Download as pdf or txt
Download as pdf or txt
You are on page 1of 260

1

PUBLIC HEALTH ENGINEERING


DEPARMENT, HARYANA

PART – I
INSTRUCTION TO BIDDERS ADDITIONAL &
SPECIAL CONDITIONS OF CONTRACT &
FORMS OF AGREEMENT.
2

PUBLIC HEALTH ENGINEERING


DEPARMENT, HARYANA
BID DOCUMENTS

Name of work :- Comprehensive Water Supply Scheme for Mahendragarh Town.


Designing, Constructing, Testing, Commissioning, Operation & Maintenance for 3 years
after defect liability period of 12 months of canal based w/s scheme for M/Garh Town
“Laying of 700 mm ø RCC Pipe NP2 inlet channel, Construction of 1 No. storage &
Sedimentation tank, Pump house, Generator Room, Raw water & Clear water suction well,
5.5 MLD water treatment plant, boundary wall, Staff quarter, Raw water & clear water
pumping machinery, Transformer & all Electrical , Mechanical instrumentation ,
Development of W/Works, Land scaping, Horticulture at W/Works Dewas, 1 No. Under
Ground Clear water tank, 1 No. pump chamber, Staff quarter, Clear water pumping
machinery, Transformer & all Electrical, Mechanical instrumentation, development of
Boosting Station, Land scaping, Horticulture at Main boosting Station M/Garh, Laying of
200 mm ø, 300 mm ø , 350mm ø , 600 mm ø D.I. K-9 Rising main from Dewas water works
to Main boosting Station & from Main boosting station to different boosting station’s and
all other works contingent there to complete in all respects on Turnkey Basis Distt.
Mahendragarh, Haryana”.
Estimated Cost: Rs. 707.54 Lakhs only

Date of opening of Tender: 27-05-2010 15:00 hrs.

Executive Engineer,
PHED M.Garh
3

Invitation for Bid and Standard Form of Agreement


1. Invitation for BID
The Executive Engineer, Public Health Engineering Division, M.Garh.
Name of work :- Comprehensive Water Supply Scheme for Mahendragarh Town.
Designing, Constructing, Testing, Commissioning, Operation & Maintenance for 3 years after defect
liability period of 12 months of canal based w/s scheme for M/Garh Town
“Laying of 700 mm ø RCC Pipe NP2 inlet channel, Construction of 1 No. storage & Sedimentation tank,
Pump house, Generator Room, Raw water & Clear water suction well, 5.5 MLD water treatment plant,
boundary wall, Staff quarter, Raw water & clear water pumping machinery, Transformer & all
Electrical , Mechanical instrumentation , Development of W/Works, Land scaping, Horticulture at
W/Works Dewas, 1 No. Under Ground Clear water tank, 1 No. pump chamber, Staff quarter, Clear
water pumping machinery, Transformer & all Electrical, Mechanical instrumentation, development of
Boosting Station, Land scaping, Horticulture at Main boosting Station M/Garh, Laying of 200 mm ø, 300
mm ø , 350mm ø , 600 mm ø D.I. K-9 Rising main from Dewas water works to Main boosting Station &
from Main boosting station to different boosting station’s and all other works contingent there to
complete in all respects on Turnkey Basis Distt. Mahendragarh, Haryana”.
Estimated Cost: Rs. 707.54 Lakhs only
NATIONAL COMPETITIVE BIDDING
Bid No. Date of Receipt: -
1. The Executive Engineer, Public Health Engineering Division, M.Garh for and on behalf of Governor of
Haryana invites sealed bids under National Competitive Bidding (NCB) from eligible Bidders for the
following works: -
Name of work :- Comprehensive Water Supply Scheme for Mahendragarh Town.
Designing, Constructing, Testing, Commissioning, Operation & Maintenance for 3 years after defect
liability period of 12 months of canal based w/s scheme for M/Garh Town
“Laying of 700 mm ø RCC Pipe NP2 inlet channel, Construction of 1 No. storage & Sedimentation tank,
Pump house, Generator Room, Raw water & Clear water suction well, 5.5 MLD water treatment plant,
boundary wall, Staff quarter, Raw water & clear water pumping machinery, Transformer & all
Electrical , Mechanical instrumentation , Development of W/Works, Land scaping, Horticulture at
W/Works Dewas, 1 No. Under Ground Clear water tank, 1 No. pump chamber, Staff quarter, Clear
water pumping machinery, Transformer & all Electrical, Mechanical instrumentation, development of
Boosting Station, Land scaping, Horticulture at Main boosting Station M/Garh, Laying of 200 mm ø, 300
mm ø , 350mm ø , 600 mm ø D.I. K-9 Rising main from Dewas water works to Main boosting Station &
from Main boosting station to different boosting station’s and all other works contingent there to
complete in all respects on Turnkey Basis Distt. Mahendragarh, Haryana”.
4

The Bid is to be Prepared and submitted based on design, technical specifications,


parameters and Drawings provided in the Bid Documents (Part I, II & III).
1. The bidders shall submit their technical bid and shall quote their rates separately for
the same as per requirement given in Part III of Bid Documents.
2. The total period of successful completion of this entire work and its commissioning is
18 months from the date of receipt of the letter of award of contract.
3. Interested eligible Bidders may obtain any further information in respect of the
Bidding Documents at the office of: - The Executive Engineer, Public Health
Engineering Division, M.Garh.
4. The scope of work includes, Designing, Construction, Supply, Erecting,
Commissioning, Operation & Maintenance for a period of 3 year after success full
competition period of defect liability 12 Months thereafter of the entire work on
turnkey basis as per design, technical specification, parameters given in the bid
documents at M.Garh & other details as below.
S. Name of Work Estimate Amount of Time of Successful
No. d Cost Earnest completion
(Rs. In Money (Rs.
Lakhs.) In Lakhs.)
1. Comprehensive Water Supply 707.54 14.15 18 months for
Scheme for Mahendragarh Town completion including
Designing, Constructing, Testing,
Commissioning, Operation &
3 months for trial run,
Maintenance for 3 years after defect testing which can be
liability period of 12 months of extended till
canal based w/s scheme for M/Garh prescribed parameters
Town are attained (which
“Laying of 700 mm ø RCC Pipe
NP2 inlet channel, Construction of 1
ever is later) &
No. storage & Sedimentation tank, further operation &
Pump house, Generator Room, Raw maintenance of plant
water & Clear water suction well, for 3 year & 1 year
5.5 MLD water treatment plant, defect liability period
boundary wall, Staff quarter, Raw
water & clear water pumping
after successful trial
machinery, Transformer & all run period
Electrical , Mechanical
instrumentation , Development of
W/Works, Land scaping,
Horticulture at W/Works Dewas, 1
No. Under Ground Clear water
tank, 1 No. pump chamber, Staff
quarter, Clear water pumping
machinery, Transformer & all
Electrical, Mechanical
instrumentation, development of
Boosting Station, Land scaping,
5

Horticulture at Main boosting


Station M/Garh, Laying of 200 mm
ø, 300 mm ø , 350mm ø , 600 mm ø
D.I. K-9 Rising main from Dewas
water works to Main boosting
Station & from Main boosting
station to different boosting
station’s and all other works
contingent there to complete in all
respects on Turnkey Basis Distt.
Mahendragarh, Haryana”.
5. The fees may be paid in Cash or by way of a Demand draft in favor of the Executive
Engineer, Public Health Engineering Division, M.Garh; payable at M.Garh

S. No. Category Price/Set (Rs.) Incidental Price/extra copy


expenses (Rs.)
Postage (Rs.)
1. Documents purchased 5000/- Nil 5000/-
directly from the above.

2. Documents purchased 5000/- 500/- 5500/-


through mail

The Bid Documents will be posted if expressly so desired by a prospective Bidder at his risk
of delays or loss in transit, on payment of postage and incidental charges in advance.
7 The Bid documents shall be issued to those intending eligible contractors only, who
will deposit the Deposit at Call (DAC) of requisite amount of earnest money duly
pledged in the name of Executive Engineer, Public Health Engineering Division,
M.Garh drawn on any Nationalized Bank payable at M.Garh.
8. The Bidding Documents are non-transferable.
9. A Technical-bid meeting will be held in the office of the Superintending Engineer,
Public Health Engineering Circle, Rewari as mentioned above in schedule.
10 The Bidder has to submit his offer on through e-tendering
11 The Bidder shall submit his offer in two parts in two separate envelop as follow :-
ENVELOPE – A
Envelope ‘A’ shall be super scribed as ‘ Application & DAC ‘ containing details
regarding eligibility of the contractor to participate in the tender process and DAC (
deposited at call ) of requisite amount of earnest money duly pledged in the name of
6

Executive Engineer , PHE Division Mohindergarh drawn on any Nationalised Bank payable
at Mohindergarh
ENVELOPE – B
Envelope – B shall be super scribed the ‘ Technical Bid ‘ containing technical details ,
technical proposals , specifications of materials terms and conditions , technical report ,
literature , drawings , details and make of equipments etc. but shall not contain any rates .
The bidder shall provide performance guarantee based on his technical bid in order to attain
steady state operation of Ranney , well and its design / expected discharge .
Opening of Envelope ‘B’
In case of contractors not found eligible , their envelope ‘B’ shall not be opened and shall be
returned back unopened . In case of contractors found eligible , their envelope ‘B’ containing
technical details , technical proposals , specifications of materials , terms and conditions ,
technical report , literature, drawings , details and make of equipments etc. shall be opened .
Another meeting with eligible contractors shall be held to finalize common parameters of
technical specifications The Deptt. shall make detailed scrutiny of the technical details
submitted by the contractors in envelope ‘B’ . If need be , approval of competent authority
shall be taken to finalize the technical common parameters . The details of common technical
parameters finalized by the Deptt. , shall be communicated to the participating eligible
contractors through speed post .
12 The Executive Engineer, Public Health Engineering Division, M.Garh will announce
the Bidders names and salient features of the technical bid.
13 The successful bidder will be required to enter into a formal Agreement with the
Executive Engineer, Public Health Engineering Division, M.Garh.
7

Eligibility Criteria for Bidding Agencies shall be follows :-


1) The Bids from the joint ventures are not acceptable
2) The reputed contractors / firms should have successfully and satisfactorily executed
the similar works on turnkey basis as stated below during the last five years preceding
31.03.2010
a) One work of similar nature costing Rs. 525 lacs or above or two works of similar
nature costing to Rs. 350 lccs each or above which should include construction of :-
i) Atleast 2 rapid sand filtration plant of minimum 4.54 MLD capacity
and
ii) Atleast 2 works of pumping machinery installation alongwith electrical equipment
and HT connection each costing Rs. 100 lacs
and
iii) Atleast 2 works of RCC for water retaining structures each costing Rs. 100 lacs
3) The application performance for each complete 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 .
4) The works should have been working satisfactory since its commissioning . The
applicant should have experience of the said job such as rapid sand water purification
plants . RCC work for water retaining structures , installation of machinery , electrical
HT connections and other connected electrical equipment and should have adequate
resources , for machinery , equipment , expertise and experience with proper track
record.
5) The firms / agency / contractor should be enlisted / registered with any State / Central
Govt department or Public Sector undertaking on the date of opening of tenders
6) Average annual turnover of the applicant should be atleast Rs 250 lacs for last three
years proceeding 31.03.2010 .
7) Net asset value of the firm shall not be less than Rs 250 lacs
8) Firms / Contractor who have been black listed by Govt. Semi. Govt. / Board /
Corporation shall not be eligible to bid for this work .
9) The Department reserves the right to verify the particulars furnished by the applicant
independently , if any information furnished by the applicant is found to be incorrect
at a later stage , the firm / contractors shall be liable to be debarred from future
8

tendering in Department and legal action will also be initiated and allotment is liable
to be cancelled besides black listing the contractors / firms .
10) All disputes concerning this work shall within the jurisdiction of Mohindergarh .
11) The tender will be opened in the office of the Superintending Engineer , PHE Circle
Rewari
12) Conditional tenders , tender without earnest money , tender not furnished on
prescribed form and tender by Post / Telegramme and received after due date and time
shall not be entertained.
13) The firms / contractor shall give their rates for complete scope of work and give the
competent wise cost . The rate of design , dewatering , pile foundation and price
escalation shall not be paid extra .
14) Department reserves the right to reject any / all the application without assigning any
reason .
15) For further details , terms and condition please contract the office of the Executive
Engineer , Public Health Engineer Division Mohindergarh
16) The contractor / agencies shall fill up the component-wise rates in figures and words
for Non Schedule items in the space given on page 4 to 11 ( Part – III ) under the
heading (B) Non – Schedule items . The tender of the contractor / agency who does
not fill up the component – wise rates , shall be out rightly , rejected as an
irresponsive tender and earnest money of the concerned contractor / agency shall be
forfeited for not observing the required procedure .
9

PRESS NOTICE

Haryana Public Health Engineering Department Panchkula


Public Health Engineering Division Mohindergah
Notice Inviting Tender
No. ________________ Dated:

1. Online bids are hereby invited in the website: http://haryanaphed.etenders.in on behalf of


Governor of Haryana for the following work as mentioned below:-
Sr Name of work Estimated Earnest Tender
N Cost Money Docume
o. nt fee
1. Aug. Water Supply Scheme for Mahendragarh Rs. 707.54 Rs. 14.15 Rs. 6500/-
Town “Laying of 700 mm ø RCC Pipe NP2 lacs lacs
inlet channel, Construction of 1 No. S/S tank,
Pump house, suction wells, 5.5 MLD water
treatment plant, pumping machinery & all
Electrical works at W/W Dewas , 1 No. Clear
water tank, 1 No. pump chamber, pumping
machinery & all Electrical works at Main
boosting Station M/Garh, Laying of 200 mm ø,
to 600 mm ø D.I. Pipes K-9 from Dewas water
works to Main boosting Station & from Main
boosting station to different boosting station’s
and all other works contingent there to on
Turnkey Basis Distt. Mahendragarh, Haryana

2. Date and time for bid preparation and Hash Submission and making online payment upto 17.05.2010
upto 17.00 hrs.
For further details and e-tendering schedule visit website http://haryanaphed.etenders.in

For & on behalf of Govt. of Haryana


Sd/
Executive Engineer
PHE Division Mohindergarh
10

HARYANA PUBLIC HEALTH ENGINEERING DEPARTMENT


PUBLIC HEALTH ENGINEERING DIVISON MOHINDERGARH
NOTICE INVITING TENDER

Online bids are hereby invited in the website: http://haryanaphed.etenders.in


on behalf of Government of Haryana for the following work as mentioned below:-
Sr Name of Work Estimated Earnest Tender
No Cost Money Documen
. t Fee
1. Comprehensive Water Supply Scheme for Rs.707.54 Rs.14.15 Rs. 6500
Mahendragarh Town.Designing, Lacs Lacs
Constructing, Testing, Commissioning,
Operation & Maintenance for 3 years after
defect liability period of 12 months of
canal based w/s scheme for M/Garh Town
“Laying of 700 mm ø RCC Pipe NP2 inlet
channel, Construction of 1 No. storage &
Sedimentation tank, Pump house,
Generator Room, Raw water & Clear
water suction well, 5.5 MLD water
treatment plant, boundary wall, Staff
quarter, Raw water & clear water pumping
machinery, Transformer & all Electrical ,
Mechanical instrumentation ,
Development of W/Works, Land scaping,
Horticulture at W/Works Dewas, 1 No.
Under Ground Clear water tank, 1 No.
pump chamber, Staff quarter, Clear water
pumping machinery, Transformer & all
Electrical, Mechanical instrumentation,
development of Boosting Station, Land
scaping, Horticulture at Main boosting
Station M/Garh, Laying of 200 mm ø, 300
mm ø , 350mm ø , 600 mm ø D.I. K-9
Rising main from Dewas water works to
Main boosting Station & from Main
boosting station to different boosting
station’s and all other works contingent
there to complete in all respects on
Turnkey Basis Distt. Mahendragarh,
Haryana”.

