be paid for by the Haryana Public Health Engineering Department.2. Technical Specification based on the Schedule of unit rate and prices submitted by the Bidder. the text in the English Language shall prevail.1 PREPARATION OF BIDS Language of Bid 2. or for any other cause. which may in any way affect the work or the cost thereof.7. the Executive Engineer may at their discretion extend the deadline for the submission of Bids. 2.3. Karnal .6. 2. taxes and other levies payable by the Contractor under the contract.7. 2. No.22 2. 2. 23 2.7.3 Currencies of Bid and Payment 2.7.3.1 The Bidder shall quote the unit rates and prices entirely in Indian currency. All payment to the successful Bidder under the proposed contract shall be made entirely in Indian Rupees (Rs.) 2.7.4 Bid Validity 2.7.4.1 Bids shall remain valid and open for acceptance for a period of Ninety days (90) calendar days after date of Bid opening. 2.7.4.2 In exceptional circumstance, prior to expiry of the original Bid validity period, the Executive Engineer may request the Bidder for a specified extension in the period of validity. The request and the responses there-to shall be made in writing or by cable or telex. A Bidder may refuse the request without the forfeiting of his Bid Security. A Bidder agreeing to the request will not be required nor be permitted to modify his bid but will be required to extend the validity of his Bid Security correspondingly 2.7.4.3 Failure to sign the Bid will result in rejection of the Bid. 2.7.5 Variations in Bid Conditions 2.7.5.1 Bidder shall submit offers, which comply fully with the requirements of the Bid Documents, including the basic requirement for technical design as indicated in the Technical Specifications in Vol. II. 2.7.6 Format and Signing of Bids: The Bids are to be submitted on line & digitally signed as per the procedure laid down in the e tendering process. 2.8 SUBMISSION OF BIDS The Bids are to be submitted on line on the electronic tendering system of PHED as laid down in the e tendering process in the preceding paragraphs. 2.9 Bid opening & evaluation: The bid opening & evaluation of bids shall be carried as per the procedure laid down in e tendering process in preceding paragraphs. 2.9.1 Process to be confidential: After the public opening of the bids the in formations relating to the examination, clarification, evaluation & comparison of bids & recommendations concerning the award of contract shall not be disclosed to bidders or to persons not officially concerned with such process until the award of the contact to the successful bidder have been announced. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal 24 Any effort to influence any of the concerning officers of PHED on matters related to bids under study in the process of examination, Clarification, evaluation & comparison of bids & decision concerning award of contract may result in the rejection of bidders’ bids. 2.9.2 Determination of Responsiveness: - Prior to the detailed evaluation of Bids, The Executive Engineer PHED Division-II, Karnal will determine whether each Bid is substantially responsive to the requirements of Bidding Documents. - For the purpose of this Clause, a substantially responsive Bid is one which conforms to all the terms, conditions and specifications of the Bidding Documents or reservation is one which affects in any substantial way the scope, quality performance of the works, or which limits in any substantial way, inconsistent with the Bidding Documents The Executive Engineer PHED Division-II, Karnal rights or the Bidder’s obligation under the Contract and rectification of which deviation or reservation would affect unfairly the competitive position of other Bidders presenting substantially responsive Bids. - If a Bid is not substantially responsive to the requirement of the Bidding Documents it will be rejected by The Executive Engineer PHED Division-II, Karnal and may not subsequently be made responsive by the Bidder having corrected or withdrawn the non-confirming deviation or reservation. - The Executive Engineer PHED Division-II, Karnal may waive any minor informality or non-conformity or irregularity in a Bid which does not constitute a material deviation or reservation in Bid providing that the acceptance thereof does not prejudice to affect the relative ranking order of any Bidder in the evaluation of Bids. 2.9.3 Correction of Errors: Bids determined to be substantially responsive will be checked by The Executive Engineer PHED Division-II, Karnal for any arithmetical errors in computation and summation. Error will be corrected by The Executive Engineer PHED Division-II, Karnal as follows: (a) Where there was a discrepancy between amount in figures and in words, the amount in words will govern; and (b) Where there is a discrepancy between the unit rate and the total amount derived from the multiplication of unit rate and the quantity, the unit rate as quoted, will govern and the total amount will be corrected. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal 25 The total Bid price stated will be adjusted by The Executive Engineer PHED Division-II, Karnal in accordance with the above procedure for the correction of errors, and with the concurrence of the Bidder shall be considered as binding upon the Bidder. If the Bidder does not accept the corrected price of his Bid, his Bid will be rejected and the Bid security will be forfeited. 2.9.4 Evaluation and Comparison of Bids: The Executive Engineer PHED Division-II, Karnal will evaluate and compare only those bids which have been determined to be substantially responsive to the requirements of Bidding Documents. - In evaluating Bids, The Executive Engineer PHED Division-II, Karnal will determine for each Bid the evaluated Bid price by adjusting the total Bid price as follows: (a) (b) Making any correction for errors pursuant to Clause 2.9.3. Excluding the Provisions if any for contingencies in the summary of bill of Quantities but including the Day work where priced competitively. - Price adjustments provision applying to the period of execution of the Contract shall not be taken into account in the Bid evaluation. - If the Bid of the successful Bidder is unbalanced in relation to the Engineer’s estimate of the real cost of work to be performed under the Contract. The Executive Engineer PHED Division-II, Karnal may require that the amount of the bid security set forth in above clauses be increased at the expense of the successful Bidder to a level sufficient to protect The Executive Engineer PHED, Division-II, Karnal against financial loss in the event of subsequent default of the successful Bidder under the Contract. - Bid appraisal will consider the following factor: * The proposed Program of work and any delay beyond the stated maximum time for completion. * The reliability of the processes and plant offered, as demonstrated in the submission. * The degree of operational skill required to achieve optimum performance * The ability to meet the requirements of the specification. 2.10 WARD OF CONTRACT 2.10.1 Award Criteria 2.10.1.1 Subject to Clause 2.10.2, the Executive Engineer will award the Contract to the Bidder whose bid had been determined to be substantially responsive to the Bidding Documents and who has offered the lowest Evaluated Bid Price pursuant to Clause 2.9.4. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal 26 2.10.2 Executive Engineer’s right to accept any bid and to reject any or all the bids. Notwithstanding Clause 2.10.1, the Executive Engineer reserves the right to accept or reject any bid and to annul the bidding process and reject all bids at any time prior to award of contract without thereby incurring any liability to the affected bidder or bidders or any obligation to inform the affected bidder or bidders of the grounds for the Executive Engineer’s action .The Public Health Engineering Department reserves the right of negotiation with the tenderer in case the prices quoted are felt to be on higher side or otherwise. The negotiations will be carried out with the lowest contractor. 2.10.3 Notification of Award 2.10.3.1 Prior to the expiration of the period of Bid validity prescribed by Executive Engineer, the Executive Engineer will notify the successful Bidder by cable or telex/fax to be confirmed in writing by registered letter that his Bid has been accepted. This letter (hereinafter and in the condition of the Contract called ‘Letter of Acceptance’) shall name the sum which the Executive Engineer will pay to the completion, operation, maintenance and guarantee of the works by the Contractor as prescribed by the Contract (hereinafter and in the condition of the Contract called ‘The Contract Price’) No further correspondence will be entertained by the Executive Engineer from the unsuccessful Bidders. 2.10.3.2 2.10.3.3 The Letter of Acceptance will constitute the formation of a Contract. Upon notification of award to successful Bidder in accordance with the provisions of Clause 2.10.3.1 the Executive Engineer will promptly notify the unsuccessful Bidder that their Bids have been unsuccessful and return their Bid security. 2.10.4 Signing of Agreement 2.10.4.1 Within 30 days of the letter of Acceptance, the successful Bidder shall sign the Contract Agreement with the Executive Engineer, Public Health Engineering Division-II, Karnal, failing to execute the Contract Agreement within the said period may result in forfeiture of Bid security and disqualification. 2.10.4.2 The person to sign the Contract Agreement shall be the person as described in Clause 2.7.6. 2.11 Security & Performance Guarantee Amount: Security and Performance Security deposited by the contractor shall be payable as per clause number 7-A of conditions of contract. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal 27 2.12 SUB-CONTRACTORS The bidder shall indicate if he intends to subcontract any of his work, and if so, for which of the items. He shall list the names and address of his proposed subcontractors and the work to be performed by each, with temporary facilities to be provided by each, with full description, availability, location and condition of each major piece of equipment. The proposed subcontractor’s qualifications and previous experiences of similar types of works shall be listed. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal 28 RULES & STANDARD FORM OF AGREEMENT Name of Work: “Design, construction, erection, testing & commissioning of Intermediate Sewage Pumping Station(IPS), Main Sewage Pumping Station 5.4 MLD (MPS), 5 MLD Capacity Sewage Treatment Plant based on MBBR Technology (Attached Growth Process), effluent outlet pipe, Transformer, Boundary wall, Staff Quarter, all contingent Electrical, Mechanical, Piping & Instrumentation works at IPS, MPS and Sewage Treatment Plant complete in all respect including Operation & Maintenance for 12 months during defect liability period & three years thereafter at Assandh Town, District Karnal”. Estimated cost Rs. 446.00 Lacs Time Limit: 12 Months. HARYANA PUBLIC HEALTH ENGINEERING DEPARTMENT PUBLIC HEALTH ENGINEERING DIVISION-II, KARNAL. FORM : F-1 Signature Dy Supdt. TENDER AND CONTRACT FOR WORKS General Rules and Directions for the Guidance of Contractor: CONTRACTORS SHOULD CAREFULLY STUDY THE RULES GIVEN BELOW WHICH ARE FOR THEIR GUIDANCE. BEFORE SUBMITTING THE TENDERS & COMPLY WITH THE SAME. ANY NON COMPLIANCE OF THE SAME IS LIKELY TO RESULT IN FOREFEITURE OF EARNEST MONEY & MAY RESULT IN CANCELLATION OF HIS CERTIFICATE OF ENLISTMENT. Rule No. 1 [General] Brief information about the works proposed for a execution by contract have been notified in a shape of “Notice” pasted on the Notice Board hung up in the office, duly signed by the Executive Engineer. Further the detailed document called “NOTICE INVITING TENDERS” and can be seen in the office of the Executive Engineer on any working day. This form states the work to be carried out, as well as the date & time for submitting and opening of tenders and the time allowed for Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal 29 carrying out, the work, the earnest money required to accompany the tenders, also the amount of security to be deposited by the contractor whose tender is accepted, the conditions of contract on which contract agreement would be concluded, copies of the technical specification, designs & drawings, Contract Schedule or Rates, and also a Schedule of Ceiling Premia” by which the rates of various items of the Contract Schedule of Rates shall be increased so as to be called the “Ceiling Premia”. Further any other documents required in connection with the works duly signed by the Executive Engineer for purpose of identification shall also be open for inspection by the Contractors in the office of the Executive Engineer as mentioned in the “NOTICE”. Rule No. 2 Any Contractor who submits tender may sign an affidavit to the effect that he has no connection or relation with the firm/Contractor black-listed by Haryana Government /Govt. of India from time to time. The form of affidavit can be seen in the office of the “Executive Engineer”. Rule No. 3 (Conditional Tenders) The tender shall not be burdened or loaded with any Conditions. Only rate shall be quoted. A conditional tender is liable to be rejected outright at the discretion of the accepting authority. In the alternative, the accepting authority may treat the conditions as null and void and make a counter offer to the tenderer to do the work at the rate quoted by him without the conditions. If the Contractor, who submitted the tender refuses to accept the said counter offer to do the work at the rates quoted by him without the conditions within one week of the said offer having been made by the accepting authority, the earnest money which accompanied the tender shall stand forfeited and the Contractor shall have no claim to the same whatsoever. Rule No. 4 [Contractor’s Signatures] The tender shall be signed by the person or persons authorized to do so in a manner by the authority granting the certificate of enlistments. Any tender not signed in the manner so authorized shall be deemed to be an invalid tender and shall be rejected and the earnest money shall be forfeited without prejudice to any other rights & remedies available to the Executive Engineer. In the event of the tender being submitted by a firm, it must be signed separately by each member thereof, or in the event of the absence of any partner, it must be signed on his behalf by a person holding power of attorney authorizing to do so. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal the officer opening the tenders will then separate out those which are not accompanied by requisite amount of earnest money or in the required form. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. Karnal . where he is to sign which are marked ‘X’ on pages. Any Contractor (s) (who may have submitted tenders) or their authorized agents may be allowed to be present at the time of opening of tenders. All corrections shall be made in a manner so that the original is legible.coming. Rule No. (d) The Executive Engineer shall have the right of rejecting all or any of the tenders without assigning any reason. Any tender not so signed may be rejected and the earnest money forfeited. This fact shall be announced. Out of the list of tenders received on the prescribed form. Infirmities shall be notified and such tenders shall be resealed without announcing the rates. (a) The Executive Engineer or any other officer duly authorized by him will open tenders. There shall be no over writing. The tender so sealed shall be dealt with according to rules and regulations on the subject/ situation. (b) The officer opening the tender will first make. All other Documents purporting to be tenders shall be separated and sealed separately without even announcing the identity of the tenders. a list of those tenders which are on the prescribed form. No. (C) He will then announce the rates quoted by all other contractors whose tenders do not suffer from any infirmities. The corrections shall be authenticated by the signature of the authorized person as described above. the Contractor shall supply to the Executive Engineer specimen signatures duly attested by a Gazetted Officer known to the Executive Engineer.30 For the purpose of identification. the rates may not be announced and such tenders may be put in a cover and sealed. 6. In addition he shall also sign at the places. 5 [For Non-Schedule Items] A person submitting a tender shall fill up the rates against each item shown on page ____ No premium over the rates quoted by him will be admissible over these NS items. The Contractor(s) shall sign on all pages of tender form to be submitted by him. The specimen signatures must be supplied well before the date of submission of tender. 2. In cases where the tenders have any or many short. an acknowledgement of the Deposit at Call receipt forwarded therewith shall thereupon be given to the Contractor who shall thereupon for the purpose of identification. 2. In the event of a tender not being accepted. 8. No. or by Contractors described in their tender as a firm. Karnal . The Department may refuse or suspend payments on account of a work when executed by a firm. 7 The memorandum or work tendered for and the memorandum of materials to be supplied by the Public works Department and their issue rates shall be filled in and complete in the office of the Executive Engineer before the tender form is uploaded. sign copies of specifications and other Documents mentioned in Rule 1. or one of the partners. the earnest money forwarded with such tender unless the same has been forfeited will thereupon be returned to the concerned tenderer. unless receipts are signed by all the partners.31 In the event of a tender being accepted. or some other person produces written authority enabling him to give effectual receipts on behalf of the firm. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. Transformer. Lacs shall be retained by the Haryana Public Health Engineering Division-II.00 Lacs Earnest Money (as given in Notice Inviting Tender): -Rs.Rs.0 MLD Capacity Sewage Treatment Plant based on MBBR Technology (Attached Growth Process).4 MLD (MPS). No. Main Sewage Pumping Station 5.32 MEMORANDUM General Description (Name or work/contract) “Design. The sum of Rs. my/our earnest money will stand forfeited to the side of Haryana Public Health Engineering Division-II . Lacs deposited vide deposit at call in the name of Executive Engineer 8. all contingent Electrical. 5. effluent outlet pipe. In case this tender is accepted I/We hereby agree to abide by and fulfill all terms and provisions of the said conditions of Contract annexed hereto so far as applicable or in default thereof forfeit to pay to the Haryana Public Health Engineering Division or its successor in office. (a) (b) (c) Estimated Cost (as given in Notice Inviting Tender): . 446. Boundary wall. erection. testing & commissioning of Intermediate Sewage Pumping Station(IPS). 2. (f) Sale Tax and Income Tax will be deducted from contractors all bills on Gross amount as per Govt. Performance Security (including earnest money) earnest money. Mechanical. Karnal on account of the security deposit specified in Clause I of the said conditions of contract should I/We withdraw or modify the tender within four calendar months from the date of opening of tender. Piping & Instrumentation works at IPS. construction. Staff Quarter. the sums of money mentioned in the said conditions. the full value of which is to be absolutely forfeited to the Haryana Public Health Engineering Division or its successor in office without prejudice to any other rights or remedies of the said Haryana Public Health Engineering Division or its successor in office should I/We fail to commence the work specified in the above memorandum the said sum of Rs. @ 3 % of contract value. District Karnal”. Karnal Pages from 1 to 206 duly checked by HDM or D/S PHE Divn.92 Lacs. Karnal . MPS and Sewage Treatment Plant complete in all respect including Operation & Maintenance for 12 months during defect liability period & three years thereafter at Assandh Town. (e) Time allowed for the work from date of written order to completion 12 months excluding 3 months trial run. (d) Retention Money / Security Deposit @ 2 % of gross amount of each running bill where will be deducted from bills. Rules. including ……………………… dated …………… as earnest money. 200… Witness ……………………………. Dated the ………………. Karnal . Day of ……………………. Day of …………………. No..33 Dated the ……………………….. 2. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. Occupation …………………………… The above tender is hereby accepted by me for and on behalf of Governor of Haryana.2011……… Executive Engineer Public Health Engineering Division-II. Karnal. Boundary wall. construction. effluent outlet pipe. Piping & AMOUNT Pumping Station 5. Piping & Instrumentation works at IPS.4 MLD (MPS). Main Sewage TOTAL AMOUNT (A-1 to A-9) IS TREATED AS Treatment Plant based on MBBR Technology (Attached Growth LUMPSUM Process). Short description Lump payable sum for amount the complete work (to be quoted both in words and figures) 1. MPS and Sewage Treatment Plant complete in all respect including Operation & Maintenance for 12 months during defect liability period & three years thereafter at Assandh Town. Staff Quarter. For A1 to A-9 Grand Total Rs. erection. Staff TENDER Quarter. Mechanical. District Karnal” Total Rs.0 Schedule of lump sum amount to be paid to the Contractor for:“Design. all contingent Electrical. 5 MLD Capacity Sewage Treatment Plant based on MBBR Technology (Attached Growth Process). testing & commissioning of NOTE:Intermediate Sewage Pumping Station(IPS).34 PRICES FORMAT: 1. Transformer. MPS and Sewage Treatment Plant complete in all respect including Operation & Maintenance for 12 months during defect liability period & three years thereafter at Assandh Town. Mechanical.4 MLD (MPS). construction. erection. all contingent Electrical. Boundary wall. Karnal . testing & commissioning of Intermediate Sewage Pumping Station(IPS). Main Sewage Pumping Station 5. effluent outlet pipe. Transformer. 5 MLD Capacity Sewage Instrumentation works at IPS. 2. District Karnal” Item No.0 “Design. No.A1 to A-9 In words:- Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. erection. construction.5M in Brick work. Mechanical. Construction. PRICE SCHEDULE MAIN PUMPING STATION & SEWERAGE TREATMENT PLANT UNITS A-1 Design. 600 mm Φ Total A-5 a) Providing Boundary walls consisting of columns. Internal Roads and Paved Area Total A-4 Supplying. erection. 1 JOB Rates to be quoted by the contractor 1 JOB 1 JOB 300 M A-5 2 Set 734 RM 6. instrumentation and all other works including thereto.5M x 2. c) providing and fixing 5M wide MS fabricated gate Qty.35 2. Piping. commissioning and testing of Main Pumping Station of 5. Testing & Commissioning of Sluice valves with fittings including construction of sluice valves chamber as per DNIT specifications and drawings on the transmission main leading to STP. No. No.0. (a) Complete Civil Work:(b) MBBR Media (c) Complete Mechanical Work:(d) Complete Electrical Work:(e) Complete Instrumentation Work:Total A-3 (a) to A-3 (e) A-4 Design and construction of internal roads 3. Piping & Instrumentation works at Sewage Treatment Plant including construction of sullage carrier channel of approximately 65 m length capable of carrying treated effluent.3 including Pumping Machinery. erection.75 M wide as per DNIT specifications and Paved area as per DNIT specifications. piping and all other works contingent thereto.4 MLD capacity for 5 MLD STP at Sr. Laying. commissioning and testing of Intermediate Pumping Station including pumping machinery. Braces work all around the IPS and STP premises b) Construction of security guard room of size 2. Total of A-1 A-2 Design.25 SQM 2 A-6 Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. construction. testing and commissioning of 5 MLD capacity Sewage Treatment Plant based on Moving Bed Biological Reactor Technology (attached Growth Process) complete in all respect including all contingent Electrical. Total of A-2 A-3 Design. 2. Karnal . DG sets and blowers. b) For 1st year after completion of defeat liability period. Outdoor type 11KVA VCB. capacitors. Total A-8(a) to A-8(c) OPERATION & MAINTENANCE The rate to be quoted shall include operation & maintenance of IPS & all STP units as illustrated in the scope of work after expiry of 3 months trial run period.) Staff Quarter as 82 per standard drawing attached with the DNIT SQM according to PWD specifications. 2. safety equipment & any other work contingent there to complete in all respect as per DNIT.433KVA rating. (41sq. Geo switch. 11KVA substation. and fencing of the same for installation of outdoor transformers. (c) 2nos. Total of a+b+c+d 2nos. ( 1 at IPS & 1 at STP) Total of A-7 Design supply & Erection of Transformer of suitable capacity 11/0. (1 at IPS & 1 at STP) Design. earthing. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. including drains etc. in charge. a) For one year defect liability period immediately. Karnal . HT Metering Panel APFC panel.36 on rollers of suitable design as approved by engineer Nos. (1 at IPS & 1 at STP) Total A-6 (a+b+c) Construction of 2 Nos. supply & Erection of suitable capacity DG Set with acoustic of suitable rating with change over switch & complete as per DNIT (1 at IPS & 1 at STP) Design construction & Erection of suitable sized platform. A-7 A-8 (a) (b) 2nos. battery charges. A-9 Rate be quoted in both words & figures. No. Mt. c) For 2nd year Operation & Maintenance d) For 3rd year O & M. entire cable work & further distribution up to main LT panel. No. one-half of the work before one-half of such time has elapsed and three-fourth of the work before three-fourth of such time has elapsed. 2. and shall be reckoned from the date on which the order to commence work is given to the Contractor. after the proper dates. may levy on the said estimated cost of the whole work for every day that due quantity of work remains incomplete provided always that the amount of compensation to be paid under the provisions of this Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. in all cases in which the time allowed for any work exceeds one month to complete one-fourth of the whole of the work before one-fourth of the whole time allowed under the Contract has elapsed. Haryana Public Health Engineering Division-II. The work shall throughout the stipulated period of the Contract be proceeded with all due diligence (time being deemed to be the essence of the Contract on the part of the Contractor) and the Contractor shall pay as compensation an amount equal to one percent which the Engineer-inCharge may levy on the amount of the estimated cost of the whole work as shown by the tender for every day that the work remains un commenced or unfinished. In the event of the contractor failing to comply with his condition he shall be liable to pay as compensation an amount equal to one percent which the Engineer-inCharge. to ensure good progress during the execution of work the Contractor shall be bound.37 CONDITIONS OF CONTRACT This will be the Clause – 1 same percentage as The person/persons whose tender may be accepted (hereinafter called the that in the tender Contractor) shall permit the Executive Engineer. Karnal hereinafter called the Engineer-in-charge at the time of making any payment to him for work done under the Contract to deduct such sum as well (with the earnest money deposited by him) amount to five percent of all moneys so payable. And further. Karnal . Compensation delay of Clause – 2 The time allowed for carrying out the work as entered in the tender shall be strictly observed by the Contractor. Such deductions to be held by Govt by way of security deposits. Clause – 3 In any case in which under any Clause or Clauses of this Contract. b) To employ labor paid by the Public Works Department & to supply material to carry out the work or & part of the work debiting the contractor with the cost of the labor & the price of the materials (of the amount of which cost & price a certificate of the Executive Engineer shall be final & conclusive. Karnal deposit is forfeited . The Superintending Engineer on representation in writing for the Contractor may reduce the amount of compensation and his decision in writing shall be final. & to take such part there of as shall be unexecuted out of his hands & to give to another contractor to complete. Action whole when To rescind the Contract (of which rescission notice in written to the security Contractor under the hand of the Engineer-in-Charge shall be conclusive evidence) and in which case the security of the Contractor shall stand forfeited and be absolutely at the disposal of Government. c) To measure up the work of the contractor. No. the contractor shall have rendered himself liable to pay compensation the Executive Engineer on behalf of the as best suited in the interest of Government shall have power to adopt any of the following courses. in all respects in the same manner and at the same rates as if it had been carried out by the contractor under the terms of his contract the certificate of Executive Engineer as to the value of the work done shall be final & conclusive against the contractor. 2. against the contractor) & crediting him with the value of the work done. shall not exceed ten percent of the estimated cost of the work as shown in the tender.. as he may deem best suited to the interests of Haryana Public Health Engineering deptt. in which case & expenses which may be incurred in excess of the sum which would have been paid to the original contractor of the whole work had been executed by him (of the amount of which excess the certificate in writing of the Executive Engineer shall be final & conclusive) shall be borne & paid by the original Pages from 1 to 206 duly checked by HDM or D/S PHE Divn.38 Clause. or the site there of belonging to the contractor of procured by him intended to be used for execution of the work or any part thereof paying or allowing for the same in account at the contract rates. otherwise the Executive Engineer may be notice in writing to the contractor or his clerk’s of the Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. the not exercise there of shall not constitute a waiver of any of require removal of the conditions hereof & such powers shall not withstanding be exercisable or sell contractor’s in the event of any future case of default by the contractor for which by any plant. plant. Karnal . the contractor shall have no claim to compensation for any loss liable to pay. if he of desires. & be shall only be entitled to be paid the value so certified. take possession of all or any tools. 2. if sustained by reason of his having purchased or procured and materials. clause or clauses there of. materials & stores in or upon the works. he is declared liable to pay compensation amounting to the whole of this security deposit & the liability of the contractor for past & future compensation shall remain unaffected. or in case of thee not being applicable & correct market rates to be certified by the Executive Engineer whose certificate there of shall be final.39 contractor & may be deducted from any money due to him by Government under the contract or otherwise or from his security deposit. And in under clause –3 case the contract shall be rescind under the provision aforesaid the contractor shall not be entitled to recover or paid any sum for any work therefore. Clause – 4: In any case in which any of the powers conferred upon Executive Engineer Power to take by clause 3 hereof shall have become exercisable & the same shall not be possession of or exercised. No. In the event of any of the above courses being adopted by the Executive Contractor remains Engineer. In the event of the Executive Engineer putting in force either of power (a) or (c) vested in him under the preceding clause he may. actually performed under it is contract unless & until the Executive Engineer will have certified in writing the performance of such work & the value payable in respect there of. or compensation entered into any engagement for made advances on account or with a view action not taken to the execution of the work or the performance of the contract. plant materials or sores from the premises within a time to be specified in such notice and the event of the contractor failing to comply with any such requisition. Public Health Engineering Circle. on account of the contractor & at his risk in all respect & the certificate of Executive Engineer as to the expense for any such removal & the amount of the proceeds & expense of any such sale shall be final and conclusive against the contractor. The Executive Engineer may remove them at the contractor’s expenses or sell them by action or private sale. No. foreman or other authorized agent require him to remove such tools. in his opinion be necessary or proper. Karnal .40 works. a return showing details of any work claimed or for any work as a return showing details of any work claimed as extra & as such return shall claimed extra District mean as contain the value of such work as claimed by the Contract. or any manner arising out of the execution of work and the Contractor shall be deemed to have waived all Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. Extension of time Karnal through the Executive Engineer. he shall apply in writing to the Superintending Engineer. The Contractor shall include the in such monthly return particulars of all claims of whatever kind and however Haryana Public arising which at the date thereof he has or may claim to have against the Health Engineering Executive Engineer under or in respect of. 2. Karnal within 30 days of the date of hindrance but before the expiry of the contractual period on account of which he desires such extension as aforesaid. but before the expiry of contract period & the Executive Engineer / Superintending Engineer shall in his opinion (which shall be final) reasonable ground be shown therefore authorize such extension of time if any as may. which value shall be based upon the rates and prices mentioned in the Contract or in the schedule rates of rates in force in the district for the time being. on or before the 10th day of every month during continuance of the every months work covered by this contract. Clause – 5: If the contractor shall desire an extension of the time for completion of the work on the ground of his having been unavoidable hindered in its execution or on any other ground of his having unavoidable hindered in its execution or any other ground. Contractor to Clause 5 (a) – The Contractor shall deliver in the office of the Executive submit returns Engineer. Public Health Engineering Division-II. but no such certificate shall be given. in upon or about with the work to be executed. But all such intermediate payments shall be regarded as payments by ways of advance against the final payments only and not as Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. Karnal . 2. windows. surplus materials and rubbish and cleaned off the dirt from all wood works. surplus materials & rubbish and dispose off the same as he think and clean off such dirt aforesaid. Payment intermediate on Clause 7 .41 Division rates claims not included in such return will have no right to enforce any such for District. or of which he may have had possession for the purpose of the execution thereof and the measurements in the said certificate shall be binding and conclusive against the Contractor. the Engineer-in-charge may at the expense of the contractor remove such scaffolding. not shall the work be considered to be complete until the Contractor shall have removed from the premises on which the work shall be executed all scaffolding. doors.. But in case of works estimate to cost more regarded advances as than One thousand the Contractor shall be submitting the bill thereof be entitled to receive a monthly payment proportionate to the part thereof then approved & passed by the Engineer-in-Charge whose certificate of such approval and passing of the sum so payable shall be final and conclusive against the Contractor. certificate to be certificate of completion given. walls. the Contractor shall be furnished with a certificate by the Executive Engineer (hereinafter called the Engineer-in-charge) of such completion. till after the whole of the works shall have been completed and a that claims not so included whatsoever be the circumstances. No. and the Contractor shall forthwith pay the amount of all expense so incurred and shall have no claim in respect of any such scaffolding or surplus materials as aforesaid except for any sum actually realized by the sale thereof less any expenses by the Engineer-in-Charge in connection there with. floors or other parts of any building. Final Certificate Clause – 6 – Without prejudice to the rights of Government under any Clause hereinafter contained on completion of the works. if the Contractor shall fail to comply with the requirements of this Clause as to removal of scaffolding surplus materials and rubbish and cleaning off dirt on or before the date fixed for the completion of the work.No payment shall be made for work estimated to cost less than one thousand. Clause 7 (a) The deductions referred to in Clause 1 herein before or such part thereof as may be due to the Contractor under this Contract shall be payable to the Contractor as under: a) 50 % of the Performance security and Security Deposit shall be payable to contractor after testing & commissioning of the plant including trial run for a period of 3 months or till prescribed parameters are attained (whichever is later). adjusted if possible. or be considered as an admission of the due performance of the Contract or any part thereof in any respect. 2. The final bill shall be submitted by the Contractor within one month of the date fixed for completion of the work otherwise the Engineer-in-Charge’s certificate of the measurement and of the total amount payable for the work accordingly shall be final and binding on all parties. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. b) 50% of the balance Performance security and security deposit shall be payable to the contractor after successful completion of defect liabilities period of one year against equivalent amount of Bank Guarantee submitted subsequently in three parts of equal amounts. No. unsounded and imperfect or unskillful work to be removed and taken away and reconstructed or re-erected. before the expiry of ten days from the presentation of the bill. Karnal .42 payments for work actually done and completed and shall not preclude the requiring of bad. nor shall it conclude or any of them as to the final settlement & adjustments of the account or otherwise or in any other way or vary or affects the contract.A bill shall be submitted by the contractor each month on or Bill to be before the date fixed by the Engineer-in-charge for all work executed in the submitted monthly previous month & the Engineer-in-charge shall take or cause to be taken the requisite measurement for the purpose of having the same verified & the claim as far as admissible. or the accruing of any claim. Clause 8. If the contractor does not submit the bill within the time fixed as aforesaid. Each one to be released after successful completion of each O&M year. the Engineer-in-charge may depute a subordinate to measure up the said work in the presence of the Contractor. shall be returned to the Engineer-in-charge’s store if by a notice written under his hand he shall or require.The contractor shall submit all bills in triplicate on printed Bill to be on forms to be had on application from the office of the Engineer-in-charge. and the prices to be charged therefore as hereinafter mentioned being so far as practicable for the convenience of the contractor but not so as in any way to control the meaning or effect to this contract specified in the schedule or memorandum hereto annexed). or otherwise. but the contractor shall not be entitled to return any such Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. 2. charge’s store or if it is required that the contractor shall use certain stores to be provided by the Engineer-in-charge (Such materials and stores.43 whose counter signature to the measurement list will be sufficient warrant & Engineer-in-charge may prepare a bill from such list which shall be binding on the contractor in all respects. No. & not mentioned or provided for in the tender at the rates hereinafter provided for such works. All material supplied to the Contractor shall remain the property of the Contractor but shall not on any account be removed from the site of the work without the written permission of the Engineer-in-charge. against or from the security deposit or the proceeds of sale thereof if the same is held in Government securities the same of the sufficient portion thereof being in this case sold for the purpose. or hereafter to become due to the contractor under the contract. Clause 9: . the contractor shall be supplied with such materials & stores required from time to time to be used by him for the purpose of the contract only.If the specification estimate of the work provide for the use of Stores supplied by any special description of materials to be supplied from Engineer-in. Any such materials unused and in perfectly good condition at the time of the completion of the Contract. Clause 10: . the said schedule or memorandum may be set off or deducted from any sums then due. & the value of the full quantity of materials & stores so supplied to the rates specified in.the Government. & printed forms the charge in the bill shall always be entered at the rate specified in the tender or in the case of any extra works ordered in pursuance of those conditions. Karnal . & shall at all times be opened to inspection by him. No. Clause 11 (a): . drawings designs & instruction. foreman. that may appear to him to be Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. drawings and instructions as aforesaid.The contractor shall execute the whole & every part of the Works work in the most substantial & workman like manner & both as regard executed materials and otherwise every respect in strict accordance with the Haryana accordance PWD specifications or otherwise as may be specifically provided for. Clause – 11: . the specifications. at such office or on the site of the work for the purpose of Inspection during office hours and the contractor shall. foreman or other employee on employees. foreman or other employee after his removal from the works by the Engineer-in-charge shall be re-employed or re-instated on the works by the contractor at any time except with the previous approval in writing of the Engineer-in-charge.The Engineer-in-charge shall have power to make any & alteration or omissions or additions to.44 materials unless with such consent and shall have no claims for compensation on account of any such materials so supplied to him as aforesaid being unused by him. Alterations specifications design do in Clause – 12: . The contractor shall not be entitled to demand the reason from the Engineer-in-charge for requiring the removal of any such workman. Karnal to be in with orders of and . drawings. fully & faithfully to the designs. or substitutions for the original not specifications. or other employee. if he so requires be entitled at his own expense to make or cause to be made copies of the specifications & of all such designs. Engineer-in-charge & lodged in the office & to which the contractor shall be entitled to access. or for any wastage in or damage to any such materials. the works by the contractor. and instructions in writing relating to the works signed by the etc. 2. the contractor to comply with the request forthwith. drawings. contractor shall also confirm exactly. No such workman. and if the contractor shall receive notice in workmen writing from the Engineer-in-charge requesting the removal of any such foremen. man or men from the work.The Engineer-in-charge shall have full powers at all times Removal to objects to employment of any workman. And if the altered. & at the same rates as specified in the tender for the main work. additional of substituted work includes any class of work. alterations. than & in such case he shall only be entitled to be paid in respect of the work carried out or expenditure incurred by him prior to the date of the determination of the rates as aforesaid according to such rate or rates as shall be fixed by Engineer-in-charge. Public Health Engineering Circle Karnal shall be final. No. & the certificate of the Engineer-inin consequence of charge shall be conclusive as to such proportion.45 invalid contracts. The time for the completion of the works shall be extended in the proportion that the altered additional or substituted work Extension of time bears to the original contract work. for which no rate is specified in this contract. additional or substituted work which the contractor may be directed to do in the manner above specified as part of the work shall be carried out by the contractor on the same conditions in all respects on which he agreed to do the main work. No compensation Clause 13: . & if schedule of rates such class or work is not entered in the schedule of item of the district then of the district. then such class of work shall be carried out at Rates for works the rates entered in the schedule of item of the district. the contractor shall within seven days of the date of his receipt of the order to carry out the work inform the Engineer-in-charge if does not agree to his rate. omissions. he shall give notice in writing be at liberty to cancel his order to carry out such class of work. subject to the same not in estimate or percentage above or below as for the items included in the contract. than & in such case he shall have been determined as lastly herein before mentioned. necessary or advisable during the progress of the work & the contractor shall be bound to carry out the work in accordance with any instructions which may be given to him in writing signed by the Engineer-in-charge & such alteration. additions or substitutions shall not invalidate the contract. provide always that the contractor or shall commence work or incur any expenditure in regard thereto before the rates shall have been determined as lastly herein before mentioned. 