1. Bidding Documents can be downloaded online from the Portal:


http://haryanaphed.etenders.in by the Societies / Contractors registered on
the Portal.
2 As the Bids that are to be submitted online are required to be encrypted and
digitally signed, the Bidders are advised to obtain the same ( Digital Signature
Certificate ) at the earliest. For obtaining Digital Certificate, the Bidders should
follow point No. 3 under Section 1 (iii) - Condition of e-tendering .
11

2. Key Dates
Sr. Start Date and Expiry Date and
HPHED Stage Contractor Stage
No. Time Time
22-05-2010 23-05-2010
1 Release of Tender -
10:00 hrs. 21:00 hrs.
24-05-2010 14-06-2010
2 - Download Tender Document
21:01 hrs. 12:00 hrs.
Online Bid Prepration & Hash 24-05-2010 14-06-2010
3 -
Submission 21:01 hrs. 12:00 hrs.
14-06-2010 14-06-2010
4 Technical Lock -
12:01 hrs. 17:00 hrs.
14-06-2010 16-06-2010
5 - Re-encryption of Online Bids
17:01 hrs. 10:59 hrs.
Manual Submission of 25-05-2010 16-06-2010
6
(Technical)Documents & EMD 10.00 hrs. 10.30 hrs.
Open EMD & 16-06-2010 16-06-2010
7 -
Technical/PQ bid 11:00 hrs. 17:00 hrs.
21-06-2010 21-06-2010
8 Pre Bid Meeting -
13:00 hrs. 17:00 hrs.
Technical 16-06-2010 21-06-2010
9 -
Evaluation 17:01 hrs. 17:00 hrs.
Revised 21-06-2010 22-06-2010
10 -
Commercial Bid 17:01 hrs. 17:00 hrs.
22-06-2010 22-06-2010
11 Financial Lock -
17:01 hrs. 21:00 hrs.
Re-encryption of 22-06-2010 23-06-2010
12 -
Online Bids 21:01 hrs. 13:00 hrs.
Open Financial / 23-06-2010 23-06-2010
13 -
Price-Bid 15:00 hrs. 20:00 hrs.

3. The Bidders can download the bidding documents from the Portal :
http://haryanaphed.etenders.in Tender Documents Fees has to be paid
online during the Bid Preparation and Hash Submission stage and Earnest
Money Deposit has to be submitted in a separate sealed EMD envelope in
form of Bank Draft in favour of the Executive Engineer, PHE Division
Mohindergarh or through RTGS transaction ( Net Banking in the same of
Executive Engineer , Public Health Engineering Division
Mohindergarh in bank account No. 65075888234 . In the transction is
through RTGS / Net Banking to be given online at the e-tendering website
of the department .
a. Name of a/c holder from whose a/c payment has been made by the
agency
b. A/C No.
c. Name of the Bank
d. Transaction ID
e. Date of time of transaction
12

f. Amount of Payment
Desirous Contractors shall have to pay the Tender Document Fees
mentioned against the work at the time of Bid Preparation and Hash
Submission stage. The EMD envelop has to reach in the office of
Executive Engineer, PHE Division Mohindergarh, on or before
19.05.2010, 10.30 Hrs. However, as 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 ready appropriately.
4. The tender shall be submitted by the tenderer in the following three
separate envelops online:
1. Earnest Money - Envelope ‘ED’
2. N.I.T. and Technical Bid - Envelope ‘T I’
3. Tender in Form – A (Price Bid) - Envelope ‘C I’
Note: Online Bidders may submit the EMD in a physical EMD Envelop
– ‘ED’ or through RTGS/Net Banking and any other document
related to Technical Bid which cannot be submitted online in a
physical Technical Envelop – ‘TI’. Price Bids are to be
submitted mandatory online and shall not be accepted in any
physical form.
Reference of the EMD is to be mentioned Online. Also, in case
of Technical Bids, the list of documents being submitted
physically is to be uploaded online.
Above envelop, as applicable, shall be kept in a big outer envelop, which
shall also be sealed, In the first instance, the Envelop – ‘ED’ of all the
Bidders containing the Earnest Money shall be opened online and
physically. If the Earnest Money is found proper, the Envelop ‘TI’
containing Technical Bid shall be opened in the presence of such
contractors who choose to be present. The Financial Offer in Envelop in
‘CI’ shall be opened only if the tenderers meet the qualification criteria as
per the Bid document. The date of opening of Financial Bid shall be fixed
at the time of opening of Technical Bid.
The Contractual Agencies will submit the necessary documents as under.
Envelope ‘ED’ – Earnest Money Deposit Envelop
Physical EMD Envelop – Earnest Money in shape of deposit at
call/Treasury Challan, Bank guarantee from Nationalized bank or ICICI
/HDFC/IDBI.
13

Online EMD Envelope—Reference details of the Earnest Money


Deposit instrument .
Envelope ‘TI’ – Technical Bid Envelope
Online Technical Envelope – All the information and scanned
copies of the Documents / Certificates as require to be submitted as per
the Tender. Also, the list of such documents that can not be submitted
online, if any Physical Technical Envelope – All the Information and
Documents / Certificates as required to be submitted as per the Tender
that cannot be submitted online, if any,
Envelope ‘CI’ – Price Bid Envelope
To be submitted mandatory online- Information related to Price
Bid of the Tender Both these Envelopes “ED” and “TI” shall be placed in
another envelops of bigger size clearly marking the name of agency & name
of work. In case, the Bidders have submitted all the information and
documents/ certificates required as a part of Technical Bid online,
physical Envelope “TI” shall not be required. Envelope “TI” will be only
opened if the Contractual Agency fulfills condition in Envelope “ED”.
The contractual Agencies can submit their tender documents
(Online and physical) as per the dated mentioned in the key Dates above:-
CONDITONS:-
1) DNIT & Prequalification can be seen on any working day during
office hours in office of the undersigned.
2) Conditional tenders will not be entertained & are liable to be
rejected.
3) In case the day of opening of tenders happens to be holiday, the
tenders will be opened on the next working day. The time and place
of receipt of tenders and other conditions will remain unchanged.
4) The undersigned reserve the right to reject any tender or all the
tenders without assigning any reason.
5) The societies shall produce an attested copy of the resolution of the
Co-Operative department for the issuance of tenders.
6) The tender without earnest money will not be opened.
7) The jurisdiction of court will be at Mohindergarh.
8) The tender of the bidder who does not satisfy the qualification
criteria in the bid documents are liable to be rejected summarily
14

without arising any reason and no claim whatsoever on this account


will be considered.
9) The bid for the work shall remain open for acceptance during the
bid validity period to be reckoned from the date of ‘Submit Bid Hash
Online’. If any bidder/ tenderer withdraws his bid/ tender before
the said period of makes any modifications in the terms and
conditions of the bid, the said earnest money shall stand forfeited.
Bids would require to be valid for 3 months from the date of bid
closing.
For and On Behalf of
Government of Haryana
Executive Engineer
PHE Division Mohindergarh

Endorsement No. Dated

A copy of above is forwarded to the following for information and wide


publicity:

(1) Deputy Commissioner, Mohindergarh at Narnaul


(2) Engineer-in-Chief Haryana, PHED, Panchkula
(3) All Superintending Engineers/Executive Engineer, PHED Haryana.

For and On Behalf of


Government of Haryana
Executive Engineer
PHE Division Mohindergarh
15

SECTION-1 (iii)
CONDITIONS OF E-TENDERING
Instruction to Contractor on Electronic Tendering
1. These conditions will over-rule the conditions stated in the
tender documents, wherever relevant and applicable.
2. All the Contractors intending to participate in the tenders processed
online, are required to get registered on the Electronic Tendering
System
on the Portal http://haryanaphed.etenders.in
For more details, please see the information in Registration info link on
the
home page.
3. Obtaining a Digital Certificate:
3.1 The Bids submitted online should be encrypted and signed
electronically with a Digital Certificate to establish the identity of the
bidder bidding online. These Digital Certificates are issued by an
approved certifying authority, by the controller of Certifying
Authorities, Government of India.
3.2 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 carrying emblem of
Ashoka. Only upon the receipt of the required documents, a digital
certificate can be issued.
3.3 The contractors may obtain Class II B digital certificated from any
Certifying Authority or Sub-certifying Authority authorized by the
Controller of Certifying Authorities or may obtain information and
application format and documents required to issue of digital
certificate from:
1. Nex Tenders (India) Pvt. Ltd.
YUCHIT, Juhu Tara Road,
Mumbai – 400049
Email: Chandigarh@nextenders.com

2. Nex Tenders (India) Pvt. Ltd.


O/o HSRDC, Bays No. 13-14, Sec-2,
Panchkula-134151
Contact Person: Manmeet- +919815034028
Rishi- +919878012160
16

3.4 Bid for a particular tender may be submitted only using the digital
certificate, which is used to encrypt the data and sign the hash during
the stage of bid preparation and hash submission. In case, during the
process of a particular tender, the user looses his digital certificate
(i.e. due to virus attack, hardware problem, operating system
problem); he may not be able t submit the bid online. Hence, the
users are advised to back up to certificate and keep the copies at safe
place under proper security to be used in case of emergencies.
3.5 In case of online tendering, if the digital certificate issue to the
authorized user of a firm is used for signing and submitting a bid it
will be considered equivalent to a no-objection certificate/power of
attorney to that User. 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. Unless the
certificates are revoked, it will be assumed to represent adequate
authority of the user to bid on behalf of the firm for Haryana State
Roads and Bridges Development Corporation Limited tenders as per
Information Technology Act 2000. The digital signature of this
authorized user will be binding on the firm. It shall be the
responsibility of management / partners of the registered firms to
inform the certifying authority of Sub / Certifying Authority, if the
authorized user changes, and apply for a fresh digital certificate and
issue a ‘authorization certificates’ for the new user. The procedure for
application of a digital certificate will remain the same for the new
user.
3.6 The same procedure holds true for the authorized users in a
private/Public limited company. In this case, the authorization
certificate will have to be signed by the directors of the company.
4. Opening of an Electronic Payment Account:
4.1 For purchasing the tender documents online, contractors are required
to pay the tender documents fees online using the electronic
payments gateway service as mentioned in the D.N.I.T.
4.2 For the list of payments using which the online payments can be
made, please refer to the Home page of the Portal
http://haryanaphed.etenders.in
17

5. Set up of machine
5.1 In order to operate on the electronic tender management system, a
user’s machine is required to be set up. A help file on setting up of the
system can be obtained from next Tenders (India) Pvt. Ltd. or
downloaded from the home page of the website -
http://haryanaphed.etenders.in.
6. Online Viewing of Detailed Notice Inviting Tenders:
6.1 The contractors can view the detailed N.I.T and the time schedule
(Key Dates) for all the packages floated using the electronic tendering
system on the Haryana PHED website
http://haryanaphed.etenders.in
7. Purchase of Tender Documents:
a) Download of Tender Documents: The tender documents can only
be downloaded from the Electronic Tendering System on the
Portal http://haryanaphed.etenders.in
8. Submission of Bid Seal (Hash) of online Bids:
8.1 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.
9. Generation of Super Hash:
9.1 After the time of submission of Bid Seal (Hash) by the Contractors has
lapsed, the bid round will be closed and a digitally signed tender
Super Hash will be generated by authorized Haryana PHED official.
This is equivalent to sealing the tender box.
10. Submission of actual online bids:
10.1 Contactors 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). The electronic bids of only the contactors who have submitted
their bid seals (Hashes) within the stipulated time, as per the tender
time schedule (Key Dates), will be accepted by the System. A
contractor who does not submit his bid seal (Hash) within the
stipulated time will not be allowed to submit his bid.
11. Submission of Tender Document Fees:
18

11.1 The Payment can be made by eligible / contractors online directly via
Credit Cars / Internet Banking Accounts / Cash Cards. 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. The secure electronic payments
gateway is an online interface between contractors and credit card /
online payment authorization networks.
12. Submission of Earnest Money Deposit:
12.1 The EMD Payment can be made by eligible contractors through
Approved Traditional Financial Instruments or through RTGS/Net
Banking transaction .
12.2 Contractors have to submit the EMD physically in a sealed physical
envelope and the same should reach the office of concerned Executive
Director as mentioned in the Tender Notice or make EMD payment
through RTGS/Net Banking transaction ..
13. Key Dates:
13.1 The contractors are strictly advised to follow dates and times a
indicated in the Notice Inviting Tenders. The date and time will be
binding on all contractors. All online activities are time tracked and
the system enforces time locks that ensure that no activity or
transaction can take place outside the start and end dates and time of
the stage as defined in the Notice Inviting Tenders.
Other Information:
1. The intending Contractors shall fill in the lumpsum rate / item rate /
Percentage rate in the online templates in of the online tender. The
Price Bid has to be submitted mandatory online.
2. The Earnest Money Deposit and Technical Bid Documents that
cannot be submitted online, if any should be put in separate sealed
envelopes and these sealed envelopes together with the documents
listed below should be sealed in another cover and delivered to this
office before the date and time mentioned in the Tender Notice.
i. A list of all documents accompanying the sealed envelopes
containing the tender documents.
ii. Duly accepted power of Attorney in original along with its two
certified copies in the name of tenderer or authorized
representative to act on behalf of the agency.
19

iii. Documents in respect of payment of earnest money.


3. a) Tender must strictly abide by the stipulations set forth in detailed
notice inviting tenders while tendering for the work, the tenderer
shall adopt only the three envelope system.
b) The tender conditions shall be placed alongwith the pricing
separately for each condition in lieu of its assumed withdrawal by
the tenderer in the second envelope marked as “Condition and the
pricing for withdrawal of each condition” in case of manual
submission. The envelope must contain pricing of each condition
of the tenderer, whatsoever. In case of non-compliance of partial
compliance by the any tenderer in this respect, his price bid and
the tender shall not at all be considered.
4. The second envelop – Price Bid envelope has to be submitted
mandatory online and shall not be accepted physically under any
circumstances. In case any tenders does not comply with procedure
given above, will be presumed that he is not interest in the work and
the work shall not be let out to him, further he may be de-listed
without further notice to him for failing to abide by the strictly
approved terms of detailed notice inviting tenders for this work.
5. The tenders which are not accompanied by the earnest money or
proof or earnest money or do not strictly follow the technical
requirement, are liable to be rejected summarily.
6. Tenders quotations which are dependent upon the quotations of
another tender shall be summarily rejected.
7. The tender of the bidders who does not satisfy the qualification in the
bid documents are liability to be rejected summarily without arising
any reason and no claim what so ever on their account will be
considered.

Note: - 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 Haryana PHE Department at the website http://haryanaphed.etenders.in. And
also held liable solely in case while bidding in particular stage Date & Time expired as
per the key date available on the tender document subject to change in case of
amendment in schedule due to any reason of the Department
20

STANDARD FORM OF AGREEMENT


Name of Contractor: -
Name of work :- Comprehensive Water Supply Scheme for Mahendragarh Town.
Designing, Constructing, Testing, Commissioning, Operation & Maintenance for 3 years after defect
liability period of 12 months of canal based w/s scheme for M/Garh Town
“Laying of 700 mm ø RCC Pipe NP2 inlet channel, Construction of 1 No. storage & Sedimentation tank,
Pump house, Generator Room, Raw water & Clear water suction well, 5.5 MLD water treatment plant,
boundary wall, Staff quarter, Raw water & clear water pumping machinery, Transformer & all
Electrical , Mechanical instrumentation , Development of W/Works, Land scaping, Horticulture at
W/Works Dewas, 1 No. Under Ground Clear water tank, 1 No. pump chamber, Staff quarter, Clear
water pumping machinery, Transformer & all Electrical, Mechanical instrumentation, development of
Boosting Station, Land scaping, Horticulture at Main boosting Station M/Garh, Laying of 200 mm ø, 300
mm ø , 350mm ø , 600 mm ø D.I. K-9 Rising main from Dewas water works to Main boosting Station &
from Main boosting station to different boosting station’s and all other works contingent there to
complete in all respects on Turnkey Basis Distt. Mahendragarh, Haryana”.
Estimated Cost: Rs. 797.80 Lakhs.
HARYANA PUBLIC WORKS DEPARTMENT.
PUBLIC HEALTH ENGINEERING DIVISION, M.GARH.
FORM: F-1
LUMPSUM RATE 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 NONCOMPLIANCE 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 execution by contract have been notified in a
shape of “Notice” pasted on the Notice Board hung up in the office 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 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
21

would be concluded, copies of the technical specification, designs & drawings, contract
schedule or rates as given in Part I, II & III of the Bid documents. Further any other
Documents required in connection with the works duly signed by the Executive Engineer for
purpose of identification shall also be opened for inspection by the Contractors in the office
of the Executive Engineer as mentioned in the “NOTICE”. The Part I, II & III of the Bid
documents shall be appended with this agreement when it is executed between the successful
bidder and the Haryana Public Health Engineering Division, M.Garh. .
Rule No. 2
Any Contractor who submits tender shall sign an affidavit to the effect that he has no
connection or relation with the firm/Contractor blacklisted by any State 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 Conditions. Only firm offer shall be made. 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 bidder to do the work at the lump sump cost quoted by him without the
conditions.
If the Contractor, who has submitted the tender refuses to accept the said counter offer to do
the work at the Lump Sump cost 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 person shall sign the tender 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 may 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.
22

For the purpose of identification, the Contractor shall supply to the Executive Engineer
specimen signatures duly attested by a Gazetted Officer known to the Executive Engineer.
The specimen signatures must be supplied well before the date of submission of tender.
The Contractor(s) shall sign on all pages of tender form to be submitted by him. In addition
he shall also sign at the places, where he is to sign which are marked ‘X’ on pages.
All corrections shall be made in a manner so that the original is legible. There shall be no
overwriting. The signatures of the authorized person as described above shall authenticate the
corrections.
Any tender not so signed may be rejected and the earnest money forfeited.
Rule No. 5
a) The Executive Engineer or any other officer duly authorized by him will open tenders.
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.
b) The officer opening the tender will first make a list of those tenders, which are on the
prescribed form. All other Documents purporting to be tenders shall be separated and
sealed separately without even announcing the identity of the tenders.
Out of the list of tenders received on the prescribed form, 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. Infirmities shall be notified and such tenders
shall be resealed without announcing the rates.
The Executive Engineer shall have the right of rejecting all or any of the tenders
without assigning any reason.
In the event of a tender being accepted, 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, sign copies of specifications and other
Documents mentioned in Rule 1. In the event of a tender not being accepted, the
earnest money forwarded with such tender unless the same has been forfeited will
thereupon be returned to the concerned tenderer.
Rule No. 6
The receipt of an Accountant or a Clerk for any money paid by the Contractor will not be
considered as acknowledgement of payment to the Executive Engineer and the Contractor
shall be responsible for seeing that he procures a receipt signed by the authorized person of
Executive Engineer.
23

Rule No. 7
The memorandum or work tendered for and the memorandum of materials if any to be supplied
by the Haryana Public Health Engineering Division and their issue rates shall be filled in and
complete in the office of the Executive Engineer before the tender form is issued. If a form is
issued to a Contractor who intends to tender without having been so filled in and completed, he
shall request the office to have this done before he completes and delivers his tender.
Rule No. 8
Haryana Public Health Engineering Division may refuse or suspend payments on account of a
work when executed by a firm or by Contractors described in their tender as a firm, unless
receipts are signed by all the partners, or one of the partners, or some other person produces
written authority enabling him to give effectual receipts on behalf of the firm.
24

TENDER FOR WORKS & FORM OF AGREEMENT


I/We hereby tender for the execution, for the Haryana Public Health Engineering Division of
the work specified in the under written memorandum within the time specified in such
memorandum at Lump Sum cost given in Part III of Bid documents in accordance with the
conditions, design, technical specifications as given in Part I, I & III of bid documents as
instructions in writing referred to in rule 1 thereof and in Clause 11 of the conditions of
contract and with such materials as are provided for by the Engineer-in-Charge in all other
respects in accordance with such conditions so far as applicable.
Enter both the rates in words and figures only in this space. In the event of variation of rate in
words and figures tender may be rejected or other wise the lower value only shall be
considered.
Bid Documents: -
The following documents are attached to this contract agreement and made an integral part of
this contract agreement as though fully written out and set forth herein: -
Part: I Instruction to Bidders, Additional and Special Conditions of Contract and
Form of Agreement.
Part: II Brief description of the project, Scope of work and Technical Specifications.
Part: III Price Schedule.
All of the foregoing documents, together with this contract agreement are referred to herein
as the Bid documents. Also incorporated into this agreement, and made part hereof, are all
codes, designations, standards, standard specifications, and similar requirements, which are
referred to in the conditions and specifications. The contractor agrees to perform efficiently
and faithfully all of the work and to furnish all of the equipment’s and materials described in
the Bid documents and to supply or provide all equipment’s, materials, supplies, labour and
other facilities requisite for or Incidental to the successful completion of the work and in
carrying out all duties and obligations imposed by the Bid documents. The Contractor shall
complete the work within 18 months from the date of award of work as stipulated in the
Notice Inviting Tenders, issued by the employer.
Notice: -
All notices called for by the terms of the Bid documents shall be in writing in English
language and shall be delivered by hand or by registered mail to the party’s address to which
it is given. All notices shall deemed to be duly made when received by the party to whom it is
addressed at the following addresses or such other addresses which party may subsequently
notify to the other one.
25

Employer: - Haryana Public Health Engineering Department.


Contractor: -
Integration: -
The Employer and the Contractor agree that this agreement, including the above Documents,
expresses all of the agreements, understandings, promises and covenants of the parties and
that it integrates, combines and supersedes all prior and contemporaneous negotiations,
understanding and agreements, whether written or oral and that no modification or alteration
of this agreement shall be valid or binding on either party unless expressed in writing and
executed with the same formality as this agreement, except as may otherwise be specifically
provided in the Bid documents.
26

MEMORANDUM
General Description (Name or work/contract) -
Name of work :- Comprehensive Water Supply Scheme for Mahendragarh Town.
Designing, Constructing, Testing, Commissioning, Operation & Maintenance for 3 years after defect
liability period of 12 months of canal based w/s scheme for M/Garh Town
“Laying of 700 mm ø RCC Pipe NP2 inlet channel, Construction of 1 No. storage & Sedimentation tank,
Pump house, Generator Room, Raw water & Clear water suction well, 5.5 MLD water treatment plant,
boundary wall, Staff quarter, Raw water & clear water pumping machinery, Transformer & all
Electrical , Mechanical instrumentation , Development of W/Works, Land scaping, Horticulture at
W/Works Dewas, 1 No. Under Ground Clear water tank, 1 No. pump chamber, Staff quarter, Clear
water pumping machinery, Transformer & all Electrical, Mechanical instrumentation, development of
Boosting Station, Land scaping, Horticulture at Main boosting Station M/Garh, Laying of 200 mm ø, 300
mm ø , 350mm ø , 600 mm ø D.I. K-9 Rising main from Dewas water works to Main boosting Station &
from Main boosting station to different boosting station’s and all other works contingent there to
complete in all respects on Turnkey Basis Distt. Mahendragarh, Haryana”.
Estimated Cost (as given in Notice Inviting Tender): - Rs.707.54 Lacks

(a) Earnest Money (as given in Notice Inviting Tender): -Rs.14.15 Lacks.
(b) Security deposit (including earnest money) @5 % of contract value, percentages, if
any, to be deducted from bills.
(c) Performance Guarantee Amount @ 5 % of total contract value. The successful bidder
shall submit bank guarantee of 5% of the total contract value valid for 48 months
before release of 100% of 5% security deposit deducted from his bills and shall be
released after success full Operation and maintenance period.
(d) Time allowed for the work from date of written order to completion 18 months.
(e) Sale Tax and Income Tax will be deducted from contractors all bills on Gross amount
as per Govt. Rules.
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, the sums of money mentioned in the said conditions.
The sum of Rs.14.15 Lakhs deposited vide deposit at call in the name of Executive Engineer
PHE Division Mohindergarh as earnest money, 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
27

above memorandum the said sum of Rs.14.15 Lakhs shall be retained by the Haryana Public
Health Engineering Division M.Garh 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, my/our earnest money will stand
forfeited to the side of Haryana Public Health Engineering Division , M.Garh
Dated the ……………………….. Day of ……………………. 200…

Witness …………………………….

Occupation ……………………………

The above tender is hereby accepted by me for and on behalf of Governor of Haryana.

Dated the ……………….. Day of ………………….200………

Executive Engineer
PHED M.Garh,
28

CONDITIONS OF CONTRACT
This will be the Clause – 1
same percentage as The person/persons whose tender may be accepted (hereinafter called
that in the tender the Contractor) shall permit the Executive Engineer, Haryana Public
Health Engineering Division, M.Garh 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.
Such deductions to be held by Govt by way of security deposits.
Compensation of Clause – 2
delay The time allowed for carrying out the work as entered in the tender
shall be strictly observed by the Contractor, and shall be reckoned from
the date on which the order to commence work is given to the
Contractor. 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-in-Charge 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, after the proper dates. And
further, to ensure good progress during the execution of work the
Contractor shall be bound, 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, 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. 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-in-Charge, 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 Clause, shall not
exceed ten percent of the estimated cost of the work as shown in the
29

tender. The Superintending Engineer on representation in writing for


the Contractor may reduce the amount of compensation and his
decision in writing shall be final.
Clause – 3
In any case in which under any Clause or Clauses of this Contract, 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, as
he may deem best suited to the interests of Haryana Public Health
Engineering deptt..
Action when To rescind the Contract (of which rescission notice in written to the
whole security Contractor under the hand of the Engineer-in-Charge shall be
deposit is forfeited conclusive evidence) and in which case the security of the Contractor
shall stand forfeited and be absolutely at the disposal of Government.
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, against the contractor) & crediting him
with the value of the work done, 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.
c) To measure up the work of the contractor, & to take such part there of
as shall be unexecuted out of his hands & to give to another contractor
to complete, 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
contractor & may be deducted from any money due to him by
Government under the contract or otherwise or from his security
deposit.
30

In the event of any of the above courses being adopted by the Executive Contractor remains
Engineer, the contractor shall have no claim to compensation for any loss liable to pay,
sustained by reason of his having purchased or procured and materials, or compensation if
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. 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, 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, & be shall only be entitled to
be paid the value so certified.
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, 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,
clause or clauses there of, 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. 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, if he of desires, take
possession of all or any tools, plant, materials & stores in or upon the
works, 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, 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, otherwise the Executive
Engineer may be notice in writing to the contractor or his clerk’s of the
works, foreman or other authorized agent require him to remove such tools,
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. The Executive Engineer may remove them at the contractor’s
31

expenses or sell them by action or private sale, 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.
Clause – 5: - Extension of time
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, he shall apply in writing to the
Superintending Engineer, Public Health Engineering Circle,
Rewari through the Executive Engineer, Public Health Engineering
Division, M.Garh 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, in his opinion be necessary or proper.
Contractor to Clause 5 (a) – The Contractor shall deliver in the office of the Executive
submit returns Engineer, on or before the 10th day of every month during continuance of the
every months work covered by this contract, 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 as contain the value of such work as claimed by the Contract, which value shall
extra be based upon the rates and prices mentioned in the Contract or in the schedule
District rates of rates in force in the district for the time being. The Contractor shall include
mean 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 Executive Engineer under or in respect of, or any manner arising out of the
Engineering execution of work and the Contractor shall be deemed to have waived all
Division rates claims not included in such return will have no right to enforce any such
for that claims not so included whatsoever be the circumstances.
District.
Final Clause – 6 – Without prejudice to the rights of Government under any Clause
Certificate hereinafter contained on completion of the works, the Contractor shall be
32

furnished with a certificate by the Executive Engineer (hereinafter called the


Engineer-in-charge) of such completion, but no such certificate shall be given,
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, surplus materials and rubbish and cleaned off the dirt from all
wood works, doors, windows, walls, floors or other parts of any building, in
upon or about with the work to be executed, 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, 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, the Engineer-in-charge
may at the expense of the contractor remove such scaffolding, surplus
materials & rubbish and dispose off the same as he think and clean off such
dirt aforesaid; 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..
Payment on Clause 7 - No payment shall be made for work estimated to cost less than one
intermediate thousand, till after the whole of the works shall have been completed and a
certificate to be certificate of completion given. But in case of works estimate to cost more
regarded as than One thousand the Contractor shall be submitting the bill thereof be
advances 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. But all such intermediate payments shall be regarded as
payments by ways of advance against the final payments only and not as
payments for work actually done and completed and shall not preclude the
requiring of bad, unsounded and imperfect or unskillful work to be removed
and taken away and reconstructed or re-erected, or be considered as an
admission of the due performance of the Contract or any part thereof in any
respect, or the accruing of any claim, nor shall it conclude or any of them as to
the final settlement & adjustments of the account or otherwise or in any other
33

way or vary or affects the contract. 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.
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 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).
b) 50% of the balance security deposit shall be payable to the contractor after
a period of 6 months after successful trial run and attaining of consistence
prescribed parameters against submission of performance guarantee valid
for 2 years.
c) 100% of the performance guarantee amount shall be released after the
expiry of operation & maintenance period performance after 2 year after
defect liability period for the work.
Clause 8- 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; adjusted if possible, before the expiry of ten
days from the presentation of the bill. If the contractor does not submit the
bill within the time fixed as aforesaid, the Engineer-in-charge may depute a
subordinate to measure up the said work in the presence of the Contractor,
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.
Clause 9: - 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, & printed forms
the charge in the bill shall always be entered at the rate specified in the
34

tender or in the case of any extra works ordered in pursuance of those


conditions, & not mentioned or provided for in the tender at the rates
hereinafter provided for such works.
Clause 10: - 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- the Government.
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, 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), 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, & the value of the full quantity of materials &
stores so supplied to the rates specified in, the said schedule or
memorandum may be set off or deducted from any sums then due, or
hereafter to become due to the contractor under the contract, or otherwise,
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. 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, & shall at all times be opened to
inspection by him. Any such materials unused and in perfectly good
condition at the time of the completion of the Contract, shall be returned to
the Engineer-in-charge’s store if by a notice written under his hand he shall
or require, but the contractor shall not be entitled to return any such
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, or for any wastage in or damage to any
such materials.
Clause – 11: - The contractor shall execute the whole & every part of the Works to be
work in the most substantial & workman like manner & both as regard executed in
materials and otherwise every respect in strict accordance with the Haryana accordance with
35

PWD specifications or otherwise as may be specifically provided for, the specifications,


contractor shall also confirm exactly, fully & faithfully to the designs, drawings, orders
drawings, and instructions in writing relating to the works signed by the etc.
Engineer-in-charge & lodged in the office & to which the contractor shall
be entitled to access, at such office or on the site of the work for the
purpose of Inspection during office hours and the contractor shall, 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, drawings and instructions as
aforesaid.
Clause 11 (a): - The Engineer-in-charge shall have full powers at all times Removal of
to objects to employment of any workman, foreman or other employee on employees,
the works by the contractor, and if the contractor shall receive notice in workmen and
writing from the Engineer-in-charge requesting the removal of any such foremen.
man or men from the work, the contractor to comply with the request
forthwith.
No such workman, 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 contractor shall not be entitled to demand the reason from the
Engineer-in-charge for requiring the removal of any such workman,
foreman, or other employee.
Alterations in Clause – 12: - The Engineer-in-charge shall have power to make any
specifications & alteration or omissions or additions to, or substitutions for the original
design do not specifications, drawings designs & instruction, that may appear to him to be
invalid contracts. 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, omissions, additions or substitutions shall not invalidate the
contract, & any altered, 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, & at the same rates as specified in
36

the tender for the main work. 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, & the certificate of the Engineer-in-
in consequence of charge shall be conclusive as to such proportion. And if the altered,
alterations. additional of substituted work includes any class of work, for which no rate
is specified in this contract, then such class of work shall be carried out at
Rates for works the rates entered in the schedule of item of the district, subject to the same
not in estimate or percentage above or below as for the items included in the contract, & if
schedule of rates such class or work is not entered in the schedule of item of the district then
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, he shall give notice in writing be at liberty to cancel his order to carry
out such class of work, & arrange to carry to out in such manner as he may
consider advisable, 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, than & in such case he
shall have been determined as lastly herein before mentioned, 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. In the event of a dispute the decision of the
Superintending Engineer, Public Health Engineering Circle Rewari shall be
final.