2. & any altered. & arrange to carry to out in such manner as he may consider advisable. Karnal .If at any time after the commencement of the work. the Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. In the event of a dispute the decision of the Superintending Engineer. then the contractor shall be liable to pay compensation to the rate of one percent of the amount of the estimated cost of work covered by this contract for every day not exceeding 10 days.46 for alteration in Government shall for any reason whatsoever not require the whole work restriction of thereof as specified in the tender to be carried out. 2. the contractor shall on demand. Action compensation & Clause 14: . in writing from Engineer-in-charge specifying the work materials or articles complained of not withstanding that the same may have been inadvertently passed certified & paid for forthwith rectify. payable in case of imperfect or unskillful workmanship or with material of any inferior bad work. Karnal . the Engineer-in-charge work to be carried shall give notice in writing of the fact to the contractor who shall have no out.All works under or in course of execution or executed in Work to be open to Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. which he might have derived from execution of the work in full but which he did not derive in consequence of the full amount of the work not having been carried out. drawings. while his failure to do so shall continue & in case of any such failure the Engineer-in-charge may rectify or remove & re-execute the work remove & replace with other materials or articles complained of as the case may at the risk & expense in all respects of the contractor.If it shall appear to the Engineer-in-charge or his subordinate in charge of the work. Clause 15: . neither shall have any claim for compensation by reason of any alteration having been made in the original specification. No. or otherwise not in accordance with the contract. that any work has been executed with unsound. or remove & reconstruct the work so specified in whole or in part as the case may require or as the case may be. description or that any materials or articles provided by him for the execution of the work are unsound or of a quality inferior to the contracted for. whatsoever on account of any profit or advantage. claim to any payment compensation. design & instructions which shall invoice any curtailment of the work as originally contemplated. remove the materials or articles so specified & provide other proper & suitable material or articles at his own proper charge & cost & in the event of his failing to do so within a period to be specified by the Engineer-in-charge in his demand aforesaid. or if any damage shall happen to the work while in certificate. No. road. & if any work shall be covered up or placed in behind the reach of measurement without such notice having been given or consent obtained. any work in order that same may be measured & contract dimensions thereof be taken before the same is so covered up or placed beyond the reach of measurement & shall not cover or place beyond the reach of measurement any work without the consent in writing of the Engineer-incharge or his subordinate –in-charge of the work. enclosure or grassland cultivated for imperfections ground continuous to the premises on which the work or any part of it is for 3 months after being executed. & deduct the expense (of which the certificate of the Engineer-in-charge shall be final) from any Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. progress from any cause whatever or any imperfections become apparent in three month after the certificate final or other of its completions shall have been given by Engineer-in-charge as aforesaid the contractor shall make the same good at his own expense or in default the Engineer-in-charge may cause the same to be made good by other workman. or in default thereof no payment or allowance shall be made for such work or the materials with which the same was executed. responsible either himself be present for that purpose order given to the contractor’s to be present. fence. the same shall be uncovered at the contractor expense. and at all other times at which reasonable notice of the intention of the Engineer-in-charge Contractor or his subordinate to visit the work shall have been given to the contractor.47 pursuance of the contract shall at all times be open to the inspection & Inspection supervision of the Engineer-in-charge and his subordinates and the contractor shall at all times.If the contractor or his work people or his servants shall Contractor liable break. Karnal . during the usual working hours.The contractor shall give not less than five day’s notice in Notice to be given writing to the Engineer-in-charge or his subordinate –in-charge of the work before work is or agent before covering up or otherwise placing beyond the reach of measurement covered up. injure or destroy any part of a building in which they may be for damage done & working or any building. deface. Clause 16: . Clause –17: . agent shall be considered to have the same force as if they had been given to the contractor himself. 2. tackle. altered or substituted & whether included in the specifications or other documents forming part of the contract or referred to in these conditions or not. action or other proceedings at law that may be brought by any person for injury sustained due to neglect of the above precautions. scaffolding counting. or which may be necessary for the purpose of satisfying or complying with the requirements of the Engineer-in-charge as to any matter as to which under those conditions he is entitled to be satisfied or which he is entitled to require together with carriage therefore to & from the work.The final bill of the contractor shall not be paid unless or until he furnishes to the satisfaction of the Engineer – in – Charge a proof of the proof of the earth used for the works having been fully paid to the owner of the land from which the earth was removed or of the matter Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. implements. Clause-18 A: .48 sums that may be then. plant. scaffolding & temporary works. proper execution of the work. or from his security deposit or the proceed of sale thereof. The contractor shall And be liable for also supply without charging the requisite number of persons with the damages means & material necessary for the purpose of setting out works & from arising nonto ladders. Karnal . tools appliances. of a sufficient portion thereof. 2. Clause-18: . & to pay any damages & cost which may be awarded in any such suit.The contractor shall supply at his own cost all material except Contractor such special materials if any may in accordance with the contract be supply supplied from the Engineer-in-charge’s stores plants. or at any time thereafter may become due to the contractor or from his security deposit or. requisite or etc. provided by the Engineer-in-charge at the expense of the contractor & the expense may be deducted from any money due to the contractor under the contract. weighing & assisting in this measurement of examination at any provision of lights time & form time of the work or material. the public from accident & shall be bound to bear the expenses of defense or every suit. or of a sufficient portion thereof the contractor shall also provide all necessary fencing & lights required to protect. whether original. action or proceedings to any such persons or which may with the consent of the contractor be paid to compromise any claim by any such person. failing which the same may be fencings etc. ladders. No. of the said Act. subletting bribing gift. reward or advantage. perquisite. the government shall be at liberty to recover such amount or any part thereof by deducting it from the security deposit or from any sum due by The government to the contractor whether under this contract or otherwise. the right of the government under Section 12. Works not to be Clause 21: . damages. 1923 The compensation to Government is obliged to pay compensation to workman employed by the injured workmen contractor. Karnal . sub section (1) of the workman’s compensation Act. Contract approval of the Engineer-in-charge. Clause 19 B: . may be rescind & And if the contractor shall reassign or sublet his contract or attempt to do so security forfeited deposit or become insolvent or commence any insolvency proceedings or make any for compensation with his creditors or attempts so to do or if any bribe gratuity. The contractor shall also be liable to indemnify the government against all claims made proceedings & action taken by any person in respect of the price of earth removed by the contractor from his land for the work against all losses. in execution of works The Government will recover from the or in case of death contractor the amount of the compensation so paid & without prejudice to to his relations.49 having been amicably settled with them. 2.In every case in which by virtue of the provisions of Section for payment of 12. cost & expenses which the government may suffer or incur as a result of such claims. The Government shall not be bound to contest any claim made against it under section 12 sub section (1) of the said act except on the written request of the contractor & upon his giving request to Government full security for all costs for which Government might become liable in consequence of contesting such claims. Work on Sunday Clause 20: .No work shall be done on Sunday without the sanction in writing of Engineer-in-charge.The contractor shall pay his laborer not less than the wages determined under minimum wages act for the District. No. Contractor liable Clause 20 A: . loan. sub section (2). Labor Clause 19 A: .The contract shall not be assigned or sublet without the written sublet.No laborer below the age of 18 years shall be employed on the work. pecuniary or otherwise shall Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. the Engineer-in-charge may thereupon by notice in writing rescind the contract & the security deposit of contractor shall thereupon stand forfeited & be absolutely at the disposal of Government & the same consequences shall ensure as if the contract has been rescinded under clause 3 hereof & in addition the contractor shall not be entitled to recover or be paid for any work therefore actually performed under the contract. Deductions sum found to be due to the Government by the contractor in respect of his of contract or any other contract or work order of any to account may be amounts due to deducted from any sum whatsoever. or any of his servants or agents to any public officer or person in the employment of Government in any way relating to his office for employment or if any such officer or person shall becomes in any way directly or indirectly in the contract. Sum payable by Clause 22: . Karnal . No.All works to be executed under the Contract shall be executed direction of under the direction and subject to the approval in all respects of the Pages from 1 to 206 duly checked by HDM or D/S PHE Divn.50 or if contractor either directly or indirectly be given. 2. Work to be under Clause 24: . promised or offered by the contractor becomes insolvent. payable by the Government the The Government contractor either in respect of this contract or any other work order or by on any account any other account by any other department of the Government.Any excess payment made to the contractor inadvertently or without reference otherwise under this contract or on any account whatsoever & any other to actual loss.In the case of tender by partners any change in the constitution of of the firm shall be forthwith notified by the Contractor to the Engineer-inCharge for his information. reasonable compensation Clause 22-A: . whatsoever to be permissible from sums payable to a contractor Changes constitution firm in Clause 23: .All sums payable by way of compensation under any of these way compensation of conditions shall be considered as reasonable compensation to be applied to to the use of Government without reference to the actual loss or damage be considered as sustained & whether or not any damage shall have been sustained. with all due diligence whether he or the Governor of Haryana / his authorized agent requires arbitration as hereinafter provided or not. it shall in the first instance be referred to for being settled by the Executive Engineer-in-charge of the work at the work at the time and he shall within a period of sixty days after being requested in writing by the contractor to do so. 2. If the Executive Engineer-in-charge of the work has conveyed his decision to the contractor and no claim to arbitration has been filed with him by the contractor within a period of sixty days from the receipt of letter communicating the decision. No. abandonment or breach of the contract. such decision in respect of every matter so referred. convey his decision to the contractor. In case the work is already in progress. or the execution of the work that in (I) whether before its commencement or during the progress of the work or after its completion. shall be allowed unless and to for the extent that the same shall have been expressly sanctioned by the Government under the signatures of one of its secretaries. Claims payment extra nature referred Government decisions. ARBITRATION CLAUSE Clause 25 A: – 1. Karnal .No claim for payment of an extraordinary nature. and subject to arbitration as hereinafter provided.51 Superintending Engineer. the Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. Superintending Engineer of the Circle for the time being who shall be entitled to direct at what point and in what manner they are to be commenced & from time to time carried on. shall be final and binding upon the contractor. (ii) And whether before or after the termination. such as an claim for a bonus for extra employed in completing the work before the ordinary expiry of the Contractual period at the request of the Engineer-in-Charge or to be claims for compensation where work has been temporarily brought to a to standstill through no fault of the Contractor. If any dispute or difference of any kind whatsoever shall arise in any way between the Governor of Haryana / his authorized agent and the contractor in connection with or arising out of the contract. the contractor will proceed with the execution of the work on receipt of the decision by the Executive Engineer-in-charge as aforesaid. of for Clause 25: . his successor-in-office. be referred to the sole arbitration of any serving Superintending Engineer or Engineer in Chief of Haryana Public Health Engineering Branch at the relevant time. as such shall be entitled to proceed with the reference from the stage at which it was left by his predecessor. the Engineer in Chief shall be competent to appoint and nominate any other Superintending Engineer or Chief Engineer. 2. The Arbitrator to whom the matter is originally referred being transferred or vacating his office. It is also a term of this arbitration agreement that no person other than a person appointed by the Engineer in chief Public Health Engineering Branch shall act as arbitrator and if for any reason that is not possible.52 said decision shall be final and binding upon the contractor and will not be a subject matter of arbitration at all. as arbitrator his place and the Arbitrator so appointed shall be entitled to proceed with the reference. 25000. after being requested as aforesaid the contractor may. post. whatsoever. All disputes of differences in respect of which the decision is not final and conclusive shall at the request in writing of either party. It will be no objection to any such appointment that the arbitrator so appointed is a Government servant or that he had to deal with the matters to which the contract relates and that in the course of his duties as a Government servant. No. In all cases where the aggregate amount awarded exceeds Rs. that the matters in dispute be referred to arbitration as hereinafter provided. he had expressed his views on all or any of the matters in dispute.D. In case the arbitrator nominated by the Engineer in Chief is unable or unwilling to act as such for any reason. Karnal . the matter shall not be referred to arbitration at all. 2. made in a communication sent through Registered A. as the case may be.00 (Rupees Twenty Five thousand only) the arbitrator must invariably give reasons for his award Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. If the Executive Engineer in charge of the work fails to convey his decision within a period of sixty days. within further sixty days of the expiry of first sixty days from the date on which request has been made to the Executive Engineer-in-charge request the Engineer in Chief. 3. 5. 4. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. altered. if any. Karnal . 7. furnishes to the full satisfaction of the Executive Engineer In charge of the work. (b) Any dispute in respect of substituted. No. 6. a security deposit of a sum determined according to details given below and the sum so deposited shall. The independent claim of the party other than the one getting the arbitrator appointed. 2. additional work / omitted work / defective work referred by the contractor for the decision of the Superintending Engineer In charge of the work if it is being heard or has already been decided by the said Superintending Engineer. It is also a term of this arbitration agreement that where the party invoking arbitration is the contractor. The following matters shall not lie within the purview of arbitration: (a) Any dispute relating to the levy of compensation as liquidated damages. be adjusted against the cost. the whole of the sum will be refunded to him within one month from the date of the award. awarded by the arbitrator against the claimant party and the balance remaining after such adjustment in the absence of any such cost being awarded.53 in respect of each claim and counter-claim separately. which has already been referred to the Superintending Engineer and is being heard or / and has been finally decided by the Superintending Engineer in charge of the work. The arbitrator shall award separately giving his award against each claim and dispute raised by either party including any counter-claims individually and that any lump-sum award shall not be legally enforceable. no reference for arbitration shall be maintainable unless the contractor. on the termination of the arbitration proceedings. as also the arbitrator notwithstanding will entertain counter-claims of any party that the arbitrator has been appointed at the instance of the other party. (c) Any dispute regarding the scope of the work or its execution or suspension or abandonment that has been referred by the contractor for the decision of the Government of Haryana and has been so decided finally by the Haryana Government. If the matter is not referred to arbitration within the period prescribed above. 1.000 Rate of security deposited 2% of amount claimed ii. or (d) Of the completion of the work through any alternative agency or means after withdrawal of the work from the contractor in whole or in part and/or its recession. It is also a term of this arbitration agreement that no question relating to this contract shall be brought before any Civil Court without Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. Karnal . 2. or written orders to commence the work as applicable. or (c) Of its non-commencement within six months from the date of abandonment. 10. The venue of arbitration shall be such place or the arbitrator in his sole discretion may fix places as. 10. For claims of Rs. No.54 Amount of Claims i.000 iii.000 and above 5 % of amount claimed and below Rs.00. 000 and 10 % of amount claimed above The stamp fee due on the award shall be payable by the party as desired by the arbitrator and in the event of such party’s default the stamp-fee shall be recoverable from any other sum due to such party under this or any other contract. or (e) Of receiving intimation from the Executive Engineer In charge of the work that final payment due to or recovery from the contractor had been determined which he may acknowledge and/or receive whichever of (a) to (e) above is the latest. For claims below Rs. For claims of Rs. 8. 1.00. 9. Neither party shall be entitled to bring a claim for arbitration if the appointment of such arbitrator has not been applied within six months: (a) Of the date of completion of the work as certified by the Executive Engineer In charge. The work under the contract shall continue during the arbitration proceedings. or (b) Of the date of abandonment of the work. 10. all the rights and claims of any party under the contract shall deemed to have been forfeited and absolutely barred by time even for civil litigation notwithstanding. The pendency of arbitration proceedings shall not disentitle The Government to terminate the contract and make alternative arrangements for the completion of the work. any matter that can be referred to arbitration shall not be brought before a Civil Court. If also a term of arbitration agreement that subject to stipulation here in mentioned the arbitration proceedings shall be conducted in accordance with the provisions of the Arbitration Act. Clause 27: The contractor shall be responsible for making his own arrangements for securing priorities & licenses for material & transportation require for the Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. Fluctuation Railway Freight Clause 26: Any fluctuations in Railways freight. for purposes of this clause or similarly no alteration in rates will be allowed when manufactured articles are transported by rail from place A to place B to form part of finished work. 2.55 (I) Involving and completing the arbitration proceedings as above if the scope of the arbitration specified herein covers issues that can be brought before the arbitrator i.e. from time to time. 11. which may occur during the subsistence of and affecting freights of any materials to be supplied under this contract shall be brought to the notice of the “Engineer-in-charge” by the contractor within Fifteen (15) days. or for an article which form part of a finished work. 1996 or any other law in force for the time being. The arbitrator shall be deemed to have entered on the reference on the day he issues notices to the parties fixing the first date of hearing. fluctuations of railway freight on coal required for burning bricks will not be taken into consideration. Karnal .. The arbitrator may. with the consent of the parties enlarge the initial time for making and publishing the award. from as such without prejudice to the right of The Government should the contractor failed to comply with the above requirements any excess or short charge on account of such increase or decrease shall be admissible in consequence of fluctuation in railway freight when such railway freight is on account of material which is required by a contractor in the manufacture of an article to be supplied under this contract e.g. No. 12. In case of default. unless there be something either in the subject or context repugnant to such constructions be constructed and taken to mean the work by or by virtue of the contract contracted to be executed whether temporary or permanent and whether original. Action where no Clause 28: specification In the case of any clause of work for which there is no such specification as is mentioned in rule 1. Karnal of Clause 29: - . Clause – 31: The terms and conditions of the agreement have been explained to me / us and I / we clearly understand them. ADDITIONAL CLAUSE Clause 32 The contractor states that he is not related to any of the officers employed by the Haryana Public Health Engineering Department. such work shall be carried out in accordance with the district specifications and in the event of there being no district specification. Clause – 30: The Lump sum referred to at page 5 & 6 Volume III of the tender will be calculated on the gross amount value of finished work including cost of materials whether purchased from The Government or direct of (1) the items of works to which the rates in the tender apply any also (2) the items of work to which rates exist in the schedule of rates. Clause 33 No pit shall be dug by the contractor near the site of the work for taking out earth for use on the work. No.56 works & Engineer – in – charge shall not be held responsible in any way for making such arrangements for any of them. 2. substituted or additional. the department at the cost of Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. Definition work The expression “Work” or “Works” where used in these conditions shall. then in such cases the work shall be carried out in all respects in accordance with the instructions and requirements of the Engineer-inCharge. altered. and stone metal etc. Clause 38 All royalty and compensation for building stone. are not damaged by his labour or agent assessed at the cost of such damage. is annexed herewith. Karnal . which have been signed by the contractor. Clause 40 It will be the responsibility of the contractor to ensure that all trees at the site of work and in the vicinity or their fruit etc. if any. No. Clause 36 All payment for work done under this contract shall be made by cheque to the contractor. Clause 37 Should the tenderer withdraw or modify his tender after opening the Envelope ‘B’ containing rates of tender he is liable to be black listed and earnest money forfeited. The work covered by this contract as shown on the plans. Clause 35 The contractor shall have to pay sales tax to Excise and Taxation Department in accordance with the rules in force time to time. will be at the discretion of the Engineer-in-Charge and deducted from the bill of the Pages from 1 to 206 duly checked by HDM or D/S PHE Divn.57 the contractor will fill in the pit so dug. sales tax & excise duty etc. Clause 34 Fair wages clause attached. if any. Clause 39 The rates given are for the finished work inclusive of octroi. 2. bajri. should be included in the rates to be quoted and is payable by the contractor. In case of his failure The Government shall provide the same at contractor’s cost. No. 2. He should also arrange at his own expense for clean drinking water. Clause 43 The amount of work can be increased or decreased according to the requirement of the department and no claim whatsoever on this account will be entertained. Clause 42 Any material left at the site of work after one month from the completion of the work shall become a property of the Govt. Clause 45 It is not obligatory on the contractor to employ labour through employment exchange but he may avail the facilities offered by the Employment Exchange in case he wises to do so. Any dispute regarding this will be settled by the Engineer-in-Charge whose decision will be binding.58 Contractor. Karnal . Clause 44 The Department reserves option to take away any items of the work or part thereof any time during the currency of the contract and re-allot it to another agency with due notice to contractor without liability or compensation. bathing. and no payment shall be made for it. Clause 46 No claim on account of fluctuation in prices due to war or any other cause Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. enclosure and platform for use of the men and women labour and keep them clean to the satisfaction of the Engineer-in-Charge. housing. Clause 41 The contractor shall provide at his own cost separate latrine. medical facilities necessary for the welfare of the labour employed at his work. The contractor shall. Explanation: . pipes and fitting etc. Clause 50 Sales tax / Income Tax will be deducted from gross payment as per Government instructions. No. are handed over to his charge.59 will be entertained. b. designs be got vetted from NIIT. the wages prescribed by the Public Health Engineering Branch for the district in which the work is done. not withstanding the provisions of any agreement to the contrary. indirectly Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. Clause 47 The contractor shall be liable to make good all damages caused by breakage from the moment of the stores. 2. Clause 51 No premium shall be payable on non-schedule ites. Clause 48 No compensation whatever will be payable on account of any delay or default in the supply of material mentioned in the “list of material to be issued to the contractor” by the Department and consequent delay in the execution of work. Karnal .Fair wage means wage whether for time or piece of work notified at the time of inviting tenders of the work and where such wages have not been so notified. Kurukshetra. The contractor shall pay not less than the fair wage to labour engaged by him on the work. Clause 49 The contractor will inform the CMO about the employment of labourer on the work for carrying out Malaria Surveillance. caused to be paid fair wages to labourers. Clause 52 : All civil structures. FAIR WAGES CLAUSES a. The Executive Engineer or Sub Divisional Engineer concerned shall have the right to deduct. In respect of labour directly or indirectly employed on the works for the performances of the contractor’s part of this agreement the contractor shall comply with or cause to be complied with Haryana Public works Department Contractor’s Labour’s Regulation made by The Government from time to time in regard to payment of wages. No. f.60 engaged on the work including any labour engaged by his sub contractors in connection with the said work. c. any sum required or estimated to be required for making good the loss suffered by a worker or workers by reason of non fulfillment of the conditions of the contract for benefit of the workers. The regulations aforesaid shall be deemed to be a part of this contract. Vis-à-vis the Haryana Government. from the moneys due to the contractor. which are not justified by the terms of the contract for non observance of the regulations referred to in Clause c above. non payment of wages or deductions made from his or their wages. Before making payment to the contractors the authorities concerned should obtain certificate from the contractors that he has made payment to all the workers connected with the execution of the work of which the payment is being made. Karnal . as if the labourers had been directly employed by him. i. 2. inspection and submission of periodical returns and all other matter of a like nature. Contractors employing 50 or more workers on the site of a particular Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. d. g. The contractor should invariably issue attendance card to their worker. h. period deductions unauthorizedly made maintenance of wage work. e. which should be returned to the contractors concerned at the time of receiving payment of their wages. the contractor. shall be primarily liable for all payments to be made under and for the observance of the regulations aforesaid without prejudice to his right to claim indemnity from his sub contractors. wage slip publication of wages and other terms of employment. Karnal . The spread over should in no case exceed 10 hours. during winter after continuous work of 4 hours at the latest. 2.61 work should provide facilities of housing. j. No. one hour. latrines. The normal working hours of workers employed by contractors for the execution of work allotted to them should be 8 hours per day with a break of 2 hours during summer. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. Workers working beyond these hours should be paid over time wages at the double ordinary rate to their wages calculated by the hour. water and light to their workers at their own expense. Chief Engineer or regional Labour Commissioner as fair wages & the hours of work for which such wage are earned a copy of sub notice to the District Labour Welfare Officer. Karnal . All wages shall be paid in current coin or currency or in both. or indirectly through a sub contractor or other persons or by an agent on his behalf. employing labour on the work taken on contract. 2. The Contractor shall before he commences his work on Contract. notices in English and in local Indian language spoken by the majority of the workers. giving the fair wages notified by the Executive Engineer. iii) “Contractor” shall include every person whether a sub-contractor or Headman or Agent. PAYMENT OF WAGES i) ii) Wages due to every worker shall be paid to him direct. iv) “Wages” shall have the same meaning as defined in the payment of wages Act & include time and piece rate wages. the following words and expressions shall have the meaning hereby assigned to them respectively. ii) “Fair Wages” means wages whether for time or piece work notified at the time of inviting tenders for the work & where such wages have not been so notified the wages prescribed by the Public Works Department for the district in which the work is done. DISPLAY OF NOTICE REGARDING WAGES. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. unless otherwise expressed or indicated. ETC. that is to say: i) “Labour” means worker employed by a Public Works Department Contractors directly. No.62 HARYANA PUBLIC WORKS DEPARTMENT CONTRCTOR’S LABOUR REGULATIONS SHORT TITLE These regulations may be called Haryana (I) Public works department Public Health Engineering Branch contractor labor regulations. DEFINITIONS In these regulations. display and correctly maintained and continue to display and correctly maintain in a clean and legible condition in conspicuous places on the work. Superintending Engineer. from the place or the places where by the terms of his employment he is required to work. e) All deductions made from the wages with an indication in each case of the ground for which the deduction is made. f) Wages actually paid for each wage period. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. the wages earned by him shall be paid before the expiry of the day succeeding the one on which his employment is terminated. c) Total number of days worked during each wage period.63 FIXATION OF WAGE PERIODS i) ii) iii) The contractor shall fix the wage periods in respect of which the wages shall be payable. FINES AND DEDUCTIONS WHICH MAY BE MADE FROM WAGES a) The wages of a worker shall be paid to him with out any deductions of any kind except the following: a) b) Fines Deductions for absence from duty i. No.e. WAGE BOOK AND WAGE SLIPS ETC: i) The contractor shall maintain a Wage Book of each worker in such forms as may be convenient. but the same shall include the following particulars: a) Rate of daily or monthly wages. b) Nature of work on which employed. ii) The Contractor shall also maintain a wage slip for each worker employed on the work. v) All payments of wages shall be made on a working day except that the work is completed before the expiry of the wage period in which case final payment shall be paid with in 48 hours of the last working day. Wages of every workman employed on the contract shall be paid before expiry of ten days after the last day of the wage period in respect of which the wages are payable. iv) When the employment to any worker is terminated by or on behalf of the contractor. d) Total amount payable for the work during each wage period. The amount of deduction shall be in proportion to the period for which he was absent. iii) The authority competent to accept the contract may grant an exemption from the maintenance of wage book & slips to a contractor who in his opinion may not directly or indirectly employ more than 50 persons on the work. The wage slip shall contain all the particulars given in the wage book. 2. No wages period shall exceed one month. Karnal . which was made. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. Karnal . ii) No fine shall be imposed on a worker and no deduction for damage or loss shall be made from his wages until the worker has been given an opportunity of showing cause against such fines or deductions. REPORT OF LABOUR WELFARE OFFICER The labour welfare officer or any other persons authorized as aforesaid shall submit report of result or his investigation or enquiry to the Engineer-in-charge concerned indicating the extent. 2. 10. which the Government may from time to time allow. REGISTER OF FINES ETC. He shall investigate into any complaint regarding the default made by the contractor or sub-contractor in regard to such provisions. i) The Contractor shall maintain a register of fines and of all deductions for damages or loss. required to be maintained under these regulations shall be preserved for 12 months after the date of last entry made in them. He shall display such list & maintain it in a clear & legible condition in a conspicuous place on the work. ii) The contractor shall maintain a list in English and the local language clearly defining the acts and omissions for which penalty or fine can be imposed. Such register shall mention the reason for which fine was imposed or deductions for damage or loss. POWERS OF LABOUR WELFARE OFFICERS TO MAKE INVESTIGATION OR ENQUIRY The Labour Welfare Officer or any other person authorized by the Government on their behalf shall have power to make enquiries with a view to ascertaining and enforcing due and proper observance of the share wage clauses and the provisions of these regulations. or for loss of money for which he is required to account. iv) No fine imposed on a worker shall be recovered from him by installment of after expiry of 60 days from the date on which it was imposed. No. where such damage or loss is directly attributable to his neglect or default. 11. PRESERVATION OF REGISTER The wage book. iii) The total amount of fines which may be imposed in any one wage period on a worker shall not exceed equal to five paisa in a rupee of the wage payable to him in respect of that wages period.c) 64 Deduction for damage to or loss of goods expressly entrusted to the employed person for custody. the slips & the register of fine deduction. d) Any other deduction. b) An officer of an association of employees to which the association referred to in clause (a) if affiliated.65 if any. b) An officer of Federation of trade unions to which the trade union referred to in clause (a) if affiliated. to which the default has been committed. Karnal . 12. APPEALS AGAINST THE DECISION OF LABOUR WELFARE OFFICER Any person aggrieved by the decision and recommendations of the Labour Welfare Officer or other person so authorized may appeal. SUBMISSION OF RETURN Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. An employer shall be entitled to be represented in any investigation or enquiry under these regulations by a) An Officer of an association of employees of which he is member. c) Where the employer is not a member of any association or employers by an officer of an association of employers connected with or by any other employer is engaged. No. the decision to the Regional Labour Commissioner with in 30 days from the date of decision forwarding simultaneously a copy of appeal to the Executive Engineer concerned but subject to such appeal. 2. The workmen shall be entitled to be represented in any investigations. and the amount of fine recoverable in respect of acts of commission if the labourers with a note that necessary deduction from the contractor’s bill be made and the wages and the other dues be paid to the labourers concerned. the decision of the Officer shall be final and binding upon the contractor. c) Where worker is not a member of any registered union & officer of registered trade union connected with or any other workmen employed in the industry in which the worker is employed. 2. 14. enquiry under these regulations by: a) An Officer of the registered trade union to which he is a member. 13. INSPECTION OF REGISTER The contractor shall allow inspection of the wage books and the wage slips & register of fines & reductions to any of his workers or to his agent at convenient time and places after due notice is received or to the Labour Welfare Officer or any other persons. 15. REPRESENTATION OF THE PARTIES: 1. authorized by the Government on his behalf. The contractor shall submit periodical returns as may be specified from time to time. LICENSING OF CONTRACTOR Every contract who employs or who employed any day of the preceding 12 calendar months 20 or more workmen is covered by the Act & is required to obtain a license. 17. 1970) & the contract labour (Regulation & Abolition Central Rules. Karnal . 2. 1971) enforced by Haryana labour & Employment Department memo No. 1226 – 78 – (4 labour dated 10/06/79). 16. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. interpretation or affect of those regulations. The contractor should obtain the necessary license as required under section 12 of contract labour (Regulation & Abolition Act. No. the decision of the Labour Commissioner of The Haryana Government or any other person authorized by The Haryana Government in that behalf shall be final.66 The contractor will be (Regulation & Abolition Act. 1970) before commencing the work. AMENDMENTS The Government from time to time can amend the regulations and on any question as to the application. 