No compensation Clause 13: - If at any time after the commencement of the work, the
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, the Engineer-in-charge
work to be carried shall give notice in writing of the fact to the contractor who shall have no
out. claim to any payment compensation, whatsoever on account of any profit or
advantage, 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, neither shall have any claim for compensation
by reason of any alteration having been made in the original specification,
37

drawings, design & instructions which shall invoice any curtailment of the
work as originally contemplated.
Action & Clause 14: - If it shall appear to the Engineer-in-charge or his subordinate
compensation in charge of the work, that any work has been executed with unsound,
payable in case of imperfect or unskillful workmanship or with material of any inferior
bad work. 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, or otherwise not in accordance with the contract, the contractor shall on
demand, 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, or remove &
reconstruct the work so specified in whole or in part as the case may require
or as the case may be, 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, 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, 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.
Clause 15: - All works under or in course of execution or executed in Work to be open to
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, during the usual working hours, and at all other
times at which reasonable notice of the intention of the Engineer-in-charge Contractor or
or his subordinate to visit the work shall have been given to the contractor, responsible agent
either himself be present for that purpose order given to the contractor’s to be present.
agent shall be considered to have the same force as if they had been given
to the contractor himself.
Clause 16: - 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
38

before covering up or otherwise placing beyond the reach of measurement covered up.
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-in-
charge or his subordinate –in-charge of the work, & if any work shall be
covered up or placed in behind the reach of measurement without such
notice having been given or consent obtained, the same shall be uncovered
at the contractor expense, or in default thereof no payment or allowance
shall be made for such work or the materials with which the same was
executed.
Clause –17: - If the contractor or his work people or his servants shall Contractor liable
break, deface, injure or destroy any part of a building in which they may be for damage done &
working or any building, road, fence, 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, or if any damage shall happen to the work while in certificate.
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, & deduct the expense
(of which the certificate of the Engineer-in-charge shall be final) from any
sums that may be then, or at any time thereafter may become due to the
contractor or from his security deposit or, of a sufficient portion thereof.
Clause-18: - The contractor shall supply at his own cost all material except Contractor to
such special materials if any may in accordance with the contract be supply ladders,
supplied from the Engineer-in-charge’s stores plants, tools appliances, plant, scaffolding
implements, ladders, tackle, scaffolding & temporary works, requisite or etc.
proper execution of the work, whether original, altered or substituted &
whether included in the specifications or other documents forming part of
the contract or referred to in these conditions or not, 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
39

conditions he is entitled to be satisfied or which he is entitled to require


together with carriage therefore to & from the work. The contractor shall And be liable for
also supply without charging the requisite number of persons with the damages arising
means & material necessary for the purpose of setting out works & from non-
counting, weighing & assisting in this measurement of examination at any provision of lights
time & form time of the work or material, failing which the same may be fencings 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, or from his security deposit or the proceed of sale thereof, or of a
sufficient portion thereof the contractor shall also provide all necessary
fencing & lights required to protect, the public from accident & shall be
bound to bear the expenses of defense or every suit, action or other
proceedings at law that may be brought by any person for injury sustained
due to neglect of the above precautions, & to pay any damages & cost
which may be awarded in any such suit, 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.
Clause-18 A: - 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
having been amicably settled with them.
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, damages, cost & expenses which the government may suffer or
incur as a result of such claims.
Labor Clause 19 A: - No laborer below the age of 18 years shall be employed on
the work.
Clause 19 B: - The contractor shall pay his laborer not less than the wages
determined under minimum wages act for the District.
Work on Sunday Clause 20: - No work shall be done on Sunday without the sanction in
writing of Engineer-in-charge.
40

Contractor liable Clause 20 A: - In every case in which by virtue of the provisions of Section
for payment of 12, sub section (1) of the workman’s compensation Act, 1923 The
compensation to Government is obliged to pay compensation to workman employed by the
injured workmen contractor, 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. the right of the government under Section 12, sub section (2), of the said
Act, 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 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.
Works not to be Clause 21: - The contract shall not be assigned or sublet without the written
sublet. Contract approval of the Engineer-in-charge.
may be rescind & And if the contractor shall reassign or sublet his contract or attempt to do so
security deposit or become insolvent or commence any insolvency proceedings or make any
forfeited for compensation with his creditors or attempts so to do or if any bribe gratuity,
subletting bribing gift, loan, perquisite, reward or advantage, pecuniary or otherwise shall
or if contractor either directly or indirectly be given, promised or offered by the contractor
becomes or any of his servants or agents to any public officer or person in the
insolvent. 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, 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.
Sum payable by Clause 22: - All sums payable by way of compensation under any of these
way of conditions shall be considered as reasonable compensation to be applied to
41

compensation 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.
reasonable
compensation Clause 22-A: - 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. sum found to be due to the Government by the contractor in respect of his
Deductions of contract or any other contract or work order of any to account may be
amounts due to deducted from any sum whatsoever, 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.
whatsoever to be
permissible from
sums payable to a
contractor
Changes in Clause 23: - In the case of tender by partners any change in the constitution
constitution of of the firm shall be forthwith notified by the Contractor to the Engineer-in-
firm Charge for his information.
Work to be under Clause 24: - 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
Superintending Superintending Engineer of the Circle for the time being who shall be
Engineer. entitled to direct at what point and in what manner they are to be
commenced & from time to time carried on.
Claims for Clause 25: - No claim for payment of an extraordinary nature, such as
payment of an claim for a bonus for extra employed in completing the work before the
extra ordinary expiry of the Contractual period at the request of the Engineer-in-Charge or
nature to be claims for compensation where work has been temporarily brought to a
referred to standstill through no fault of the Contractor, shall be allowed unless and to
Government for the extent that the same shall have been expressly sanctioned by the
decisions. Government under the signatures of one of its secretaries.
ARBITRATION CLAUSE
Clause 25 A: –
1. If any question difference or objection whatsoever shall arise in any way
between the Governor of Haryana / his authorized agent and the
42

contractor in connection with or arising out of the contract, or the


execution of the work that in (I) whether before its commencement or
during the progress of the work or after its completion. (ii) And whether
before or after the termination, abandonment or breach of the contract, 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, convey his decision to the contractor, and subject to
arbitration as hereinafter provided, such decision in respect of every
matter so referred, shall be final and binding upon the contractor. In
case the work is already in progress, the contractor will proceed with the
execution of the work on receipt of the decision by the Executive
Engineer-in-charge as aforesaid, with all due diligence whether he or the
Governor of Haryana / his authorized agent requires arbitration as
hereinafter provided or not. 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, the
said decision shall be final and binding upon the contractor and will not
be a subject matter of arbitration at all. If the Executive Engineer in
charge of the work fails to convey his decision within a period of sixty
days, after being requested as aforesaid the contractor may, 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, that the matters in dispute be referred to
arbitration as hereinafter provided.
2. All disputes of differences in respect of which the decision is not final
and conclusive shall at the request in writing of either party, made in a
communication sent through Registered A.D. post, 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. 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
43

matters to which the contract relates and that in the course of his duties
as a Government servant, he had expressed his views on all or any of the
matters in dispute. The Arbitrator to whom the matter is originally
referred being transferred or vacating his office, his successor-in-office,
as such shall be entitled to proceed with the reference from the stage at
which it was left by his predecessor. In case the arbitrator nominated by
the Engineer in Chief is unable or unwilling to act as such for any
reason, whatsoever, the Engineer in Chief shall be competent to appoint
and nominate any other Superintending Engineer or Chief Engineer, as
the case may be, as arbitrator his place and the Arbitrator so appointed
shall be entitled to proceed with the reference.
3. 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,
the matter shall not be referred to arbitration at all. In all cases where the
aggregate amount awarded exceeds Rs. 25000.00 (Rupees Twenty Five
thousand only) the arbitrator must invariably give reasons for his award
in respect of each claim and counter-claim separately.
4. 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.
5. The following matters shall not lie within the purview of arbitration:
(a) Any dispute relating to the levy of compensation as liquidated damages,
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.
(b) Any dispute in respect of substituted, altered, 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.
(c) Any dispute regarding the scope of the work or its execution or
suspension or abandonment that has been referred by the contractor for
44

the decision of the Government of Haryana and has been so decided


finally by the Haryana Government.
6. The independent claim of the party other than the one getting the
arbitrator appointed, 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.
7. It is also a term of this arbitration agreement that where the party
invoking arbitration is the contractor, no reference for arbitration shall
be maintainable unless the contractor, furnishes to the full satisfaction of
the Executive Engineer In charge of the work, a security deposit of a
sum determined according to details given below and the sum so
deposited shall, on the termination of the arbitration proceedings, be
adjusted against the cost, if any, awarded by the arbitrator against the
claimant party and the balance remaining after such adjustment in the
absence of any such cost being awarded, the whole of the sum will be
refunded to him within one month from the date of the award.
Amount of Claims Rate of security deposited
i. For claims below Rs. 10,000 2% of amount claimed
ii. For claims of Rs. 10,000 and above 5 % of amount claimed and below
Rs. 1,00,000
iii. For claims of Rs. 1,00, 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.
8. The venue of arbitration shall be such place or the arbitrator in his sole
discretion may fix places as. The work under the contract shall continue
during the arbitration proceedings.
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: -
Of the date of completion of the work as certified by the Executive
Engineer In charge, or
Of the date of abandonment of the work, or
45

Of its non-commencement within six months from the date of


abandonment, or written orders to commence the work as applicable, or
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, or
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.
If the matter is not referred to arbitration within the period prescribed
above, 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.
10. It is also a term of this arbitration agreement that no question relating to
this contract shall be brought before any Civil Court without
(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. any matter that can be referred to arbitration shall
not be brought before a Civil Court. The pendency of arbitration
proceedings shall not disentitle The Government to terminate the contract
and make alternative arrangements for the completion of the work.
11. 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. The
arbitrator may, from time to time, with the consent of the parties enlarge
the initial time for making and publishing the award.
12. 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, 1996 or any other law in
force for the time being.
Fluctuation Clause 26: -
Railway Freight Any fluctuations in Railways freight, 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
46

the contractor within Fifteen (15) days, 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., fluctuations of railway freight on coal required for
burning bricks will not be taken into consideration, or for an article which
form part of a finished work, 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.
Clause 27: -
The contractor shall be responsible for making his own arrangements for
securing priorities & licenses for material & transportation require for the
works & Engineer – in – charge shall not be held responsible in any way for
making such arrangements for any of them.
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, such work shall be carried out in accordance with the
district specifications and in the event of there being no district
specification, then in such cases the work shall be carried out in all respects
in accordance with the instructions and requirements of the Engineer-in-
Charge.
Definition of Clause 29: -
work The expression “Work” or “Works” where used in these conditions shall,
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, altered, substituted or additional.
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
47

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 – 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.
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. In case of default, the department at the cost of the
contractor will fill in the pit so dug.
Clause 34
Fair wages clause attached.
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.
Clause 36
All payment for work done under this contract shall be made by cheque to the
contractor. The work covered by this contract as shown on the plans, which
have been signed by the contractor, is annexed herewith.
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.
Clause 38
When a final bill is likely to be for a minus amount the security deposit will be
withheld till the final bill is passed and the recoverable amount is first made
good.
Clause 39
All royalty and compensation for building stone, bajri, and stone metal etc.
should be included in the rates to be quoted and is payable by the contractor.
48

Clause 40
The rates given are for the finished work inclusive of octroi, sales tax & excise
duty etc. if any.
Clause 41
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. are not damaged by his labour or
agent assessed at the cost of such damage, if any, will be at the discretion of the
Engineer-in-Charge and deducted from the bill of the Contractor.
Clause 42
The contractor shall provide at his own cost separate latrine, bathing, enclosure
and platform for use of the men and women labour and keep them clean to the
satisfaction of the Engineer-in-Charge. He should also arrange at his own
expense for clean drinking water, housing, medical facilities necessary for the
welfare of the labour employed at his work. In case of his failure The
Government shall provide the same at contractor’s cost. Any dispute regarding
this will be settled by the Engineer-in-Charge whose decision will be binding.
Clause 43
Any material left at the site of work after one month from the completion of the
work shall become a property of the Govt. and no payment shall be made for it.
Clause 44
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 45
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.
Clause 46
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.
Clause 47
No claim on account of fluctuation in prices due to war or any other cause will
be entertained.
49

Clause 48

The contractor shall be liable to make good all damages caused by breakage
from the moment of the stores; pipes and fitting etc. are handed over to his
charge.
Clause 49

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.
Clause 50

The contractor will inform the CMO about the employment of labourer on the
work for carrying out Malaria Surveillance.
Clause 51

Sales tax / Income Tax will be deducted from gross payment as per
Government instructions.
Clause 52

The works covered by this contract are shown on plan, which have/has been
signed by the contractor and are/is annexed herewith.
Additional Conditions of Contract

Clause 53

The Engineer-in-Charge Haryana Public Health Engineering Department


reserves the right of negotiations as per policy approved by the state
(Government with the tenders in case the prices quoted are felt to be higher
side or otherwise the negotiations will be carried out with 1st, 2nd & 3rd lowest
contractors. The highest amongst them will be called first and lowest tender in
the last of during negotiation tender other then lowest reduces his
prices/amount below then those of lowest tender will be counter offered this
prices/amount and in eventuality of him not accepting the counter offer, the
same will be counter offered this prices/ amount and in eventuality of him not
accepting the counter offer, the same shall be offered to second lowest and so
forth. Tender who refuse the counter offer will not have any right to the bid
later on.
50

Conditions 54 : The Engineer-in-Charge can opt for 3rd party inspection other
than department in addition to inspection by department staff, the 3rd party
would inspect the work during its execution to ensure execution of work as per
specifications/ agreement and also quality control i.e. drawl of samples, testing
and other items etc. the report of the same would be submitted to Engineer-in-
Charge by the 3rd party. The agency/contractor shall be bound by the report of
3rd party inspection and shall take remedial measures of execution of work as
per specifications in agreement. The inspection and sample charges will be
borne by department.
1. Appointment of Arbitrator

(i) In so for as the Engg. Deptts. 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 dose not exceed
Rs. 5.00 lacs. in each individual cases, the case involving more than Rs. 5.00
lacs. shall be submitted to the Administrative Department for final approved
for such cases (involving more than Rs. 5.00 lacs.) the department shall,
prepare panel of Arbitrator and submit to the Administrative Department for
final approved.