67 Appointment of Arbitrator. (i) In so far as the Engineering Departments are concerned, the Engineer-in-Chief, Chief Engineer, will make the appointment of arbitrator at their own level in the cases, where the cost of the work including interest does not exceed Rs.5.00 lac. In each individual cases, the case involving more than Rs.5.00 lac shall be submitted to the Administrative Department for final approval. For such case (involving more than Rs.5.00 lac), the department shall prepare panel of Arbitrator and submit to the Administrative Department for final approval. (ii) In other Govt. department, the appointment of arbitrators will be appointed by the Heads of departments concerned and submit to administrative department for final approval. While doing so the point regarding appointment of an IAS Officer as an arbitrator shall be kept in view. (iii) In order to avoid unjustified benefit to the contractor / agency, two or three Arbitrator may be appointed for cases involving financial implication of more than Rs.5.00 lac. The possibility of appointment of arbitrator other than the office of Department concerned should not be ignored, especially in case of world bank project works. The appointment of out sided arbitrator in respect of the world bank project cases, keeping in view the merit and circumstances of the case may also be kept in view. (iv) While issuing the appointment orders of the arbitration it will be clearly specified that the Arbitrator will give a speaking award along with item wise detail of claim and amount of awarded expenditure and reasons thereof. 2. Agreement The agreement which is entered into with the contractor at the time of allotment of the work should be clear and specified. For claim exceeding Rs. 5.00 lacs, it should be clearly indicated in the agreement that the State Govt. can appoint one more arbitrators. The arbitrators may be asked to give a specking award with a reasonable time as per the provisions in the arbitration and conciliation Act. 1996. A format of such agreement should be prepared by the department concerned in consultation with the law Department. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal 68 AFFIDAVIT I ___________________________________ S/O Sh._____________________________________ Resident of ______________________________________________________________________ Section ____________________________ Distt. ________________________________ Contractor / Partner / shareholders (strike out which is not applicable) (firm or contractor) do hereby solemnly declare as here under: 2. That the person / firms black listed by Public Health Engineering Branch / Haryana Govt. / Govt. of India from time to time never had any connection & interest in my business. 3. That the above said contractor / persons / firms do not have any substituting in my business, & 4. That the said persons / firms are not employee of my firm & are not in any way connected with my business. Deponent Witness DATED: I do hereby solemnly declare & affirm that the above declaration is true & correct to the best of my knowledge & belief. No part of it is false & nothing has been concealed. Deponent Witness DATED: Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal 69 DECLARATION BY THE CONTRACTOR 1. I/we ……………………… have read the general and special conditions of the contract, which are appended to the Bid and I/we…………………………., agree to the conditions laid therein if the contract is awarded to me/us. 2. I/we have also read the specifications, studied the drawings, and understood the scope of works included in the Bid and to be executed by us. 3. I/we have visited the site of works and am/are well acquainted with the local practices, availability of the materials and labour and their prevailing market rates. 4. I/we agree to abide by the departmental rules regarding deductions made in the bills like income tax, sales tax, and security deposits etc. 5. 6. I/we have noted the issue rates and conditions of supply of departmental materials. I/we do not ask for revision of rates due to any escalations in rates of materials or labour in the rates quoted by me/us in this offer through out the period of construction and completion of the works. 7. I/we undertake to complete the works and handover the works within the stipulated/allotted time for the completion of the works in good workman like manner. 8. 9. I/we keep the validity of our offer for 90 days from the date of opening of the Bid. I/we stand guarantee for the repair of the works to the full satisfaction of the department during the maintenance period. 10. I/we have no doubts or unclear ambiguities regarding the specifications, details in the drawings, scope of the works and have fully understood our responsibilities in executing and completing the works to the full satisfaction of the department. 11. We shall commence the work on site with in 30 days from the award of work except as may be expressly sanctioned or ordered by the employer or be wholly beyond the contractor’s control. 12. I/we have based our Bid rates having the full knowledge of the statements and facts. Place ………………………. Date ……………………… Address …………………… Signature ………………….. Name ………………….. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal 70 PERFORMANCE GUARANTEE That I, ……………….. (Name and address of the contractor) as principal here-in-after called Contractor, guarantee to the following: 1. That the contractor agrees to “Design, construction, erection, testing & commissioning of Intermediate Sewage Pumping Station(IPS), Main Sewage Pumping Station 5.4 MLD (MPS), 5 MLD Capacity Sewage Treatment Plant based on MBBR Technology (Attached Growth Process), effluent outlet pipe, Transformer, Boundary wall, Staff Quarter, all contingent Electrical, Mechanical, Piping & Instrumentation works at IPS, MPS and Sewage Treatment Plant complete in all respect including Operation & Maintenance for 12 months during defect liability period & three years thereafter at Assandh Town, District Karnal”. As per the tender document & approved by the Engineer in Charge. 2. The contractor agrees that the entire works & its components shall be successfully tested to achieve the desired performance results satisfaction of the Engineer-in-Charge. 3. The contractor further agrees that he shall be responsible for these results up to 48 Months after the completion of successful trial run of 3 months. If the plant does not give desired performance the contractor shall cause the same to such Level at his own cost at first notice served upon him in writing by the Engineer-in-Charge. In Case, the contractor fails to execute the corrective measures, the Engineer-in-Charge will be At Liberty to get the shortcomings rectified at the risk and cost of the contractor. 4. The contractor agrees that the approval of design and drawings by the Engineer-in-charge does not absolve the contractor from any of his responsibility to the soundness and satisfactory performance of the structures, plant and it’s functioning. 5.That the contractor guarantees against any construction or manufacturing defect due to faulty workmanship for a period of 12 months from the date of commissioning of the plant & operation & maintenance during this period the contractor will replace/repair the faulty equipment to the satisfaction of the Engineer-in-Charge at no extra cost to the department. 6. The contractor agrees that all electrical erections are to get approved from Chief Electrical Inspector, Haryana at the cost of contractor, as per rule. 7. The contractor agrees that import license if required by the contractor shall be arranged at his own cost. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal Date at ………………………………………………………………. The contractor agrees to deposit performance guarantee amount of 2 % of contract value to the Public Health Engineering Division & the same will be deposited & returned as per Clause 7.. ……………………………………………………………………… Pages from 1 to 206 duly checked by HDM or D/S PHE Divn.. By……………………… Title………………………………………………………………… Address…………………………………………………………….71 8. No.A. This…………………Day of………………………………………… Bidder………………………………………………………………. Karnal . 2. test and examine the materials.2 ‘Employer’ means the party named in Section 2. 3.1 that will employ the Contractor and the legal successors in title to the employer.4 “Sub contractor’ means any person. the following words and expressions shall have the meanings hereby assigned to them (except where the context requires otherwise) 3.3 ‘Contractor’ means the person(s). who is in-charge of execution of the works and administration of the contract on behalf of the employer. equipment. Junior Engineer as the case may be. Engineer’s representative will watch and supervise the works. The Engineer’s representatives with the approval of the Engineer will have the authority to relieve the contractor of any of his obligations under the contract and to order any extra Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. 3.1. 3.5 ‘Tender’ means the bid. or any person to whom any of the works/part of the works included in the contract has been sublet with the consent in writing of the Engineer. 3. The Engineerin-Charge may assign his duties to his sub-ordinates who assist him in execution of works and administration of the contract. Karnal .8 Engineer/Engineer-in-Charge’ means the Executive Engineer. plant and machinery and workmanship employed in connection with the works under the contract. Definitions In this contract as here in after defined. successors and assignees. These subordinates shall be Engineer-inCharge’s representatives at the site of works. 2. firm or company other than the contractor named in the contract for any part of the work. This includes the contractor(s) personal representatives. The Engineers representatives will carry out such duties of the Engineer’s like issuing of instructions certificates and orders as are required in the execution of the works.6 ‘Bidder’ means the contractor/agency who submits the bid against the invitation for bid.72 3. His subordinates shall be termed as Assistant Engineer. successors and permitted assignees. 3. but not. except with consent to the Contractor. 3.7 Award means the written acceptance of bid by the Haryana Public Health Engineering Department to the successful bidder. firm or company whose tender has been accepted by the Employer and who has concluded a contract with the employer to execute the works included in the tender and contract agreement. any assignee of the employer.1 ‘Owner’ means Haryana Public Health Engineering Department. 3. No. and to sub contractor’s legal personal representatives. Staff Quarter. effluent outlet pipe. erection. advise in commissioning and carrying out start-up and monitoring of the entire contract at Karnal.12 ‘Contract’ means promise to execute the ‘Works’ in accordance with the conditions of contract.e. 3.4 MLD (MPS). 3. Testing and commissioned by the contractor. Tender Documents. supervision at appropriate level. drawings.14 3. Piping & Instrumentation works at IPS. No. 2. construction. under the contract. construction.15 Public Health Engineering Department means Public works Department of Haryana. 3.10 Consultants means the consultant appointed by the Government for the purpose of preparation of Design. tender. MPS and Sewage Treatment Plant complete in all respect including Operation & Maintenance for 12 months during defect liability period & three years thereafter at Assandh Town. Main Sewage Pumping Station 5.73 work involving delay in completion of the works and also requiring any extra payment to the contract. schedules. the letter of acceptance and the contract agreement. 3. specifications. Transformer. Karnal . testing and handing over the same in complete manner compliance to provision of the contract. “Design. Construction. 5 MLD Capacity Sewage Treatment Plant based on MBBR Technology (Attached Growth Process). ‘Drawings’ means the drawings referred to in the list of drawings attached to the tender and any modification of such drawings approved/issued in writing by the Engineer and such other drawings as may from time to time be furnished or approved in writing by the Engineer. 3. DPR. Mechanical. testing & commissioning of Intermediate Sewage Pumping Station(IPS). erection. 3. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn.11 ‘Works’ means all items of Work to be Design. Drawings. Boundary wall. District Karnal”.9 ‘Department’ means the Haryana Public Health Engineering Department. Supply. all contingent Electrical.13 ‘Site’ means the land and other places where the permanent works or temporary works desired by the engineer are to be executed and any other lands and places provided by the employer for working space or any other purpose as may be specifically designated in the contract as forming part of the site. the engineer or his representatives. The words department and Superintending Engineer and his representatives have been used interchangeably at places and mean the same i. financial or administrative requirements.19 3. No. 3. 2.18 ‘Contractor’s equipment’ means all appliances or things of whatsoever nature required for the purpose of completing the works but does not include plant. It will be the date when the contract enters into force for fulfillment of any obligation as per necessary legal. Indian Standard specifications and codes.20 ‘Portion of the work’ means a part of the work or section of the work. ‘Sections of the works’ mean the sections into which the works are divided for the purposes described and set out in the specifications. any defects in the completed work or any bad work visible or detected after words. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn.24 3.22 3. Manual on water supply & Treatment published by the Central Pubic Health and Environmental Engineering Organization (CPHEEO) under the Ministry of works and Housing. 3. ‘Time for completion’ means the time as stipulated for completion of the works or any section or portion there-of as stated in the contract or as extended under clause and shall be calculated from the date specified in the contract.23 3. 3. material or other things intended to form or forming part of the works. 3. During the defect liability period the contractor shall be responsible for repair and replacement of any defective material used on the entire work & he will carry the full liability to make good to the complete satisfaction of the engineer. It shall be counted after the successful trial run for a period of 3 months or till prescribed parameters is not attained & whichever is later of the two.26 ‘Defect liability period’ Defect liability period for the work is 12 months.21 Specifications and particular specifications mean the regulating guidelines contained in the Haryana PWD specifications.3. 3. ‘Day’ means calendar day. Karnal .17 ‘Contract price’ means a portion of the contract sum adjusted to give effect to such additions or deductions as are provided for in the contract which is properly apportion able to the work or plant in question having regard to the state conditions and location of the plant.25 ‘Month’ means 30 days.16 74 The ‘contract sum’ means the sum identified in the contract for the completion of works as per contract. all of latest editions and those contained in the tender documents and also those based on good engineering practices. the amount of work done and all other relevant circumstances in the cost of executing the works. ‘Week’ means seven consecutive days. 3. Trial run period for the work is 3 months of the entire scheme including achievement of prescribed performance parameters. 3. excise duties. No. all taxes.30 ‘Permanent Works’ means the permanent works to be executed and maintained in accordance with the Contract. as applicable on the materials labour or any other item which is required to complete the works. repair of any defects/ replacement of the defective material used at the cost at his own cost excluding energy charges diesel charges which will be borne by the department. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. In the event of non-achievement of prescribed parameters within a period of 3 months.28 ‘Headings or Notes’ the headings and marginal notes in these conditions of contract shall not be deemed to be taken into consideration in the interpretation or construction thereof or of the contract. During the trail run period the contractor shall be responsible for the maintenance of the entire scheme including all staff. Labor material etc. 3.27 75 ‘Cost’ means the amount which shall be deemed to include all overhead costs whether incurred on or off the site. specified above the trail run period could be extendable to a period till the parameter parameters are achieved. 3.3.29 ‘Temporary Works’ mean temporary works of every kind required in or about the execution of works. royalties etc. 3. Karnal . 2.31 Trial run:. Karnal . O&M PFR PM P&I PDB MCC MCCB MPS RCC = = = = = = = = = = = = = = = = = = = = = = = = = = = = = Air Circuit Breaker Computer Aided Design Central Public Health and Environment Engineering Organization Cement Concrete Cast Iron Detailed Project Report Electrical & Mechanical Full Supply level General Arrangement Ground level Generator Panel High Density Polyethylene Hydraulic Retention Time Highest Flood level Kilo Watt Hour Kilo volts Ampere Lightning Panel Main Electrical Panel Million Liters Per day Mild Steel Operation and Maintenance Project Feasibility Report Project Manager/Plant Manager Process and Instrumentation Power Distribution Board Motor Control Centre Molded Case Circuit Breaker Main Sewage Pumping Station Reinforced Cement Concrete Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No.76 ABBREVIATIONS The abbreviations used in the tender documents or any other correspondence will stand for the full forms given as under ACB CAD CPHEEO CC CI DPR E&M FSL GA GL GP HDPE HRT HFL KWH KVA LP MEP MLD M.S. 2. Karnal . 2. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. Storage & Sedimentation Tank. Clear Water Sump. Haryana Schedule of Rates. Raw Water Sump. Clear Water Reservoir. No. Stainless Steel.77 RL RS SB SBC SS TOR T&P STP TSS S & S Tank CWR RWS CWS SS HSR = = = = = = = = = = = = = = = Reduced Level Rolling Shutter Stand By Soil Bearing Capacity Stainless Steel Terms of Reference Tools and plant Sewerage Treatment Plant Total Suspended Solids. one key of locks with representative of the Department & 2nd key of lock authorized representative of agency. 3.0. provided with dual locking system i. then appropriate as per Contract Agreement will be taken. but in case the cement sample fails to meet the BIS requirements.0.0. The entire material including Cement.0. 4.0. The DI Specials and sluice valves. 7. 5.0. if need be. The cement shall be ordinary Portland.e. Steel. The cement shall be purchased from Authorized Distributor or Manufacturer or Authorized Dealer.0.43 grade. The cost on the testing of cement along with any loss caused to Government shall also be recovered from the Contractor / Agency & no claim in this respect will be entertained. The Contractor/Agency will inform the Executive Engineer/Sub Divisional Engineer for the quantity of the cement brought at site with bill/challan in the name of that agency before using that cement & Executive Engineer-In-charge or his authorized representative may check the actual receipt of cement at site. The cement manufactured by mini cement plants shall not be used. 9. also send the cement for testing to any Government Lab/ reputed Lab.78 GNERAL CONDITIONS 1. In case the cement is found as per specifications than the cost of testing will be born by the department.0. The cement will be arranged by the contractor/ Agency/ Firm at his own level. Karnal . The said register shall be open to inspection by representatives of the Engineer-in-Charge during his visit at site.8112 with latest amendments. The samples of the cement will be collected as per BIS specifications in the presence of the contractor/ agency or his authorized representative. The Engineer – In Charge or his authorized representative may. Pipe Fittings is in the scope of Contractor & no material will be issued by the Department for works.0. The Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. 10. The stock of cement at site shall not be more than one month consumption & only sufficient quantities shall be kept to ensure continuity of the work. kinetic air valves to be used shall be provided and fixed by the contractor.0. The DI Pipes and HD PE Pipes of all sizes along with one Tyton joint per pipe shall be arranged by the contractor. 2. butterfly valves. 8. No. 2. The cement/steel consumption register showing date of cement brought at site by the Contractor/Agency & its day-to-day utilization will be maintained. duly ISI marked & confirming to ISI. The cement arranged by the contractor/Agency will be brought at site & shall be kept in the store maintained at site. 6. Pipe. Karnal . 16. The negotiations will be carried out with 1st lowest contractor. The contractor shall give structurally safe and water proof structure. In addition to Inspection by Department staff. The Public Health Engineering Department Haryana reserves the right of negotiations as per policy approved by the State Government with the tenderers in case the process quoted are felt to be on higher side or otherwise. 13.0 All taxes such as Royalty. 15. The inspection and sample testing charge will be borne by the Department. Testing and other items etc. Forest tax and any other kind of taxes shall be paid by the contractor and are included in the rate quoted by the contractor. drawl of samples. Municipal tax. for which no premium will be allowed separately. The said register will be issued by office of concerned Sub Divisional Engineer under his dated signature for each agreement separately.0 Minimum 40mm clear cover be provided on the reinforcement on the inner side of the water retaining structure. The Engineer-in-Charge will opt for 3rd party inspection other than Department. 18. The 3rd party would inspect the work during its execution to ensure execution of work as per specifications / agreement and also quality control i. the report of the same would be submitted to Engineer-in-Charge by the 3rd party inspection and shall take remedial measures for execution of work as per specifications in agreement. 14.0. The labour cess @ 1% of the cost of work done by contractor shall be deducted from each 12) bill. The register will also contain the columns for work executed against the cement/steel issued. No. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn.0.0 The rates included in the contract schedule of the rates cover the cost of filling the water retaining structures for testing for water tightness to the full satisfaction of Engineer-in-Charge and emptying the same if desired. Octori charges. 11.79 consumption & receipt of cement & steel in the register shall be initiated jointly by the authorized representative of the contractor / Agency & representative of the Engineer-inCharge.0 Contractor shall be fully responsible for Hydraulic & Structural safety in respect of all the structure existing/under construction in the vicinity of structures under construction. 2. 17. 12.0. Quality check register will be maintained at site & regular sampling of work executed every month shall be recorded in the same.e.0. Karnal .0 21.0 The bidder should ascertain about the actual Sub Soil Water Table at site. if required during execution of work and nothing extra will be paid on this account. for which specifications are not given. 22. pipe line at head works. sluice valves. 24. MPS and STP mentioned in price bid after commissioning of the work. 20.0 Materials.0 The power would be supplied free of cost during the trial run period for three months. The charges for the same shall be included in the offer. Repair of electrical.0 The contractor will operate and maintain IPS. 23. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. The contractor will maintain area within boundary wall in neat and clean manner.80 19.0 The cost of the water & power used during construction shall be borne by the agency.0 It will be the responsibility of the contractor/ agency to dewater the sub-soil water and execution of wet earth work. mechanical equipment is also included in this scope of work. the requirement of respective Indian Standards are to be fulfilled.0 The mix for all the RCC structures shall be as per relevant IS codes with latest amendments.0 The depth of foundation shall be kept as per IS specification along with the condition that structures shall rest on firm ground. The bidder shall have to get Soil Analysis carried out for determining the Safe Bearing Capacity [SBG] of the soil as per relevant code through a reputed firm. 27. The work also includes repair to all civil structures. The contractor shall get prior approval of the materials proposed to be used under the contract from the Engineer in-charge. on account of fluctuation due to any reason whatsoever. 26. No extra payment shall be made due to variation in Sub Soil Water Level if mentioned anywhere in the tender documents either for designing or execution. In case water is supplied by the department then half percent of the agreement cost will be deducted from the bills of agency. 2. lawns /roads/ path and watch & ward of all the works. 25. Price quoted shall be inclusive of cost of pumping Sub Soil Water/Seepage water from any other source required for execution of work. works not executed in accordance with the contract. Any constructional defect such as defects to premature use of materials. Karnal . The contractor has to provide for the additional training of the staff. The cost for repair of material.2. erection & in construction shall be pointed out by the Engineer in Charge & shall have to be rectified by the contractor during this period.1. In addition to that. OPERATION & DEFECTS LIABILITY PERIOD: The contractor shall operate & be responsible for satisfactory performance & maintenance of the work under all design & operation conditions for the duration of the defects liability period of 12 months and 36 months thereafter.1.1 ADDITIONAL AND SPECIAL CONDITIONS OF CONTRACT Additional Conditions of Contract All conditions of standard form of agreement shall form part of this agreement.2. If the contractor fails to rectify the defect with in a period of one month after aforesaid notice the Engineer in Charge may forfeit the security deposit or an amount thereof required for the rectification through a third party without prejudice to any other right of Public Health Engineering Division may have against the Contractor in respect of his failure to remedy such defects. tests & repairing staff has to be borne by the contractor. following additional conditions shall be applicable. spare parts. excluding trial run for 3 months and operation and maintenance during defect liability period of 12 months and 36 months thereafter for operation and maintenance. He shall provide in the premises of the site office place for the engineer and his representatives/visitors for joint discussions and meetings. TIME FOR FULL COMPLETION OF CONTRACT: Time for full completion of work under this contract is 12 months. except for damages due to unprecedented natural calamities. No. manufacturing.1. and arrange for site cleaning operations by removal of soil and debris. 4.1.81 4.1. 2.2. transport.0 4. 4. He shall also dismantle the same after three works are completed. fault in design.1 Site Facilities: The contractor shall its own cost construct a site office and store shed for materials. 4. 4. hidden faults in material & equipment not discovered during inspection & testing. FINAL CERTIFICATE: Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. If the contractor fails to dismantle the temporary structure after the works are completed it shall be treated as unauthorized occupation of the owner’s land and necessary action as deemed fit under such circumstances shall be initiated for the vacation of the land.3.2. 2. rebellion. Karnal .1. He shall also ensure that no attachments are made against materials or works related to the contract. The contractor shall confirm to all laws of the land. In every case to in this clause.1. specifying the variation proposed to be made and the reasons for making them. The contractor shall give all notice required by the said acts regulations or bylaws and pay all fees in connection therewith.Observance of laws. With the issue of this certificate the contractor ceases to be under any obligation to Public Health Engineering Department.1.1. 4. Government against any claim or liability arising from or based on the violation of such law. unprecedented flood. 4.2. 4. notices and attachments. arising out of the work. regulations or by laws in question and any variations in the drawings or specifications so necessitated shall be dealt with under clause 4. No. earthquake or other convulsion of nature and other acts such as but not restricted to invasion. He shall before making any variations from the drawing or specifications that may be necessitated for so confirming give to the engineer written notice. and apply for instructions thereon. which results in serious injuries to the person or property..82 The Engineer in Charge shall issue a final certificate not later than 30 days after the expiry of the defects liability period & 12 months and operation & maintenance period of 36 months thereafter. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. Insane or imprisoned. and in particular. In all cases the contractor shall indemnify the Engineer against all loss or damage including penalties or lines sustained by Government resulting directly or indirectly from contractor’s failure to give notice under the Workman’s Compensation Act or otherwise.1.1.3. shall within 24 hours of such occurrence. the regulations and by-laws of any local authority and/or of any water or lighting companies with those whose systems the works are proposed to be connected. ordinance. hostilities or warlike operation before or after declaration of war. military or usurped power which prevent performance of the contract and which could not have been foreseen or avoided by a prudent person.3.1. report to the engineer. Incase the/contractor shall not receive such instructions within 7 days proceed with the work confirming to be provisions.4. volcanic eruption.8.Contractor dying. stating clearly and in sufficient details the facts and circumstances of the accident and the action taken by the contractor. becoming insolvent. local regulations.Compensation to workmen The contractor on occurrence of accident. FORCE MAJEUR: Neither party shall be liable to the other for any loss or damage occasioned by or arising out of acts of God. the contractor shall protect and indemnify.3.2. regular decree or attachment by him or by his employees.2. Contractor’s Liability 4. the act of foreign countries. 4.3.3. packing derricks. implements. cordage. pumps. there from. No. or which he is entitled to require.1. and counting. Karnal . of the works done. strutting. 4.The contractor shall supply at his own cost all labor. The Engineer at the expense and risk of the contractor may provide failing his so doing the same and the expenses (of which the certification of the engineer shall be final) may be deducted from any money due to the contractor under this contract or from his Earnest Money Deposit.4. altered or substituted and whether included in the specifications or other document forming part of the contract or referred to in these conditions or not which may be necessary for the purpose of satisfying or complying.4. tools. winches and power as well as other apparatus and temporary works requisite for the proper execution of the work whether original. weighing and assisting in the measurement and examination at any time and from time to time. skilled and unskilled. receiver. in accordance with the specification that may be supplied from the Engineer’s stores) such as plants. 2. plant. (i) To give such liquidator. scaffolding: 4. the contract may be terminated by notice in writing posted at the site of the works and advertised in one issue of the local newspaper and all acceptable. appliances.(a) 83 Liquidation.1. (b) If the contractor becomes bankrupt or has received order made against him or compound with the creditor or being a corporation commence to be wound up not being a voluntary winding up for the purpose only of amalgamation or reconstruction or carry on its business under a receiver for the benefit of the creditors or any of them. and all things necessary (except such special things. together with carriage hereto for and from the work. at appropriate rates to the person or persons entitled to receive and give a discharge for the payment. (ii) To terminate the contract forthwith by notice in writing to the contract or to the liquidator or to any person in whom the contract become vested and to act in the manner as provided in the clause “Breach of contract”. ladders. as. The contractor shall also supply without charge the requisite number of persons with the means and things necessary for the purpose of setting out the works. fuel oil. Contractor to supply labor.1. works shall be paid for after recovering all the contractors dues Public Health Engineering Division. or other person the option of carrying out the contract subject to his providing a guarantee for the faithful performance of the contract up to an amount to be determined by the Government. if any. boring tools. or materials supplied by him. scaffolding. shoring. tackles. ladders. the Government shall be at liberty. with the requirement of Engineer as to any matter as to which under these conditions he is entitled to be satisfied. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. strutting. capable of handling labour force tactfully and extract good quality of workmanship and plant execution of works efficiently. With the carrying of the works. Changes in staff will be upon the approval of engineer. His name and Bio-data should be submitted along with the list of other key technical staff at the time of submission of bid. codes of practice. permanent or temporary appliances. bonding. 4. and all materials not so taken over by the Engineer shall cease to be the property of the P H E D and the contractor shall have to claim for compensation on account of any such material as aforesaid which are not so taken over by the said Engineer unused by him (the contractor) or for any wastage in or damaged to any such materials. matters and things furnished by him for the purpose of this contract. as he (the Engineer) shall desire upon giving a notice in writing under his signature and within 15 (fifteen days) of the completion of the works to that effect. inspecting and supervising the works. curbing. In addition to this other technical staff shall have to be employed from time to time as directed by the Engineer.Materials and plant of contractor All materials brought by the contractor upon the site of the works shall be deemed to be the property of the Government and shall not or any account be removed from the site of the works during the execution of the works and shall at all times be open to the inspection of the Engineer. and local practices of construction and has good managerial qualities. 4. testing.3. No. masonry. The contractor shall be responsible for the adequacy. construction equipment use. 2. with the provision that the price allowed to the contractor shall not exceed the amount originally paid by him for the same.Employment of an experienced site engineer The contractor shall employ a site engineer of the rank of a Resident Engineer who is well experienced in the type of the works he has to handle and shall have worked in similar such projects earlier.84 The contractor shall also provide at his own expense all necessary fencing and lights required to protect the public from accident and shall assume all the liability for and indemnify the Engineer against all actions or suits arising out of or in connection with neighboring owners or workmen employed on the works.1.4.2. Karnal . Pages from 1 to 206 duly checked by HDM or D/S PHE Divn.4. He shall be well acquainted with all latest Indian Standards. He shall be well conversant with specifications. The Engineer on the completion of the works or upon the stoppage of the works shall have an option of taking over any such unused materials at prevailing market rates. the contractor shall carry out the works conforming to the statutory and other legal enactment’s applicable to them and gives all notices and pays all fees payable to local authorities and others in respect of them. strength and safety of all shoring. whether such actions are brought by members of the public. He shall have good ability to guide his subordinates. concrete. brickwork.1. 7 Conduct of Labour The contractor is solely responsible for the peaceful and orderly conduct of labour in the neighborhood of work site. the contractors shall employ competent agents and such foremen as may be necessary for the proper execution of the works (and when work is carried on day and night there shall be a foremen in charge of each shift) who shall be engaged constantly on the work to ensure proper management and efficient control.5. Adequate first aid and medical facilities shall be provided.1.6 Working on Sundays and holidays and Night Work Prior permission in writing should be taken from the Engineer-in-Charge to work on Sundays.5.5. Karnal .5.1.13 Caution lights Pages from 1 to 206 duly checked by HDM or D/S PHE Divn.9 The contractor shall make all arrangement for supply of safe drinking. 4. 4. bathing and washing water to the labour. goggles etc.1.8 Labour Welfare All facilities to the welfare of the labour shall be provided by the contractor at own cost as per the existing labour laws. No. Separate toilet facilities for Men and Women shall be provided. The Engineer-in-charge shall have full powers to order the contractor to prevent undesirable labour force from entering the work site.1. 4.1.1. 4. during Nights and to work Overtime.5. as found necessary shall be provided to the laborers.4.1.5. No women labour should be engaged on works during night work. Further the Engineer has full powers to ask the Contractor to remove from the site of the work any person who misconduct’s himself and is undesirable at site.1. The engineer shall have full power to direct the contractor to removed and engaged on work persons to do not possess any experience in the trade and whose work is not satisfactory.12 Protective accessories like gumboots. 4. 4.4.5. If in the opinion of the Engineer a person is found to be incompetent an experienced person to the satisfaction of the Engineer shall replace such person.5. at his own expenses.10 .5 Experience of Labour Force The contractor shall employ in his pay roll only such workers who are well experienced in the trade of job for which they have been employed.11 Proper.5.1. and as described in the tender documents. 4. 4. 4. 2. gloves.1.85 4.Contractor to Employ competent. agents and foreman During the execution of the works and until the work is taken over by the order of the Engineer. Holidays. which the contractor may be directed to do in the manner above specified.86 The contractor shall provide caution signs/lights near excavations. 4. fencing etc.1. No extra cost shall be claimed for all the above safety works. The basis for fixing such rates shall ordinarily be the current schedule of rates. all safety requirements to the laborers like fencing barricades. 4. Provided always that if the contractor shall commence work or incur any expenditure in regard there to before the rates shall have been determined as before mentioned. of adequate strength which can be safely take the loads of labour and materials and shock loads. accesses etc at his own cost. 2. as the contractor on the same condition in all respects on which he agreed to do the main work shall carry out part of the work.5. 4.7.15. Any additional work. roads. the original specifications. injuries etc. 4.16. Drawings and specifications 4. temporary crossings.5. Alteration in specification or drawings The Engineer shall have powers. The time of the completion of the work shall be extended if applied for by the contractor in writing in the proportion that the additional works bears to the original contact work. Stud is to be purchased by the contractor for use on the works.1. by providing scaffoldings. he shall only be entitled to be paid in respect of the work carried out or expenditure incurred by him prior to the date of the determination of the rates as aforesaid according to such rate or rates as shall be fixed by the Engineer. tying and anchoring as necessary. and employ watchmen during nights and off working days and hours. The certificate of the Engineer shall be conclusive as to such extension. falls. In the event of a dispute the decision of the Superintending Engineer shall be final.17. to make any alterations in.7. And of the additional or altered works include any class of work for which no rate is provided in this contract then such class of work shall be carried out at rates to be agreed upon in writing between the Engineer and the contractor prior to the work being taken in hand.14. platform.1. No. to prevent accidental slips.5.1. or additions to.1. The contractor shall be bound to carry out the work in accordance with any instruction which may be given to him in writing signed by the Engineer and such alteration shall not invalidate this contract. Karnal . by properly bracing.1. The contractor shall provide at his own cost.5. etc. The contractor shall make his own arrangements for conveyance of materials and labor to the work site by making if necessary any temporary paths. trenches. 4. Safety of Workers The contractor shall ensure that all precaution are taken to avoid accidents. bringing etc. drawings and instructions that may appear to him to be necessary or advisable during the progress of the works.1. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. 7.7.87 If the additional or altered work for which no rate is entered in the contract or in the PWD Haryana schedule of the rates is ordered to be carried out before the rates are agreed upon. All the works shall be executed strictly according to the drawings. in good working condition after testing to the complete satisfaction of the Engineer. The technical literature. drawings and specifications provided to the contractor by Public Health Engineering Division the alteration above referred to. 4. then the contractor shall within seven days of the date of receipt by of the order to carry out such works and if the engineer does not agree to this date. specifications.7. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. 2. maintenance and installation manuals also should be submitted to the Engineer in triplicate.1. However. 4.1. and specifications using best quality of raw and finished materials and best workmanship to the complete satisfaction of the Engineer. 4. No.1. guarantees of materials procured from the trade along with operation.1. sizes.7.5 Shop drawings and schedules Drawings showing workshop fabrications etc shall be submitted in advance and approvals shall be obtained before commencement of works from the Engineer or his authorized representative. material or workmanship specifications of works etc. such work shall be carried out in accordance with the instructions and requirements of the Engineer. and mechanical works included in the tender shall be properly coordinated so as not to wait for each other and shall be completed in time in a complete manner and handed over in a perfect workmanship manner. Copies of supply order and other literature of articles procured from the trade shall be furnished to the Engineer. he by notice in writing. electrical. the approvals shall not absolve the contractor from the responsibility of the performance of the plant. Copies of supply orders and other literature of articles procured from the trade.3 Deviations from drawings and specifications No deviations or changes shall be made by the contractor himself without the expenses approval of the Engineer. Karnal . drawings and specifications appended to the tender.2 Action where no specifications are provided In the case of any class of work of which there is not mention in the specification. 4.4. 4. dimensional and material specifications. instructions issued on the same by the Engineer or his authorized representative.1. be at liberty to cancel this order to carry out such work and he carry out such works as he may consider advisable. shall be within the scope of such designs.7. shown in the drawings.6 Workmanship All civil. from the dimensions. Where however the work is to be carried out according to designs. labour.8. supervision. workmanship and plant. before tendering without any Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. The contractor shall provide free of cost. Engineer’s rights in case of use of inferior materials. alignment level etc.1 Access to the work The Engineer-in-Charge. etc. instruments. and removal of the rejected material from the site of works forthwith. • Stoppage of improper inferior and unsuitable plant used for construction.7. 2. The Engineer during the course of execution of the works shall have absolute powers here under to order the following in written from time to time regarding the quality of the works. for inspection. No.1. • The discontinuance of the use of inferior quality of materials.8 Setting out of works The contractor is responsible for setting out the works as indicated in the Approved drawings and instructions given in the regard and to obtain the approvals of the same from the Engineer or his authorized representative before commencing the works. The contractor is deemed to possess the above knowledge absolutely. labor camps. Karnal . plant according to the specifications laid down in the contract in case the contractor fails to execute the orders the Engineer shall have powers to get the defective work rectified/re-constructed/replaced by another agency and all the expenses on account of same shall be charged to the contractor and are recovered from payments due to him or from payments due to him or from payments to become due to him. the contractor can not claim any relief from his responsibility towards the performance of mechanical and electrical equipment and the whole functioning of the works for which it is intended.8 Inspection. This shall however not absolve the contractor of his own responsibility of maintaining the accuracy of work. 4. • The re-execution of dismantled/rejected work(s) using fresh materials.7. Improper construction methods etc. stores of materials.1.7.1. 4. all facilities like labour. which do not conform to the specifications. his superiors in Public Health Engineering Department or his authorized representatives and consultants of the Engineer shall be provided with all facilities for access to the site of works.2 Guarantees Not withstanding the detailed drawings supplied and specifications given in the tender. stoppage of inferior workmanship. 4. testing shops and other premises connected with the execution of works in any way at all time. testing and miscellaneous 4. examination of all related works.88 4. lubrication shops.1.8. and all cooperation to the Engineer to check all dimensions.1. materials to any other work. In granting such permission the Engineer may impose any conditions as may be found necessary to ensure that no delays or interruptions are caused in execution of the works under the contract. trenches etc. His rates shall be deemed to include all expenditure. Karnal . 4.8. 4.8. No.89 ambiguities or doubts which if any may be got clarified from the Engineer and then only submit this tender.1.3 Power and water required for construction/ testing Contractors shall make their own arrangements for power and water required for execution and testing of works at their own cost and the rates quoted shall be deemed to include all such expenditure. The contractor shall not be entitled to any compensation Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. Shoring and strutting work required for excavation. excavation in difficult conditions of soil shall not be paid extra. Similarly he will remove from site above said materials and spoil and surplus materials as directed by the Engineer and leave the site in a condition that is acceptable to the engineer as far as the cleanliness of work site is concerned without any additional payment. Except with prior permission in writing of the Engineer. water supply and sewerage utilities if met with during excavations by properly supporting the same by singing or otherwise as required at site. 4.8. rubbish mounds of earth or any such unevenness in the ground levels before commencement of the works. without allowing for any disruption of services.1.6 As built drawings On completion of the works before issuing of the completion certificate by the Engineer the contractor shall submit 3 (three) sets of drawings as built drawings.7 Site Clearance No extra money will be payable to the contractor for removal of shrubs. If any damage is caused to the above said public utility services or any other properly the contractor shall be responsible to make good the damages at his own cost to the entire satisfaction of the concerned owner of such public utility service for private properly. the contractor shall not divert his plant labor.1.8.8. One will be on tracing cloth and remaining on reproduction paper. 4.5 Existing utility Services The contractor at his own cost shall protect the existing electric.8.1. 4. 2.4 Dewatering and extra work in foundations Dewatering of foundation.8. shall not be paid extra over and above the rates quoted and the rates quoted shall be deemed to be inclusive of the above items of work.1.1. debris. The above required for testing shall also be the contractors responsibility. 4. telephone. Karnal . Granting such permission shall not absolve the contractor from the responsibility of completing the works as per time schedule specified in the contract.10. The Engineer may reject at any stage.11. The Engineer shall have access at all times to the places above materials are being made for use under the contract. In addition. The equipment shall be inspected and passed by the manufacture’s inspector.8.90 resulting from such delays.8. drawings and instruction herein before mentioned and to the quality of workmanship and materials used on the work or as to any other question. whatsoever in any way arising out of or relating to the contract drawings.8. and in that case such work may be paid at the reduced rates as may be decided by the Engineer. In lieu of removing the work or materials which are not in accordance with the contract. 2. orders or these conditions. the materials and workmanship of all Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. 4. Any portion of the work or materials rejected shall be removed from the work site at the contractor’s expense after written instructions to that effect by the Engineer for replacement of such work. estimates. or otherwise concerning the works or the execution of failure. 4. One set of drawings and all other documents relating to the works under contract shall be kept in the site office and made readily available for discussions. wrought materials by reason of this having previously passed them in an unworked condition. which he considers being defective in quality of materials or workmanship and he shall not be debarred from rejecting. right matter to things.1. to determine that manufacturer a proceeding in accordance with the drawings and specifications and to the place of work. to execute the same. the Engineer may allow such work or materials to remain. examine and test on the contractor’s premises. the Engineer or his representatives shall be entitled at all reasonable times during manufacture and before dispatch of the goods to inspect. No. instructions. whether arising during the progress of the work or after the completion or the sooner determination thereof of the contract.1. any work. 4.1. examinations of the Engineer or his representatives. specifications. claim.8 Making available drawings and documents at site.Decision of the Engineer-in-Charge Except where otherwise specified in this contract. Tests Inspection and rejection of defective materials and work The contractor shall without extra cost provide samples and cooperate in the testing of materials and inspection of work. conclusive and binding on parties to the contract upon all questions relating to the meaning of the specifications. A certificate issued by the manufacture’s inspection monitoring that the said equipment conforms to the required specifications shall accompany each consignment. the decision of the Engineer-in-Charge for the time being shall be final. 1.) for inspection and tests and such inspection and tests will be free of charge to the owner. The inspection and testing will be carried out generally as per Indian Standards for domestic supplies and as per the relevant equivalent Standards prevailing in the country of manufacture for imported supplies. Such inspection.12 Programme of Works: As soon as the letter of intent is issued to the contractor. Karnal . suits.1. instruments etc. All Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. permission to inspect. The contractor shall fully indemnify the purchaser against all actions. 4. material. No. in the form of a bar chart for review of the Engineer and make suggested modifications before his approval of the same. examination or testing if made shall not relieve the contractor from any obligations under the contract.13 Patents rights etc. patent designs. 2.8. the contractor shall obtain for the Engineer. The approved bar chart shall be diligently and strictly followed with a view to complete the works as per schedule. and if part of the said equipment is being manufactured on other premises. copyright or other protected rights in respect of any machine. plant. work material thing or system or method of using.91 equipment to be supplied under the contract. The contractor shall provide all facilities (labor. demands. examine and test as if the said equipment were being manufactured on the contractor’s premises. or incurred by reason of any arrangement for any letters. The contractor shall give the Engineer thirty (30) days notice in writing of the date and the place at which a plant will be ready for testing as provided in the contract. trademark or name.8. unless the Engineer shall attend to the place so named within ten (10) days of the date which the contractor has stated in his notice. suit. charges and expenses arising from. The Engineer shall furnish the contractor a certificate in writing to that effect. working or arrangement used or fixed or supplied by the contractor but this indemnity shall not extend or apply to any action. 4. fixing. apparatus. As and when any plant shall have passed the tests referred to in this article. claim demand cost charges or expenses arising from or incurred by reason of the use of the works or any part thereof otherwise than in the manner or for a purpose contemplated by the contract. The Engineer shall review the programme of works from time to time and he may modify the same depending upon the exigencies of the work and stage of the works. costs. The Engineer shall give the contractor 24 hours notice in writing of his intention to the tests. claims. the contractor may proceed with the test which shall be deemed to have been made in the Engineer’s presence and shall forth with forward to the Engineer duly certified copies of the results. he will submit to the Engineer his programmed to complete the works by the time indicated in the contract. 4. i. Karnal . In case of any difficulties amongst the contractors. In the event of any claim or demand being made or action or suit brought against the purchaser in respect of any such matter or matters as a foresaid the contractor shall be duly notified thereof. Contractor is advised to read carefully all chapters and give complete information Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. detailed drawings being followed in preference to small-scale drawing and the required dimensions in preference to scale.8. 2.1. Public Health Engineering Division-II.1. No.9 Discrepancies and adjustment of errors The several documents forming the contract are to be taken as mutually explanatory of one another. the accepting officer. material thing. There are varying or conflicting provisions made in any document forming part of the contract. the Engineer shall direct the manner in which each contractor shall conduct shall conduct his work so far as it affects others.2 Special Conditions of Contract 4. system or method as aforesaid (whether payable in one sum or by installments or otherwise) shall be covered by the contract price and payable by the contractor. If there are any discrepancies found in the tender documents and the same have not been clarified before submission of the tender. labour and other arrangements of other contract in neighboring and the project localities.1. plant work. 4. the Executive Engineer.e. The contractor shall not take or cause to be taken any steps or actions that may cause disruptions. and he shall conduct all negotiations for the settlement of such claims or demand and such action of suit shall also be conducted by him subject.92 royalties and other similar payments which may have to be paid for the use of any such machine. to the supervision and control of the owner through the officer duly authorized in his behalf. Any error in description in the bid of quantities or any omission there from shall not vitiate the contract or release the contractor from the execution of the whole or any parts of the works comprised therein according to the drawings and specifications or from any of obligations under the contract.2.14 Other Contractors When two or more contractors are engaged on work in the same vicinity they shall work together in a spirit of cooperation and accommodation. if and as far as the owner shall think proper. discontent or disturbance to the works.21.1 Contractor’s Design of Equipment 4. Karnal shall be the sole deciding authority with regard to the intention of the document and his decision in this respect shall be final and binding. the interpretation or clarification given by the Engineer is final and conclusive. 4. 2. As there is fair amount of automation specified.1 All the equipment supplied shall be guaranteed for two year from the date of commissioning for completely trouble free performance. drawings literature.2. substantiating the same with calculations.2. Contractor shall note that this is a lump sump rate tender. All relevant information. 4. changes shall be carried out entirely to the satisfaction of the Engineer-in-Charge at no extra cost to Public Health Engineering Department. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. with clear reference to any standards adopted (which are not mentioned in the tender).2.93 regarding his proposals. the contractor will have to organize training programmed in the manufacturers’ shops as well as on site during actual operation of the plant. there will be very large number of small components. The contractor shall not be allowed to change the price quoted. He shall therefore take utmost precaution to offer very standard equipment manufactured by only reputed manufacturers (wherever the makes are specified.2 All the equipment installed shall be thoroughly tested at the time of commissioning the plant and all initial defects shall be rectified to the entire satisfaction of the engineer. Karnal Haryana. Karnal . In order that the Public Health Engineering Division staff engaged on operations and maintenance becomes proficient in understanding and handing the equipment correctly. Damaged or non-working parts shall be replaced at no extra cost to Public Health Engineering Division Training of the Public Health Engineering Division-II. The bidder shall give rate for complete work. This two-year shall be considered as defects liability period for such equipment supplied under this contract. and Staff before Handling over the Equipment/Instruments.2 Equipment Guarantee 4. 4.2.1. the same shall be offered). Vague remarks and remarks like “will be given later” are not acceptable. all modifications. the proposal is grossly incomplete. in such manner that there is no ambiguity or nothing is left to chance. The training period is for 7 days after commissioning of the plant or for such extra period before commissioning in the workshops. If in the opinion of the engineer. 4. corrections.2. this will form sufficient reason for complete rejection of the tender on technical grounds. However the bidder should note that after the tenders are opened. For this purpose he will have to employ suitably qualified. However his proposals are subject to scrutiny and approval for unit wise / sub unit wise progressive payments by the competent authority. so as to make the proposal understandable shall be given.2. which form units of equipment. No. trained personnel to carry out this training.2. preferably as additions to data files prepared at the time of tendering. 6 (six) sets of such completed files shall be handed over to Public Health Engineering Division-II.0. Karnal. Complete operation & maintenance files will be built up. 5.94 A mutually agreed programmed shall be formulated during the execution. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. Karnal . No. & quality & quantity checks of works during currency of the contract including Operation & Maintenance period & no additional cost shall be payable by PHED on this account. which will be binding on the contractor. Third Party Inspection: PHED reserves the right to appoint any organization/ institution for checking of design. 2.0. SCOPE OF WORK . PART. Karnal . 2.95 PUBLIC HEALTH ENGINEERING DEPARTMENT. No.II BRIEF DISCRIPTION OF THE PROJECT. HARYANA. BOQ& TECHNICAL SPECIFICATIONS FOR STP AT ASSANDH TOWN Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. 4 MLD (MPS). 2.2. construction.52 M & the water table during dry periods is 20 M below ground level. accordingly water borne sewerage system is proposed to be provided along with adequate treatment facility and final disposal of treated sewerage water. erection. Mechanical. transported. 5 MLD Capacity Sewage Treatment Plant based on MBBR Technology (Attached Growth Process). However the capacity of the proposed STP has been taken as 5. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. Concept : PROPOSED SEWERAGE SYSTEM IN BRIEF: At present there exist no sewerage system in Assandh Town and the waste water through sullage Drain is disposed of in low lying areas causing unhygienic conditions. intercepting sewer for collection of sewage water and further transported through out fall sewer upto Main Pumping station located near proposed water works and Assandh Drain. testing & commissioning of Intermediate Sewage Pumping Station(IPS).96 SPECIFICATION AND SCOPE OF WORK: The scope of the work under this DNIT includes “Design. all contingent Electrical. 1. Transformer.4 MLD with a peaking factor of 3 times of the average flow. Proposed Site For Sewerage Treatment Plant: The Site for the proposed STP & MPS has already been acquired near Assandh Darin. The NSL at the proposed Disposal Works Site is 233. The entire house hold shall be connected to internal sewer. Piping & Instrumentation works at IPS. Estimation Of Sewage Flow: It is estimated that by the year 2040 the sewage flow from existing & proposed future developments shall be approximately 5 MLD on the basis of present water supply. Main Sewage Pumping Station 5. Sufficient land has been acquired near the MPS for construction of Sewerage treatment plant and disposal of treated effluent in Assandh drain. Since the water supply allowance is likely to be upgraded 135 LPCD as such proper waste water collection and disposal system so as to ensure that sewerage or excreta and sullage discharged from communities is properly collected. Boundary wall. effluent outlet pipe. MPS and Sewage Treatment Plant complete in all respect including Operation & Maintenance for 12 months during defect liability period & three years thereafter at Assandh Town. District Karnal” 1. Karnal . 1. Staff Quarter. treated to the required degree and finally disposed off without causing any health or environmental problems.1. No.1. : 350 mg/L. Climatic Conditions: The climate in the area is marked by the semi – desert conditions: Temperatures close to the freezing point in winter & up to 46oC in summer. : 7 – 8 mg/L. 2. Raw Sewage Characteristics: For the design purpose for the proposed STP following parameters have to be adopted. : 7 – 7. : < 20 mg/L. : < 10 mg/L.4 MLD : 4. Low Humidity.5. : 400 mg/L. The treated sewage shall be utilized for broad irrigation purposes adjacent to the proposed site. pH TSS BOD Oil & Grease Total Coliform :7–8 : < 50 mg/L. 2.2 MLD IPS : 24 hours : : 1. Normal Conditions: The plants capacity is as follows: - Capacity of the main treatment units MPS Normal Operation period Day discharge Average Flow Peak Flow : 24 hours : : 5. Treated Sewage Characteristics: Following norms for discharge of treated sewage water are to be attained. Karnal . : < 10^3 MPN /100 ml if territory treatment followed by disinfection is adopted.4 MLD : 16. 1. Rainfall of about 500 mm per year.0.1. Dust storms in summer. pH TSS BOD5 COD Oil & Grease Total Coliform 1. MPS and STP: 2. Plants Capacity of IPS.5.4. : 10^6 – 10^7 MPN /100 ml.3. : 200 mg/L. No.2 MLD Pages from 1 to 206 duly checked by HDM or D/S PHE Divn.97 1. 43 M invert level. The IPS shall include the following units: a) Inlet & screen chamber.98 STP Peak Flow : 5 MLD : 15 MLD : : : 20 M below ground level : 232. to remove suspended or floating matters in sewage is to be provided.82 The proposed IPS of 3.12 : 225.68 M : 233. Major Unit and Specification : 3. Invert sewer pipe. There shall be one rectangular receiving chamber in two compartment constructed in RCC M – 30 with minimum sizes as out lined in attached sketch with 30 seconds hydraulic detention time at peak flow of 4.43 : 400 (RCC.0 : 230.2 MLD capacities for connecting raw sewage line with main pumping station screen chamber.52 M : 234. The material of construction for screen shall be SS – 316 flat having 40 mm clear spacing between two bars each of 10 mm thickness & 50 mm depth. The inflow of sewage from screen chamber in this sump shall fulfill the criteria of free fall & shall have sufficient & suitably designed liquid depth over pumps for continuation pumping of sewage into out fall sewer.2 MLD capacity manually operated shall be provided. The screening material will be removed manually & lifted above ground.8 m/sec.94M Dia Raw sewage sump along with Receiving chamber.2 MLD capacities.NP3) : : Sub soil water table to be used for designing.5 : 227. b) Main Pump sump: It shall be a circular structure constructed in RCC (M. Invert Level for incoming sewer.5 : 700 (RCC.3 pipe at 227.1 Intermediate pumping station : : 233.30) in continuation to screen chamber-having capacity not less than 10 minutes hydraulic retention time at 4. No. 20m below ground level NGL FFL for buildings.0. Screening chamber and access stairs case is located at Rehra Road so as to avoid excessive depth at the MPS. This pump sump shall be covered with suitable openings with gratings for lowering. Two coarse screening chambers / channel (one working & one stand by) each designed for 4. 2. M. lifting Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. Karnal . mmφ FSL of Assandh Drain Bed Level 3.NP3) : 232. M. designed at self scouring velocity not more than 0. The sewage of upper area is transported to the IPS by gravity sewer of 400 mm φ RCC NP. The MPS shall include the following units: b) Inlet & screen chamber. c) Pipe & Valves gallery: This gallery shall have minimum 3. The screening material will be removed manually & lifted above ground. designed at self scouring velocity not more than 0. 2. The material of construction for screen shall be SS – 316 flat having 40 mm clear spacing between two bars each of 10 mm thickness & 50 mm depth.30) adjacent & in front of pumps in sump with facility to drainage into sump & suitable for each pump delivery line. 3. PVC coated foot steps/ rungs for access & maintenance. b) Main Pump sump: Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. d) Delivery header: The delivery line of each pump & common header with in the pipe & valve gallery shall be in CI/ DI double flanged & designed at velocity not more than the limits fixed/ free zed in technical data sheets in this tender documents. Two coarse screening chambers / channel (one working & one stand by) each designed for 16. gas release. Each compartment of this sump shall have CI.5 M invert level. NRV & Sluice valve manually (Geared) operated with dismantling joint between NRV & SV & suitable extra space for movement for repair & maintenance of valves & common delivery header. Karnal . The width & length of this sump shall be minimum as per the sketch enclosed or as required for installation of pumps with delivery duct foot bend.8 MPS to remove suspended or floating matters in sewage is to be provided.3 pipe at 225. Main Sewage Pumping Station: The proposed MPS along with Receiving chamber. The rising main from above pipe & valves gallery to receiving chamber in horizontal may of CI/ DI titan rubber joints.0 meters width open to sky constructed in RCC (M. Screening chamber and access stairs case is located inside the STP premises.2 MLD capacity manually operated shall be provided. No.99 of pumps. for maintenance & movement of man & material.2 MLD capacities for connecting raw sewage line with main pumping station screen chamber. guide rail with chain & for vortex free operation.2. The sewage of the town is transported to the MPS by gravity sewer of 700 mm φ RCC NP. There shall be one rectangular receiving chamber constructed in RCC M – 30 with minimum sizes as out lined in attached sketch with 45 seconds hydraulic detention time at peak flow of 16. 2. Karnal .25) adjacent & in front of pumps in sump with facility to drainage into sump & suitable for each pump delivery line. NRV & Sluice valve manually (Geared) operated with dismantling joint between NRV & SV & suitable extra space for movement for repair & maintenance of valves & common delivery header. There shall be two sets of manually geared operated sluice valves with chamber with pedestal & head stock. P. The rising main from above pipe & valves gallery to receiving chamber in horizontal may of CI/ DI titan rubber joints. The width & length of this sump shall be minimum as per the sketch enclosed or as required for installation of pumps with delivery duct foot bend. d) Delivery header: The delivery line of each pump & common header with in the pipe & valve gallery shall be in CI/ DI double flanged & designed at velocity not more than the limits fixed/ free zed in technical data sheets in this tender documents.0 M for disposal by gravity into by pass channel to be provided under separate contract. guide rail with chain & for vortex free operation. No.. for maintenance & movement of man & material. This building shall have a porch in front of main entrance & shall full fill all the requirements of National Building Code/ ISI or Haryana PWD. There shall be suitable sound proof enclosure for Pages from 1 to 206 duly checked by HDM or D/S PHE Divn.2 MLD capacities. be provided with minimum head of 3. HT/ LT Panels 40 M2. office cum laboratory 30 M^2.0 meters width open to sky constructed in RCC (M. gas release. The pumps in the sump shall be covered with suitable openings with gratings for lowering. one number for sewage supply to STP & other for by pass sump of minimum 30 seconds HRT at peak flow in RCC (M. The inflow of sewage from screen chamber in this sump shall fulfill the criteria of free fall & shall have sufficient & suitably designed liquid depth over pumps for continuation pumping of sewage into STP. lifting of pumps.100 It shall be a rectangular structure in two compartments constructed in RCC (M.30) in continuation to screen chamber-having capacity not less than10 minutes hydraulic retention time at 16. C. c) Pipe & Valves gallery: This gallery shall have minimum 3. Each compartment of this sump shall have PVC coated foot steps/ rungs for access & maintenance.30) construction open to sky with railing. e) Main control room & Transformer Platform: The construction of RCC framed single storied building of size not less than 75 M2 for housing M. Toilet 5 M^2 other accessories. 0% slope towards the inlet of the grit channel for manually cleaned having a hopper in the end with cast iron sluice valve of 200 mm diameter for withdrawal of Grit at a suitable height in the tractor trolley for disposal. There shall be a platform of 1.2 M wide all around the screen chamber with pipe railing. Hot dip galvanized or epoxy coated MS Chute for screening disposal up to tractor trolley level is to be provided. 15 & 21 Sqm. operated manually & mechanically. The material of construction for screen shall be SS – 316 flat.8 M to remove suspended or floating matters in sewage is to be provided. Grit Removal Chamber. There shall be one number cast iron sluice gate at each inlet of the screen chamber with manually operated gear for control of raw sewage in this Screen Chamber. There shall be sufficient space for storage of one-day grit in each grit channel / chamber shall be provided. Karnal . Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. designed at self scouring velocity not less than 0. There shall be 1. respectively. No. 0. 2.9 M wide RCC stairs for climbing up from ground level to platform shall be provided. There shall be one receiving chamber constructed in RCC M – 30 with minimum 30 seconds hydraulic detention time at peak flow of 15 MLD capacities with 500 mm free board & 350 mm CI puddle flanged for connecting raw sewage delivery from main pumping station. There shall be 2 numbers (one working & one stand by) Grit Channels / Chambers. Two screening chambers / channel (one working & one stand by) with one manual cleaning shall provided. The grit particles in the sewage need to be removed to protect mechanical equipment from abrasion. each designed at 15 MLD capacities. Screening / Screen Chamber. each designed at peak flow of 15 MLD be provided.3 STP Receiving Chamber.101 duly fenced platforms for DG Set. The screening shall have 10 mm clear spacing between two bars each of 10 mm thickness & 50 depth mm bars. Two numbers (One working + one standby) manual grit chamber should be provided with adequate capacity to store the grit between intervals of cleaning. 100 mm Ф CI pipe with flanged sluice valve of same size for scouring during maintenance. 3. Transformer & blowers with area as 28. There shall be two numbers Sluice gates of suitable size shall be provided for regulating the flow to the MBBR in case of parallel operation. 2. The material of media should be virgin. There shall be a suitable platform for operation of 200 mm diameter sluice valve at the hopper of Grit Chamber is provided for operation.2 M wide platform all around the grit channel / chamber with pipe railing. The reactors of MBBR shall be designed at 2 Kg s BOD5 /M^3 reactor volume / day. The bidder shall also include BOD5 load during peak flow of influent sewage for 4 hours additionally while designing volume of reactor. No. There shall be one number distribution Chamber of suitable size constructed in RCC (M-30) with minimum 20 sec HRT at peak flow of 15 MLD with 500 mm free board with one no 100 mm diameter CI double flanged drain pipe & a sluice valve for scouring shall be provided.9 M width for approach.95 to 0. Executive Engineer & Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. Further each MBBR will be partitioned in two parts of equal capacity.98 specific gravity non degradable & UV stabilized. The quantity of media in the reactors will be as per design but not less than 25% of the reactor valume. The bioreactor shall be designed to treat the sewage with aerobic attached growth moving bed process. The media quantity shall be adequate to provide sufficient surface area for maintaining the microbial strength as required achieving the quality. There shall be suitable piping arrangement with valves / gates for by passing or operating reactors in parallel or in series. There will be two streams of rectangular MBBRs (RCCM-30) in parallel of 50% capacity each. Moving Bed Biological Reactor (Aerobic Attached Growth Biological Reactor). Proportional weir as flow control device to be provided in grit chamber Distribution Box. media & air diffusion.102 There shall be 1. The sample of media shall be drawn by a team of Superintending Engineer. There shall be a one M wide platform with pipe railing all around the reactors & a RCC Stair of 0. The media shall be of virgin HDPE with 0. & cast iron rungs for going inside the Chamber be provided for cleaning & maintenance purpose. Each reactor shall have minimum 200 mm diameter cast iron pipe connection with sluice valve in a separate valve pit for scouring the reactors & each valve shall have extended rod with wheel for operation & shall also CI rungs in valves chambers & as well in reactors for maintenance & shall be connected to common pit or sump for drainage of reactors in to the main sump by gravity. Karnal . 2. The entire piping for distribution of air in reactor shall be of SS – 304 material & diffusers of EPDM/ Silicon. where as in actual it shall not be less than 600M^2/ M^3. The approach velocity for computation of sieves area shall range between 0. The sample so drawn shall be got tested from Shri Ram Testing Laboratory / CIPET & the charges for the same shall be borne by the contractor.103 concerned SDE of Karnal circle. Provision to maintain bio film carriers in reactor by providing media retention cylindrical sieves of SS 316 suitably designed at peak flow with maximum 5 to 6 mm clear spacing between two sieves Theses sieves may be wedge wire or mesh with supporting structure. The diffusers used shall be suitable for coarse bubble air diffusion & for design Purpose the O2 transfer efficiency shall be considered not more than 20 %. The configuration to be used shall be horizontally cylindrical sieves inserted in reactor wall at 30 50% submergence under the side water depth from rector one to reactor 2 & from reactor 2 a common pipe header of suitably sized pipe designed at peak flow at a velocity not less MPS leading to secondary clarifiers. The air agitation or diffusion is to be applied continuously to circulate the media & keep in suspension. UV resistant material. The BOD5 loading on media shall not be taken more than 1.9 than . No.006 to 0. UV resistant material.009 MPS at peak flow & accordingly length & numbers of cylindrical sieves shall be calculated Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. The air quality required shall be sufficient for maintaining minimum necessary dissolved Oxygen as 2PPM at 200 C liquid temperatures & mixing conditions at 8000 MLSS which ever is more. The entire piping for distribution of air in reactor shall be of SS – 304 material & diffusers of EPDM/Silicon. Karnal to to 0. At the 2nd reactor of each stream of MBBR a DO meter shall be provided to enable blowers to maintain DO level not less than 2PPM using VFD (Variable Frequency Drive) controlled blowers through PLC. The RPM of blowers & motors shall not be more than 1500 RPM. The air shall be supplied using positive placement rotary type air blower minimum 3 numbers (2W + 1SB) each of 50% capacity. The oxygen requirement for BOD5 removal shall be considered not less than 1.4 Kg s / 100 M^2 of surface area of MBBR media / day for designing purpose.2 Kg O2 / kg s of BOD5 removed. The surface area of media to be used for designing purpose shall be considered not more than 500 M^2 / M^3. 2 M wide walkway with 6mm thick chequerred plate / grating.304 material for allowing 186 M^3/ M/ Day maximum weir loading as per data sheet for collection of clarified water & the bridge shall have a suitable arrangement for scum scrapping at the top of the water level with a separate launder inside the outer periphery wall with separate pit & pipe for discharge of scum. Preferable sludge so produced should be totally digested. The solids separated shall be drained out with established frequency for further disposal. There shall be 250 mm diameter CI sluice valve with sludge decanting System. No. The Valve shall be installed in a separate pit with rungs as provided in the MBBR as above. telescopic type. The shall be achieved by spacing the diffusers with gaps between groups of diffusers in orders to create rolling action. These circular secondary settling tanks with peripheral driven. Aeration system & media retention sieves shall be guaranteed against manufacturing defects for a period of minimum 10 years. width & length of the Oxic volume & shall prevent media from floating at the tank surface or at corners of the basins. Note: The Bio Media. Secondary Clarifier. There shall be one Clarifier of full capacity shall be of RCC (M-30) of suitable designed at 12 M^3/ M^2/ Day surface Loading & solids loading at average flow @ 70 Kg s/ M^2/ Day at 8000 MLSS with Hydraulic retention not less than 3 hours & shall be provided with inlet CI pipe of suitable size with central column & inlet drum of diameter not less than 10% of clarifier Diameter with minimum 50 % submergence below liquid depth to achieve steady velocity throughout the cross section of the tank & avoid turbulence.104 The aeration system with diffusers shall be so arranged to provide a mixing pattern that causes the media to be thoroughly mixed through the whole depth. for continuous sludge bleeding & scouring of the settling tank. Karnal . centrally supported MS Bridge with suspended scrappers shall be provided having minimum 1. Distribution Chamber. This secondary settling tank shall have inside launders at the periphery of the Outer wall with V notches of SS. The clarified water is to be collected in a distribution sump of suitable HRT for flow in to effluent channel by gravity. The sludge hopper will be designed to collect the sludge & allow moving towards drain pit with mechanical scrappers. 2. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. There shall be one no distribution chamber of suitable size constructed in RCC (M-30) with minimum HRT of 20 second at peak flow for collection & distributing of the flow from MBBR to the Secondary clarifiers with 2 Nos Sluice gates of suitable size at the outlet & inlet of distribution Chamber for distribution & collection of liquid. The wheel carriage assembly shall be suitably proportioned to provide adequate stability to the rotating bridge structure. The bridge shall be designed to take its own dead weight together with uniformly distributed loading of 250 kg/ m2 over the full span and width of the walkway bridge and a moving point load of 500 kg. Scrapers shall be suspended and arranged to give continuous and progressive scrapping of the configuration of blades shall be designed to carry sludge and deposited suspended solids from the periphery of the tank and deposit it efficiently in the withdrawal hopper/ sludge pocket. The rotating bridge structure shall incorporate a walkway having a minimum effective width of 120 cms. which shall be surfaced with M. 2. A deflector shall be provided and fitted to the leading edge of the driving carriage. The finished height of the railing shall be 1 m above the walkway. The assembly shall be rigidly mounted and shall be adequately rated for continuous service in a Sewer water treatment works environment. gearbox. whilst providing the suitable base for the motors.105 a) Rotating Scraper Bridge And Accessories: The Rotating Bridge supplied by the Contractor shall generally be manufactured in steel. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. Toe guards shall be provided and secured around the bridge walkway. 6 mm thick checked plates.. No. The bridge structure shall be supported at the peripheral walls of clarification and & in center shall be guide by means of central bearing assembly. Karnal . Maximum deflection of the bridge under the specified loading shall not exceed 1/360th of the span. epoxy painted and protected. The positive camber shall be kept initially to compensate for the maximum deflection under dead weight and superimposed loads. which shall not be less than 100 mm high and 5 mm thick. driving and idling wheels.S. All lubrication points and all necessary provisions shall be made for routine maintenance and for prevention of oil and grease spillage. The bridge drive shall comprise of either (a) motor with reduction gear a chain sprocket or (b) a geared motor. The bridge shall have hand railing to both sides forming an enclosure at the center in between. The bridge shall be so braced as to limit lateral deflection to less than 80 mm measured at mid span under a full load condition. painted black. shafts and bearings. Catch drains shall be provided under all oil and grease points to prevent spillage from reaching the water surface. Oil fills and drain points. where applicable shall be extended to provide a convenient access for filling and draining the system. Karnal . The bridge drive shall be controlled from an outdoor panel installed in the central part of the bridge. 