(ii) In other Govt. department, the appointment of arbitrators will be


appointment 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 lacs. 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 arbitrator, 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.
51

2. Agreement
The agreement which is entered into with the contractor of the time of
allotement 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
speaking 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 Deptt.
FAIR WAGES CLAUSES
a. The contractor shall pay not less than the fair wage to labour engaged by
him on the work. Explanation: - 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, the wages prescribed by the Public
Health Engineering Branch for the district in which the work is done.
b. The contractor shall, not withstanding the provisions of any agreement to
the contrary, caused to be paid fair wages to labourers, indirectly engaged
on the work including any labour engaged by his sub contractors in
connection with the said work, as if the labourers had been directly
employed by him.
c. In respect of labour directly or indirectly employed on the works for the
performances of the contractor’s part 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, period deductions
unauthorizedly made maintenance of wage work, wage slip publication of
wages and other terms of employment, inspection and submission of
periodical returns and all other matter of a like nature.
d. The Executive Engineer or Sub Divisional Engineer concerned shall have
the right to deduct, from the moneys due to the contractor, any sum
required or estimated to be required for making good the loss suffered by a
worker or workers by reason of non fulfillment of the conditions of the
contract for benefit of the workers, non payment of wages or deductions
made from his or their wages, which are not justified by the terms of the
contract for non observance of the regulations referred to in Clause c
above.
52

e. Vis-à-vis the Haryana Government, 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.
f. The regulations aforesaid shall be deemed to be a part of this contract.
g. The contractor should invariably issue attendance card to their worker,
which should be returned to the contractors concerned at the time of
receiving payment of their wages.
h. 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.
i. Contractors employing 50 or more workers on the site of a particular work
should provide facilities of housing, latrines, water and light to their
workers at their own expense.
j. 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, one hour, during winter after continuous work
of 4 hours at the latest. The spread over should in no case exceed 10 hours.
Workers working beyond these hours should be paid over time wages at the
double ordinary rate to their wages calculated by the hour.
53

HARYANA PUBLIC WORKS DEPARTMENT


CONTRCTOR’S LABOUR REGULATIONS
1. SHORT TITLE
These regulations may be called Haryana (I) Public works department Public Health
Engineering Branch contractor labor regulations.
2. DEFINITIONS
In these regulations, unless otherwise expressed or indicated, the following words and
expressions shall have the meaning hereby assigned to them respectively, that is to
say:
“Labour” means worker employed by a Public Works Department Contractors
directly, or indirectly through a sub contractor or other persons or by an agent
on his behalf.
“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.
“Contractor” shall include every person whether a sub-contractor or Headman or
Agent, employing labour on the work taken on contract.
“Wages” shall have the same meaning as defined in the payment of wages Act &
include time and piece rate wages.
3. DISPLAY OF NOTICE REGARDING WAGES, ETC.

The Contractor shall before he commences his work on Contract, display and
correctly maintained and continue to display and correctly maintain in a clean and
legible condition in conspicuous places on the work, notices in English and in local
Indian language spoken by the majority of the workers, giving the fair wages notified
by the Executive Engineer, Superintending Engineer, 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.
4. PAYMENT OF WAGES
i) Wages due to every worker shall be paid to him direct.
ii) All wages shall be paid in current coin or currency or in both.
54

5. FIXATION OF WAGE PERIODS


i) The contractor shall fix the wage periods in respect of which the wages shall be
payable.
ii) No wages period shall exceed one month.
iii) 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,
the wages earned by him shall be paid before the expiry of the day succeeding the one
on which his employment is terminated.
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.
6. 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.
c) Total number of days worked during each wage period.
d) Total amount payable for the work during each wage period.
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.
ii) The Contractor shall also maintain a wage slip for each worker employed on the
work. The wage slip shall contain all the particulars given in the wage book.
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.
7. 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) Fines
b) Deductions for absence from duty i.e. from the place or the places where by the terms
of his employment he is required to work. The amount of deduction shall be in
proportion to the period for which he was absent.
55

c) Deduction for damage to or loss of goods expressly entrusted to the employed person
for custody, or for loss of money for which he is required to account, where such
damage or loss is directly attributable to his neglect or default.
d) Any other deduction, which the Government may from time to time allow.
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.
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.
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.
8. REGISTER OF FINES ETC.
i) The Contractor shall maintain a register of fines and of all deductions for damages or
loss. Such register shall mention the reason for which fine was imposed or deductions
for damage or loss, which was made.
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. He shall display
such list & maintain it in a clear & legible condition in a conspicuous place on the
work.
9. PRESERVATION OF REGISTER
The wage book, the slips & the register of fine deduction, required to be maintained
under these regulations shall be preserved for 12 months after the date of last entry
made in them.
10. 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.
He shall investigate into any complaint regarding the default made by the contractor or
sub-contractor in regard to such provisions.
11. 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
56

indicating the extent, if any, to which the default has been committed, 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.
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, 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, the
decision of the Officer shall be final and binding upon the contractor.
13. REPRESENTATION OF THE PARTIES: -
The workmen shall be entitled to be represented in any investigations, enquiry under
these regulations by: -
Officer of the registered trade union to which he is a member.
An officer of Federation of trade unions to which the trade union referred to in clause
(a) if affiliated.
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.
An employer shall be entitled to be represented in any investigation or enquiry under
these regulations by
An employer of an association of employees of which he is member.
An officer of an association of employees to which the association referred to in
clause (a) if affiliated.
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.
14. 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,
authorized by the Government on his behalf.

15. SUBMISSION OF RETURN


57

The contractor will be (Regulation & Abolition Act, 1970) & the contract labour
(Regulation & Abolition Central Rules, 1971) enforced by Haryana labour &
Employment Department memo no. 1226 – 78 – four labour dated 10/06/79. The
contractor shall submit periodical returns as may be specified from time to time.
16. LICENSING OF CONTRACTOR
Every contract who employs or who employed any day of the preceding 12 calendar
months 23 or more workmen is covered by the Act & is required to obtain a license. The
contractor should obtain the necessary license as required under section 12 of contract
labour (Regulation & Abolition Act, 1970) before commencing the work.
17. AMENDMENTS
The Government from time to time can amend the regulations and on any question as to
the application, interpretation or affect of those regulations, 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.
58

ADDITIONAL CONDITIONS OF CONTRACT FOR MATERIAL


1.0. The entire material including Cement, Steel, Pipe & Pipe specials is in the scope of Contractor
& no material will be issued by the Department for works at Water Works Dewas. (M.Garh).
2.0. The K9 DI Pipes of all sizes along with one Tyton joint per pipe shall be supplied by the
department from their stores free of cost for laying, testing and commissioning of rising
main.
3.0. The DI Specials and sluice valves, butterfly valves, kinetic air valves to be used in the
rising main shall be provided and fixed by the contractor.
4.0. The cement will be arranged by the contractor/ society/ Agency/ Firm at his own level. The
cement shall be ordinary Portland- 43 or 53 grade, duly ISI marked & confirming to ISI- 8112
& ISI-12269 with latest amendments. The cement manufactured by mini cement plants shall not
be used.
5.0. The cement shall be purchased from Authorized Distributor or Manufacturer or Authorized
Dealer.
6.0. The cement arranged by the contractor/Agency will be brought at site & shall be kept in the
store maintained at site, provided with dual locking system i.e. one key of locks with
representative of the Department & 2nd key of lock authorized representative of agency.
7.0. 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.
8.0. The Engineer – In Charge or his authorized representative may, if need be, also send the cement
for testing to any Government Lab/ reputed Lab. The samples of the cement will be collected as
per BIS specifications in the presence of the contractor/ agency or his authorized representative.
In case the cement is found as per specifications than the cost of testing will be born by the
department, but in case the cement sample fails to meet the BIS requirements, then appropriate
as per Contract Agreement will be taken. The cost on the testing of cement along with any loss
caused to Government shall also be recovered from the Contractor / Agency & no claim in this
respect will be entertained.
9.0. 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.
10.0. The cement/steel consumption register showing date of cement brought at site by the
Contractor/Agency & its day-to-day utilization will be maintained. The said register shall be
open to inspection by representatives of the Engineer-in-Charge during his visit at site. The
consumption & receipt of cement & steel in the register shall be initiated jointly by the
59

authorized representative of the contractor / Agency & representative of Engineer-in-Charge.


The said register will be issued by office of concerned Sub Divisional Engineer under his dated
signature for each agreement separately. The register will also contain the columns for work
executed against the cement/steel issued.
11.0. Quality check register will be maintained at site & regular sampling of work executed every
month shall be recorded in the same.
60

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: -
1. 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.
2. That the above said contractor / persons / firms do not have any substituting in my
business, &
3. 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:
61

Instruction to Bidders, Additional and Special


Conditions of Contract
1. Definitions
In this contract as here in after defined, the following words and expressions shall have the
meanings hereby assigned to them (except where the context requires otherwise)
1.1 ‘Owner’ means Haryana Public Health Engineering Department.
1.2 ‘Employer’ means the party named in Section 2.1.1 that will employ the Contractor
and the legal successors in title to the employer, but not, except with consent to the
Contractor, any assignee of the employer.
1.3 ‘Contractor’ means the person(s), 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. This includes the contractor(s)
personal representatives, successors and assignees.
1.4 “Sub contractor’ means any person, firm or company other than the contractor named
in the contract for any part of the work, 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, and to sub contractor’s legal personal representatives, successors and
permitted assignees.
1.5 ‘Tender’ means the bid.
1.6 ‘Bidder’ means the contractor/agency who submits the bid against the invitation for
bid.
1.7 Award means the written acceptance of bid by the Haryana Public Health Engineering
Department to the successful bidder.
1.8 Engineer/Engineer-in-Charge’ means the Executive Engineer, who is in-charge of
execution of the works and administration of the contract on behalf of the employer.
The Engineer-in-Charge may assign his duties to his sub-ordinates who assist him in
execution of works and administration of the contract. His subordinates shall be
termed as Assistant Engineer, Junior Engineer as the case may be. These subordinates
shall be Engineer-in-Charge’s representatives at the site of works. 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. Engineer’s
representative will watch and supervise the works, test and examine the materials,
equipment, plant and machinery and workmanship employed in connection with the
works under the contract. The Engineer’s representatives with the approval of the
62

Engineer will have the authority to relieve the contractor of any of his obligations
under the contract and to order any extra work involving delay in completion of the
works and also requiring any extra payment to the contract.
1.9 ‘Department’ means the Haryana Public Health Engineering Department. The words
department and Superintending Engineer and his representatives have been used
interchangeably at places and mean the same i.e. the engineer or his representatives.
1.10 Consultants means the consultant appointed by the Government for the purpose of
preparation of Design, DPR, Drawings, Tender Documents, construction, supervision
at appropriate level, advise in commissioning and carrying out start-up and
monitoring of the entire contract at Mohindergarh .
1.11 ‘Works’ means all items of Work to be Design, Construction, Supply, erection,
Testing and commissioned by the contractor, under the contract, testing and handing
over the same in complete manner compliance to provision of the contract.
1.12 ‘Contract’ means promise to execute the ‘Works’ in accordance with the conditions of
contract, specifications, drawings, schedules, tender, the letter of acceptance and the
contract agreement.
1.13 Entire Works means “Designing, Constructing, Testing, Commissioning,
Operation & Maintenance for 3 years after defect liability period of 12 months of
canal based w/s scheme for M/Garh Town
“Laying of 700 mm ø RCC Pipe NP2 inlet channel, Construction of 1 No. storage
& Sedimentation tank, Pump house, Generator Room, Raw water & Clear water
suction well, 5.5 MLD water treatment plant, boundary wall, Staff quarter, Raw
water & clear water pumping machinery, Transformer & all Electrical ,
Mechanical instrumentation , Development of W/Works, Land scaping,
Horticulture at W/Works Dewas, 1 No. Under Ground Clear water tank, 1 No.
pump chamber, Staff quarter, Clear water pumping machinery, Transformer & all
Electrical, Mechanical instrumentation, development of Boosting Station, Land
scaping, Horticulture at Main boosting Station M/Garh, Laying of 200 mm ø, 300
mm ø , 350mm ø , 600 mm ø D.I. K-9 Rising main from Dewas water works to
Main boosting Station & from Main boosting station to different boosting
station’s and all other works contingent there to complete in all respects on
Turnkey Basis Distt. Mahendragarh, Haryana”.
1.14 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
63

the employer for working space or any other purpose as may be specifically
designated in the contract as forming part of the site.
1.15 Public Health Engineering Department means Public works Department of Haryana.
1.16 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.
The ‘contract sum’ means the sum identified in the contract for the completion of works as
per contract.
‘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, the amount of work done and all other relevant circumstances in the cost of
executing the works.
‘Contractor’s equipment’ means all appliances or things of whatsoever nature required for the
purpose of completing the works but does not include plant, material or other things
intended to form or forming part of the works.
‘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.
Specifications and particular specifications mean the regulating guidelines contained in the
Haryana PWD specifications, Manual on water supply & Treatment published by the
Central Pubic Health and Environmental Engineering Organization (CPHEEO) under
the Ministry of works and Housing. Indian Standard specifications and codes, all of
latest editions and those contained in the tender documents and also those based on
good engineering practices.
‘Month’ means 30 days.
‘Day’ means calendar day.
‘Week’ means seven consecutive days.
1.26 ‘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. It will be the date when
the contract enters into force for fulfillment of any obligation as per necessary legal,
financial or administrative requirements.
64

1.27 ‘Defect liability period’ Defect liability period for the work is 12 months. 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. 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, any defects in the completed work or any bad
work visible or detected after words.
1.28 ‘Cost’ means the amount which shall be deemed to include all overhead costs whether
incurred on or off the site, all taxes, excise duties, royalties etc. as applicable on the
materials labour or any other item which is required to complete the works.
1.29 . ‘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.
1.30 . ‘Temporary Works’ mean temporary works of every kind required in or about the
execution of works.
1.31 ‘Permanent Works’ means the permanent works to be executed and maintained in
accordance with the Contract.
1.32 Trial run, Trial run period for the work is 3 months of the entire scheme including
achievement of prescribed performance parameters. In the event of non-achievement
of prescribed parameters within a period of 3 months, specified above the trial run
period could be extendable to a period till the parameters are achieved. During the
trial run period & 48 months of operation & maintenance the contractor shall be
responsible for the maintenance of the entire scheme including all staff, Labor
material etc. repair of any defects/ replacement of the defective material used at his
own cost excluding energy & raw water charges which will be borne by the
department.
65

2.0. ABBREVIATIONS
The abbreviations used in the tender documents or any other correspondence will stand
for the full forms given as under
ACB = Air Circuit Breaker
CAD = Computer Aided Design
CPHEEO = Central Public Health and Environment Engineering Organization
CC = Cement Concrete
CI = Cast Iron
DPR = Detailed Project Report
E&M = Electrical & Mechanical
FSL = Full Supply level
GA = General Arrangement
GL = Ground level
GP = Generator Panel
HDPE = High Density Polyethylene
HRT = Hydraulic Retention Time
HFL = Highest Flood level
KWH = Kilo Watt Hour
KVA = Kilo volts Ampere
LP = Lightning Panel
MEP = Main Electrical Panel
MLD = Million Liters Per day
M.S. = Mild Steel
O&M = Operation and Maintenance
PFR = Project Feasibility Report
PM = Project Manager/Plant Manager
P&I = Process and Instrumentation
PDB = Power Distribution Board
MCC = Motor Control Centre
MCCB = Molded Case Circuit Breaker
MPS = Main Sewage Pumping Station
RCC = Reinforced Cement Concrete
RL = Reduced Level
RS = Rolling Shutter
66

SB = Stand By
SBC = Soil Bearing Capacity
SS = Stainless Steel
TOR = Terms of Reference
T&P = Tools and plant
WTP = Water Treatment Plant
TSS = Total Suspended Solids.
S & S Tank = Storage & Sedimentation Tank.
CWR = Clear Water Reservoir.
RWS = Raw Water Sump.
CWS = Clear Water Sump.
SS = Stainless Steel.
HSR = Haryana Schedule of Rates.
67