2. No.106 The number and length of individual blades shall be designed by the Contractor. The bottom connections shall allow the blades to maintain contact with the floor throughout its length. The top connections shall permit the blades to follow slight undulations in the tank floor. Sufficient rings shall be included to cover the motor supply and any ancillary circuits. but the depth shall not be less than 300 mm and the thickness not less than 6 mm. All cables shall be connected to a termination box at the wall of the Clarifier. protected and shall be rated 25% above design duty. Material of Construction Tank Feed Well Bridge Rake Arm Vertical shaft / Center Cage Blades V-notch weir Squeegees Platform RCC SS-304 MSEP SS-304 SS-304 SS-304 FRP Neoprene MS Chequerred Plate / Grating Pages from 1 to 206 duly checked by HDM or D/S PHE Divn.rotation device. A suitable means of lubrication shall be provided. From there cables are connected to the main control panel. The electrical supply to bridge drive motor shall be taken through a multi ring and slip ring collector unit mounted in a fully water proof enclosure. The bridge drive shall be controlled from an outdoor panel installed in the central part of the bridge. The unit shall be fitted at the center of rotation of bridge and shall be complete with all necessary support brackets. Appropriate washers shall be fitted beneath all bolt heads and nuts. Backing strips shall be fitted to give support to the fixing of the rubber wearing strips and the assembly shall be secured by means of galvanized bolts. The slip ring assembly shall be mounted above the top level of the tank walls. while accommodating slight variations in the radial plane of the tank floor. The material shall have hardness not greater than 40 and be manufactured from well-proven compound. Bridge drive and Flocculation motors shall be of squirrel cage type. Renewable fabric reinforced rubber wearing strips of cross section not less than 12mm x 100 mm shall be fitted to each blade to provide a continuous contact surface which is adjustable for wear. anti . CI SS-304 SS-304 SS-304 a) Sludge blending & thickener.30 for disposal by gravity in to Assandh Drain with FSL as 232. Sludge consistency after sludge thickener shall be 3. Thickener Thickener is a circular RCC construction in M-30 tank of suitable size designed at 30Kg s/ M^2/ Day Solids loadings. The sludge from this sludge pit shall be pumped on the sludge drying beds with the help of 2 no suitably sized non clog screw pumps (one working & one stand by). been drawn from clarified water sump under gravity. The supernatants shall be collected in the launders outside/ inside the periphery of the tank & thickened sludge shall be collected in a sludge tank of suitable size. The excess sludge wasted shall be 0. Karnal . The sludge from the secondary clarifier shall be taken in to sludge blending sump in RCC M30 of minimum 2 hours HRT with aeration facility for sludge mixing with clarified water.82. There shall be one no collection chamber of size suitable for HRT not less than 20 minutes of average flow Constructed in RCC (M-30) for collection of clarified liquid from the Secondary clarifiers & as well as for by passing the STP a suitably sized by pass channel constructed in RCC M. SS-304 SS. No.5 %.The supernatants shall be collected in the launders outside / inside the periphery of the tank & thickened sludge shall be collected in a sludge tank of 6 hours hydraulic retention time with coarse bubble diffused aeration mixing facility.0 & BL as 230.3125 Kg / Kg BOD5 removed & excess of TSS shall be considered as non-volatile solids with 4 hours loading for peak flow for design of thickener with mechanical scrapper shall be provided for Concentration of Sludge from 1% to 3 to 3.5%.107 Handrail Vertical Post Scum skimmer Scum Box Scum Baffle Anchor Bolt Fasteners – Under Water Fasteners – Above Water Clarified water collection Chamber.304 40 NB MSPVC Coated. 2. b). to ensure surface loading minimum as 12 M^3/ M^2/ Day for sludge thickener & this blended sludge be pumped using non clog submersible pumps 2 units (1W + 1 SB) in to sludge thickener. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. 108 The sludge from this sludge pit shall be pumped to the sludge drying beds with the help of 2 numbers suitably sized non clog screw pumps (1 w + 1SB) of Sludge consistency after sludge thickener shall be 3. The bridge shall be of truss type welded steel construction with walkway of gratings / chequerred plates for full of the bridge and center platform. 2.2 M. geared motor etc. chain & sprocket. Center Shaft Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. The drive head shall be coupled to a geared motor through chain & sprocket and shall support the center shaft at the bottom for rotating the rake arms.5%. Feed Well Center Shaft Cone scraper Rake arms Tie rods for rake arms Plow blades & squeegees Weir plate Brief Technical Specifications Bridge Superstructure The bridge shall span the entire diameter of the tank. The width of the walkway shall be minimum 1. Drive Assembly with Drive Head The central drive head shall rest on the bridge at the center. The mechanism shall comprise of the following main components: Bridge Superstructure spanning the tank diameter Drive assembly complete with drive head. The truss bridge shall be provided with one row of handrail in the middle. The inlet feed pipe shall run under the bridge up to the feed well. Feed Well A fixed feed well shall be hung from the bridge superstructure. Karnal . The bridge shall rest on the clarifier wall at both the end. Thickener Mechanism (Central Driven Fixed Full Bridge Type) The Thickener Mechanism shall be suitable for installation in RCC tank of specified size. No. The weir plate shall be fixed to the tank wall by means of plate washers. Cone Scraper A cone scraper shall be attached to the bottom of the center shaft and shall serve to stir the sludge in the bottom hopper. No. 2.109 The center shaft shall be of SS welded ERW pipe and shall be attached to the output shaft of the drive head. Karnal .304 Neoprene MS Chequerred Plate / Grating 40 NB MSPVC Coated Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. Inlet piping and sludge outlet piping Material of Construction Tank Feed Well Bridge Rake Arm Vertical shaft / Center Cage Blades V-notch weir Squeegees Walkway Handrail RCC SS-304 MSEP SS-304 SS-304 SS-304 SS. Weir Plate V-notch weirs of size 5mm thick x 150mm wide shall be provided along the periphery of thickener for uniform draw-off of the overflow. Rake Arms & Tie Rods Two sets of rake arms shall be attached to the center shaft torque cage in diametrically opposite direction through a hinged connection. Inclusions All civil works along with anchor bolts. inserts etc. instrumentation & cabling including motor starters. The center shaft shall be bolted to the drive head at the top and shall support the rake arms at the bottom through a torque frame. All electrical. Each rake arm shall be provided with plow blades at the bottom and adjustable renewable squeegees for scraping of sludge. The rake arms shall be attached to the center shaft through tie rods with provision for adjustment of inclination of the rake arms. Karnal .4 mld) and it shall be sufficiently higher than the average ground level so as to discharge in Assandh Drain by gravity. bars of 8 mm dia with 6 mm rings @ 200 mm c/c. Boundary wall will be plastered on both sides. There should be access of 4.304 CI SS-304 SS-304 FRP Effluent channel:Effluent channel shall be designed for carrying peak flow for the year 2040 (considering average flow as 5. No. The bed of the sludge drying beds shall be laid over LDPE film so as to avoid the seepage of sewage in the ground. SS-304 SS.5 m high including DPC beam 9” x 9” at DPC level.0 M width from one side of every SDB. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn.2 m free board. with RCC columns 9” x 9” spaced at 10 ft. 2.110 Vertical Post Scum skimmer Scum box Scum baffle Anchor Bolt Fasteners – Under Water Fasteners – Above Water Sludge Drying Beds (Sdb). The length of effluent channel shall be 65 m. In between RCC columns above RCC beam. Steel in columns shall be 4 Nos. The sludge thickness applied over sludge drying beds should be 300 mm. Steel in beam will be 4 Nos. The filter media shall conform to specification as laid down in manual of sewerage and sewage Treatment Published by Govt. HFL shall be 300 mm above formation level shall have 0. Effluent channel shall be constructed with RCC M-30 supported over RCC columns. of India. 10 mm dia vertical bars with 6 mm dia rings @ 200 mm c/c. 1. Suitably sized Sludge Drying Beds constructed in Brick Work (1:5) with suitable drainage arrangements have to be designed for one complete cycle of 10 days with sludge thickener as above. c/c. brick work 9” thick will be done in 1:5 cement sand mortar with 40 mm topping. Depth of foundation below DPC beam will be 450 mm including 80 mm thick PCC 1:4:8 and 450 mm wide. Boundary wall:Boundary Wall. 4 Miscellaneous. 8 No. O) Whenever there is an abrupt change in levels the side / boundaries of the land allotted shall be neatly dressed with side slopes IV: 3H. C) The invert level at the outlet of the clarified water sump shall not be less than 233. Karnal . pipe ducts etc.0 M. ceiling fan. switchgears & other control equipment is in scope of contract.5 Mt capacity shall be provided for Lifting and handling of screened material. Inter connected pipe of MBBR shall be MSEP out side reactors & SS 304 inside the reactors for air. M) Tools and plants. PVC Coated rungs & connected to MPS by gravity. exhaust fan. Low & High level indication with automatic on & off of all pumps & blowers with pressure gauges at common header shall be provided. M) HOT of minimum 0. if any shall be disposed of as per directions of the engineer in charge. cable ducts. gangways. all switchgears in control panel shall be provided. B) Entire piping used for inter connection shall be DI except inside MBBR reactors & inter connection of MBBR reactors air pipes. K) Electrical works for power supply to all motors and drives. shall be in this scope of work. H) Railing shall consist of 40 mm class B GI pipe & height of railing 0. 2. The ducts and spaces in constructed area shall be provided. E) All RCC structures should be M-30 designed mix with protective coating as required. D) All inter connecting pipes & channels shall be designed hydro logically for peak flow. cables. Main Gate etc. L) Ancillary works like indoor lighting.111 3. N) All incoming cables from control panel. J) Flow Meters. I) All valves & Gates are manually operated. Surplus earth. F) Internal lightning. G) External lightning to be provided to ensure flux level as prescribed in National Building Code or ISI at all the appropriate places such as walkways. No. structures.00 M. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. ladders. A) All the reaction tanks / chamber/ SDB filtrate/ drainage shall be collected through a net work of SW pipe sewer with RCC manholes with Ferro cement covers. 250 W Mata Light shall be provided on building and STP for illumination. at MPS.9 M with vertical posts of CI at distance of not more than 2. railings. lightening protection. stairs. P) Some of these components may have interfaces with the existing treatment plants where coordination will be required. Non Return Valve. R) Paved area of 50 M^2 minimum in front of blower room & main control room consisting of 100 mm sub grade1:8:16 with concrete pavement of M15 grade 80 mm thick with kerb & channels on both sides having suitable openings for disposal of drain water shall also be included in this contract.4 M/sec. Liquid Discharge for pump) Total head. Rewari. Impellers of two vanes with solid handling capacity of 100 mm are suitable for selected duty parameter. Expansion/ detaching joint up to common header shall be provided.5 Pumping Machinery: The pump shall confirm to the specification as mentioned under mechanical items.03. Main Disposal works.03 Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. at 12 MWC Non clog submersible pumps at IPS and 5 numbers (4 W + 1 SB) of 150 M3/Hr at 15 MWC non. plastic. No 1 2 3 4 5 Pumps Details Quantity Non. a) Submersible Raw Sewage Lifting Pumps: There shall be 4No. Specific Gravity Capacity / Material Size Sewage : As above : 15. Karnal . No.8 M/sec & in the delivery it shall not be more than 2.4M^3/Hr. Specifications of submersible sewage pumps and other ancillaries for M. The velocity in the suction pipe shall not be more than 1.75 M width in embankment consisting of 100 mm sub grade 1:4:8 with concrete M: 20 grade 175 mm thick with kerb & channels on both sides having suitable openings for disposal of drain water shall also be included in this contract. 2.S. (3W+1SB) of 58.P.Clog Submersible sewage As above pumps. 3. MWC. cigarette. solid admixes etc.112 Q) Internal inter connecting roads on 3. 1.clog submersible pumps of single stage mono-block type shall be suitable for pumping all kinds of sewage / sludge storm water containing long fibber. S. For main pumping units speed shall be 960 RPM nominal. Each pump will have independent suction pipe with sluice valve & an independent delivery pipeline with sluice valve. The pump will be able to pass through soft solids of minimum 100mm φ and capable of dealing with the sewage /sludge with specific gravity of 1. C max. Material of Construction. Scope of Supply: Pump motor with cable for each pumping set as required. EN 8 SS. c) Screw Pumps: For lifting of Thickened Sludge to Sludge Drying Beds 2 Nos. 50 Hz 415 V± 10%. Pump motor HP/ RPM 0 8 9 10 11 Rated temp. O C Electric supply Solid handling cap. HOT for lifting & lowering of pumps of 2 MT shall also be provided. 2 to 2.5% Ni.). Chain with shackles 5 Nos. The pump shall confirm to the specification as mentioned under mechanical items. Performance curve shall be submitted.I.316 SI Cr /SI Cr. 40 3ph. In mm Efficiency of pump 40 HP (To be provided by the bidder considering 1000 RPM (Sync. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. 2. length as required. In Stainless Steel.113 6 7 Liquid Temp. SS (CF 8 M) Guide pipe 5 sets as required. b) Sludge Blending Pumps: For lifting of Blended Sludge to thickener 2 Nos. No. Each pump will have valves & specials as mentioned above. Each pump will have valves & specials as mentioned above. 1 Casing 2 Impeller 3 Motor body 4 Seal cover 5 Shaft (Chrome Plated) 6 Fasteners / Foundation bolt 7 Lower seals. (1W + 1SB) Non Clog Submersible Pumps of suitable capacity shall be provided in the Sludge Blending Sump complete in all respects. SS (CF8M) CI C.I. 100 mm 65% or better. Electrical panels including starter (Combined incorporating suitable starters for all Pump Sets).) or 960 RPM (Nom. Guide Rail system (for fixed type for installation): 5 Nos. (1W + 1SB) Screw Pumps of suitable capacity shall be provided in the Thickened Sludge Pump House complete in all respects. The pump shall confirm to the specification as mentioned above. Karnal . C. The scope of work shall cover but not restricted to the following: Supplying. 2. The bidder should design the scheme & prepare his General arrangement & SLD showing cable sizes & submit along with technical part of his offer on the basis of the schematic and technical specifications for the various units and components given in E & M part. 1) MPS 2) Air Blower of 50% capacity 3) Clarifiers.6 Electric Supply: The Electrical works would cover the power distribution form the Metering Panel in the Substation to the H. PVC Insulated PVC Sheathed Aluminum Conductor 1. 4) Thickener 5) Blending Pump. this shall also incorporate the starter feeders for various Pump houses & prime movers & out going feeders for Auxiliaries & for connection to APFC. Supplying & Installation of 1 number Suitable rating 160 KVA at MPS and 63 KVA Transformer at IPS out door type of 11 KVA/ 433 V Step down Power Transformer for running all prime movers including stand by. : 1 no. Supplying & Installation of one Suitable capacity A11 KV VCB Panel suitable for fault level of 350 MVA at 11 KV with necessary controls & protections. No. The Supply Distribution Company shall provide the Electric supply at the MPS at 11 KV. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. Laying. 6) Screw pump. 7) External & Internal Lightning load at MPS & STP. Electrical & lightning load both at MPS. MPS & STP. Providing independent feeder for running of the following prime movers at IPS. : 2 no : 1 no : 1 no. Karnal : 4 Pumps.1 KV grade Armored Cables of suitable cross section for connection between secondary of Transformer & the Incomer of Main Electrical Panel & from starter feeders in Main Panel to the respective local control panels for various Pump houses & prime movers. Fixing & Jointing of suitable size Aluminum Conductor XLPE Cables from the Metering Panel to 11 KV VCB Panel & from there to primary of suitable capacity Step down Transformer. Main Electrical Panel receiving supply from secondary of the Transformer.114 3. : 1 No.T panel & from HT panel to Outdoor substation and from there to Main LT electrical panel and from there to respective local control panel of each pump house & from their to each prime mover. . IPS and STP. 2. conductor of suitable size for all buildings and tanks/reservoirs. Earthling of all electrical equipments as per Indian Electricity Rules & Standards shall be provided. Indoor lighting shall be provided for all rooms of the plant according to the detailed electrical specifications the minimum illumination level shall be as per the electrical equipment section.115 Automatic Power Factor correction Panel with suitable relays & capacitors banks.9.7 Fire Safety Arrangements: Adequate numbers of ABC type fire extinguishers along with necessary set of sand buckets shall be provided in the out door sub station. Lightning protection shall be provided as per IS 3043 using G. 3. The number & capacity of fire extinguishers & Buckets provided in each area as above to Meet with the norms should be specified in the technical bid. As far as possible. The top most bar conductor shall be of gunmetal. The minimum illumination level shall be 15 Lux. with cable connections with the Main Electrical Panel shall be provided. Batteries & Battery Charger shall be provided. Earthing and Lightning Protection: a) Earthing and Lightening Protection: Earthing shall be provided as per IS 3043 in separate pits for HV and LV. 3. No. & Main electrical Panel room & Local Control Panel Rooms of all pump houses to meet with the fire safety norms as per ISI/ FIRE SAFETY COUNCIL. walkways and channels outdoor lights shall be provided at a spacing of 15 m on poles or walls. Two three phase sockets shall be provided in each pump house. Lamps shall also be providing at each entrance of the buildings. b) Lighting and Electrical Fittings: Outdoors floodlights on poles or suitable fixed on walls shall be provided for adequate lighting at all water works units. The overall earth resistance shall be less than 1 ohm. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn.I. 3.8. all bulbs and lights shall be of the long life and energy saving type. Electricity Supply. First Aid Kit: Standard first aid kit shall be provided & kept in the administrative building. Along Reactors. Karnal . 2 sockets of 5 A and 1 of 15 A shall be provided in all rooms of the control building and the chemical house according to the instruction of the Engineer in Charge. alum room & sub distribution and circuit breaker panels shall also be provided at suitable places in – and outdoor. At each unit there shall be a 15A waterproof outdoor socket for maintenance purpose. ceiling rose/Bakelite holder. Except as specifically approved by the Engineer in charge. lobby & the office room. holes to be made for switches etc. Each lighting fixture shall be provided with and earthing terminal for connection of the earthing GI wire of 14 SWG. round tile. Sheet to use should be Bakelite sheet 6mm thick. accessories and lamps should conform to relevant IS specifications and fire insurance regulations and designed for 230 V + 10%. MPS and STP including all electrical & mechanical components provided under the contract during the defects liability period of 12 months & three years thereafter. 3. control room.11. All lighting fittings.5 Sq m Copper conductor cable (IS: 694) of category II and approved make in 16SWG steel conduit pipe including laying the earthing bare aluminum conductor of size 2. 5 A 3 pin receptacles with switches shall be provided on the light control switchboards. Lighting panels shall be provided with labels indicating LPP number and O/G circuit feeder numbers. MPS and STP complete. each panel rooms. He should carry out preventive maintenance & replacements of defective equipments & components till handing over of the IPS. 20 SWG metal box with 3 mm sun mica sheet with Bakelite base making connections etc. Fixtures to be wired with 2 core 2. 6 pin receptacles with switches shall be proceeded at skirting level. All fittings shall be supplied complete with lamp. No. whereas 15 A. The tasks of the Contractor shall be: Pages from 1 to 206 duly checked by HDM or D/S PHE Divn.24 mm dia conduit fittings switch. The fitting shall also conform to IS: 1913 – (General & Safety) requirements for electric lighting fittings. 1. with bras washers. thick of up to 50mm depth in side the wall making recess of required size and making good the same with cement plaster including anti termite paint.5 mm. of 2. Operation and Maintenance Service: The Contractor shall operate and maintain the entire IPS. Fixture to be wired with 2 Nos. Karnal .1 KV grade PVC insulate armored cable shall be provided with suitable cable glands. Boxes: MS Powder quoted under ground boxes of 12. 50 Hz.5 mm 2.116 One ceiling fan each shall be provided in the laboratory.5 m in diameter.5 mm 2 single core wires shall have suitable terminals and conduit entry. single-phase system. installation for conduits and lighting fixtures shall be commenced only after all major services in that particular areas have been completed. 2. The office cum laboratory room shall have at least 2 ceiling fans & the sweep area shall be at least 1. Wiring: Wiring with 2. Testing and Commissioning: The equipment for the treatment plant shall be tested in the factory and under operating conditions during the commissioning period. . . the equipment individually and as part of the whole plant shall perform according to the performance. No. .Technical and administrative monitoring of the IPS. is MBBR (I&II) shall be provided.Maintaining all the plant & machinery and tools and making necessary repairs.Keeping the down time of any equipment as low as possible. 2. During commissioning. Collection and disposal of dried Sludge from Sludge drying beds. quality and capacity parameters laid down in the tender documents & contractor shall arrange collection of samples & testing of the same from any approved laboratory of any concerned Pollution Control Board at his cost during commissioning & there after regularly as per the requirements of PHED. MPS and STP.Cleaning of screen chamber at IPS. MPS and STP. Karnal . all Pumping sets. electrical components round the clock as per the incoming sewage flow received at the IPS and MPS. Smaller equipment and standard equipment can be accepted against quality control certificates. Testing and commissioning of the plant can be started after completion of the work.Operating IPS. beside regular testing & maintaining record in the laboratory in STP Raw Sewage is available at the plant site. MPS and STP. Haryana for obtaining NOC from Pollution Control Board.117 . .12. 3. 3. Screens & lifting of the screened material & Dried Sludge & storage/ disposal of the same in a safe & hygienic way outside the battery limits of STP site as per the instructions of Engineer in Charge. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn.13 Equipments:On-Line DO controller system for VFD-2 Nos. Bajaj CGL GEC Bells JNM Guru Mano KBL IVC / VAG (Siemens) (CGL) (Jyoti) (GEC) KBL IVC / VAG (KEC) (NGEF) WPIL (M& P) Make Kirloskar Brothers Limited (KBL) Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. Pullen or AQUA WPIL KSB GRUNDFOSS KISHOR MODI 2. Crompton Greaves Ltd.T. Crompton Greeves Ltd. No. Non Return Valves JASH/ Oriental / Upadhyay / VAG Kirloskar Brother Ltd. Ltd. 5. L. 7. Karnal . Motors Kirloskar Electric Co. New Government Electric Factory Ltd. Exhaust Fans Bajaj Electronics Ltd. 1. Ltd. Sluice gates. Item Non – clog submersible pumps./VAG 4. General Electric Co.118 5. Sluice Valves Kirloskar Brother Ltd Indian Valve Co. Mather & Platt (I) Ltd. 2. Ltd. Jyoti General Electric Co. 3. Pressure Gauge Bells Controls Forbes Marshal H. Guru Manometer India Ltd. List of recommended makes: S.0. No. Bharat Bijlee Siemens India Ltd. Indian Valve Company ADVANCE 6. CCI/ Finolex/ Siemens / Gloster. 2. Level Switch Laboratory Equipments. 12. DIFFUSERS ROTO/ INFINITY WELCOME / MM AQUA/ HYPER/ ABS/ REHAU 14.S Siemens/ L&T/Cutler-Hammer Siemens/ AEP/ Pactil/ Kappa Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. Switchgear LT Cables. 29. 27.S. 9.119 8.&P. Trac/ Techno/ Toshniwal/ EEPL Toshniwal/ Systronic/ Philips/ Errition/ TECHNICO / HACH IBM/ HCL/ COMPAC/ LENOVO/ SONI 18. L. Sanitary wares. No. 16. Bimetal O/L Relay SIEMENS / L & T/ Cutler-Hammer / GE Alstom 24. Printer. EVEREST/ SWAN/ WELCOME/ BEETA/ KAY.T. 10. Split AC. L&T. 17. BCH. GEC.T. Flow Meters. 20. Thermostat Relay L & T/ Cutler-Hammer 25. 11. Computers. 26.T. Timers C. 19. Forbes Marshal/ Endress & Hauser/ Toshniwal 15. SCREW PUMPS. Siemens. Hindustan/ Perry ware. Switches HP/ CANON LG/ VOLTAS/ CARRIER SIEMENS / L & T/ Cutler-Hammer / GE Alstom 21. Karnal . 22. 13. HRC Fuses Contactors Schneider India/ C & S SIEMENS / L & T/ Cutler-Hammer / GE Alstom 23. Air Blowers. Control Fuses Push Buttons Indicating Lamp L & T/ GE Alstom Siemens/ L&T/Concord/Cutler-Hammer Siemens/ L&T/Concord/Cutler-Hammer 28. Protective Relays Asia Elect/ Brown Bowery / Easun/ Rerolley/ GE Alstom 33. 35. 39. Alternator. HOT/ Monorail with trolley. BATTERY. CEMENT SAFEX/ NEW AGE/ FIRE AXE EXIDE/ PRESTIGE STANDARD JK/ ULTRA TEC/ AMBUJA/ GRASIM/ACC 40. Karnal .120 30. 36. Elmex/Essen Standard/ Crompton /MDS SIEMENS / L & T / GE Alstom GE Alstom Asian/ ICC/ CCI/ Universal/ Finolex/ Ford Closter 38. Outdoor Transformer/ HT Panel 31. 37. Terminals MCB MCCB IDMT Relay Wires/ Cables. Brady/ ELDROF/ HERCULUS/ AEP/ Meco : GE ALSTONE/ CROMPTON Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. Indicating Instrument 32. STEEL (TMT) HOT Crane TISCO/ SAIL/ RINL / IISCO INDEF Cummins/ KOEL/ Greaves Cotton Crompton/ Jyoti/ Stamford. Fire Extinguishers. 2. No. Diesel Generating Set Engine. 41. 34. 7. 6. 4. 2. test equipment and satisfactorily complete all the electrical work shown on the Schematic Drawings and included in these specifications provided and install wiring for the equipment that will be furnished and installed as per the sections of these specifications. Quality Assurance: All the electrical equipment and materials including their installations shall conform to the following applicable latest codes. project equipment and material tools. No. Karnal . Contractor Responsible for Supply of Equipment and Materials: If during the period of erection the contractor or his workmen damage any part of the building structure or materials the contractor shall be completely responsible for the damages and he will have to make rectification / replacement at his own cost.0 TECHNICAL SPECIFICATIONS FOR ELECTRICAL WORKS: General Electrical Requirements and Technical Specifications for Electrical Works. Fire Insurance Regulations. 5. standard & revisions.121 6. Damaged Products: The contractor shall notify the Engineer In charge in writing in the event that any equipment or material is damaged. The Electrical Supply Act of 1948. Work Included: The contractor shall provide all the required labor. Indian Electrical Rules 1956. 3. safety equipment. transportation. Regulations laid down by the Chief Electrical inspector of State Regulations laid down by Factory Inspector of State Indian Standards Institution Factory Act Any other Regulation lay down by the other local authority. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. 1. Provisions: Other applicable sections including the general and special conditions of these specifications become a part of the electrical requirements as if repeated in this section. construction equipment. 8. 2. the contractor shall be completely responsible for the damages and he will have to make rectification / replacement at his own cost. The requirements or description in these specifications shall take precedence in the event of conflict. wiring changes. insurances. No. fees and utility charges that shall be required for the electrical construction work. Location of equipment inserts anchors. Should there be a need to deviate from the schematic and specifications the contractor shall submit written details and reasons for all changes to the Engineer-in-Charge. The contractor shall obtain at his own expenses the necessary certificate for the approval of the total work carried out from the Chief Electrical Inspector Haryana Chandigarh and DHBVN / Electricity Distribution Company. pull boxes. Variances: In instances where four codes are at variances. Shop Drawings : Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. lighting fixtures. conduits stub ups fittings. No extra charges will be allowed for field adjustments. the more restrictive requirements shall apply. power and convenience outlets. Karnal . motors panels.122 Repairs to damaged products shall not be made without prior approval by the Engineer-in-Charge. licenses. exterior lighting units are approximate and the contractor shall be responsible for field verification of scale dimensions of drawings. The contractor shall obtain and pay for the required bonds. manholes. conduit rerouting or additions needed to complete the installation and produce satisfactory operation of all equipment. Project Drawings : The scope of work & specifications for electrical works are to govern the general layout of the complete construction except where special details are used to illustrate the method of installation of a particular piece of type of equipment or material. permits and inspections and pay all taxes. The contractor shall review the drawings and specifications of other trades and shall include the electrical work that shall be required for the installation. Contactor Responsible for Supply of Equipment and Materials: If during the period of erection the contractor or his workmen damage any part of the building structure or materials. 2. Service Manuals : Seven copies of all service manuals shall be furnished with the respective equipments & shall contain all necessary data for operation and maintenance of the equipment. No. A complete set of relevant drawings shall be folded and inserted in each manual. Job Conditions: Site Investigations : The contractor can visit the project site prior to submitting his bid and carefully inspect all areas and become acquainted with the existing conditions. Contract Bid : The contractor shall evaluate all job conditions that affect the construction work for the project. When required the contractor shall provide all equipment materials and wiring in accordance with the applicable codes and regulations. 3 Copies of the required manufacturer's shops drawings including complete schematic wiring diagrams for the electrical equipment as indicated in this section and the drawings a complete descriptive materials list that includes all other products required for the installation detailed installation drawings for all material and equipments. Construction Power: The contractor shall make at his own cost the required arrangements with the DHBVN for the required construction power. Upon completion of the project all temporary constructions power equipment material and wiring shall become salvage and shall become the property of the contractor and be removed with prior permission of Engineer In charge. A recommended spare part list shall also be furnished with the manual.123 After the award of the contract the contractor shall submit for the Engineer-in-Charge's approval. 2. site investigations and all other contract expenses. Karnal . The base bid shall include the total cost for all the electrical work required by the tender documents. Equipment and Materials : Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. The decision of the Engineer-in-Charge in this matter shall be final. The contractor is responsible for its safe custody for his materials at site. Standard of Quality : Products that are specified by manufacturer trade name or catalogue number establish a standard of quality and do not prohibit the use of other equal manufacturers when they are approved by the Engineer-in-Charge in case of force major condition. All equipment and material shall be new latest design and standard products of established manufacturers. The contractor shall be responsible for the proper installation and satisfactory start-up operation f the equipment in accordance with the manufacturer's requirement and to the satisfaction of the Engineer-in charge. Workmanship Contractor shall assign a competent representative (Licensed Supervisor) who shall supervise the electrical construction work from beginning to completion and final acceptance. Contractor shall provide adequate and protective storage for all equipment and materials during the construction work. No. For uniformity only one manufacturer shall be accepted for each type of product. The contractor shall notify the Engineer-in-Charge sufficient in advance so that inspection can be arranged at the factory. Inspection: Engineer. Execution: Requirements: All electrical installations shall conform to the codes and standards outlined in this section. Inspection of the equipment at the factory by the Engineer will be made after the manufacturer has performed satisfactory checks adjustments tests and operations. Qualified craftsmen who have had experience on similar projects good workmanship shall be provided for all installations shall perform all labor. The equipment approval at the factory only allows the manufacturer to ship the equipment to the project site. Incidental items not included in the tender specifications that can legitimately and reasonably be inferred to belong to the electrical works shall be provided by the contractor at no additional cost to the PHED. The Engineer-in-Charge shall inspect the fabricated equipment at the factory before shipment to job site.in Charge or his representative shall inspect the material before despatch to site of work. Karnal .124 Contractor shall provide the equipment and materials that are required to complete all the electrical works outlined in this section and/ or as may be required for satisfactory operation. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. 2. Haryana. Securing Equipment: The contractor shall provide the required insets bolts and anchors and shall securely attach all equipment and materials to their supports. Cutting and drilling structural members shall not be permitted except when approved by the Engineer-in Charge. Cutting Drilling and Welding: The contractor shall provide the required cutting drilling and welding etc. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. H. Karnal . Junction and pull Boxes and Hand holes shall have covers stenciled with box number when shown on the drawings Data shall be lettered in a conspicuous manner with a color contrasting to finish. 2. Department Haryana. No. The contractor shall be absolutely and solely responsible for damages due to accidents injuries or losses occurring to any person and property by his sub contractors agents or employees in the execution of the work.125 The contractor shall ensure that all equipment and materials shall fit property in their installations. modify or adjust during stages of erection of any items of work as may be necessary or expedient for the work No claim for compensation or damage will be entertained on the account of such changes. that shall be required for the electrical construction work. Concrete: Where shown on the drawings provide the required concrete installations or conduit encasement and equipment foundations. Excavation and Backfill: Provide the excavations for electrical equipment foundations and trenches for conduits as specified. Card holders and cards shall be provided for circuit identification in panel boards card holders shall consist of a metal frame retaining a clear plastic cover permanently attached to the inside of panel door and list of circuits shall be type written on card circuits description shall include name or number of circuit area and connected load. The Engineer or his representative will have the power to omit add. The contractor shall provide the required welding for equipment supports conduits and fittings shall not be welded to structural steel. A core drill shall be used wherever it is necessary to drill through concrete or masonry. Any required work to correct property fitted installations or defective material shall be rectified or replaced by the contractor at no additional expense to the P. E. Exercise caution during all excavation work and avoid damage to existing under ground pipes/cables. Equipment and Raceway Identification: All main items of electrical equipment such as substations high voltage switch gear and motor controllers motor control centers panels' transformers. Devices and equipment shall be checked for correct functional performance in accordance with apparatus rating operating sequence and code requirements. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn.126 Tags shall be attached to all conductors passing through junction and pull boxes and/ or manholes and hand hoes circuits phase and voltage shall be indicated. Karnal . Guarantees: All the equipments materials and workmanship shall be guaranteed as outlined in Division. Standard Design Drawing: The standard drawings forming a part of the contract documents are attached. Clean-Up: Upon completion of the electrical work the contractor shall remove all surplus materials rubbish and debris that accumulated during the construction work. Adjustments and Tests: The entire electrical installation shall be tested adjustments made and defects corrected as an obligation under the work of the section. Tags shall be pressure sensitive plastic or embossed self attached stainless steel or brass ribbon covers for pull boxes and hand holes used in high voltage systems shall be labeled "High Voltage". Work shall include furnishing the necessary instruments and material and the cost of replacement or repairs "on damage due to failure under test". Safety: Contractor shall provide guards gangplanks railing barriers lights caution signs and other equipment of materials that are required for the safety of people who are in the project area. The entire area shall be left neat and acceptable to the Engineer-in-charge. All switched and circuit breakers in high voltage and distribution boards shall be identified as to the specific load being fed provide 50 cm x 70 cm "Danger High Voltage" signs at all high voltage installations in accordance with IS requirements. No. All motors shall be checked and adjusted for correct direction of rotation loading of circuits and feeders in panel boards shall be checked and balanced provide eight copies above data for approval. Switch plates in designed areas shall be suitably engraved with a legend showing function or areas when required by codes or shown on the drawings. 2. starters etc shall have an etched metal or laminated bakelite nameplate identifying these pieces of equipment and securely mounted on the equipment by screws. : KV Peak. : 7 Cycles (Max) Control Circuit.2/ 50 micro second impulses withstand. : IP.5 Accuracy 5L for Protection.52. : Single. One for metering & other for protection. Degree of Protection. 2.0 Current Transformer.5 KA Peak. Karnal . : 12 KV Frequency.0 for metering Metering. The scope of work shall cover but not restricted to the following: 11 KV VCB PANEL: -The VCB Panel shall meet the following requirements: Type. Ratio 30/ 5 . The bidder should prepare his technical bid and prepare his estimate for electrical works strictly with scope of work & specifications & ensure performance of all the components & system as a whole to meet with the requirements. HZ. : 230 AC Potential Transformer. : 11000/ 3: 110 3 (one) Accuracy1. No. PUBLIC HEALTH ENGINEERING DEPARTMENT shall provide the Electric supply at the water works sub station of 11 KV. : Earth fault & over current CDG61 GE Alstom make TRANSFORMER: The Transformer shall confirm to the following requirements: Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. System Rated Voltage. : 62. Insulation level. Voltmeter. : Twin core. : 11 KV System Maximum Voltage. : Power Pack of 110V AC to DC. Space Heating & Illumination Lamp. : 50 HZ. a) 1.127 Technical Specifications for Electrical Works: With reference to the scope of work for electrical items given above & technical specifications are given below for the electrical works to be carried out with reference to the power distribution system and components details provided in single line diagram. Total Breaking Time.. KW/ Hr. : Indoor Cubical/ Draw out type/ motorized Number of Panels. PF. b) One minute power withstands Voltage. Rated Current for Bus bar/ Drops/ VCB. Protection : Ammeter. Short time current for one second. 1. : 28 KV : 630 A : 25 KA/ms Breaking Capacity (Symmetrically) : 350 MVA Rating Making Capacity. : Windings Temperature Indicator. Of Phases. : 433 10% Bus Bar material. : 400 KVA Rated Continuous out put. Distribution Transformer. Cooling : 2. : Cable Boxes for Hl/ LT connections. Maximum Flow Density. Degree of protection.5% : ONAN No.5 KV (Power Circuit) & 1. : DY n 11 Ambient Temperature. LT PANEL: Type. Karnal . : Off Load Tap Changer. : Out door. : Delta/ Star Vector Group.5 KV (Control Circuit) One minute power frequency voltage.128 Type. : 1. : . : IP. Location. : Marshaling Box. 2.: 3 Frequency. Connection : 50 HZ. Double : The Transformer shall be complete with all standard accessories including Maximum System Voltage. Tap Changer : Off Load Standards : IS0 2062 Tap Changer Range. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. : Radiator. 50 Cycles AC.52 Supply System : 415 V 3 Phase. : Copper : 2.5% No. : Indoor Floor Mounting Pattern. Of Steps. No.10% to +2.8 w b/ m 2 : 50 0C : 45 0C : 55 0C : Copper. : 5 Variation per step. Temperature Rise (Oil) Temperature rise winding Windings Fittings following: : Oil Temperature Indicator. 0 Earthing Bus : Copper 40 x 5mm.4 mm. Minimum Clearances. INCOMING FROM D.0 mm : 2. OUT GOING: . Relays. No.2 Incomer ASCBS shall be Interlocked in a manner that at any stage. only one of 2 feeders can be switched ON. KW / Hr.1 Set of out going feeder for APFC Panel equipped with suitable ATP MCCB. Karnal . Ammeter. . b) Cover. earth fault protection & metering with Voltmeter. Meter & Frequency meter. KW/ HR meter & PF meter. KW/ Hr. Ammeter. SET:1 set of suitable Ampere rating Draw OUT Type 4 Pole ACB with over load. earth fault protection & metering with Voltmeter.2 sets of blank spaces to be kept for any future expansion. : 25. : 25.4 mm. a) Phase to Phase.0 mm : 2. INCOMING FROM D. Ammeter. . CTs.2 Set of outgoing feeder for Auxiliaries & Lighting Loads each with suitable 32 ATPN MCB. : 50 0C Maximum Temperature of Bus Bars : 85 0C Short Circuit withstand (One second) : 50 KA Thickness CRCA Sheets a) Doors. short circuit. G. : 2. earth fault protection & metering with Voltmeter. CTs. Meter & Frequency meter. short circuit. CTs. b) Phase to earth.G. Star/ Delta or Automatic Auto Transformer Starter module with required AC Contactors. Timers. c) Frame. INCOMMING FROM MAINS: 1 set 800 A draw out type 4 Pole ACB with over load. BUS BARS: 800 A 415 V 3 Phase 50 KA 50 HZ Copper Bus Bars. 2. DOL. AUTOMATIC POWER FACTOR CONTROL PANEL: Pages from 1 to 206 duly checked by HDM or D/S PHE Divn.Adequate numbers of sets of outgoing feeders for motors each equipped with TP MCCB of adequate rating to suit the motor capacity. .129 Reference Ambient Temperature. short circuit. SET: 2 sets of suitable Ampere rating Draw OUT Type 4 Pole ACB with over load. . Power Supply. rate. LT Panel capacitor Banks shall be mounted in the separate LT Panel Board. 0. : 230 V. Adequate sets of 63A 415 V power contactor with fuses. The above DC Power Supply is required for control supply to HT VCB Panel. 3 Nos 11 KV CTs 30/5 Amp. : 30 V : 40 : Lead Acid Indoor Type. 4 wire Digital Electronic KWH Meter with accuracy class of 0. Karnal . Outgoing: Adequate sets of 32A 415V power contactors with fuses.5 accuracy digital electronic KWH Meter of suitable capacity as approved by DHBVN Ltd. 11KV PT 11000/110 V 10 KV burden 0. No.4 wire. Capacitors Banks: Adequate sets of suitable rating. 5 VA Burden. Nom. 4 wire. METERING PANEL Supply. Cell Voltage.130 The Automatic Power Factor Control of suitable KVAR rating suitable for automatic operation and control of Power Factor with in the set limits. Battery Charger. 2. 3 phase . erection.5 as per requirement and approval of DHBVN. 50 HZ. free standing floor mounting type made out of 14 G CRCA Sheet steel powder coated with channel iron base frame suitable for operation on 3-phase. testing and commissioning of 11KV Indoor H. PTs and 3 phase. APFC Relay suitable for sequential operation of 8 capacitor banks. 