3.0 INSTRUCTION TO BIDDERS


3.1 INTRODUCTION
3.1.1 Name of Works
As indicated in the “Notice Inviting Tender”
Name of work :- Comprehensive Water Supply Scheme for Mahendragarh Town.
Designing, Constructing, Testing, Commissioning, Operation & Maintenance for 3 years after defect
liability period of 12 months of canal based w/s scheme for M/Garh Town
“Laying of 700 mm ø RCC Pipe NP2 inlet channel, Construction of 1 No. storage & Sedimentation tank,
Pump house, Generator Room, Raw water & Clear water suction well, 5.5 MLD water treatment plant,
boundary wall, Staff quarter, Raw water & clear water pumping machinery, Transformer & all
Electrical , Mechanical instrumentation , Development of W/Works, Land scaping, Horticulture at
W/Works Dewas, 1 No. Under Ground Clear water tank, 1 No. pump chamber, Staff quarter, Clear
water pumping machinery, Transformer & all Electrical, Mechanical instrumentation, development of
Boosting Station, Land scaping, Horticulture at Main boosting Station M/Garh, Laying of 200 mm ø, 300
mm ø , 350mm ø , 600 mm ø D.I. K-9 Rising main from Dewas water works to Main boosting Station &
from Main boosting station to different boosting station’s and all other works contingent there to
complete in all respects on Turnkey Basis Distt. Mahendragarh, Haryana”.
3.1.2 Eligibility and Qualification Requirements
3.1.1.1 The tenderer: -

1) As per parameters fixed by Public Health Engineering Department for pre qualifying
the bidders. The tenders will be issued to those bidders who has been pre qualified by
P H E Department.
3.1.2 Cost of Bidding

3.1.3.1 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, regardless of the conduct or outcome of the Bidding
process.
3.1.3. Site Visits

3.1.3.1. 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. The costs of any such visits shall be entirely at the Bidder’s
own expense.
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, but
only upon the express condition that the Bidder, his personnel and agents will release an
68

indemnify. The Engineer-in-charge, their personnel and agents from and against all liabilities
in respect thereof and will be responsible for personal injury (whether fatal or otherwise), loss
of or damage to property and any other loss, damage, costs and expenses however caused
which but for the exercise of such permission would not have arisen.
3.1.4 Brand Names
3.1.4.1 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. Bidders
may prepare any other product if the specified brand names are not available subject to
approval of Employer.
3.1.5 Stamp Duty and Legal Charges.
3.1.5.1 Whenever required under Govt. regulations, it shall be incumbent on the successful
Bidder to pay stamp duty on the contract agreement, as per ruling on the date of execution of
the contract agreement.
3.1.6 Payment Terms
3.1.6.1 The terms of payments are defined in Part II of this tender.
3.2 BIDDING DOCUMENTS
3.2.1 Content of Bidding Documents
3.2.1.1 A set of Bid Documents issued for the purpose of Bidding includes the following
volumes, together with any Addenda thereto which may be issued in accordance with Clause
3.2.3 and the proceedings of pre-Bid meeting issued in accordance with Clause 3.3.8.
Part I Section 1 Invitation to Bid and Standard Form of Agreement
Invitation to Bid
Standard Form of Agreement
Section 2 Instruction to Bidders, Additional and Special conditions of contract.
1. Definitions
2. Abbreviations
3. Instruction to Bidders
4. Additional and Special conditions of Contract
Part II Section 1 Brief Description of the project
Section 2 Scope of Work
Section 3 Design Consideration & Design parameters
Section 4 Electrical & Mechanical Designs
Section 5 Specification for Electrical & Mechanical work
Section 6 Specifications of Civil Works
Section 7 Operation & Maintenance
69

Part III, Price Schedule


3.2.1.2 The Bidder is expected to examine carefully all instructions, conditions, forms,
appendix to Bid terms, specifications, annexure, schedules and specifications, plans in the
Bid Documents annexure of specification and plan shall be inspected in the office of
Executive Engineer and failure to comply with the requirements of Bid submission will be at
the Bidder’s own risk. Pursuant to Clause 3.3.9 Bidders, which are not substantially
responsive to the requirements of the Bid Documents, will be rejected.
3.2.1.3 The Bidder shall be 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 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 of work, the
means of communication with and access to the site, the accommodation he may require and
in general shall be deemed, to have obtained for himself, all necessary information as to the
risks contingencies and all other circumstances influencing or affecting his Bid.
3.2.2 Interpretation and Clarification of Bidding Documents
3.2.1.1 Bidders shall carefully examine the Bidding Documents and fully inform themselves
as to all the conditions and matters, which may in any way affect the work or the cost thereof.
Should a Bidder find discrepancies in or omission from the specification or other Documents
or should he be in doubt as to their meaning, he should at once address a query to the
Engineer-in-Charge in writing or by cable (Which is deemed to include telex/fax
transmission) to:
3.2.2 Amendment of Bidding Documents
3.2.2.1 At any time prior to the deadline for submission of Bids, the Executive Engineer may,
for any reason, whether at his own initiative or in response to clarification requested
by prospective Bidders modify the Bidding Documents by issuing Addenda.
Addenda will be issued in 2 copies.
3.2.2.2 Such Addenda will be sent in writing or by cable to all prospective Bidders who have
received the Bidding documents and will be binding upon them. The Bidders shall
duly sign and return the Addenda along with their Bids, which shall from a part of
their Bids.
3.2.2.3 In order to afford prospective Bidder’s reasonable time in which to take such
Addenda into account in preparing their Bids, the Executive Engineer may at their
discretion extend the deadline for the submission of Bids in accordance with Clause
3.4.2.
70

3.2.2.4 No alteration whatsoever may be made in the text of the Bid form by the bidder. Any
remark or explanation should be set out in a covering letter. The contract form of
agreement is bound up with other Documents so that the Bidder may know what their
liability and duties are and the entire Bid form should be submitted to the Executive
Engineer while submitting the Bid.
3.3 PREPARATION OF BIDS

3.3.1 Language of Bid

3.3.1.1 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. 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. Failure to comply with the
condition may disqualify a Bid. For the purpose of interpretation of the Bid, the text
in the English Language shall prevail.
3.3.2 Document Comprising the Bid
3.3.2.1 The Bid prepared by the Bidder shall comprise the following components.
(a) Bid security furnished in the form of Earnest money in accordance with Clause 3.3.5.
(b) Standard Form of Agreement.
(c) Schedules of guarantees.
(d) Schedules of prices (Part III)
(e) Schedules of supplementary Information, if any.
(f) Performance guarantee (as per clause 3.10).
(g) Documentary evidence established that the goods and services to be supplied by the
Bidder are eligible goods and services and conform to the Bidding Documents.
(h) Annexure, if any.
(i) A covering letter stating any other matter in relation to his Bid, which the bidder
considers, should be drawn to the particular notice of the Executive Engineer or the
Engineer-in-Charge.
(j) Technical Specification & drawings as here under: -
Details for all major plant components & equipments as per data sheet attached with
the tender documents including supporting documents such as leaflets of
manufacturer’s specification, general arrangement drawings, performance charts/
curves.
71

List of recommended spare parts proposed for a period of three years of operation.
(k) General program for execution of the works.
Failure to furnish any of the above information may lead to the rejection of the offer.

3.3.3 Bid Prices

3.3.3.1 Unless stated otherwise in the Bidding Documents the Contract shall be for the whole
works as described in vol. II. Technical Specification based on the Schedule of unit
rate and prices submitted by the Bidder.
3.3.3.2 The Bidder shall fill in rate and prices for all items of works described in the schedule
of Prices. Items against which no rate or price is entered by the Bidder will not be
paid for by the Haryana Public Health Engineering Department, when executed and
shall be deemed to be covered by the other rates and / or prices quoted in the schedule
of Prices.
3.3.3.3 All duties, taxes and other levies payable by the Contractor under the contract, or for
any other cause, 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.
3.3.4 Currencies of Bid and Payment

3.3.4.1 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.)
3.3.5 Earnest Money Deposit; -
3.3.5.1 Pursuant to Clause 3.3.2, the Bidder shall furnish as part of its Bid, Earnest Money
Deposit in the amount equal to or not less than two percent of the bid amount.
3.3.5.2 The Earnest Money/Bid security shall be in the following forms only.
Deposit at call payable at M.garh, drawn on any Indian Nationalized Bank in favour
of the Executive Engineer, PHE, Division, M.Garh (Haryana).
3.3.5.4 Any Bid not accompanied by requisite amount of earnest money/Bid security in
accordance with sub clause 3.3.5.2 will be rejected by the Executive Engineer as non
responsive pursuant to Clause 3.5.4
3.3.5.5 The Earnest Money Deposit of unsuccessful Bidders will be discharged/ returned as
promptly as possible as but not later than 30 days after the expiry of the period of Bid
Validity prescribed by the Executive Engineer pursuant to Clause .
72

3.3.5.6 The Earnest Money Deposit of the successful Bidder will be retained by PHED &
will be adjusted towards security deposit.
3.3.5.7 The Earnest Money Deposit in full may be forfeited by PHED or its successor in
office without prejudice to any rights or remedies in case of any of the following
details :-
(a) If a Bidder withdraws his Bid during the period of validity specified by the
Bidder of the Bid Form.
(b) In the case of successful Bidder if the Bidder fails within the time limit to:
(i) Sign the Contract Agreement in accordance with Sub Clause 3.6.4.1.
(ii) Fails to commence work as specified.
3.3.5.8 No interest shall be paid on any Earnest Money Deposit.
3.3.6 Bid Validity
3.3.6.1 Bids shall remain valid and open for acceptance for a period of Ninety days (90)
calendar days after date of Bid opening.
3.3.6.2 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. The
Provisions of Clause 3.3.5 herein before regarding discharge and forfeiture of Bid
Security shall continuously apply during the extended period of Bid Validity.
3.3.6.3 Failure to sign the Bid will result in rejection of the Bid.
3.3.7 Variations in Bid Conditions
3.3.7.1Bidder 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.
3.3.8 Pre-Bid Meeting
3.3.8.1 The Bidder or his official representative is advised to attend pre-bid meeting at (time
and date) which will be convened at the office of the Superintending Engineer Public
Health Engineering Circle Rewari , Haryana.
3.3.8.2 The purpose of the meeting will be to clarify issues and to answer questions on any
matter that may be raised at that stage.
73

3.3.8.3 The Bidder is requested to submit any queries in writing or by cable or telex/fax to
reach the Executive Engineer not later than one week before the meeting.
3.3.8.4 Queries relevant to the Bid Documents shall be addressed to the Executive Engineer.
Reply to the Bidder’s queries will be made by Executive Engineer .
3.3.8.5 Proceeding of the pre-bid meeting, including copies of the queries raised and
responses given will be furnished expeditiously to all those attending the meeting and
subsequently to all purchasers of the Bidding Documents. Any modifications in the
Bidding Documents listed in Sub-clause 3.2.1, which may be necessary as a result of
the pre-bid meeting, shall be made by the Executive Engineer exclusively through the
issuance of an Addendum (or Addenda) and not through the minutes of the pre-bid
meeting.
3.3.9 Format and Signing of Bids
3.3.9.1 The Bidder shall prepare one copy of completed Bid documents (the first marked
“ORIGINAL”, the other marked “DUPLICATE”). In the event of any discrepancy
between them, the entries or stipulations in the “ORIGINAL” shall prevail.
3.3.9.2 The original and copy of the Bid shall be typed or written in indelible ink and all
pages shall be signed by a person or persons duly authorized to bind the Bidder to the
Contract. Proof of authorization shall be furnished in the form of a certified copy of a
power of Attorney, which shall accompany the Bid. The person or persons signing the
Bid shall initial all pages of the Bid where entries or amendments have been made.
3.3.9.3 Each Bidder shall submit only one Bid. No Bidder may participate in the Bid of the
other for the same Contract in any relation whatsoever. The complete Bid shall be
without alterations, interlineations or ensures except those in accordance with
instructions issued by the Executive Engineer or as necessary to correct errors made
by the Bidder in which case corrections shall be initialed by the person or persons
signing the Bid.
3.3.9.4 If a limited company or a limited corporation makes the Bid, a duly authorized person
holding power of Attorney for signing the Bid in which case a certified copy of the
Power of Attorney shall accompany the Bid shall sign it.
3.4 SUBMISSION OF BIDS
3.4.1 Sealing, Marking and Submission of Bids
3.4.1.1 The Bidder shall prepare two (2) copies of the Bid clearly marking one copy as
‘Original Bid’ and other as ‘Duplicate Bid’. The Bidder shall seal the original and
74

duplicate copy of the Bid, in an envelope duly marking the envelope as explained in
Para 3.4.1.2 hereunder.
3.4.1.2 The envelope containing the complete Bid offer shall bear the following
identification.
Bid for ……………….(Name of work) …………………………
Reference number ………………….(Contact No.)………………
Project Name of Project …………………………………………..
The words ‘DO NOT OPEN BEFORE………….(Time and Date)……………
Name and Address of the Bidder.
The Technical Bid and the Price Bid should be sealed in separate envelope and both
should be put in one envelope along with the Earnest Money amount.
The envelope containing the Bid offer shall be addressed to Executive Engineer
at the following address.
The Executive Engineer, Public Health Engineering Division, M.Garh
(Haryana)
3.4.1.3 The envelope shall indicate the name and address of the Bidder clearly to enable the
Bid to be returned unopened in case of necessity in accordance with the Bid
conditions.
3.4.1.4 The envelope shall also contain the Bid security furnished in the form and manner
prescribed in Clause 3.3.5.
3.4.1.5 No Bid shall be accepted unless it is properly sealed. Bidders shall not be allowed to
fill in or seal their Bids at the Executive Engineer’s office.
3.4.1.6 Bidders are requested to present the Bids before time on the stipulated due date so as
to avoid rush at the closing hours.
3.4.1.7 If the envelope is not sealed and marked as instructed above in Sub-Clauses 3.4.1.1.
and 3.4.1.2, the Executive Engineer will assume no responsibility for the
misplacement or prematurely opening of bid submitted. A Bid opened prematurely
due to this cause will be rejected by the Executive Engineer and returned to the
Bidder.
3.4.2 Deadline for Submission of Bids.
3.4.2.1 The Executive Engineer at the address specified under Sub-Clause 3.4.1.2 not later
than 15.00 hours must receive bids.
3.4.2.2 The Executive Engineer may at his discretion extend the deadline for submission of
Bids by issuing an amendment in accordance with Clause 3.2.3.3 in which case all
75

rights and obligations of the Executive Engineer and the Bidder previously subject to
the original deadline shall, thereafter, be subject to the new deadline as extended.
3.4.3 Late Bids
3.4.3.1 Any Bid received by the Executive Engineer after the deadline for submission of Bids
prescribed by the Executive Engineer in accordance with Clause 3.4.2 will be rejected
and returned unopened to the Bidder.
3.4.4 Modification and Withdrawal of Bids
3.4.4.1 The Bidder may modify or withdraw his Bid after submission provided that the
modification, or notice withdrawal is received in writing by Executive Engineer prior
to the prescribed deadline for submission of Bids
3.4.4.2 The Bidder’s modification or notice of withdrawal shall be sealed, marked and
delivered in accordance with the provisions of Clause 3.4.1 for submission of Bids
with the envelopes additionally marked ‘MODIFICATION or “WITHDRAWAL” as
appropriate.
3.4.4.3 Subject to Clause 3.5.3 no Bid may be modified subsequent to the deadline for
submission of Bids.
3.4.4.4 Withdrawal of Bid during the interval between the deadline for submission of Bids
and the expiration of the period of Bid validity specified by the Bidder in the Bid form
may result in forfeiture of the Bid security pursuant to Clause 3.3.5.7
3.5 BID OPENING AND EVALUATION
3.5.1 Bid opening
3.5.1.1 The Executive Engineer will open the Bids including submission made pursuant to
Clause 3.4.4 in the presence of Bidder’s representative who choose to attend in the
office of:
The Executive Engineer, Public Health Engineering Division, M.Garh (Haryana)
At 15.00 hours on …………….. The Bidder’s representatives who are present shall
sign a register evidencing their attendance.
3.5.1.2 Bids for which an acceptable notice of the withdrawal has been submitted pursuant to
clause 3.4.4 shall not be opened.
3.5.1.3 The Executive Engineer will open the envelopes containing bids and examine whether
the bids are complete, whether the Documents have been properly signed and whether
the bids are generally in order.
76

3.5.1.4 At the Bid opening, the Executive Engineer will announce the Bidder’s names and
salient features of the technical bid, written notifications of Bid modifications, if any,
or such other details, as the Executive Engineer may consider appropriate.
The Bidder has to submit his offer in two parts in two separate sealed envelopes.
3.5.1.5 The Executive Engineer shall prepare, for his own records, minutes of the Bid
opening including the information disclosed to the Bidder’s representatives.
3.5.2 Process to be confidential
3.5.2.1 After the public opening of bids information relating to the examination, clarification,
evaluation and comparison of bids and recommendations concerning the award of
contract shall not be disclosed to Bidders or other persons not officially concerned
with such process until the award of the contract to the successful bidder has been
announced.
3.5.2.2 Any effort to influence the Executive Engineer’s personnel or representatives on
matters relating to Bids under study in the process of examination, clarification,
evaluation and comparison of Bids and in decisions concerning award of Contract,
may result in the rejection of the Bidder’s Bid.
3.5.3 Clarification of Bids
To assist him in the examination, evaluation, and comparison of Bids, the Executive
Engineer may ask Bidders individually for clarification of their Bids including
breakdown of unit rates/prices. The request for clarification and the response shall be
in the writing or cable or Telex/fax, but no change in the prices or substance shall be
sought, offered or permitted except as required to confirm the correction of
arithmetical errors discovered by the Executive Engineer during the evaluation of
Bids in accordance with Clause 3.5.5.

3.5.4 Determination of Responsiveness


3.5.4.1 Prior to the detailed evaluation of Bids, the Executive Engineer will determine
whether each Bid is substantially responsive to the requirements of Bidding
Documents.
3.5.4.2 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
77

Documents the Executive Engineer’s 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.
3.5.4.3 If a Bid is not substantially responsive to the requirement of the Bidding Documents it
will be rejected by the Executive Engineer and may not subsequently be made
responsive by the Bidder having corrected or withdrawn the non-confirming deviation
or reservation.
3.5.4.4 The Executive Engineer 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.
3.5.5 Correction of Error
3.5.5.1 The Executive Engineer for any arithmetical errors in computation and summation
will check bids determined to be substantially responsive. Error will be corrected by
the Executive Engineer 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.
3.5.5.2 The total Bid price stated will be adjusted by the Executive Engineer 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.

3.5.6 Evaluation and Comparison of Bids


3.5.6.1 The Executive Engineer will evaluate and compare only those bids, which have been
determined to be substantially responsive to the requirements of Bidding Documents
in accordance with Clause 3.5.4.
3.5.6.2 In evaluating Bids, the Executive Engineer will determine for each Bid the evaluated
Bid price by adjusting the total Bid price as follows:
(a) Making any correction for errors pursuant to Clause 3.5.5
78

(b) Excluding the Provisions if any for contingencies in the summary of bill of
Quantities but including the Day work where priced competitively.
3.5.6.3 Price adjustments provision applying to the period of execution of the Contract shall
not be taken into account in the Bid evaluation.
3.5.6.4 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
may require that the amount of the bid security set forth in Clause 3.3.5 be increased
at the expense of the successful Bidder to a level sufficient to protect the Executive
Engineer 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 programme 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.
3.6 AWARD OF CONTRACT
3.6.1 Award Criteria
3.6.1.1 Subject to Clause 3.6.2, 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
3.5.6 provided further that the Bidder had the capability and resources to carry out the
Contract effectively.
3.6.2 Executive Engineer’s right to accept any bid and to reject any or all the bids.
Notwithstanding Clause 3.6.1, 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 first, second
and third lowest contractors. The highest amongst them will be called first and the
lowest tenderer in the last. If during negotiation tenderer other than lowest reduces his
79

prices / amount below than those of the lowest than lowest tenderer will be counter
offered this price / amount and in eventuality of him not accepting the counter offer
the same shall be offered to second lowest and so forth. Tenderer who refuse the
counter offer will not have any right to the bid.
3.6.3 Notification of Award
3.6.3.1 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.
3.6.3.2 The Letter of Acceptance will constitute the formation of a Contract.
3.6.3.3 Upon notification of award to successful Bidder in accordance with the provisions of
Clause 3.6.3.1 the Executive Engineer will promptly notify the unsuccessful Bidder
that their Bids have been unsuccessful and return their Bid security pursuant to Clause
3.3.5.
3.6.4 Signing of Agreement
3.6.4.1 Within 30 days of the letter of Acceptance, the successful Bidder shall sign the
Contract Agreement with the Executive Engineer, Public Health Engineering
Division, M.Garh, failing to execute the Contract Agreement within the said period
may result in forfeiture of Bid security and disqualification pursuant to substantially
Clause 3.3.5.7
3.6.4.2 The person to sign the Contract Agreement shall be the person as described in Clause
3.3.9.
3.7 Security & Performance Guarantee Amount
Security Deposit & deduction
i) Security deposited will be 5% of the total agreement cost including the earnest
money, which will be deducted from the first running bill.
ii) In addition to security deposit, security deposit @ 5% of the gross amount of
all running bills will be deducted from each bill.
Release of Security deposit and deduction
80

a) 50% of the total security deposited and deducted shall be released after
3 months of final payment of the work excluding operation and & maintenance part
and remaining 50% will be released against bank Guarantee (BG) of equivalent
amount on completion of defect liability period of one year. This BG shall be
submitted in four parts in the following manner.
i) First BG equivalent to 20% of total security deduction shall be valid for four
year.
ii) Second bank guarantee equivalent to 10% of total security deduction shall be
valid for three year.
iii) Third Bank guarantee equivalent to 10% of total security deduction shall be
valid for Two year.
iv) Fourth Bank guarantee equivalent to 10% of total security deduction shall be
valid for one year.
3.8 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. I/we have noted the issue rates and conditions of supply of departmental materials.
6. 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. I/we keep the validity of our offer for 90 days from the date of opening of the Bid.
9. 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.
81

11. The contractor shall comman construction operation site with in 30 days except as may be
expressly sanctioned or ordered by the employees or wholly beyond the contractor beyond the
contractor control
12. I/we have based our Bid rates having the full knowledge of the statements and facts.
Place ………………………. Signature …………………..
Date ……………………… Name …………………..
Address ……………………
3.9 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 Designing, Constructing, Testing, Commissioning,
Operation & Maintenance for 3 years after defect liability period of 12 months of canal based
w/s scheme for M/Garh Town
“Laying of 700 mm ø RCC Pipe NP2 inlet channel, Construction of 1 No. storage &
Sedimentation tank, Pump house, Generator Room, Raw water & Clear water suction well,
5.5 MLD water treatment plant, boundary wall, Staff quarter, Raw water & clear water
pumping machinery, Transformer & all Electrical , Mechanical instrumentation ,
Development of W/Works, Land scaping, Horticulture at W/Works Dewas, 1 No. Under
Ground Clear water tank, 1 No. pump chamber, Staff quarter, Clear water pumping
machinery, Transformer & all Electrical, Mechanical instrumentation, development of
Boosting Station, Land scaping, Horticulture at Main boosting Station M/Garh, Laying of
200 mm ø, 300 mm ø , 350mm ø , 600 mm ø D.I. K-9 Rising main from Dewas water works
to Main boosting Station & from Main boosting station to different boosting station’s and all
other works contingent there to complete in all respects on Turnkey Basis Distt.
Mahendragarh, Haryana”. As per the tender document & approved by the Engineer in
Charge.
2. That 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 date of successful trial run of 3 months i.e defect liability period and 3 years O & M
no extra cost shall be paid
If the plant does not give desired performance the contractor shall cause the same to deserved
Level at his own cost immediately after first notice is served upon him in writing by the
Engineer-in-Charge. In Case, the contractor fails to execute the corrective measures, the
82

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 48 months after the successful trial run of the plant.
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.
8. The contractor agrees to deposit performance guarantee to the Public Health Engineering
Division & the same will be deposited & returned as per Clause 3.7.
Date at ……………………………………………………………….
This…………………Day of…………………………………………
Bidder………………………………………………………………..
By………………………
Title…………………………………………………………………
Address……………………………………………………………..
………………………………………………………………………

4.0 ADDITIONAL AND SPECIAL CONDITIONS OF CONTRACT


4.1 Additional Conditions of Contract
All conditions of standard form of agreement shall form part of this agreement. In
addition to that, following additional conditions shall be applicable.
4.1.1 Site Facilities:
The contractor shall its own cost construct a site office and store shed for materials.
He shall provide in the premises of the site office place for the engineer and his
representatives/visitors for joint discussions and meetings. He shall also dismantle the
83

same after three works are completed, and arrange for site cleaning operations by
removal of soil and debris. 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.
4.1.2.1. TIME FOR FULL COMPLETION OF CONTRACT: -
The full completion of work under this contract is 18 months, which will comprise of
three parts i.e. full physical completion of work, inclusive of commissioning & trial
run for 3 months and operation and maintenance period includes 15 months that is
during defect liability period and 36 months thereafter.
4.1.2.2. 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, except for damages due to unprecedented natural calamities. The
contractor has to provide for the additional training of the staff.
Any constructional defect such as defects to premature use of materials, works not
executed in accordance with the contract, hidden faults in material & equipment not
discovered during inspection & testing, fault in design, manufacturing, erection & in
construction shall be pointed out by the Engineer in Charge & shall have to be
rectified by the contractor during this period. The cost for repair of material, spare
parts, transport, tests & repairing staff has to be borne by the contractor. If the
contractor fails to rectify the defect with in a period of one month after aforesaid
notice the Engineer in Charge may forfeit the security deposit or an amount thereof
required for the rectification through a third party without prejudice to any other right
of Public Health Engineering Division may have against the Contractor in respect of
his failure to remedy such defects.
4.1.2.3. FINAL CERTIFICATE: -
The Engineer in Charge shall issue a final certificate not later than 30 days after the expiry of
the defects liability period of 12 months and operation & maintenance period of 36 months
thereafter. With the issue of this certificate the contractor ceases to be under any obligation to
Public Health Engineering Division, M.Garh.
4.1.2.4. FORCE MAJEUR: -
Neither party shall be liable to the other for any loss or damage occasioned by or arising out
of acts of God, and in particular, unprecedented flood, volcanic eruption, earthquake or other
84

convulsion of nature and other acts such as but not restricted to invasion, the act of foreign
countries, hostilities or warlike operation before or after declaration of war, rebellion,
military or usurped power which prevent performance of the contract and which could not
have been foreseen or avoided by a prudent person.
4.1.3. Contractor’s Liability
4.1.3.1.Observance of laws, local regulations, notices and attachments.
The contractor shall confirm to all laws of the land, the regulations and by-laws of any local
authority and/or of any water or lighting companies with those whose systems the works are
proposed to be connected. He shall before making any variations from the drawing or
specifications that may be necessitated for so, give to the engineer written notice, specifying
the variation proposed to be made and the reasons for making them, and apply for
instructions thereon. Incase the/contractor shall not receive such instructions within 7 days,
proceed with the work confirming to the provisions, regulations or by laws in question and
any variations in the drawings or specifications so necessitated shall be dealt with under
clause 4.1.8.2. The contractor shall give all notice required by the said acts regulations or
bylaws and pay all fees in connection therewith.
He shall also ensure that no attachments are made against materials or works related to the
contract. In every case to in this clause, the contractor shall protect and indemnify,
Government against any claim or liability arising from or based on the violation of such law,
ordinance, regular decree or attachment by him or by his employees.
4.1.3.2.Compensation to workmen
The contractor on occurrence of accident, arising out of the work, which results in serious
injuries to the person or property, shall within 24 hours of such occurrence, report to the
engineer, stating clearly and in sufficient details the facts and circumstances of the accident
and the action taken by the contractor. 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.
4.1.3.3.Contractor dying, becoming insolvent, Insane or imprisoned.
Liquidation, the contract may be terminated by notice in writing posted at the site of the
works and advertised in one issue of the local newspaper and all acceptable, works shall
be paid for after recovering all the contractors dues Public Health Engineering Division,
there from, at appropriate rates to the person or persons entitled to receive and give a
discharge for the payment.
85

If the contractor becomes bankrupt or has received order made against him or compound with
the creditor or being a corporation commence to be wound up not being a voluntary
winding up for the purpose only of amalgamation or reconstruction or carry on its
business under a receiver for the benefit of the creditors or any of them, the
Government shall be at liberty.
(i) To give such liquidator, receiver, or other person the option of carrying out the
contract subject to his providing a guarantee for the faithful performance of the
contract up to an amount to be determined by the Government.
(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”.
4.1.4. Contractor to supply labor, plant, ladders, scaffolding:
4.1.4.1.The contractor shall supply at his own cost all labor, skilled and unskilled, and all
things necessary (except such special things, if any, as, in accordance with the specification
that may be supplied from the Engineer’s stores) such as plants, tools, appliances,
implements, ladders, cordage, tackles, scaffolding, shoring, strutting, pumps, fuel oil, packing
derricks, boring tools, winches and power as well as other apparatus and temporary works
requisite for the proper execution of the work whether original, altered or substituted and
whether included in the specifications or other document forming part of the contract or
referred to in these conditions or not which may be necessary for the purpose of satisfying or
complying, with the requirement of Engineer as to any matter as to which under these
conditions he is entitled to be satisfied, or which he is entitled to require, together with
carriage hereto for and from the work. The contractor shall also supply without charge the
requisite number of persons with the means and things necessary for the purpose of setting
out the works, and counting, weighing and assisting in the measurement and examination at
any time and from time to time, of the works done, or materials supplied by him. The
Engineer at the expense and risk of the contractor may provide failing his so doing the same
and the expenses (of which the certification of the engineer shall be final) may be deducted
from any money due to the contractor under this contract or from his Earnest Money Deposit.
The contractor shall also provide at his own expense all necessary fencing and lights required
to protect the public from accident and shall assume all the liability for and indemnify the
Engineer against all actions or suits arising out of or in connection with neighboring owners
or workmen employed on the works. With the carrying of the works, whether such actions
are brought by members of the public, the contractor shall carry out the works conforming to
86

the statutory and other legal enactment’s applicable to them and gives all notices and pays all
fees payable to local authorities and others in respect of them. The contractor shall be
responsible for the adequacy, strength and safety of all shoring, strutting, curbing, bonding,
brickwork, masonry, concrete, permanent or temporary appliances, matters and things
furnished by him for the purpose of this contract.
4.1.4.2.Materials and plant of contractor
All materials brought by the contractor upon the site of the works shall be deemed to be the
property of the Government and shall not or any account be removed from the site of the
works during the execution of the works and shall at all times be open to the inspection of the
Engineer. The Engineer on the completion of the works or upon the stoppage of the works
shall have an option of taking over any such unused materials at prevailing market rates, with
the provision that the price allowed to the contractor shall not exceed the amount originally
paid by him for the same, as he (the Engineer) shall desire upon giving a notice in writing
under his signature and within 15 (fifteen days) of the completion of the works to that effect,
and all materials not so taken over by the Engineer shall cease to be the property of the P H E
D and the contractor shall have 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.
4.1.4.3.Employment of an experienced site engineer
The contractor shall employ a site engineer of the rank of a Resident Engineer who is well
experienced in the type of the works he has to handle and shall have worked in similar such
projects earlier. He shall be well acquainted with all latest Indian Standards, codes of
practice, and local practices of construction and has good managerial qualities, capable of
handling labour force tactfully and extract good quality of workmanship and plant execution
of works efficiently. He shall be well conversant with specifications, construction equipment
use, testing, inspecting and supervising the works. He shall have good ability to guide his
subordinates. His name and Bio-data should be submitted along with the list of other key
technical staff at the time of submission of bid.
In addition to this other technical staff shall have to be employed from time to time as
directed by the Engineer. Changes in staff will be upon the approval of engineer.
4.1.4.4.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, 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
87