0. floor mounting type made out of 14 SWG CRCA sheet steel powder coated with epoxy coated channel iron base frame. : 2V : Combined booster & trickle charge for 30 V Battery. DIESEL GENERATING SET:_ Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. Capacity at A/ Hr. oil filled suitable for indoor installation. 1 Phase. 1 No.5 accuracy. 50 Hz equipped with the following: Incoming: 1 set equipped with 250 A MCCB.5 accuracy suitable for indoor installation. Battery & Battery Charger: Type of Battery Voltage.T Metering Panel complete with suitable CTs. PF meter. consisting of the following: Cubical Panel Box of minimum size 700mm x700mm x1500mm free standing. Necessary arrangement for firefighting will also be included in the scope of work. Rating Output Maximum Ambient Temperature Altitude Engine Type Engine Cooling Engine BHP : Suitable as per design : 415 V: 3 Phase. No. self start dynamo : Suitable for Gen. Alarms / Trips High Temerature Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. Set A2 BS 5514 Class : Brush less. Lube oil temperature gauge.131 Design. supply. Karnal . 2. including electric wiring between control panel and starting batteries. testing and commissioning of D. Cooling water temperature gauge. coupling guard. control panel and exhaust piping system etc. set including all ancillary equipment such as base frame. 50 C/S AC (4 wire) : 50 ºC : Not exceeding 1000 meter ASL : 6 cylinder combustions lgnition : Water through radiator : Adequate to give the above output under site conditions Speed Engine Protection : 1500 RPM : Against over speed. self-exiled. low lubricant oil pressure & high water temperature Fuel Tank Capacity Starting Governor Generator Type Enclosure Coupling : 990 Liters : Electric 24 V DC. Battery charge. self-regulated type : IP – 21 (SPDP) : Director through flexible coupling / Close coupled Base Frame : Angle sections epoxy coated common frame for engine & Alternator Engine Control Panel will have the following instruments Speedometer with time totalize. coupling.G. manufacture. Lube oil pressure gauge. The control panel shall be made up of 14 SWG sheet steel with powder coating for long life. 1500 RPM. Running Hour meter. 14 SWG sheet steel powder coated cubical type suitable for generator provided with the required instruments including:1. PF meter 8. engine overheating Engine over speed f. Ammeter of suitable range voltmeter selector switch auto manual switch pump running indication lamp pump fault indicating lamps phase indicating lamps indication of low level should also be provided. 6. 2 – spare window in enunciator ALTERNATOR:Suitable KVA. Battery Charging VM/AM 9. Karnal . The following protections should be provided in the panel: Overload protection: Over temperature protection for motors. self excited. 0. Phase Indication Lamps. Frequency meter solid state with led display. totally enclosed. The control panel should contain MCCB of suitable rating contacts relays of reputed make.8 of.132 Low lube oil pressure Over speed Low level of diesel in tank INDICATIONS:a) e) Set running b. KWH Meter. No. set fail to start c. 415 V. single phasing prevents or Seal monitoring relay Automatic level controller. 7. Electrical Panel: A separate panel (bay) should be provided for individual pump house. The electrodes should be fixed in the wet well and the connections from electrodes. self regulated. The automatic liquid level controller should control the pump while the pumps run in auto mode. 2. Ammeter with selector switch 3. KW Meter 5. Engine low lube oil pressure g. Voltmeter with selector switch 2. Should be made to the individual control panel through the cable duct necessary control wiring should be made so that the pump starts/ stops on auto. Load on-DG set/mains supply d. screen protected alternator manufactured s per IS 4722 and BS 2613/1970 with all standard accessories as supplied by the manufacturer. 50 Hz. Generator Control Panel: Floor mounting type. 4. 3 Phase. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. trims and back boxes for surface mounted cabinets in finished area by applying a rustresistant treatment prime coat and a final coat of manufacturer's standard enamel or lacquer finish and give heat treatment. Cabinets for same type of use shall be the product of a single manufacturer. The main switch of each feeder will be interlocked with its front door so that the door cannot be opened in the CLOSED position of the switch. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. After closing the selected incomer the key inserted in the Castle lock gets trapped and remains there so long as the incomer is ON. All panels will be completely wired internally with terminals brought out to terminal blocks for external wiring due to the heavy corrosive atmosphere in the WTP. Do not install surface-mounted cabinets in finished areas unless so indicated. This would serve a fool proof interlocking for avoiding paralleling of the grid supply and generator supply. Finish doors. The component details of each panel would be as per the specification. The other incomers cannot be closed due to non-availability of the trapped Key. HP Rating 1 2 3. Equip doors with concealed or semi-concealed hinges and with flush or semi-flush spring catch type flush cylinder locks. where in the incoming and outgoing feeders bus bars etc will be mounted in separate compartments having its own front door. The two incomers of the electrical panel as described above will have mechanical Castle Key interlocking facility having two locks and one Key so that only one of the two incomers can be closed with the help of the key. 2. the sheet work of the panels will be painted with 3 coats epoxy based primer after giving through red oxide paint treatment and then will be finished with 3 coats of epoxy paint of approved shade. Karnal . Up to 5 7.133 Type of starter should be as under: Sl. Where conflicting data is indicated verify mounting requirements prior to ordering cabinets. excepting non-ferrous metal parts or steel parts provided with cadmium plating or equivalent protective plating. Galvanize all other sheet metal components of cabinets including back boxes for flush cabinets. Each panel will have compartmental design. Construction of cold-rolled steel with metal gauges and construction methods shall conform to Indian Standards.5 to 50 Above 50 Type of starter DOL Star Delta. Auto Transformer The panels will be made dust and vermin proof by providing proper neoprene gaskets. Fastening method shall permit adjustment for aligning the trim for surface cabinets shall be even with the perimeter of the back box. Karnal . This will have On & Off indicating lamp for each pump for knowing the status of pumps. Fan designation Exhaust duty Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. the fascia window will start flashing till it is acknowledged by pressing the ACK PB After pressing the ACK PB the window will stop flashing and will glow steadily until the fault is cleared and Reset PB is pressed. Do not use factory furnished knockouts with surface back boxes punch or drill required openings during installation.134 Set cabinet doors flush into cabinet trim. Alarm Annunciation Panels (AAP): The AAP will get 240 V AC supply from the respective Pump Houses local panel. Technical particulars: 1. The AAP will be of wall mounting type fabricated from 14SWG CRCA sheet steel it will have front cover door of which the alarm windows will be fixed.LPS Pump Trip 1.LPS level HL The Electrical works would cover the power distribution form the Main LT electrical panel and from there to respective Local Control Panel in all Pump Houses & from LT local electric Panel to Local on & off panels located near the each prime mover of Water Works. In case of faults such as Low-Low level in LPS etc. The bidder should design the scheme & prepare his General arrangement & SLD showing cable sizes & submit along with technical part of his offer on the basis of the schematic and technical specifications for the various units. which shall limit the temperature rise to a maximum 5 degrees centigrade above the ambient temperature. Total 4 such fascia windows will be provided on each AAP in addition to the windows the AAP shall have alarm Acknowledge PB Alarm Reset each PB and Alarm Test PB and an electronic heater. The ambient temperature for the area is taken as 42 Degrees Centigrade. The alarm windows will be of solid-state fascia type having small rated flashing lamps. This should be dust and vermin proof with enclosure protection IP . No. Exhaust fans: The total number of fans installed shall create a required ventilation system. 2. The AAP shall have the following fault indicating windows: Alarm Annunciation Panel for each Local Pump Stations (LPS): 2. Equip trim with adjustable clamps or other approved means to fasten trim to cabinets.LPS level LL 1.54. Positively self acting at any load position. 2. Class II duty. its components. forged to withstand shock loads. installed and tested in conforming to the relevant Indian Standards. The beam. shall be designed.Fully machined from one piece and case hardened. mounted on two ball bearings Gears :-Gears are cut from special alloy steel and case hardened having full depth of addendum conforming AGMA standards. short headroom. accessories or structures. Brake:. All parts needing inspection and/ or replacement shall be easily accessible with the minimum need to dismantle other equipment. Load chain:. 5. Karnal . supplied.beams for suspension shall be required in Location Raw Sewage Blower Room Blending Vertical Lift From FFL to Ground level From FFL to truck height For lifting of pumps upto truck sump light 1 MT Manual Capacity 2MT 1MT Manual. centrifugal Features of Construction: 1.Conform to IS 8610 grade P Steel. 3. 2. 3. screw and friction disk type Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. wire rope hoists with hand driven traveling trolley and I . testing and commissioning shall conform IS 3938. Manual Manual The construction of the hoists. on which the hoist shall travel. No. All lubrication points shall also be easily accessible without the need for any dismantling of other equipment of accessories. Impeller Hub Casing Wall cowl Bird screen Mild steel or Cast aluminum Cast Iron / Die cast Aluminum Mild Steel Galvanized iron sheet .135 2.22 gauge 14 gauge galvanized iron with 12 mm bird screen Motor TEFC IP 54. Design capacity To be decided during detailed design Type Wall mounted. 4. 750 rpm synchronous Hoists: General:Manual driven. Load wheel :. The lifting hook shall be supported on a bearing for 3600 swivels under load. the design.As per IS 6216 grade 80 alloy steel Hook :. 6. procurement. It shall be designed according to the capacity of the hoist. inspection. manufacture. Bolts shall be of accurate length so that only one thread shall show through the nut in the fully tightened conditions.T. wheels finished high grade cast iron. regulations and safety codes. AC electric meters. No. hobbling gears with machine cut teeth. however. expediting. Bolts. procurement. 5. a) L. switchgear: S. 2. procurement. 2. Standard 1. length and alignment. Danger notice plates Electrical indicating instruments. Electrical Equipment: This specification covers in brief the technical requirements for the supply of equipment. 3247 8623 2147 2551 1248 722 Description Switchgear general requirement Factory built assemblies of switchgear & control gear for voltages including 650 V.136 Chain block:. complete with end stops. handing over the complete plant etc. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. Degree of protection provided by enclosure for low voltage swift and control gear. Nuts and bolts shall conform to IS: 1363 and IS: 1367. Karnal . installation. length and alignment. the same shall be of high standard of engineering and shall comply to all currently applicable standards. installation. It shall of the hoist. It shall be of galvanized mild steel. installation. The scope of the Contractor shall cover design and drawing of electrical systems. steel pinion Beam:. bolts and nuts shall be electro-galvanized. the material/ equipment. holding down bolts and taper washers. machined on the shank and under the water. delivery at site.On mild steel plates. 6.Low headroom pulley block Traveling trolley:. the beam fixation / support points. erection. selection of the equipment/ materials. 4. testing commissioning. Studs and Washers: Nuts and bolts shall be of the best quality bright steel. cast integral with the wheel. testing and commissioning. however. 3. No. All fixation elements shall be of galvanized steel. Nuts.The beam shall be suitable for the trolley. testing and commissioning. testing and commissioning including the design/ selection of the electrical systems/ equipment for the Treatment Plant. manufacture. Studs. packing and forwarding. materials. It is not the intent to specify herein all the details pertaining to the design/ selection of material/ equipment. the beam fixation/ support points. obtaining the statutory approvals. 137 7.B. The minimum clearance on back and sides of all switchgears shall be 1000 mm and on the front side the same shall be 1500 mm. 10118 Installation and maintenance of switchgear. Other considerations: This section is applicable for 415 V Motor control center (MCC) for water works. Technical parameters: a) b) Designation & quantity TPN bus bar details suit current rating. c) d) e) f) g) h) i) j) Min. I A CT of suitable CT ratio. All M.S shall be provided with operating handle and indoor interlock.C. 50 Hz for one minute 70 Deg.co-3 min . manually operated spring charged design. C Maximum temperature bar ACB details Ratings and static releases Contractor to release. 2705 3156 Current transformers. The horizontal bus bar chamber shall be on the top whereas vertical bus bars shall be provided in bus alley at the front.C. For details of individual switchgear components refer design consideration given in tables. 0-3 min . Voltage transformers. All A. k) PT details Shall be with static releases. S shall be of three pole. 10. 2. Karnal .C. 50 Hz for one minute Short time 50 kV RMS.C. Operating duty cycle for ACBs CT details Cast resin.co. size to Power frequency Withstand voltage duration 2. clearance Earth Bus Phase to earth -20mm 50 x 6 GI strip for other switchgears MCC High conductivity Aluminum grade E91E for TPN bus type.B. Instead of switch fuse unit (SFU) unless other wise specifically shown on drawing. 375 Marking and arrangement for switchgear bus bars main connection auxiliary wiring. current limiting features & aux switch for alarm / indication. 9. Switchgear shall be made out of sheet steel in compartmentalized design and shall be suitable for bottom cable entry on rear side. bar primary type. 8. All modules up to 630 A shall be provided with MCCB of 50 kA S. burden and class of accuracy. and above shall be provided with draw out type Air Circuit Breaker (ACB).5 KV RMS. No. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. fixed type Molded Case Circuit Breaker (MCCB) shall be provided. rating. All modules of 800 A. cubicle illumination with control switches. All boards shall be provided with thermostat control space heater. operation and maintenance of various components of switchgear. YB. 1 ph. B Off positions and VS for Voltmeter with RY. Size 144 mm sq for incomer feeders. Motor control supply 415/ 110V. 2. AM dial range to suit CT primary current VM dial range to suit PT primary voltage. Suppressed scale in case of AM for motors. 650 V grade wires of 2. Y. calibrated for reqd. All boards shall be applied with 2 coats of red oxide after cleaning and with final finish with enamel paint of shed no 631 as per IS-5 Drawing and documents required: .5 mm 2 for Ct circuits and 1. Size 96 mm sq for outgoing feeders. momentary type.l) 138 MCCB details Shall be with static releases. 2 NO & 2NC contacts of 10A 7 Watts filament type with series resistance Indicating lamp details Control fuse details HRC cartridge type with base & carrier Ratting contractor to select Miscellaneous details Control Wiring shall be with standard copper conductor. No.Instruction manual for installation.Schematic diagrams for various modules . BR. Selector switch detailsAs for Ammeter with R.0 r) s) t) u) Push button details OFF PB. for Am & VM.5 mm2 for other circuits. CT-PT ratio Accuracy Class 1. off and Auto-trip indications on module door for each drive. Accuracy Class 1. Control terminals shall be provided with shorting link and earthling facility Control wiring shall be marked with ferrule no at both ends. PVC insulated. m) n) o) Indicating Lamps On.0 q) Integrating Meter details Train gear type. common control transformer.Single line diagram . 90 deg scale. Karnal .GA drawing of panel with foundation details . Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. Degree of protection for enclosure of all boards shall be IP 52. current limiting feature & aux switch for alarm / indication. OFF positions p) Indicating Meter Details Moving iron type. AC. 4. The MCCB make.5 kW & auto transformer for 36 KW.50 Hz +/.139 b) Motors: The motors shall conform to following IS. b) c) d) Type of motors Motor duty As required as per individual requirement. Other considerations: Contractor shall select the motor as per the required performance of pumps and ascertain the required rating of the motor.5 KW DOL for rating < 3. 5. All the motors are provided with M. of permissible restart per hour for each motor after obtaining the same from motor manufacturer. Contractor shall inform the nos. Contractor shall co-ordinate between the driven equipment (pump) supplier and motor supplier for selecting the method of coupling. C. 3. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn.10% e) f) Insulation class Starting Method Class F and temperature rise as per class B Star-delta for rating > 3. Standards 1.+/. 2. Technical parameters: a) Quantity and Motor Details *As required at various locations discussed in the documents elsewhere. type and characteristic shall be provided to the motor manufacturer for his necessary action. 2. Contractor shall also verify the starting characteristic and acceleration time for motor selection.codes: S. As per design.10% Supply voltage & free conditions Frequency . Voltage . C. Karnal . IS 325 IS: 4691 IS: 6362 IS: 4029 IS: 9283(1970) Description Squirrel cage induction motors Type of enclosures Method of cooling Testing of induction motors Submersible Motors. base frame details & foundation details. If cable termination box provided with the motor is inadequate to accept cables required then contractor should provide an adopter box for the same. No. No.6% Combined variation . motor frame size. B s at MCC.415 V +/. T. .5 mm2.Instruction manual for installation. 3. 2. Conductors for insulated electric cables. with multistage aluminum/ copper conductor. c) L. rated current. Space heater 230 V Space heater for motors above 55 kW Performance details Efficiency at full load .80% min. . Technical parameters: LT Cables PVC insulated. Drawing and documents required: .rating factors recommended by cable manufacturer. taped PVC inner sheath.Motor Characteristics. 650/1100 V grade. 6. .0. 9283 (1979) Other Considerations: Power cable shall be of Al conductor except in case of submersible cables whereas submersible control and lighting cables shall be of Cu conductor. 4.GA drawing of the each motor showing dimensional details and terminal box details. Mild steel wires. Karnal . Power factor at full load . The minimum size of Al conductor cable shall be 6 mm2 and Cu conductor cable of 2.140 g) h) i) Cable termination details Cable termination box protection class IP 55. operation and maintenance for motors. Power cable sizing shall be based on the various de. Aluminum conductors for insulated cables Submersible Cables.90 min j) Painting details Enamel paint of shade 631 as per IS 5. temperature rise of conductor and voltage drop. 1 2. 5. Control cables of CTS shall be based on the VA burden of CT and relays/ meters. Cables: No. Drawing and documents required: Cable catalogue Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. armored and overall PVC sheathed Cable selection Cable shall be selected considering following points Current rating of the load de rating due to grouping of cables Voltage drop up to 3% in cable due to cable resistance de rating factor due to ambient temperature. PVC insulation and sheath of electric cables. strips and tapes for armoring of cables. Standard 1554 8130 5831 3975 1753 Description PVC insulated electric Cables.Motor selection details. 1. Switches shall be provided to achieve 50% of the designed flux level whenever required for indoor as well as outdoor areas. Indoor areas .10% Incoming cable/ conduit fixtures Cable entry for HPSV/ HPMV lamps Conduit for fluorescent tube lights 3.Outdoor Indoor Commercial for office areas and Industrial for other areas 5. Standard IS: 1913 IS: 1777 IS: 5077 IS: 2149 IS: 6665 Description General & Safety requirements for electric lighting fittings. leaving sufficient length for final connections to the equipment on both sides & loop for extra length. Cable routing given on the drawings shall be checked at site to avoid interference with structures. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. for other areas. Lighting shall be designed for controlling the flux level in following way. 1. Decorative lighting outfits Luminaries for street lighting COU for Industrial Lighting Other Considerations: The Contractor considering following flux levels shall design lighting system. 200 flux. 2. Earthling One Terminal Outside Drawing and documents required: For Lighting fixtures technical catalogue with mounting and dimensional details and polar curve be furnished.50 flux. 5. piping and ducting. All cables shall be carefully measured and cut to the required length. 2. Minor adjustments shall be made to suit the field conditions. Karnal . 3. Outdoor areas . Standard Description Rated Voltage (with variants) 230 V +/. Technical parameters: No. 2. 4. for Laboratory and Control Room. trays or conduits or buried in ground as specified in cable schedule.250 fluxes. Industrial lighting fittings with metal reflector. Painting Vitreous Enameled Weather proof for outdoor fixtures Type .141 d) Lighting Fixtures: No. No. e) Cabling system: Installation :The cables shall be laid in trenches. 4. Any cable. Cable shall be carefully pulled through conduits to prevent damage. Before cables are placed. they shall be taken in GI pipes (rigid / flexible) for mechanical protection up to a minimum of 600 mm above grade level. All temporary ends of cables shall be protected against dust and moisture to prevent damage to the insulation. which proves defective. Cable shall be neatly arranged in the trenches/ trays in such a manner. All wall openings shall be effectively sealed after installation of cables.1/2C x 95 mm2. Where cables rise from trenches to motor. Directly buried cable shall be laid underground in excavated cable trenches wherever required. rammed and leveled. (2 mm thick). The trenches shall be suitably designed for accommodating all the cables. A protective covering of RCC tiles shall then be laid on top. Ends of cables leaving trenches shall be coiled and provided with protective cover until the final termination to the equipment is completed. As each cable is laid in the trench. securely fastened to the cable and wrapped around it. Cable numbers will be punched on aluminum straps. Underground cables shall be provided with cable markers. control station. These posts shall be located at every 50 meters and every corner. that crisscrossing is avoided and final take off to the motor/ switchgear is facilitated LV/ LT Cables shall be laid maximum in two layers in each tray for cables up to 3. the trench bottom shall be filled with a layer of sand. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. This sand shall be leveled and cables laid over it. While laying cables. Cable numbers as per schedule shall identify all cables close to their termination point. shall be replaced. All wall openings shall be effectively sealed after installation of cables. Wherever cables are taken in conduits / Pipe. by measuring at site along the actual finalized route. 2. Cables shall be handled carefully during installation to prevent mechanical injury to the cables. Arrangement of cables within the trench/ tray shall be the responsibility of the contractor. it shall be subjected to insulation test in the presence of the Engineer in charge before covering. The cable shall be covered with 150 mm of sand on top of the largest diameter Cable and sand shall be lightly pressed. The balance trench area shall then be back filled with soil. Karnal . Cable shall be laid in complete uncut lengths from one item of equipment to another. lighting panels etc.142 The contractor shall ascertain the exact requirement of cable for particular feeder. the contractor shall ensure that the area of conduit / pipe is 100% more than the cable area. the ends shall be taped with PVC tape. The diameter of the GI pipe shall be at least 3 times the diameter of the cables. Cable carrier system i. their terminal numbers by means of PVC ferrules shall identify all cores at both ends. ceilings / structures and shall be run parallel to. The cables shall be so routed that they will not be subjected to heat. Insulation of the leads should be removed immediately before the crimping. then additional pipe sleeves shall be laid. f) Earthing system: Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. Cables running along structures will be clamped by means of GI saddles and saddle bars a spacing of 300 mm. conduit ends above grade level shall be plugged with suitable weatherproof plastic compound. or at right angles to. Termination: All PVC cables shall be terminated at the equipment/ panel by means of double compression type brass glands and tinned copper lugs. Karnal . For all outdoor buried cables a 3-meter diameter loop shall be provided at both ends before termination. site fabricated ladder type cable trays and supporting steel shall be painted before lying of cables. Cable leads shall be terminated at the equipment terminals by means of crimped type solder less connectors. Power cable cores shall be identified with red.e. Cables installed above grade level shall be run in trays.143 If pipe sleeves provided by Purchaser are inadequate since more cables are to be laid. The cable shall be taken through adequate size gland inside the panel or any other electrical equipment. Where cables pass through foundation walls or other underground structures. to be furnished to the contractor. Wire numbers shall be as per inter-connection diagrams. beams. exposed on walls. No. yellow and blue PVC tapes. In case of control cables. walls or columns. 2. Crimping shall be done by hand crimping/ hydraulically operated tool and conducting jelly shall be applied on the conductor. After the cables are installed and all testing is complete. the necessary ducts on openings will be provided in advance for the same. Painting shall have two coats of red oxide and one coat of Aluminum paint. At road crossings and other places where cables enter pipe sleeves an adequate bed of sand shall be given. 2. Conductor size for connections to various equipments shall be as per the table as follows: Conductor size for connections to various equipments shall as per the table as follows: Equipment Motors SWG GI 25 x 3 mm GI 25 x 6 mm GI 40x 6 mm GI 50 x 6 mm GI Flat MCC / PDB 50 x 6 mm GI flat 8 SWG GI wire Conductor Up to 11kW up to 22k W up to 37. Joints and tapping in the main earth grid shall be made in such a way that reliable and good electrical connections are permanently ensured. strip of 50 x 6 mm size or copper. Giving two coats of bitumen and covering with Hessian tape shall suitably protect all joints buried in ground. All the material required for making earthen stations. such as electrode. The contractor shall carry out any changes desired by the electrical inspector. All joints except the equipment end shall be welded.5 kW to 90kW to above 200 kW 8 SWG GI Local control station. salt etc. in order to make the installation conform to I. It shall be protected against mechanical damage. Rules. Earth pipe electrodes shall be installed as per IS: 3043. should be supplied by the contractor. Karnal . charcoal.I.E. All electrical equipment above 230 V shall be earthed at two points and equipments below 230 V shall be earthed at one point. Excavation and refilling for laying of earth strip and for earth pit shall also be in contractor's scope. The main grid conductor shall be hot dip G. Their location shall be marked on earth pit chamber covers. street light op junction box Main earth grid 50 x 6 mm GI flat Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. Conduits in which cables have been installed shall be bonded and earthed. earth strip shall be laid along the trench. The entire earthen system shall fully comply with Indian electricity act and rules. The main earth grid shall be laid at a depth of 1000 mm below Grade level. Cable armor shall be earthed at both ends. The electrodes shall be tested for earth resistance by means of standard earth tester. A disconnecting facility shall be provided for individual earth pit to check earth resistance. No.144 All the material required for the earthlings system shall be supplied and installed by the contractor. The contractor shall prepare Earthing layouts. In trenches. given a coat of red oxide primer & finished with 2 coats of synthetic enamel paint of shade 631 as per IS. h) Civil works: All civil/structural works.Any other minor civil works required such as making openings in wall. for 415V danger board and engraved nameplate shall be fixed on the panel. Cable trays: Cable carrier system shall comprise of site fabricated ladder type cable trays made out of structural steel and painted duly with two coats of red oxide and a final coat of enamel paint. All metal surfaces shall be cleaned free of rust.Road Crossings by RCC pipes . shall be made good at no extra cost. The construction of the cable trays shall be as per the site requirement and generally in line with the drawing enclosed. floor etc.Excavation. However some of the major items are listed below: . of phases of the supply. Miniature circuit breakers shall be mounted in such a ways that operating levers project outside the front cover plates. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. Panels shall be equipped with phase and neutral bus bars of adequate capacity and miniature circuit breakers. required for electrical installation is included in the contractor's scope. cable protection tiles. crimping type. The lighting panels shall be marked with the voltage and No. for directly buried cables and earthing conductors. 2. Karnal . . MCB shall be of 9 kA. No.145 SLDB Lighting Panel Indoor fixtures g) Cable glands and lugs: All cable glands shall be made out of brass and shall be of double compression type. back filling etc. sand filling. The incomer shall be of ELMCB and outgoing circuits shall have only MCBs.Foundations for lighting poles. . 32x 3 mm GI flat 25 x 3 mm GI flat 14 SWG GI Wire i) Lighting panels (LP): The panels shall be of 14-gauge sheet metal construction. . A hinged door to cover the operating knobs shall be provided with detachable top and bottom plates with 25 mm knockouts.Built up trenches for indoor cabling . All cable lugs shall be of tinned copper.All openings made by the contractor for lying of conduit / cable / earthing strip etc. Control panel shall be fabricated out of the cold rolled sheet of thickness not less than 3mm for all front/side/rear/top and bottom sides. indicating lamps meters etc. Sheet of local panel shall be of MS and thickness not less than 2mm. Control panel after having given the preprinting treatment and two coats of red oxide. All instruments on the front of the panel shall be flush mounted.146 i) Main Control Panel: The control panel shall be of 'L' shaped with indicators. The length of the CP shall be decided suitably to accommodate the equipment. A good clear earth shall be provided for the instrument control panel. etc. the various system parameters e. levels.g. blowers. The overall size of the CP when viewed from front shall be limited to maximum 1800mm in height and 1500 mm in depth. The CP shall be provided with thermostat controlled space heater and internal illumination facility. All cables shall be provided with double compression type brass cable glands while terminating the cables inside the panel. ON/OFF indicating lamps and annunciations on the front side and manual push buttons. No. The approved inscriptions shall be labeled on each annunciation window. The slant portion of the CP shall also be provided with hinge for easy access to the internal wiring. All 'ON' indications shall be in Red LED and 'OFF' indications in Green LED. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. All cables shall be terminated inside the panel on properly arranged DIN rail mounted terminal blocks. manual controls etc. Karnal . All field mounted junction boxes for signal and control cables shall be weather proof and with canopy. Annunciation system shall be located on the front vertical surface of the panel. 2. The CP shall be provided with thermostat controlled space heater and internal illumination facility. j) Local control panels: Local control panels wherever required shall be provided standard vertical or slanted panel type only depending upon the number of components viz. pumps. shall be painted with final paint shade of 631 as per IS 5. The control panel indicating status of various motors. Centrally located suction an on the rear side and louvers on the bottom of the side panels for cross ventilation shall be provided to enable the CP operator to control the same in case of A/C failure. Annunciation shall be complete with Accept/ Reset / Test PBS. The CP shall be of free standing type with bottom cable entry and rear access with hinged door. Control switches. Cable entry shall be from the bottom. The slant portion of the CP shall also be provided with hinge for easy access to the internal wiring. This earth shall be independent and separate from the Earthing provided for electrical installations. on the slanted desk. The instruments shall be mounted at such an elevation from ground that the operator should be able to read them easily. 5. Description Pressure gauge Instrument Type Bourdon Tube Type Required Range Dial size As required 150 mm ¾" BSP Process Connection Mounting Accessories Threaded on siphon Siphon with needle valve arrangement for ¾" BSP connection socket and pressure gauge 8. S. 6. 6. 9. Process connection Accessories Application As per model selected As per model selected Sewer/ Clarified Sewer water. 3. Title Description Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. 7. The control panel shall have bottom entry for cables. 10.1.0 % FSR m) Flow Meter / Transmitters (Ultrasonic Type): A flow meter/ flow transmitter (Ultrasonic type) shall be provided for measurement of raw sewage flow in open channel.0% FSR l) Level Switches: S. 4.147 Local control panel after having the pre painting treatment and two coats of red oxide. 50 Hz Output Enclosure Accuracy Potential free contacts DPDT rated for 5A Weatherproof. No. 9. 5. 3. 8.1. Title 1. 2. No. 4. hinged type lockable door arrangement and easy access for wiring. Application Water 0-10 Kg/ cm2 Working Pressure Accuracy +/. No. 2. k) Pressure Gauges: S. No. shall be painted with final paint shed of 631 as per IS: 5. Description Level switch Instrument Type Magnetic Float type / Capacitance type/ Ultrasonic type. IS 2147 / IP 65 +/. 7. Power supply 230 V AC. 2. Mounting arrangement for the control panel shall be suitable for the application and location and easily accessible for the operator. Title 1. Karnal . 10. 1.148 1 2. 7. Other applicable sections of the specification shall be constructed to form a part of this section where the context so requires specific characteristic dimensions and other details applicable to any particular equipment shall be given in the schedule of Technical Data provided at the end of the relevant Section. 6. 8. IS 2147 / IP 65 +/. 11. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. 5. Karnal . The Bidder shall prepare his bid on the basis of General Mechanical Requirements and Technical Specifications for Mechanical works given below for the various items: The requirements of these specifications are subject to the General conditions of contract. Calibration shall be performed in the presence of the Engineer-in-Charge or his representative. scales etc. No. for water in open channel & pipe. Static Pressure Range As required Required Floe Range As required Pipe ID As required As per model selected Process Connection Mounting Accessories Application Socket alongside sensor and bracket fabricated at site Flange fittings as per model selected and gaskets suitable flange size Water Power Supply 230 V AC/ 50 Hz Output 4 to 20 mA ½ "NPT Cable connection Cable Type Multi stand Cu conductor. 16 Instrument Flow Transmitter Type Ultrasonic Type. All reference equipments such 25 pressure gauges. 4. shall be certified from authorized/-approved agency. Enclosure Accuracy Weatherproof. 9. All such certification shall be in the scope of contractor. 14. The contractor shall do all recalibration till hand over of the plant. 15. 13. 7.0.5 sq mm with PVC ins screened Armored Cable Glands ½ "NPT Double Compression in S. Standard calibration procedures shall be followed for calibration. 3. General & Technical Specifications for Mechanical Works. For all instruments standard calibration documentation shall be prepared at the time of calibration.S. 2.2% FSR n) Site Calibration: All field instruments shall be calibrated at site under supervision of supplier's Engineer. 12. If no applicable Indian standard is available for any item of equipment or materials. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. All mechanical equipment and the materials used shall comply with the relevant Indian Standards unless a more rigorous requirement is specifically stipulated. In every situation the latest specifications. No. transportation and test equipment for supplying installing adjusting and fully testing all the mechanical work shown on the Drawings included in these schedules or ordered by the Engineer-in-charge. In instances where there is a conflict between two codes (the Indian Standards not available). shall apply unless otherwise stated. c) Standards All mechanical equipment and the materials used shall comply with the relevant Indian standards unless a more rigorous requirement is specifically stipulated. processes or systems shall comply with the requirements stipulated in the relevant sections of the specifications. d) Extra works Any item of equipment or material or materials not shown on the drawings or specified else where but is clearly essential to make the system operable shall be supplied and installed by the contractor as if it has been shown or specified there in. Karnal . b) Equipment Guarantee. a) Standards. standards etc. the contractor shall furnish and replace. shall apply unless otherwise stated. the corresponding British Standards of the Standards laid down by the regulating authority in the United States dealing with the subject in question shall be adopted. Unless specified otherwise elsewhere.149 The contractor shall provide all the required laborer permanent equipment and electrical tools. In every situation the latest specifications. In instances where there is a conflict between four codes (the Indian standards not available). The more restrictive of the four shall apply. construction plant and equipment. This requirement shall conform to the general conditions of the contract. safety equipment. In addition to performance guarantees. If no applicable Indian Standard is available for any item of equipment or materials. Standards etc. The more restrictive of the two shall apply. at no cost to the Public Health Engineering Department component of the equipment that is defective or shows undue wear within one and a half years from the date of delivery at the site or one (1) year from the date of commissioning of the work whichever is later beside 4 years operation & maintenance period guarantee. 2. the corresponding British standards or the standards laid down by the regulating authority in the United States dealing with the subject in question shall be adopted. 75 mm. No. All equipment furnished shall have a data plate fabricated out of 316 Stainless steel with a minimum thickness of 6. Operating and performance data and other pertinent information. g) Project Drawings : The plant layout STP with MPS with locations of various units is attached. cable routs etc. 2. A 4.6 mm with embosses or reprinted lettering and fastened to the frame with corrosion resistant pins. No restrictive choice is either implied or intended and tenderers are free to offer other makes of equipment or materials provided they comply with these specifications and the requirements shown on the drawings. f) Tagging Nametags shall be provided and attached with each item or equipment and device to identify it. h) Shop Drawings Prior to fabrication of custom made equipment or placing orders for available manufacture equipment. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. on the basis of his detailed design to be submitted along with his technical bid. The bidder is required to prepare his own layout showing all mechanical & electrical equipments. The name and number of each item or equipment or device as shown on the drawing shall be shown on each nametag.75 mm diameter hole shall be provided in the upper left hand corner of each tag and shall be used to attach the nametags to the equipment and devices with 2 mm stainless steel chain. They shall be made from brass or stainless steel metal and have a minimum thickness or 0. the contractor shall obtain from the manufacture and submit to Engineer in Charge for his approval five copies of shop drawings for showing. Nameplates shall have stamped on number type. Letters and numbers shall be engraved or etched in the name tag and shall not be less than 4. it has been so done to indicate type and equality required and acceptable. letters and numerals shall not be smaller than 4.75 mm high. The nametag shall be of rectangular shape and shall be approximately 37 mm x 76 mm in size.75 111 m high.150 e) Quality Standards Whereas the names of one or more manufactures have been shown on the drawings or mentioned in these specifications. Karnal . approximate elevation and other pertinent data required to facilitate the relocation of the pipes or fittings later when necessary. i) Record Drawings The contractor shall maintain a complete and accurate record set of drawings for the mechanical installation and construction work. j) Adaptation of Equipment In case the equipment selected require any revision to the structure. devices and other accessories forming a part of the equipment to be furnished. pal1s. Only one of these four descriptions shall be used throughout the contract. No. electrical or other changes. these shall constitute the initial submittal. Should the Engineer-in-Charge elect to witness the tests or have the test witnessed by an authorized representative on h is behalf. Upon completion of the work the contractor shall submit to the Engineer-in-Charge three (3) complete set or "record drawings" or as built distinctly shown in red ink and marked "Record" or "built". baseline stationing. piping. l) Manuals Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. k) Utility Service Interruptions Utility service interruptions initiated by the contractor in the course of execution of his work shall be scheduled in advance and approved by the utility authority and the Engineer in Charge. The contractor shall notify the Engineer-in-Charge three (3) weeks prior to any testing. piping electrical or other works shown on the drawings. All such revision shall be adapted to the approval of the Engineer-in-Charge. assembly. The contractor shall submit six (6) copies of certified performance or certificate test curves as specified for all pumps unless otherwise specified with the tender. foundation drawing. the contractor shall include the cost or such revisions in his bid for the equipment and no extra payment shall be made for such revision. Record all work that is installed differently than shown on the project drawings. All underground piping shall be located by the dimensions. Karnal . Unless otherwise specified. installation drawings and wring diagrams together with detailed specifications and data covering materials used power the assembly. 2.151 Detail of fabrication. It should however be noted that no equipment will be accepted which requires any major structural. schedule of preventive. calibration and repair instructions. m) Equipment Guarantee The contractor shall be fully responsible for repair & replacement of all the equipments at STP up to O & M period of two years after defect liability period & during this period no extra cost of the same shall be paid by the department. Schedule manual for approval shall be submitted to the Engineer-in-Charge not later than the date of dispatch from factory.152 The contractor shall obtain from the manufacture and hand over to the Engineer-in-Charge seven sets of instruction and maintenance manuals for the equipment furnished under these specification to provide adequate information for proper installation. And return one (I) set to the contractor for his use in the Stan-up of the equipment. if gross inadequacies are comings to improve to a general level of acceptance. errata sheets or addenda shall be supplied by the contractor in consultation with the Engineer-in-Charge. All equipment furnished under this or allied sections shall be new and guaranteed free from defects in materials. The errata sheets. If any errors or in adequacies discovered are of a minor nature. it Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. n) Materials and Workmanship. The Engineer-in-Charge shall approve the manuals for the adequacy of the contents and the format. maintenance. No. Specifications. Contents: The instruction manual shall contain but not be limited to at least the following information. purpose. This requirement shall over all equipment furnished. instruction and precautions. installation. where applicable. pertain and maintenance of the equipment. 2. short and long-term inactivation procedures. General introduction & over all equipment description. functions amplified theory of operations etc. parts list and spare parts recommendations. addenda or revised manuals shall all be resubmitted to the Engineer in Charge for recreating and approval within fourteen (14) days of the date of which the Engineer in Charge's comments are conveyed to him. operation procedure. stal1 up procedures. shut down procedures. name and address of closest spare parts and repair facility. design and workmanship if inadequate information is provided in the specifications. Karnal . All tests or chain drives. 2. Safety guards shall be fabricated from galvanized or Aluminum clad sheet steel of sufficient thickness of 13 mm Mesh. Corresponding parts of duplicate units shall be full interchangeable. Individual parts shall be manufactured to standard sizes and gauges so that spares furnished at any time. and other moving or rotating parts shall be covered on all sides by safety guards which shall be free of sharp edges and corners. The location of the fabricator and his shop schedule shall be furnished to the Engineer-in-charge for commencement of fabrication to enable him to schedule inspections if he so decides. iron shall be tough. which will be submerged. Equipment shall not have been in service at any time prior to delivery except as required for test. A heavy cast iron or welded steel base shall be provided for each item of equipment. heavy cast iron or welded steel bedplate. Each guard shall be designed for easy installation and removal.0 mm. Supports and accessories including bolts shall be hot dipped galvanized. during normal operation of equipment shall have a minimum nominal thickness of 6. All safety guards to outdoor locations shall be designed to prevent the entry of rain and dripping water. Karnal . fan belts. erection and intermittent or continuous operation. tapered dowels for alignment or making adjustments adequate openings to facilitate grouting and openings for electrical conducts. close-grained gray iron free form blow holes. except where otherwise specified structural and miscellaneous fabricated steel used in items of equipment shall conform to the relevant Indian standards. couplings. shall be mounted on a single. All parts of the equipment shall be adequately proportioned to safety withstand all stresses that may occur or be induced in them during fabrication. p) Equipment Bases and Bed Plates. in part or fully. Equipment assemblies. o) Safety Guards. Unless otherwise specified all steels. which is to be installed on a concrete foundation. can be installed in the field. flaws or excessive shrinkage and shall comply with the requirements of IS-210. All equipment shall be designed fabricated and assembled in accordance with the best current engineering and workshop practice. All necessary supports and accessories shall be provided for each guard. All seams Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. All structural members shall be considered as subject to shock or vibratory loans. No. exposed shafts. unless otherwise specified or shown on the drawings. Bases or bedplates shall be provided with machined support pads. All materials tested shall be appropriate for the service conditions.153 shall be the contractor’s responsibility to ascertain the conditions and service under which the equipment is required to operate and to warrant accordingly that operation under such conditions shall be successful. All drive units shall have rating and service factor suitable for “twenty four" (24) hours per day operation under operating load. The thermal rating of each unit shall exceed the design load or proper cooling devices shall be provided. anchor bolts for items Or equipment mounted on base plate shall be long enough to permit 38 mm of grout beneath the base plate and to provide adequate anchorage into structural concrete. q) Jacking Screws and Anchor. Anchor bolts shall be 316 Stainless Steel and no bolts or other material shall be permitted except with the written permission of the Engineer-in-charge. No. Drive unit housings shall be constructed of high grade cost ironwelded steel or other suitable approved material. Bolts jacking screws shall be provided in the equipment base plate and bedplates to aid in Leveling of equipments prior to grouting. Drives shall be non-overloading at all point on the equipment-operating curve. shall be delivered sufficiently early to permit setting the bolts accurately in place when the structural concrete in placed. The plates shall have a minimum thickness of 6. Equipment suppliers shall be provided with anchor bolts. 2. which they are required to perform. t) Lubrication: Contractor shall insure constant presence of lubricant on all wearing surfaces lubricant filling and draining openings shall be ready accessible. in order to comply with these specifications. together with templates or setting drawings. s) Electrical Motors: All Electrical motors supplied under this contract shall conform to all requirements specified elsewhere in the Selection dealing with motors. Karnal . Anchor bolts. Sleeves shall be minimum of one and half times the Diameter of the anchor bolts. Unless otherwise shown or specified.154 and contract edges between steel plates and shapes shall be continuously welded and ground smooth.0 mm. The contractor shall accordingly coordinate the work of all different specials comprising the integral system and the corresponding functional safety and code requirements for each installation. r) Drives. nuts & washers And sleeves of a adequate design as required for proper anchorage of the bases and Bed plates to the concrete bases. All drives shall be designed specially for the service. Easy means for checking the lubricant level shall be Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. The contractor’s attention is drawn here to the fact that requirements more rigorous than those stipulated in general therein or the Indian standard or other sections of these specifications to meet specials process requirements. The cable must be leak-tight in respect of liquids and firmly attached to the terminal block. Motor should be sealed against entry of liquid being pumped by using two mechanical seals. The motor should be designed for non-overloading characteristic. plastic. Winding of the motor should be impregnated by resin in order to achieve required thermal withstanding capacity. For main pumping units speed shall be 960 RPM nominal & impellers of two vanes with suitable solid handling capacity for selected duty parameter. The pump installation design should be such as to facilitate automatic installation and removal of pumps without having to enter into the pit. and cable entry should be sealed. duck food bend lifting chain with shackles enough guide wire / pipe. the equipment shall receive prescribed amount and type of lubricant as required by the equipment manufacturer. permanently grease filled ball bearings should be provided and this should take care of all the axial and redial forces at any point of operation. The pump set shall be supplied along with the SS guide rail. Karnal . The motor should be dry.Clog Pumps: The submersible pumps will be of single stage mono-block type with non clog design and will be suitable for pumping all kinds of sludge storm water containing long fibber. Motor should have integral cable. cigarette. Profile gasket should be provided in automatic coupling system so as to avoid metal-to-metal contact between the pump and duck foot bent to ensure leak proof joint. 2. Maintenance free anti friction deep grove. There should be thermal protection against overheating of motor winding.5 % Ni Cast Iron constructions and the impeller should be made up of stainless steel (SS) CF8M. moisture sensor of the pumping unit should b located inside the oil chamber. It will be provided with the electronic control unit for such protection. solid admixes etc. The pump can be started manually from its panel room as well as by level switches as soon as water reaches a certain height in the pit. No. suitable for 3 phase 415 V supply.155 provided prior to testing and or operation.03. The pump will be able to pass through soft solids of minimum 100mm φ and capable of dealing with the sludge with specific gravity of 1. Submersible Non. thermostat for tripping of pumps in case of any leakages or high temp. The casting of pump set should be of 2 to 2. squirrel cage type. The longer seal provided should have silicon carbide Vs silicon carbide face combination. continuous duty with class ‘EX’ insulation. Pump design should ensure that seal does not come directly in contact with liquid being pumped as well as cooling/lubrication oil. It will also trip automatically Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. SS foundation bolts and nuts complete. The pump will have reputed make mechanical seal & in built safeties of moisture sensor. A signal guide rail system is used in the permanent installation of the pump. This enables the pump to be removed from sump without the necessity of removing any nuts and bolts. size and other details are given in the table below. a single guide rail system is used in the permanent installation of the pump. which will be wired in the motor control circuit.156 by means of a level switch provided in the sump. The level switch will be of electrode type. Starter control panels for the pumps shall be integral with the Main Electrical Panel & Should be manufactured to meet the basis requirements of motor protection such as no-volt and under voltage protection and thermal overload protection. The specification of selected pumps. which stops the unit instantly if connected to start in the wrong direction. For permanent installation a Pedestal and Bracket should be provided. Alternatively a supporting stool (Skirt Base) can be provided as an accessory in case of temporary installation. The pump should be provided with a reverse rotation trip feature which stop the unit instantly if connected to start in the wrong direction. Besides this normal feature. Karnal . The pump can also be installed on a stool and connected with the flexible hose on the delivery side in case of portable or temporary installations. The control panels should be provided normal indicating lamps but can further be provided with audio-visual signals or circuits for internal application. the scal monitor and the reverse rotation trip device and the automatic start/stop device Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. provision should be made in the control panel to utilize safety features incorporated in the pump such as the misters in the windings the seal monitor and the reverse rotation trip device and the automatic start/stop device according to the levels in the sump. The pumps should be provided with a reverse rotation trip feature. For permanent installation a pedestal and bracket should be provided. Starter Control Panels for the pumps shall be integral with the Main Electrical Panel & should be manufactured to meet the basic requirements of motor protection such as No-Volt and under voltage protection and thermal overload protection. capacity. For easy installation and removal of the pump. This enables the pump to be removed from sump without the necessity of removing any nuts and bolts. Up to and including 50 HP Pump Above 50 HP Star delta Auto Transformer For easy installation and removal of the pump. 2. No. The pump can also be installed on a stool and connected with the flexible hose on the delivery side in case of portable of temporary instillations. Besides this normal feature provision should be made in the control panel to utilize safety features incorporated in the pump such as the misters in the windings. Alternatively a supporting stool (Skirt Base) can be provided as an accessory in case of temporary installation . at the operating speed.157 acceding to the levels in the sump. Scope of Supply: Pump motor with cable for each pumping set as required. The mass of the unit and its distribution shall be such that resonance at normal operating speeds is avoided. In any case the amplitude of vibration as measured at any point on the pumping unit shall not exceed the limits mentioned in the latest edition of Indian Standard.8 or more. The pumps should be provided with reverse rotation trip feature for instant stoppage on long electrical connection. Guide pipe sets as required. in lengths as required. Guide Rail system SS (CF 8 M). 2. Moisture Sensor: The moisture sensor shall be provided in the oil chamber to detect the leakage of liquid in case of failure of the mechanical seal. the ratio of relative. No. The control panels should be provided normal indicating lamps but can further be provided. The chain shall have SS 304 rings fixed at an interval of 1 meter for engaging the hook of the chain pulley block. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. Electrical panels including starter (Combined incorporating suitable starters for all Pump Sets). One end of the chain shall be attached to the pump and the other end fixed near the upper bracket for guideline suitably by means of SS 304 Shackle. Pump Balance: All rotating parts shall be accurately machined and shall be in rotational balance. Lifting Chain: The pump shall be provided with stainless steel lifting chain of suitable size. Speed to the critical speed of the unit or components there of shall be less than 0. Karnal . SS Chain with shackles. Excessive vibration shall be sufficient cause for rejection of the equipment. The mechanical seals shall be suitable for running in both directions without damage. Reverse Rotation: The pump shall be designed to run safely in the reverse direction of rotation due to waster returning through the pump. The pumps should be provided with reverse rotation trip feature for preventing running in opposite direction in case of wrong electrical connection. Submersible Cable: The pump shall be provided with submersible cables of equal length for power and control so that the pump position can be interchanged with each other. This cable shall be terminated in a cable junction box & thereafter can be non-submersible type. Types of construction of mounting arrangement of Rotating Electrical Machine. IS: 325 . Karnal . Bearing set. The enclosure for motor shall be IP–68 each phase of the motors shall be provided with thermostat or by metallic electromechanical temperature detector.Dimensions of three phase.158 Spare Parts: The installed pump should be supplied with one impeller duly machined. foot mounted induction Motors. IS: 2223 . The motor winding shall be suitable for star-delta/ autotransformer starter. 2.Methods of determination of efficiency of electrical Machinery. IS: 4029 . the relevant British or German (VDE) Standards shall apply. IS: 4722 . IS: 4729 . References: Unless they are at variance with the cusses of this specification. No. IS: 4889 .Degrees of protection provided by enclosures for Rotating Electrical Machinery. Where Indian Standards do not exist. IS: 2253 . and an altitude not exceeding 1000 m above mean sea level shall be taken into consideration. set of spanners. a maximum ambient temperature of 500C maximum liquid temperature of 40 0C. Scope: This specification covers the design and manufacture of squirrel cage induction motors required for sewage pumping station. one set of Mechanical seals one set of wear rings (if applicable) and one set of O-rings and gasket. Submersible Motor The motor shall be integral part of the pump. The motor shall be designed for minimum 10 starts per hour.Rotating electrical machine vibration of measurement and evaluation of.Guide for testing 3 phase induction motors. For other details refer specifications for motors (Wherever applicable).Dimensions of flange mounted AC induction motors.Rotating electrical machines. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. The motor shall operate satisfactorily at all operating levels in wet well. Contents of this specification are integral part of the contract documents. IS: 4691 . irrespective whether it is star-delta start or otherwise. the squirrel cage induction motors and their components shall comply with the applicable Indian Standards listed below.Three phase induction motors. if not specifically mentioned therein. IS: 1231 . Operating Conditions: Ambient Conditions. Submersible motors-Motors shall be suitable for operating satisfactorily in humid and corrosive atmospheres found in sewage treatment plants. Frequency and Voltage vibrations: Motor will be required for continuous. 2. No. At rated frequency with voltage variations of +/ . (c) The safe start time shall be greater than starting and normal overload relay operating time.159 Motor shall be suitable for operating satisfactorily in humid and corrosive atmosphere found in sewage treatment plants.3%. It not scientifically mentioned therein a maximum ambient temperature of 50 degree centigrade and an altitude no exceeding 1000 meters above mean level shall be taken into consideration. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. satisfactory operation at rated output under the Following conditions. Performance: (a) Starting Current. Starting: The submersible pump motors shall be designed for minimum 10 starts per hour & up to & including 50 HP Star/ Delta starters shall be provided & for higher rating Auto Transformer starters shall be incorporated.10% of nominal value. Direction of Rotation: The motor shall be suitable for operating in both directions of rotation. Noise: The noise level shall be within the permissible limit as specified in the Indian Standards. For squirrel cage motors working in the voltage range of 415 (+/ -) 10% V the starting current shall be limited to 6 times the full load current. At rated voltage with frequency variations of +/ . The direction of rotation is defined as that looking towards the motor from the non-driving end. With a simultaneous and combined variation in frequency and voltage of +/ -10% from the nominal values but with frequency variation not exceeding +/ . (b) Torque Characteristics. Karnal . For motors working in the voltage range of 415 (+ / -10%) V the minimum starting torque shall be 140% for full load toque with minimum torque during running up 100% FLT and minimum starting torque 200% FLT.3% of nominal value. 1. 4.316 Pipes: The pipes used shall be as follows: S. Special tools and spanners: Each rating and frame size of motor shall be provided with 2 sets of any special tools required for dismantling and maintenance of the motor. 3.1980 Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. air filled and watertight. The housing shall be of C.plates as required under IS: 325 shall be provided on each motor Test and Test Certificate: The motor shall be tested in accordance with IS: 325 and IS: 4029. NP2 Class 15 10 Kg f/ Cm2 g Heavy duty Class K9 LA IS for supply 8329 1536 6418 1592 4985 1239 up to 150 NB 6913 458 651. No. All fasteners shall be S. 5. 9. Type of pipe Ductile Iron S&S Cast Iron S&S Cast Iron Flanged Asbestos Pipes Rigid PVC GI Stainless Steel RCC Pipe S&S SW pipe. Bearing shall be adequate to absorb axial thrust.000 hours.160 Motor Casing: Submersible motor: The motor enclosure shall be IP -68. Karnal . Eight copies of the test report should be submitted for approval.I. Name Plates: A name . 6. the bearing shall be chosen to provide a minimum operating life of 40. 2. The bearing shall be maintenance free with grease fill for life. The housing shall be coated with epoxy after applying primer coating. Bearing and Lubrication: Motors shall have grease-lubricated ball or roller bearings. 8.S. No. In all cases. 7. 2. inspection. In case of manual closing of valves. Karnal . erection. according to the nominal diameter and the pressure class. testing and commissioning of valves shall conform to the latest revision of the following IS codes and /or equivalent: S. shop testing. position and diameter of holes. Drawings of the dismantling pieces have to be submitted to the Engineer in Charge for approval. Dismantling pieces: All valves to be installed in straight lines shall be installed between flanges with a flexible dismantling piece at one side of the valve. it shall be reduced through a suitable gearbox. and 15 minutes for valves 450 mm dia and below. Operation must be possible by one man against maximum design working pressure by exerting not more than 10 kg f force. 1 Standard IS-778 Title Gunmetal gate. The contractor has to ensure that flanges of flanged equipment of different type and of different suppliers have the same matching dimensions. manufacture. number.161 Valves general: The design. which shall ensure pipeline rigidity. installation and maintenance of valves. Codes and standards: The design. manufacture. 3 IS-14846 Sluice valves for water works purpose (50 to 1200 mm) Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. The piece must allow the dismantling of the valve without stress to the joints of the attached pipes. No. The minimum clearance of the dismantling pieces shall be five (5) cm. Operational Torque Requirement: The valves shall be manually operated as per the description given in different units. The valves shall be installed in a horizontal position. the gearbox design should be able to close the valve within 30 minutes for large size valves (500 mm dia and above). Nothing in the specification will be construed to relieve the contractor of this responsibility. performance testing and installation shall comply with all applicable Indian standards and codes. 2 IS-2685 Code of practice for selection. construction materials. No. specials and accessories will be according to IS 1538. globe and check valves for general purpose. If the operating force is more then 10 Kg f. 2. No new or additional holes shall be drilled on site. Flanges: All flanges of pipes. The pressure class of the dismantling piece shall be the same as that of the valve. to ensure that the valve will rapidly fully close the moment forward flow of the water cases i. in standard sizes. external counter weights will not be acceptable. No.S. Materials of Construction: Body Door Spring Body ring Door ring Hinge pin Drawings and information to be provided: The contractor shall submit the following drawings with his submission for detailed engineering: Outline drawings showing the principal dimensions and weights CI to IS Gr FG 200 CI to IS Gr FG 200 Spring steel BS: 970 S. 2. on pump shutdown. according to the outlet conditions. In this case stopper to be provided for the upper door to avoid contact with shell. AISI 304 S. larger diameter non-return valves will be provided with several smaller and lighter flaps in a single bulkhead. The gates shall be mounted on frames and provided with a non-rising spindle with headstock or electrical drive according to the site of installation. Karnal . The gates shall general be mounted on the side from where the higher pressure shall general be expected (seating).162 4 5 API-594 IS-3042 Spring loaded dual plate check valve Single faced Sluice Gate for the distribution chamber and filter inlet. and shall be suitable for installation in a horizontal pipeline. AISI 304 AISI 410 / 431 Hardened and ground Sluice Gates: General Specifications: Sluice gates according to IS 3042 shall be provided shall be square or circular. Non-return valves: Constructional Features: Non-return valves shall be double flanged and be installed on the delivery side of the pumps.S.e. Rapid natural closing to be non-slam by suitable design of spring return mechanism. To prevent excessive head loss. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. The spindle shall be rolled on trapezoidal thread. The adjustable sealing faces on the sides. tapered snug shall be provided to match the tapered side guide strips of the frame. The frame shall be with gunmetal seating faces. It shall have a side guide strip with a machined face up to the maximum open position of the door. Karnal . If required. gearing shall be provided. for operation by one man against the full unbalanced head (non more than 10 kg f). fitted with gunmetal index and pointer. The headstock shall be a cast iron pillar with and operating rod operated by a hand wheel on top. Materials of Construction: Frame Door Sealing faces Spindle Head stock Hand Wheel CI CI Gun Metal S. On the back. machined to match with the faces to the door. Sufficient margin should be there for wear and tear in course of use. The door shall have reinforcement ribs depending on the size of the door and the unbalanced head. No. 2.S IS 410 CI CI Sluice Valves General Specifications: Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. mild steel extension rod up to the headstock/ drive Ball thrust-bearing arrangements shall be provided for long spindle. It shall be provided with torsion couplings. All anchors bolts ands nuts of galvanized mild steel. The upper part of the frame shall have machined face to support a thrust plate. joints and fixing elements shall be provided. bottom and top are of gunmetal and machined to match the seat on the frame. the sluice gate shall be designed to tight close against a maximum unbalanced head (forcing the door away from the seat/frame) corresponding to 150% of the minimum difference in the water levels or the difference plus 1. There shall be an integrally cast pocket in the upper part for the unmated nut threaded to suit the non-rising. cast iron guide brackets. whichever is higher.163 In case of alternative load from either side. The hand wheel is to be designed. It shall have an integrally cast in spigot o the nominal size of the opening to be cast into the concrete. The frame shall have a sufficiently broad flange of adequate section with drilled holes to fix it with anchor bolts. Materials of construction: - Body Gate / Disc Spindle Seating ring Back Seat CI IS 210 Gr FG 260 CI IS 201 Gr FG 260 Stainless Steel AISI 431 / AISI 410 SS 304 Cast Iron IS 210 Gr-FG 260 with SS 304 seat Painting: The C. piping valves etc shall be painted with bit mastic rustproof paint. manufacture and performance of blowers specified herein shall comply with the requirements of the latest edition of the applicable. The design. Karnal . 6. The material of various components shall confirm to those stipulated in the Technical Particulars section. Codes and Standards: Standard BS: 1571 ISO: 1940 Title Performance Testing Dynamic Balancing of rotor Design requirements: The blower shall be capable of developing the required total pressure at rated capacity for continuous operation.I. one rotor mounted over other with horizontal airflow. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. The valves will be provided with hand wheels with extensions as required on the place of installation.e. Blower: Codes and standards: For supplying air to Treatment plant Twin/ Tri Lobe Blower is proposed.0. 2. The data specification sheets shall guide performance requirement for the blowers.164 The valves will be of PN 1.0 rating suitable for on line installations in horizontal positions.5. The blower shall operate satisfactorily within the operating range. Blower configuration shall be vertical i. strength and heat transfer fins for smooth and cool blower operation. Blower shall run smooth without undue noise or vibration. The shaft shall be suitable to work at high temperature. Casing shall have proper involutes shape on inner side machined accurately to achieve best efficiency. Shaft Sleeves: - Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. Rotor: Both the rotors shall be properly machined for involutes profile surface with treatment to increase wearing resistance. dead weight pressure relief valve and pressure gauge. silencer. Noise levels and velocity of vibration shall be within acceptable limits.5 mm/s. Blower shall be mounted at a level necessary to avoid backflow or siphoning of liquid into the blower. Noise level shall be limited to 85 DBA at a distance of 1. Blower shall be provided with suction air filter. The speed of the blower shall not exceed 1500 rpm. Velocity of vibrations shall be within 4. It should be mounted on anti vibration base. Shaft: Both the shafts shall have high tensile strength and critical speed of the shafts shall be at least 20% above the operating speed. Complete rotor assembly shall be dynamically balanced.165 Air delivery shall be clean. The designed clearance shall be so chosen that even at elevated temperature the clearance is adequate and efficiency is achieved. Blower shall be air cooled and driven by electric motor Unless otherwise specified in datasheets.86 m. Features of construction: Main Body: - Main body/ Casing shall have required rigidity. power rating shall be at least 10% above the maximum power required by the blower.. No. 2. Karnal . Rotors shall be properly keyed and locked to respective shaft. dry and oil free. Contentions: Suction and discharge connections shall be flanged and drilled to IS or equivalent standard unless otherwise noted in Data sheet. Bearing shall be suitable for continuous duty operations and for high temperature operations arising due to compression of air. 2. Bearings: Antifriction roller/ double row angular contact ball bearings shall be provided with proper lubrication. Timing Gears: Oil seals shall be suitable for high temperature application at continuous rating and shall have ensured life of at least 5000 hours. Mild steel fabricated coupling guard/ bell guard shall be provided as a safeguard against the open rotating parts of the blower and the motor.166 Replaceable shaft sleeves shall be provided to protect the shaft. Accessories: All specified accessories and any other standard accessories required for correct and safe operation of the blower shall be furnished with the blowers. Blower and motor shall be properly aligned. Shaft sleeves shall be securely locked or keyed to the shaft to prevent loosening. Eyebolts shall be provided for ease of lifting and installation (as many per blower as required for safety). bolted and dowelled to the base plates by contractor. Base plate: The common base plate for blower and motor shall be in one piece and it shall be provided with suitable holes for grouting. No. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. Shaft and shaft sleeve assembly shall ensure concentric rotation. Holes shall be so located that base can be grouted in place without disturbing the blower and motor. Karnal . It shall be designed to take necessary radial load and axial thrust. All incidentals piping (including valves) required shall be furnished by the contractor. 7. . 9.Cross-sectional drawings with bills of material . 4. Yes Yes Yes Yes Yes Yes Yes Yes Yes Rotating assembly (2 sets) Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. . weights and locations of the suction and discharge connections.curves of the anticipated blower model.167 1. 5.Technical particulars enclosed with this specification.The Performance.Outline drawings showing the principal dimensions. Karnal . 8. Companion Flanges Base Plate Foundation Bolts Suction Air Filter Silencer Pressure Relief Valve Pressure Gauge Bearing Temperature Detector Spare parts (for 5 years operation from original manufacturer) 10 Special Tools and Tackle Drawings and information to be provided: The contractor shall submit the following drawings with his submission: . 3. No. 2. 2. 6. Pre cast cement concrete blocks can be approved if suiting to requirement at interior/ non-load bearing walls. at no extra cost. Design and drawing: The contract is turnkey contract and the Contractor shall design and construct all civil works in accordance with the standard specifications. labor. Technical Specifications for Civil Works. Samples for the following basic materials shall be submitted from every supplier and from each consignment. The limits of the contract. for provisions of space.168 8. including excavations. the PWD specification and explanatory notes for building and house drainage in the latest versions. All masonry shall be in 1:5 cement sand mortar. lowering of subsoil water table. and clearing of the site after completion of the work. No.0. 2.0. before using any such material on site. The building and the Pump house & shall be designed and constructed as a RCC framed structure. All detailed drawings for the plant components Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. The contractor shall Programmed his contraction activities. The civil works shall be carried out in accordance with the National Building Code. sufficiently in advance of the start of the work within 15 days of the issue of orders. The scope of work for the contractor under the contract for civil works shall include all civil construction works. In case of any variation between the PWD specifications and specifications given herein the latter shall prevail. The excavation items will include all lifts. all water retaining structures including sumps. samples of the materials which will form part of the permanent works. in such a manner that all inlet and outlet arrangements are ready for testing purposes to avoid any delays. foundations. In cases where the PWD specification and the specifications given below are silent about any aspects in respect of any item. together with ducts and piping etc. The Contractor shall submit to the Engineer in Charge or his representative. the contractor shall reinstate it to the standard required by the Engineer in Charge or the statutory body. If any road is dug up for any purpose whatsoever. dewatering. if materials differ from one consignment to another the consignment differing from the accepted sample shall be replaced by the Contractor free of cost. buildings. backfilling around completed structures and disposal of surplus soil as directed. the work shall be carried out as per the relevant IS code of practice in the latest version and as per sound engineering practice as decided by the Engineer in charge. lateral leads within limits of works. so that necessary tests can be carried out for the approval of the Engineer in Charge or his representative. shall be the same as shown on the tender drawings and as described in the works description of the tender documents. trenches. shorting wherever necessary. Karnal . 169 including site plans, general layouts, architectural drawings with isometric views, will be submitted for the approval of the Engineer in Charge. He shall ensure that the building is as compact as possible, it should be convenient for movement of the staff and the elevation should be worthy of a building of this value. Special attention should be given to the climate in the area while planning the structure. The building should give a good look from the pump house and the main road. The entire building should be accommodated within the space indicated in the layout of the Water Works. A porch sufficient to accommodate a saloon car shall be provided at the main entrance of each building / pump house. The overall plans and the elevation shall be approved by the engineer-in-charge before the structural design and actual work is started. Concrete Mixes :- The concrete Mixes to be used shall not be leaner than the following & specifically provided thereafter. Water bearing structure including roof Other structure concrete Lean concrete in foundation M-30 M-2 & M-25 M10 & M15 The concrete thickness and the concrete cover of reinforcement of dry and wetted surface etc. shall be according to the IS design codes. Water retaining structures such as tanks and sumps and concrete roofs shall be designed on a no crack basis. Account shall be taken of all loads due to weights (dead loads). Live loads, and soil pressure due to water and point loads caused during installation of dismantling of equipment. The brick work shall be in 1:5 with 12 mm thick 1:4 cement plasters. Design considerations: Design submissions: The contractor shall be responsible for the safety of structures, correctness of design & drawing even after approval of the same by the Engineer in-charge. The contractor shall submit detailed design, calculations of foundations & super structures & general arrangement drawings. Design Standards: All design shall be based on latest Indian standard specifications for code of practice unless otherwise specified. Design Life: The design life of all structures & buildings shall be 60 years. Design Loading: Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal 170 All the buildings & structures shall be designed to resist the worst combination of the following loads / stresses under test & working conditions. These include dead load, live load, wind load, seismic load, and stresses due to temperature changes, shrinkage & creep of material & dynamic loads. a) Dead load: This shall comprise of all permanent construction including walls, floors, roof, partitions, staircase, fixed service equipment & other items of machinery in estimating the load of process equipment all fixtures & attach piping shall be included. b) Live Load: Live loads shall be in general as per IS: 875. However the following minimum loads shall be considered in the design of structures. Live load on roofs: 2.00 KN/M2. Live load on Floors supporting equipment such as pumps, blowers, compressors, valves etc.: 10 KLN/M2. Live loads on all other floors, walkways, stairways & platform: 5KN/M2. c) Wind Loads: As per IS: 875 Part III. d) Earthquake loads: As per IS: 1893 taking in to consideration the soil sector type of foundation adopted. e) Joints: Movement joints such as expansion joints complete contraction joints, partial contraction joints & sliding joints shall be designed & provided to suit the structure. Contraction joints shall be provided at specified locations spaced not more than 7.5 M in both right angled direction for wall & drafts. Expansion joints at suitable intervals not more than 40 M shall be provided in walls, floors & roof slabs of water retaining structures. Design Requirements: The following are the design requirement for all reinforced or plane concrete structures. a) All blending & leveling concrete shall be minimum 100 mm thick in concrete grade M-10 (1:3:6) unless otherwise specified. b) Liquid retaining structures: M-25 with maximum 40 mm aggregate size for footing & base slabs & with a maximum of 20 mm aggregate size for all other structure members. c) Other structures: concrete shall be M-20. d) Medium reinforcement & cover of concrete shall be as per 7.1 of IS: 3370 part II & 7.2 of IS: 3370 part II. e) Water retaining structures such as tanks and sumps and concrete roofs shall be designed on a no crack basis & against uplift pressure assuming sub soil water at Ground Level. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal 171 f) Material Standards: All material shall be new & of the kind & quality described in the contract & shall be equal to approved samples. The material & workmanship shall comply with the Indian Standards with amendment. The specification standard & codes listed below are considered top be part of this bid specification. IS: 456 – Code of Practice for plain and reinforced concrete IS: 875 – part 1 to 5 Code of Practice for structural safety of buildings, loading standards. IS: 3370 – part I – IV code of Practice for concrete structures for storage of liquids. IS: 1893 – Criteria for earthquake resistant design and structures. IS: 432 – Part I Mild steel & medium tensile steel bar & hard on steel wire for concrete reinforcement. IS: 1786 – High Strength deformed steel bar & wires for concrete reinforcement. IS: 2950 – Part I Code of practice for design & construction of Raft foundations. IS: 1974 – Part 1 & 2 Code of practice for design & construction of machine foundations. IS: 12269 – 53 Grade Portland cement. IS: 8112 – 43 Grade Portland cement. IS: 383 – Course & fine aggregate from natural source of concrete. IS: 2212 – Code of practice for brick - work. IS: 1199 – Method of sampling & analysis of concrete. Water stops: The material for PVC water stops shall be plastic compound with the basic resin of PVC & additional resins, plasticizers, inhibitors, which satisfy the performance, characteristics specified below as per IS: 12200 & tested in accordance with IS: 8543. PVC water stops shall be either bar type, serrated with central bulb & end grips for use with in concrete element or of the surface type for external use. PVC water stops shall be of approved manufacturer & shall be got approved by an in charge before procurement & incorporation in the work. Pre formed fillers & joint sealing compounds: Pre formed filler or expansion / isolated joints shall be non-excluding & resilient type of bitumen impregnated fiber confirming to IS: 1838 part I & II. Bitumen coat to concrete / masonry surface for fixing the pre formed bitumen filler strip shall confirm to IS: 702 & bitumen primer shall confirm to IS: 3384. Sealing compound for filling the joints above the pre formed filler shall confirm to grade A as per IS: 1834. Exterior Finish: Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal 172 The type of finishing and the color scheme of the external surfaces of the building will have to be decided according to the designed elevation after approval of the engineer in charge. However it shall be any or a combination of the following: Water proofing cement paint: This shall be of approved shade and brand to give an even shade on the work in 3 or more coats on cement concrete surfaces smoothened and cleared by rubbing. Cement plaster followed with water proofing cement paint: This shall provide for cement sand plaster 1:4 mix 20 mm thick followed with paint. Interior Finishes: The following table gives the general elements of the specifications of the building. They are not comprehensive and the contractor is expected to complete the building and the plant to make it s complete and useable building of a standard generally reflected in these specifications: S. No 1 2 3 Unit Walk ways. MCC Room. Office & Laboratory Room. 4 5 Corridor & Lobby. Pump Houses. KS IF DT WW SSI+SSII RS+AL+ SSI+SSII Legend: CHQ.T: Chequerred Tiles; KS: Kota Stone; IF: Industrial Flooring; WW: White wash; DT: Distemper; RS: Rolling shutter; AG: Aluminum Gate; AL: Aluminum Windows/ventilators; SSI/SSII: Metal pressed doors Flooring: The following floorings will be adopted in the building and walkways. Cement concrete flooring: Grade 1:2:4, 75 mm thick with 20 mm thick normal size aggregate with finishing with a floating coat of neat cement including cement slurry etc. Cement concrete flooring with metal concrete hardener topping: It shall be with a 18 mm thick Metallic concrete hardener topping consisting of mix 1:2 (1 cement 2 stone aggregate 6 mm nominal size) by volume and mixed with metallic hardening compound of approved quality @ of 3 Kg./ sq. Mt including cement Floor CHQ. Tiles KS KS DT (oil bound) DT SSI+SSII SSI+SSII Walls Finish Doors Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal In Laboratory and bathrooms the finishes will be different. 1:4 and jointed with gray cement slurry to match the shade of slab including rubbing and polishing (KS). Karnal . windows. Wall Finish: The interior walls will be plastered with cement sand mortar 1:4 of 20 mm thickness finished smooth. Roofing: All roofing shall be in RCC due attention shall be paid to slopes to facilitate rainwater disposal through CI drainpipes. Transparent Sheet glass shall confirm to requirement of IS: 2835. Lay over 20 cm thick base of cement mortar. ventilators shall confirm to designation HE 9 WP of IS: 733. natural lighting and protection from heat and dust in summer and from cold in winter. As a general guideline the total area of doors and windows shall be not less than about 25% of the floor area.173 slurry rounding of edges etc. Damp proofing: Suitable damp proofing should provide on the roofs with one layer of fiber-based bitumen felt in two coats of hot applied bitumen. to ensure adequate ventilation. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. Wild & figured glass is to be as per IS: 5437. 2. This shall be laid on cement concrete 1:2:4 layer of 42 mm thickness (IF). Aluminum Gate (AG)/Aluminum Windows/Ventilators (AW + AV): Aluminum alloys used in the manufacture of extruded section of the fabrication of doors. Doors and windows: The buildings shall have a suitable number of doors and windows of suitable sizes in order to ensure easy access and escape in case of emergency. Kota stone flooring: polished blue Kota stone of 25 mm thick slabs of 900 sq. No. All the roofs except the roof of the wash water tank shall be covered with waterproofing & tiles as per Haryana PWD specifications. White wash: with whiting to give an even shade in 3 or more coats (WW) Distemper: Oil Bound distemper of approved brand and shade in 2 or more coats over priming coat of whiting to give an even shade (DT) Ceramic tile: Ist quality mat finish tiles of 6 mm thickness laid on a bed of neat cement slurry including nicely finished joints using water proof joint filler powder and finishing with flush pointing in white cement mixed with pigment to meet the shade of tiles (tiles). All brick walls shall be provided with one layer of bitumen felt (resin type) for damp proofing. cms. 3 cm. The size shall be fixed in line with the elevation but shall not be less then 2.174 It shall be a wholly open able doors provided on the main entrance of the plant. No.00 Sqm including spring hooks. side guides and arrangements for inside and outside locking with mechanical device chain and crank operation for operating rolling shutters exceeding 10. Metal Pressed doors (SS1). The outer frame shall be of size 101.6x 44.25 mm thick with double sheet shutter 1. complete in all respects including applying priming coat of approved steel primer (SS2).04 * 2.25 mm.45x 3. sliding bolts.0 mm MS sheet to be spot welded and embossed with rib type design front vertical and back side horizontal and spot welded including hold fast of 15 * 3 mm MS oxidized fittings such as butt hinges. weather striping screw less aluminum bidding fixer such as lock.45 * 3. providing and fixing necessary 25. laths interlocked together through their entire length and jointed together at the end by end locks mounted on specially designed pipe shaft with brackets. 2 and MS top cover 1.2 * 44. M. Anti termite treatment is to be given on all the woodwork.S. handle. complete in all respects including applying priming coat of approved steel primer (SSI).11 mm rectangular tubular section and the shutter shall be made out of specially extruded tubular section of size for sill member shall be 99. It will be glazed aluminum made out of anodized aluminum section. 2. (AG) Flush Doors (FD): Hollow core construction with internal frame of 1st grade wood having styles and top rails of 100 mm width and bottom and lock rails of 150 mm width with three numbers cross batons of 50 mm thick width using 4 mm thick commercial ply on both faces of shutters and 6 mm thick bidding of respective wood using with approved heavy duty aluminum fittings in MP teak wood frame (FD).18 mm including partial glazing of 5.7 meters.5 mm thick plain glass PVC/Neoprene & partially PVC hollow tubes. Long wire springs grade No. tower bolt and self closing device of approved make.8 mm MS sheet to be spot welded and embossed with rib type design front vertical including hold fast of 15 * 3 mm MS oxidized fittings such as hings sliding bolts handles tower bolts etc. Karnal .Steel doors with frame of hollow metal pressed section size 80* 50 mm as per ISI 1. made of 80* 1.25 mm thick with single sheet shutter 0. Rolling shutter of approved make.25 mm thick (RS) Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. handles tower bolts etc. Rolling Shutters (RS). Metal Pressed doors (SS2) Steel doors with frame of hollow metal pressed section size 105* 60 mm as per ISI 1. 15 mm inner diameter CP Brass bib cocks best quality for bathing & adulation – 2 Nos. partly fixed and partly open able (Fixed area not to exceed 33%) Walkways and access stairs All units shall be accessible by concrete walkways of a width of 1.0 M with 40 mm MS PVC Coated pipe in two horizontal rows. Internal water supply: Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. embedded in cement concrete block 15 * 10 * 10 cm of 1:3:6 (1 cement: 3 coarse sand: 6 graded stone aggregate 20 mm nominal size) or with wooden plugs and screws or with fixing clips or with bolts and nuts as required including providing and fixing of plain glass panes 4 mm thick with glazing clips and special metal sash putty of approved make or metal beading with screws complete including priming coat of approved steel primer. Best Indian make beveled edge 5. Railing shall consist of CI vertical posts of 0. Karnal . Toilets: The contractor shall provide following fixtures in each toilet: First quality 630mm Indian type Orissa water closet suite complete with 100 mm HCI P trap with vent & 12½ L capacity mosquito proof cast iron flushing cistern ISI marked complete in all respect. First quality vitreous china ware wash basins 510 x 400 mm complete with 32mm brass waste. Best Indian make flat back angular lipped front urinal 465 mm high vitreous china ware with 5 L capacity CI automatic flushing cistern complete with all other accessories. 2. 15mm CP Brass screw down pillar tap & all other fittings.175 Windows Steel glazed windows shutters of standard rolled steel section joints miter and welded with steel lugs 13 * 3mm. White glazed tiles up to 7 ft. 10 cm. height on all walls. Best Indian make Chromium plated 750mm long towel rail complete with all accessories.9 M with vertical height at distance of 2. The contractor shall provide only HCI floor taps & use only best quality heavy-duty HCI pipes with lead joints.5 mm thick mirror 600 x 450 mm mounted on asbestos sheet complete with all accessories. The walkways shall have railings as specified above.2 m. long with fixed wire gauge of 14 mesh * 24 gauge to the metal frame of rolled section by metal beading 20 * 3 with suitable screw at not exceeding 150 mm distance and square bars or other flat welded. No. debris and excavated soil. by a representative of the Engineer in Charge. This shall have to be done to the satisfaction of the engineer in charge. power points. sanitary ware. He shall also see that the entire exterior has been finished properly and the entire site is cleared of all extra construction material. d) Final Finishing The contractor will ensure that the building along with all its installations is in a finished and in new and fully operative condition when handed over. the same shall be inspected and damaged portions shall be cleaned and given the primer and 2nd epoxy coat of similar paint. Finishing: a) Painting of metallic surfaces: If not otherwise stated metallic surfaces shall receive one initial epoxy coat in the manufacturer’s workshop. paints.176 Flush toilets & drinking water to be provided by the contractor from the point of supply within battery limit. the entire concrete pouring work shall be done in the presence of an officer not below the rank of Junior Engineer. give a notice of a minimum three days to the Engineer in Charge or his representative. Check of reinforcement and concreting All reinforcement shall be checked and recorded prior to pouring of concrete. The Contractor shall therefore. not below the rank of Assistant Engineer. Similarly. cabling. Karnal . Main standards for civil works Some of the important IS codes referred during execution of the work are as follows: Earthwork IS: 3764 – Safety code for excavation works IS: 3720 – Methods of tests for soils Concrete Works Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. coats shall be provided according to the technical specifications. and finishing like plasters. switches. No. c) Other equipment: All other items like doors. b) Painting of metallic surfaces Coating of the pipes and the plant equipment is to be provided according to the color code. After erection all metal work shall be painted again. lighting. He shall have repaired and remove all signs of damage that might have been done during the course of installation and fixing of equipment. tiles. Department shall provide water service line up to the nearest point of building and staff quarter. After arrival of the equipment on site. 2. windows. such that the works can be checked by him or his representative. The PH. As soon as is practical after receiving the order to commence the works. 2. damage or contamination. handled and stored in such a manner as to prevent deterioration. the Contractor shall inform the Engineer in Charge of the names of the suppliers from whom he proposes to obtain any which may be withheld until samples have been submitted and have been satisfactorily tested. Materials: The term “materials” shall mean all materials. No. processed or manufactured and equipment and plant of every kind. the provisions of clauses in this section shall apply to materials and workmanship for any part of the works. Except as may be otherwise specified for particular parts for the works. All materials shall be new and of the kinds and qualities described in the contract sands shall be at least equal to approved samples. Karnal . to be supplied by the contractor for incorporation in the works. Materials shall be transported. The Contractor shall be thereafter keeping the Engineer in Charge informed of orders and deliveries of all materials. goods and articles of every kind. Samples and tests of materials: Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. whether raw.177 IS: 280 – Mild steel wire for general engineering purposes IS: 269 – Portland cement IS: 383 – Coarse and fine aggregate IS: 432 – Medium tension steel bars and hard drawn steel wire IS: 456 – code of practice for plain and reinforced concrete IS: 516 – Methods of testing for strength of concrete IS: 1199 – Method of sampling and analysis of concrete IS 1566 – Fabric reinforcement IS 1786: Fabric reinforcement IS: 2062 – Structural steel IS: 2062 – Structural steel IS: 2386 – Method o tests for aggregates of concrete IS: 2502 – Code of practice for bending and fixing of bars for concrete reinforcement IS: 3370 – Code of practice for concrete structures for the storage of liquids Building works: All building works shall be as per National Building/ PWD specifications only. if required by the Engineer. 2. three being tested after 7 days and the remaining three being tested at 28 days. shall comply with the latest relevant Indian Standard. curing and testing of concrete shall be conducted in accordance with IS 1199 and IS 516. PWD specifications. preparation of test specimens. The provisions of this clause shall also apply to materials supplied by any nominated subContractor. At least one slump test shall be carried out for every compressive strength test carried out. This number may be increased at the discretion of the Engineer. Six No. cubes shall be made for each cubic meter for portion thereof or for each pour per grade of concrete. current at the thirty-first day of December of the year preceding the tender date. the test may proceed in his absence. Karnal . within seven days of every test. unless a more recent amendment is specified in the contract documents. provide that the Contractor shall in any case submit of the Engineer. Andy material or workmanship not covered any the above specification of PWD. Samples shall be submitted and tests carried out sufficiently early to enable further samples to be submitted and tested. to determine whether the concrete being produced complies with the strength requirements as specified.178 The Contractor shall submit samples of such materials a may be required by the Engineer and shall carry out the specified tests required under the contract documents. of the date on which any of the materials will be ready for testing or inspection at the supplier’s premises or at a appointed place within seven days. or with the requirements of any other authoritative standard approval by the Engineer in Charge which shall not be to a less standard in the opinion of the Engineer in Charge than the corresponding standard quoted herein. Standards: Materials and workmanship shall comply with the latest relevant specifications and Explanatory Notes. No. All materials used in the permanent works shall be of the best quality of the kind and to the approval of the Engineer. Six specimens shall preferably be prepared from different batches. Approval by the Engineer with regard to the placing o orders for materials or of samples or tests shall not prejudice any of the Engineer’s power under the provisions of the contract. such number of certified copies (not exceeding six) of the test readings as the Engineer may require. or as directed by the Engineer. or as directed by the Engineer at the site. The Contractor shall give the Engineer at least seven days notice in writing. Testing During the progress of construction sampling. The Contractor shall provide. at his own Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. at the supplier’s premises or at a laboratory approved by the Engineer. relevant formwork. Karnal . During the test period the total permissible drop. Failure to meet Strength Requirements: In cases where concrete tested fails to meet the test requirements. at the Contractors own cost. which fail. at the Engineer’s direction. or reinforcement shall be made. after which the water level shall be recorded by an approved method. No. The Engineer in Charge shall be the final authority for interpreting the results and shall decide upon the acceptance or other wise. Acceptance of Concrete The concrete tested in accordance with “Testing of Concrete” clause above. corrective measures shall be taken at once.179 expense. labor and arrange for testing at a laboratory. The Contractor at his own expense shall carry these out. approved by the Engineer in Charge. No payment shall be made for the dismantling of the concrete. Curing and load testing of the concrete member concerned represented by the test. at 24-hour periods for a test period of 7 days. 2. water retaining structures shall be filled with water at a uniform rate of not greater than 2m in 24 hours. Water Retaining Structures: In addition to the tests of the concrete structure regarding “Failure to meet Strength Requirements” referenced above. replacement of any such portions of the structure. after allowing Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. the Engineer in Charge shall have the right to require any one or all the following additional tests. embedded fixtures and reinforcement of adjoining structures damaged during dismantling well & extended curing of the structure of the concrete repaired by the specimen & collecting and testing of a core specimen from the hardened concrete.e. shall meet the criteria for acceptance of concrete as per BIS 456. each water retaining structure shall also be tested for water tightness at “top water level” as follows: The structure shall be thoroughly cleaned and as far as practicable before any earth or other filling is placed against the outside wall face. The Contractor at his own expenses shall make good. The location number and size of such specimen shall be taken as directed by the Engineer. A period of 21 days shall be allowed for stabilization. all apparatus. Any other test i. ultrasonic and /or rebound hammer tests to be decided by the Engineer. If the advance 7 days tests show crushing strengths that are too low. The strength of concrete shall be the average strength of three specimens tested at 28 days and conform to strength requirements of different grades of concrete. without waiting for the results of the 28 days tests. the roof shall be regarded as satisfactory if no leaks or damp patches show in the roof. In the case of structures whose external faces are submerged and are not accessible for inspection. Top 50 cm portion of the roadway shall be well Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. after allowing an initial seven days period for absorption after filling. Karnal . 2. the structure will be condemned and the contractor will dismantle and reconstruct the structure. shall not exceed 1/500 of the average water depth of the full tank or 10mm. and the daily drop in water level is greater than that allowable. whichever is less. an underground tank whose top is covered may be deemed to be watertight if the total drop in the surface level over a period of seven days does not exceed 40 mm. the test requirements shall be deemed to be satisfied if the external faces show no signs of leakage and remain apparently dry over a period of seven days. The Engineer shall decide on the actual permissible magnitude of this drop in surface level. In either case. Where it is impracticable. where practicable. the roof shall be thoroughly wetted by continuous hosing for a period of not less than 6 hours. the period of test may be extended for a further seven days and if the specified limit is then met. If the structure does not satisfy the test requirements. In the case of structures whose external faces are exposed. such as elevated tanks.180 for evaporation and rainfall. the tanks shall be filled with water and after filling. Roofs: Concrete roofs of service reservoirs or buildings shall be watertight and shall. For many purposes however. The total drop in level over the seven-day period shall be taken as an indication of the water tightness of the structure. If the test results are unsatisfactory. such as underground tanks. to the original specification. the structure may be considered as satisfactory. for a period of seven days. The roof covering shall be completed as soon as possible after satisfactory testing. the Contractor shall ascertain the cause and make all necessary repairs and repeat the water retaining structures test procedures. Specification of Road Works: This part of the specification shall apply to all internal roads: a) Embankment: The fill shall be well compacted to utilize its full strength & o economize there by on the overall thickness of pavement required. Should the re-test result still be unsatisfactory after the repairs. No. be tested on completion by water trenching to a minimum depth of 25 mm for a period of 24 hours. at his own cost. because of roof falls or otherwise. taking into account whether the tanks are open or closed and the corresponding affect it has on evaporation losses. at his own cost. the level of the surface of the water shall be recorded at subsequent intervals of 24 hours. to contain a 25 mm depth of water. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. windows. ISI Marked. ventilators. JOINERY WORK a) Frames FOR DOORS. c) Toilets. Items FLOORING. e) Door fitting Anodized Aluminum fitting shall be used ISI Marked. b) Kitchen Specifications Stores. WINDOWS AND VENTILATORS b) Doors shutters The shutters for doors. d) Cupboards (i) Ferro cement/RCC 25mm thick shelves in cupboards (ii) Pressed steel chowkhats & shutters of hard wood frame with 4 mm thick commercial ply face on both side. 2. The level of formation shall be 1 M above the ground level.181 compacted up to 100% of standard proctor density. g)Wire Gauge Fly mesh shutters to all the outer shutters doors and windows shall be provided. c) Final Coat: 150 mm thick Cement Concrete with proper joints filled with jointing material. Terrazzo flooring Silver grey cloour. (i) Non Skid Ceramic Tiles Flooring (ii) Ceramic Tiles dado upto 6’-9” Pressed steel frames for all doors.a) Rooms. windows. 2. Karnal . SKIRTING Sub Items DADO. operable and fixed with glazing. shall be of hard wood. No. Verandah Passages. b) Sub Base: 100 mm thick sub base will be laid in single layer consisting of quarry rubbish material preferably crushed stone. c) wood to be used Wood to be used shall be kiln seasoned hard wood as per ISI specification except teak. ventilators. S No 1. f) Toilets Bath & Toilets shall have pressed steel chowkhats with paneled shutters of hard wood (Hollock) /PVC/ Cement bonded particle board panel inserts shall be used. & (i) Non Skid Ceramic Tiles Flooring. (ii) Ceramic Tiles dado upto 6’-9” (iii) Working top shall be finished in Baroda Green. Doors shall have flush shutters. SPECIFICATION FOR HOUSE TYPE 440 SFT. iii) Plastered surfaces shall have cement based paint SOIL WASTE & a) Rain water Pipes (i) All R. provided. 6. ceiling ceiling to be white washed b) Joinery Paint Joinery to be painted with synthetic enamel paint as per colour scheme c) External walls/ i) Exposed brick surfaces shall be surface. the price be included in the price schedule. No. COMPOUND WALLS a) compound walls Standard compound walls shall be AND GATES provided . b) Gates Standard provision shall be made. b)Switches/ MCB’s Switches / MCB’s be of empanelled Cos. 4. INTERNAL AND a) internal walls and All internal wall shall have CBD & EXTRNAL FINISHES. b) Soil waste Pipes All the soil waste pipes shall not be exposed. ELECTRIC WIRING a) Wires Copper wiring in concealed conduits be used. GRILLS a) Grills Steel Grils to outer Windows /Ventilators to be provided. Karnal . The outer faces of wall shall have exposed brick face and the inner faces shall be plastered. finished with deep strick painting with matching pigment and with cement based paint ii) All RCC works shall be plastered unless otherwise specified.182 3.Ps be laid in RAIN WATER PIPES approachable and openable ducts (ii) CI rain water pipes shall be preferred. The cost of construction of sludge carrier be included in price schedule and same shall be constructed by the contractor. Construction of effluent carrier for making connection with agricultural minors existing nearby. The final effluent with BOD less than 20 PPM shall be carried through sullage carrier constructed in the Sewage Treatment Plant sire and inter connected with existing irrigation system for irrigation of fields in the command area or otherwise shall be disposed off in the nearby drain at the cost of contractor. 5. c) Communication Telephone /TV conduits be also system to be adopted.W. 2. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. 183 7. electrical components round the clock as per the incoming sewage flow received from the MPS. The plant shall never be operated at less than 50% of its design capacity due to maintenance and repair reasons.0 7. Maximum down time:The plant machinery shall be operated 24 hours a day. The tasks of the Contractor shall be: - . Collection and disposal of semi dried Sludge from Centrifuge chute. If required than the contractor shall make repairs to maintain the plant at the status of new at handing over.Operating STP. Karnal .Keeping the down time of any equipment as low as possible. . maintenance of record and responsibilities during operation and maintenance period. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. 365 days in a year to ensure that incoming sewage flow received from the MPS is treated & disposed out without any break. The Contractor shall operate and maintain the STP. period for routine maintenance. The period of 50% operation shall not exceed more than two consecutive days and not more than three days in a month.Maintaining all the plant & machinery and tools and making necessary repairs. Screens & lifting of the screened material & Semi Dried Sludge & storage disposal of the same in a safe & hygienic way out side the battery limits of STP site at bidders own risk & cost. specifications for expectable quality of treated water. No. Electrical sub Station and DG Set during the defects liability period of 12 months & two more years thereafter. . 2. the workmanship. all Pumping sets. 1. . maintenance and repair service shall be made according to the following specifications and parameters.1 Operation and Maintenance Schedule: General: This section of specifications applies to the specification of materials used for operation and maintenance.Technical and administrative monitoring of the STP: The operation.Cleaning of screen chamber at STP. . The maximum downtime of the whole plant shall not exceed more than 8 continuous hours. The periods for repairs and maintenance have to be communicated to PH at least one month in advance. Operation and Maintenance manual : The Comprehensive Manual to be submitted before the operation and maintenance period i. In case these lubricated bearings or electric motors lithium base grease if preferred. specifications process material shall be got approved by the department prior to commencement of O & M period and must be incorporated in the O & M Manual and in no case no delay in repairs shall be subjected to limitation. and purpose and the list of such spare parts shall be supplied to Public Health Engineering Department. Spare parts: Spare parts used for the equipment in the maintenance of the system must be from the manufacturer of the equipment or if the equipment itself has been made with pal1s of the other manufacture then the parts must be of the same make as used in the equipment supplied and installed. 2. Specification of Material: The specification of material used for repair shall be the one used in original work. The contractor shall indicate the brand name of indigenously available equivalent lubricant with complete duty specifications in the O & M manual and shall furnish quantity of each fill and frequency of filling. Preference shall be given to a pressure system and in case more than one type of grease gun for each type shall be used. during execution stage and defect liability period in special conditions of contract or as specified in scope of work contract must be updated and should contain all information not limiting the contents mentioned below: Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. 6. 5. 3. 4.184 In case down time exceeds the above limit than the contractor shall not be paid 0 & M Charges for the extended period and shall be liable to pay any penalty / fine imposed by Pollution Control Board or any other authority.e. Karnal . 2. Particulate Requirement during O & M : The Workmanship observed for all repair and maintenance work must be in according to “Good Engineering Practices”. If not used during execution. Lubrication: A schedule of recommended oils and other lubricants shall be furnished by the contractor in the O & M Manual. and type of lubricants shall be kept to a minimum. The no. All spare parts shall be packed for long storage and shall be labeled in the outside with description no. No. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. 5. The manual so prepared must be updated after the end of every tear of O & M giving effect to the experience gained and the observations made by the department during the maintenance period. 9. Procedure for repairs of leak / burst of pipes must be provided with supportive drawings. General arrangement drawings of all civil works. Process Write Up. Technical data Sheets of all electrical. No. The provision in the manual must incorporate every aspect of good industrial practices even if not elaborated here or other parts of the bid documents. Plant layout. (As built showing cables. Karnal . 2. piping route and dimensions). The Operation manual to be submitted by the contractor should elaborate detailed procedure for operation and maintenance of the plant including preventive and special maintenance. The record of inventory used must be maintained and the relevant pollution of O & M Manual must be updated to list out the requirement of the entry for maintaining the system for 12 months. The O & M Manual must be updated periodically for incorporating procedure of maintenance of repairs and breakdowns not incorporated in the earlier O & M Manual. mechanical and instrumentation. The record of incoming / treated sewage water quality monitors during every day of O & M period must be maintained and handed over after the expiry of contract period. mechanical and instrumentation equipment. Electrical. The provisions in the approved Operation and Maintenance document shall only be binding on the parties. 4. 6. Operation and Maintenance manual of all major equipments from the original manufacturer. sources of procurement and specifications. Piping and Instrumentation. 7. Frequency of spares used in maintenance of electrical. mechanical equipments must b recorded for updating the contents of manual. Record of troubleshooting points and details of events causing trouble (Breakdown in any part of Sewage Treatment plant must be maintained and used for updating the contents of manual).185 1. The chemical requirement in worst condition of Operation must be identified and incorporated. 8. 3. (as built) Hydraulic profile (as built). 2. List of spares. The contractor shall maintain and submit following returns on a format duly approved by PH on daily basis. Attendance of O & M Staff engaged by the contractor. 5. Total power consumption. Sr. TSS and maintain the record. Quantity of Raw sewage / treated sewage water. The plant must be in a position to work at the design and overload capacity at any time and to produce the design / overload output quality of treated water. Diesel consumption of Generating set based on Hour meter (Hour meter to be sealed by Public Health Engineering Department immediately after trial run period). If Public Health Engineering Department may order analysis of additional parameters required to check the efficiency and efficacy of the plant. No. 4. 6. approved analytical laboratory and submit results to PHED at his own cost. Parameter Influent Sample / Composite Effluent pH Suspended Solids Total Dissolved Solids COD BOD Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. TSS and DO after interpretation of results shall calculate the effluent BOD. The bidder shall get tested incoming / treated sewage water / digested sludge for the following parameters on monthly basis from any Govt. Quality of incoming / treated sewage water based on laboratory testing to be maintained by the Contractor.7. 3. No. 5. 2. 2. 2. 1. Karnal . 1. Operation and Monitoring of the plant : 186 The plant shall be operated according to the rules and procedures laid down in the operation manual and according to the raw sewage input at the MPS. 4. Running hours of each prime mover. The contractors shall take daily readings of TOC. 3. The operation. 8. 3. No. Appearance Order Moisture Percentage Organic Content(Percentage of Biological Sludge Total Solids) The Public Health Engineering Department will collect random samples of incoming / treated sewage water and will get it analyzed either at the contractor's laboratory or any other laboratory and in case any sample fails to made the prescribe parameters the contractor must rectify the defect and achieve the prescribed parameter with in 48 hours and if he fails to do so no payment for the extended project shall be made. Consumables: . spares. 9. Diesel for running of D G Sets. chemicals for laboratory testing. the plant. 2. Karnal . At any time.187 Physical chemical analysis of biological Sludge:Sr. Parameter 1. oil & lubricants. Transportation: . Prcventive maintenance frequency: . 10.The preventive maintenance will be made according to the preventive maintenance schedule of the plant. maintenance and repairs shall be made with the help of the equipment and tools available at the plant. Carefulness and cleaning: . its equipment and its surroundings have to he kept clean and proper.The Contractor has to provide all consumables. 11.The Contractor and his staff have to ensure a maximum of carefulness in the operation and maintenance of the plant. 2. Short-term specialists of the Contractor for special maintenance tasks may reinforce the regular staff. No.All necessary transports shall be arranged and made by the Contractor at his own costs including transpol1 vehicles required for safe disposal of screening material and dried sludge outside the battery limits of STP. consumables for electrical & mechanical plant & machinery. backed up and completed with the facilities of the Contractor at his HQs or brought to the plant by him temporarily for a special maintenance. Public Health Engineering Department shall provide POWER & raw sewage at Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. 4. 0 2. building & equipments except when required after repairs during the defect liability period & soon before handing over after two years operation & maintenance period. white washing. 3. COD. The contractor shall get the treated sewage samples duly tested for submission to HPCB for NOC/ Consent & shall submit consolidated monthly statement at the time of claiming payment. No. distempering of plant. BOD. Minimum following O & M personal to be provided by the contractor shall be suitably qualified & he will get their CV resume duly vetted by the engineer in charge before engaging them: AT IPS Sl.0. building & machinery. This scope of work does include painting.0 Plant operator Sewer Men cum Helper Forman Electrical and ITI Literate ITI Full Time Full Time Part Time 1 Per Shift 1 Per shift. plant. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. Haryana for obtaining NOC from Pollution Control Board. O & M personal to be provided by the contractor shall be suitably qualified & he will get their CV resume duly vetted by the engineer in charge before engaging them. TESTING OF SAMPLES The Contractor shall collect samples of influent waste water and treated effluent every fort nightly in the presence of PHED staff and get them tested for Ph. TSS and any other parameter prescribed by pollution control board from any PHED approved laboratory or of any concerned Pollution Control Board at his cost during commissioning & there after regularly as per the requirements of PHED. 2. The contractor shall adopt all necessary safety measures for all his staff. In case contractor fails to operate & maintain the treatment plant to the rated capacity & quality PHED shall be at liberty to terminate the operation & maintenance contract without assigning any reason & take panel action as per the contract & prevailing law as this is covered under essential services act. O & M personal shall dedicate their 100% time & the contractor will ensure that adequate number of his staff shall be available on duty 24 hours. 7 days per week including all holidays. Karnal . beside regular testing & maintaining record in the laboratory in STP. Designation Qualification Period of employment 1. The payments for consumption of diesel shall be reimbursed as per actual consumption based on hour meter basis as per prevailing market rates.188 desired flow & level free of cost. Day Shift Numbers. No. 2. 3. Designation Qualification Period of employment 1. Day Shift Numbers. Karnal .189 Mechanical AT MPS & STP Sr. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. No.0 Plant operator Sewer Men cum Helper Forman Electrical and Mechanical ITI Literate ITI Full Time Full Time Part Time 1 Per Shift 1 Per shift.0.0 2. 190 PUBLIC HEALTH ENGINEERING DEPARMENT. PART – III BREAK UP OF PAYMENTS OF THE COST Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. 2. HARYANA. No. Karnal . Staff Quarter. Karnal . testing & commissioning of Intermediate Sewage Pumping Station(IPS). effluent outlet pipe.00 lacs Instrumentation works at IPS. MPS and Sewage Treatment Plant complete in all respect including Operation & Maintenance for 12 months during defect liability period & three years thereafter at Assandh Town. Mechanical.A1 to A-9 In words:- Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. District Karnal” Item No. erection. MPS and Sewage Treatment Plant complete in all respect including Operation & Maintenance for 12 months during defect liability period & three years thereafter at Assandh Town. Boundary wall.4 MLD (MPS). Short description Lump payable sum for amount the complete work (to be quoted both in words and figures) 1. erection. Boundary wall.191 PRICES FORMAT: 1. Transformer. For A1 to A-9 Grand Total Rs. 446.0 Schedule of lump sum amount to be paid to the Contractor for:“Design. construction. Main Sewage Pumping Station 5. 5 MLD Capacity Sewage Treatment Plant based on MBBR Technology (Attached Growth Process). Piping & Instrumentation works at IPS.4 MLD (MPS).0 “Design. Main Sewage Pumping Station 5. Mechanical. all contingent Electrical. No. construction. Staff Quarter. testing & commissioning of Intermediate Sewage Pumping Station(IPS). District Karnal” Total Rs. Piping & Rs. all contingent Electrical. Transformer. 2. effluent outlet pipe. 5 MLD Capacity Sewage Treatment Plant based on MBBR Technology (Attached Growth Process). 10. SBC. 2. 2. testing & % of quoted Value excluding O&M commissioning of 5 MLD capacity STP including all civil works.2 2. MCC / Office Block and Security Guard Room.0. Testing. 2. erection.9. construction. A-1 Particulars Civil Works:Design.4. Windows & Painting 10% 10% 10% 25% 30% Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. 2.6. 2. Survey. Main control panel room 3% 5% Further stage wise break up of unit shall be as here under:3. Commissioning & Trial run. Scouring and Filtrate Recycling to 3% STP.7.II only. 2.192 SCHEDULE OF PAYMEMTS Sr. 2. 2. Chlorine Contract Tank. Biological Sludge Sump. Screen Chamber Grit Chamber. Excavation Foundations & Columns. 1. No.3. 1. No. MBBR Tanks Secondary Clarifier.0. Inlet Chamber. 2.5.1 2. Design & drawing. Investigation. 2.1.8.2. Sludge Drying beds and Sludge Storage Platform. Karnal . Break up of Civil Works for A . 1% 1% 3% 30% 29% 6% 11% 3% 5% Supernatant. Construction of walls up to Second Roof level and RCC Slab Flooring Doors. C.2.C.C.0 Rising Main Laying of DI Pipes & Specials 80% Pages from 1 to 206 duly checked by HDM or D/S PHE Divn.C. Bed Construction of side walls 1I3rd Construction of walls 2/3 rd Completion of wall Hydraulic testing 4.C.C. Distribution Box Excavation P. & R. 5% 25% 25% 20% 15% 10% 5% 25% 40% 20% 10% 5% 25% 25% 20% 15% 10% 5% 5% 5% IPS.C. No. Karnal . MPS. Inlet Chamber Excavation P.3.193 Tiles & parapet Veranda & Porch Wiring & Illumination work.C. 4.C. Bed Construction of side walls Completion of wall Hydraulic testing 4.C. Launders & Walkway. 2. & R. Screen and Grit Chamber Excavation Columns & R.C. Secondary Clarifier & Biological Sludge Sump Excavation P. & R.1. Bed Construction of side walls 1I3rd Construction of side walls 2/3rd Completion of wall.C.C. Bed Construction of side walls 1/3rd Construction of walls 23rd Completion of wall Hydraulic testing 4. Hydraulic testing 10% 20% 15% 20% 25% 10% 5.4.C. MBBR Tanks. Scour & Air Valve Chamber on Rising Main Sluice Valve Chamber Air Valve Chamber Testing of Rising Main Note : Payment shall be proportionate to per mtr. 5% 20% 65% 10% Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. Excavation P. DG Set. Excavation & compaction. Floor and enclosures.C. Bed Construction of walls 1/3rd Construction of walls 2/3rd Completion of wall Finishing 7. Excavation & compaction.194 Construction of Thrust Block Construction of Sluice. Internal Roads and Pavements. Boundary Walls. Lean Concrete Construction of pavements Finishing 5% 25% 65% 10% 5% 25% 25% 20% 15% 10% 3% 4% 10% 3% Note: Payment shall be proportionate to RM / M^2 area completed. Finishing Note: Payment shall be proportionate to RM / M^2 Area completed.C.0.0. 2. trough. Length completed and per set completed. Platform and Fencing of Tran former.C.0. 6.C. Karnal . 8. Lean Concrete Construction of Pedestals. Blowers & Sludge Drying Beds. & R. No. 0.0. No.195 Note:.0. 4. Instrumentation. The payment for operation & maintenance charges shall be made on pro rata basis . Percentage 3% 75% 17% 5% The mechanical works includes all types of pipes.0.Break up of cost for supply & erection of mechanical.0. 2. Supply of Equipment at Site of Work. along with other equipment 1. Valves etc. Items Submission of Design and Data Sheet. Instrumentation equipment:Sr. Karnal 2. electrical. PHED Circle.0. Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. Further item wise break up for sub units of each unit as above for Mechanical. No. specials. 1. Installation at Desired Place. Karnal . Testing of Equipment. 2. 3. Electrical Equipment shall be submitted by the successful bidder for approval from "The Superintending Engineer. No. Karnal .196 MPS MPS GENERAL ARRANGEMENT Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. 2. 197 Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. Karnal . 2. 198 Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. Karnal . 2. No. 199 Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. Karnal . 2. No. No. 2. Karnal .200 Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. 2. Karnal . No.201 Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. 2. No. Karnal .202 Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. 203 Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. Karnal . 2. 204 Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. 2. Karnal . No. No. Karnal . 2.205 Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2.206 Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. Karnal .
Copyright © 2024 DOKUMEN.SITE Inc.