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.
4.1.5.5 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. 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. 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.
4.1.5.6 Working on Sundays and holidays and Night Work
Prior permission in writing should be taken from the Engineer-in-Charge to work on
Sundays, Holidays, during Nights and to work Overtime. No women labour should be
engaged on works during night work.
4.1.5.7 Conduct of Labour
The contractor is solely responsible for the peaceful and orderly conduct of labour in the
neighborhood of work site. The Engineer-in-charge shall have full powers to order the
contractor to prevent undesirable labour force from entering the work site. Further the
Engineer has full powers to ask the Contractor to remove from the site of the work any
person who misconduct’s himself and is undesirable at site.
4.1.5.8 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, and as described in the tender documents.
4.1.5.9 The contractor shall make all arrangement for supply of safe drinking, bathing and
washing water to the labour, at his own expenses.
4.1.5.10 . Adequate first aid and medical facilities shall be provided.
4.1.5.11 Proper, Separate toilet facilities for Men and Women shall be provided.
4.1.5.12 Protective accessories like gumboots, gloves, goggles etc. as found necessary shall
be provided to the laborers.
4.1.5.13 Caution lights
The contractor shall provide caution signs/lights near excavations, trenches, fencing
etc. and employ watchmen during nights and off working days and hours.
4.1.5.14. Safety of Workers
The contractor shall ensure that all precaution are taken to avoid accidents, by providing
scaffoldings, platform, etc. of adequate strength which can be safely take the loads of labour
88

and materials and shock loads, by properly bracing, tying and anchoring as necessary. No
extra cost shall be claimed for all the above safety works.
4.1.5.15. The contractor shall provide at his own cost, all safety requirements to the laborers
like fencing barricades, temporary crossings, bringing etc. to prevent accidental slips, falls,
injuries etc.
4.1.5.16. The contractor shall make his own arrangements for conveyance of materials and
labor to the work site by making if necessary any temporary paths, roads, accesses etc at his
own cost.
4.1.5.17. Stud is to be purchased by the contractor for use on the works.
4.1.6. Drawings and specifications
4.1.6.1. Alteration in specification or drawings
The Engineer shall have powers, to make any alterations in, or additions to, the original
specifications, drawings and instructions that may appear to him to be necessary or advisable
during the progress of the works. The contractor shall be bound to carry out the work in
accordance with any instruction which may be given to him in writing signed by the Engineer
and such alteration shall not invalidate this contract. Any additional work, which the
contractor may be directed to do in the manner above specified, as the contractor on the same
condition in all respects on which he agreed to do the main work shall carry out part of the
work. The time of the completion of the work shall be extended if applied for by the
contractor in writing in the proportion that the additional works bears to the original contact
work. The certificate of the Engineer shall be conclusive as to such extension. And of the
additional or altered works include any class of work for which no rate is provided in this
contract then such class of work shall be carried out at rates to be agreed upon in writing
between the Engineer and the contractor prior to the work being taken in hand.
The basis for fixing such rates shall ordinarily be the current schedule of rates, Provided
always that if the contractor shall commence work or incur any expenditure in regard there to
before the rates shall have been determined as before mentioned, he shall only be entitled to
be paid in respect of the work carried out or expenditure incurred by him prior to the date of
the determination of the rates as aforesaid according to such rate or rates as shall be fixed by
the Engineer. In the event of a dispute the decision of the Superintending Engineer shall be
final.
If the additional or altered work for which no rate is entered in the contract or in the PWD
Haryana schedule of the rates is ordered to be carried out before the rates are agreed upon,
then the contractor shall within seven days of the date of receipt by of the order to carry out
89

such works and if the engineer does not agree to this date, he by notice in writing, be at
liberty to cancel this order to carry out such work and he carry out such works as he may
consider advisable. Where however the work is to be carried out according to designs,
drawings and specifications provided to the contractor by Public Health Engineering Division
the alteration above referred to, shall be within the scope of such designs, drawings and
specifications appended to the tender.
4.1.6.2 Action where no specifications are provided
In the case of any class of work of which there is not mention in the specification, such work
shall be carried out in accordance with the instructions and requirements of the Engineer.
4.1.6.3 Deviations from drawings and specifications
No deviations or changes shall be made by the contractor himself without the expenses
approval of the Engineer, from the dimensions, sizes, material or workmanship specifications
of works etc. shown in the drawings, specifications, instructions issued on the same by the
Engineer or his authorized representative. All the works shall be executed strictly according
to the drawings, and specifications using best quality of raw and finished materials and best
workmanship to the complete satisfaction of the Engineer.
4.1.6.4. Copies of supply orders and other literature of articles procured from the trade.
Copies of supply order and other literature of articles procured from the trade shall be
furnished to the Engineer. The technical literature, dimensional and material specifications,
guarantees of materials procured from the trade along with operation, maintenance and
installation manuals also should be submitted to the Engineer in triplicate.
4.1.6.5 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. However, the approvals shall not absolve the contractor from the
responsibility of the performance of the plant.
4.1.6.6 Workmanship
All civil, electrical, and mechanical works included in the tender shall be properly
coordinated so as not to wait for each other and shall be completed in time in a complete
manner and handed over in a perfect workmanship manner, in good working condition after
testing to the complete satisfaction of the Engineer.
4.1.6.7. Engineer’s rights in case of use of inferior materials, workmanship and plant.
The Engineer during the course of execution of the works shall have absolute powers here
under to order the following in written from time to time regarding the quality of the works.
90

• The discontinuance of the use of inferior quality of materials, which do not conform to
the specifications, and removal of the rejected material from the site of works forthwith.
• Stoppage of improper inferior and unsuitable plant used for construction, stoppage of
inferior workmanship. Improper construction methods etc.
• The re-execution of dismantled/rejected work(s) using fresh materials, labour, plant
according to the specifications laid down in the contract in case the contractor fails to
execute the orders the Engineer shall have powers to get the defective work rectified/re-
constructed/replaced by another agency and all the expenses on account of same shall be
charged to the contractor and are recovered from payments due to him or from payments
due to him or from payments to become due to him.
4.1.6.8 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 shall provide
free of cost, all facilities like labour, instruments, etc. and all cooperation to the Engineer to
check all dimensions, alignment level etc. This shall however not absolve the contractor of
his own responsibility of maintaining the accuracy of work.
4.1.7 Inspection, testing and miscellaneous
4.1.7.1 Access to the work
The Engineer-in-Charge, his superiors in Public Health Engineering Department or his
authorized representatives and consultants of the Engineer shall be provided with all facilities
for access to the site of works, lubrication shops, stores of materials, labor camps, testing
shops and other premises connected with the execution of works in any way at all time, for
inspection, supervision, examination of all related works.

4.1.7.2 Guarantees
Not withstanding the detailed drawings supplied and specifications given in the tender, 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. The contractor is deemed to possess the above knowledge absolutely, before
tendering without any ambiguities or doubts which if any may be got clarified from the
Engineer and then only submit this tender.
Power and water required for construction/ testing
91

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 above required for testing shall also be the contractors responsibility.
4.1.7.4 Dewatering and extra work in foundations
Dewatering of foundation, trenches etc. 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.
Shoring and strutting work required for excavation, excavation in difficult conditions of soil
shall not be paid extra except in case the above items of work are separately agreed to be paid
as indicated in the bill of quantities.
4.1.7.5 Existing utility Services
The contractor at his own cost shall protect the existing electric, telephone, water supply and
sewerage utilities if met with during excavations by properly supporting the same by singing
or otherwise as required at site, without allowing for any disruption of services. If any
damage is caused to the above said public utility services or any other 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.
4.1.7.6 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. One will be on tracing
cloth and remaining on reproduction paper.
4.1.7.7 Site Clearance
No extra money will be payable to the contractor for removal of shrubs, debris, rubbish
mounds of earth or any such unevenness in the ground levels before commencement of the
works. Similarly he will remove from site above said materials and spoil and surplus
materials as directed by the Engineer and leave the site in a condition that is acceptable to the
engineer as far as the cleanliness of work site is concerned without any additional payment.
His rates shall be deemed to include all expenditure.
4.1.7.8. Except with prior permission in writing of the Engineer, the contractor shall not
divert his plant labor, materials to any other work. In granting such permission the Engineer
may impose any conditions as may be found necessary to ensure that no delays or
interruptions are caused in execution of the works under the contract. The contractor shall not
be entitled to any compensation resulting from such delays. Granting such permission shall
not absolve the contractor from the responsibility of completing the works as per time
schedule specified in the contract.
92

4.1.7.9 Making available drawings and documents at site.


One set of drawings and all other documents relating to the works under contract shall be
kept in the site office and made readily available for discussions, examinations of the
Engineer or his representatives.
4.1.7.10 Decision of the Engineer-in-Charge
Except where otherwise specified in this contract, the decision of the Engineer-in-Charge for
the time being shall be final, conclusive and binding on parties to the contract upon all
questions relating to the meaning of the specifications, drawings and instruction herein before
mentioned and to the quality of workmanship and materials used on the work or as to any
other question, claim, right matter to things, whatsoever in any way arising out of or relating
to the contract drawings, specifications, estimates, instructions, orders or these conditions, or
otherwise concerning the works or the execution of failure, to execute the same, whether
arising during the progress of the work or after the completion or the sooner determination
thereof of the contract.
4.1.7.11 Tests Inspection and rejection of defective materials and work
The contractor shall without extra cost provide samples and cooperate in the testing of
materials and inspection of work. The Engineer shall have access at all times to the places
above materials are being made for use under the contract, to determine that manufacturer a
proceeding in accordance with the drawings and specifications and to the place of work.
The Engineer may reject at any stage, any work, which he considers being defective in
quality of materials or workmanship and he shall not be debarred from rejecting, wrought
materials by reason of this having previously passed them in an unworked condition. Any
portion of the work or materials rejected shall be removed from the work site at the
contractor’s expense after written instructions to that effect by the Engineer for replacement
of such work. In lieu of removing the work or materials which are not in accordance with the
contract, the Engineer may allow such work or materials to remain, and in that case such
work may be paid at the reduced rates as may be decided by the Engineer.
The equipment shall be inspected and passed by the manufacture’s inspector. A certificate
issued by the manufacture’s inspection monitoring that the said equipment conforms to the
required specifications shall accompany each consignment. In addition, the Engineer or his
representatives shall be entitled at all reasonable times during manufacture and before
dispatch of the goods to inspect, examine and test on the contractor’s premises, the materials
and workmanship of all equipment to be supplied under the contract, and if part of the said
equipment is being manufactured on other premises, the contractor shall obtain for the
93

Engineer, permission to inspect, examine and test as if the said equipment were being
manufactured on the contractor’s premises. Such inspection, examination or testing if made
shall not relieve the contractor from any obligations under the contract.
The contractor shall give the Engineer thirty (30) days notice in writing of the date and the
place at which a plant will be ready for testing as provided in the contract, unless the
Engineer shall attend to the place so named within ten (10) days of the date which the
contractor has stated in his notice, the contractor may proceed with the test which shall be
deemed to have been made in the Engineer’s presence and shall forth with forward to the
Engineer duly certified copies of the results. The Engineer shall give the contractor 24 hours
notice in writing of his intention to the tests.
The inspection and testing will be carried out generally as per Indian Standards for domestic
supplies and as per the relevant equivalent Standards prevailing in the country of manufacture
for imported supplies.
As and when any plant shall have passed the tests referred to in this article. The Engineer
shall furnish the contractor a certificate in writing to that effect. The contractor shall provide
all facilities (labor, material, apparatus, instruments etc.) for inspection and tests and such
inspection and tests will be free of charge to the owner.
4.1.7.12 Programme of Works: -
As soon as the letter of intent is issued to the contractor, he will submit to the Engineer his
programmed to complete the works by the time indicated in the contract, in the form of a bar
chart for review of the Engineer and make suggested modifications before his approval of the
same. The approved bar chart shall be diligently and strictly followed with a view to
complete the works as per schedule. The Engineer shall review the programme of works from
time to time and he may modify the same depending upon the exigencies of the work and
stage of the works.
4.1.7.13 Patents rights etc.
The contractor shall fully indemnify the purchaser against all actions, suits, claims, demands,
costs, charges and expenses arising from, or incurred by reason of any arrangement for any
letters, patent designs, trademark or name, copyright or other protected rights in respect of
any machine, plant, work material thing or system or method of using, fixing, working or
arrangement used or fixed or supplied by the contractor but this indemnity shall not extend or
apply to any action, suit, 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. All royalties and other similar payments which may
94

have to be paid for the use of any such machine, plant work, material thing, system or method
as aforesaid (whether payable in one sum or by installments or otherwise) shall be covered by
the contract price and payable by the contractor.
In the event of any claim or demand being made or action or suit brought against the
purchaser in respect of any such matter or matters as a foresaid the contractor shall be duly
notified thereof, and he shall conduct all negotiations for the settlement of such claims or
demand and such action of suit shall also be conducted by him subject, if and as far as the
owner shall think proper, to the supervision and control of the owner through the officer duly
authorized in his behalf.
4.1.7.14 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. The contractor shall not take or cause
to be taken any steps or actions that may cause disruptions, discontent or disturbance to the
works, labour and other arrangements of other contract in neighboring and the project
localities. In case of any difficulties amongst the contractors, the Engineer shall direct the
manner in which each contractor shall conduct shall conduct his work so far as it affects
others.
4.1.8 Discrepancies and adjustment of errors
The several documents forming the contract are to be taken as mutually explanatory of one
another, detailed drawings being followed in preference to small-scale drawing and the
required dimensions in preference to scale.
There are varying or conflicting provisions made in any document forming part of the
contract, the accepting officer, i.e. the Executive Engineer, Public Health Engineering
Division, M.Garh shall be the sole deciding authority with regard to the intention of the
document and his decision in this respect shall be final and binding.
Any error in description in the bid of quantities or any omission there from shall not vitiate
the contract or release the contractor from the execution of the whole or any parts of the
works comprised therein according to the drawings and specifications or from any of
obligations under the contract.
If there are any discrepancies found in the tender documents and the same have not been
clarified before submission of the tender, the interpretation or clarification given by the
Engineer is final and conclusive.
4.2 Special Conditions of Contract
4.2.1 Contractor’s Design of Equipment
95

4.21.1. Contractor is advised to read carefully all chapters and give complete information
regarding his proposals, substantiating the same with calculations, drawings literature, with
clear reference to any standards adopted (which are not mentioned in the tender), in such
manner that there is no ambiguity or nothing is left to chance. All relevant information, so as
to make the proposal understandable shall be given. Vague remarks and remarks like “will be
given later” are not acceptable. If in the opinion of the engineer, the proposal is grossly
incomplete, this will form sufficient reason for complete rejection of the tender on technical
grounds.
4.2.1.2. Contractor shall note that this is a lump sump rate tender. The bidder shall give rate
for complete work. However his proposals are subject to scrutiny and approval for unit wise /
sub unit wise progressive payments by the competent authority. He shall therefore take
utmost precaution to offer very standard equipment manufactured by only reputed
manufacturers (wherever the makes are specified, the same shall be offered).
However the bidder should note that after the tenders are opened, all modifications,
corrections, changes shall be carried out entirely to the satisfaction of the Engineer-in-Charge
at no extra cost to Public Health Engineering Department. The contractor shall not be allowed
to change the price quoted.
4.2.2 Equipment Guarantee
4.2.2.1 All the equipment supplied shall be guaranteed for four years from the date of
successful completion of trial run for completely trouble free performance. One-year
shall be considered as defects liability period & three years O&M thereafter for such
equipment supplied under this contract.
4.2.2.2 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. Damaged or non-working parts shall be replaced at no extra cost to Public
Health Engineering Division Training of the Public Health Engineering Division,
M.Garh Haryana, and Staff before Handling over the Equipment/Instruments.
As there is fair amount of automation specified, there will be very large number of
small components, which form units of equipment. In order that the Public Health
Engineering Division staff engaged on operations and maintenance becomes
proficient in understanding and handing the equipment correctly, the contractor will
have to organize training programmed in the manufacturers’ shops as well as on site
during actual operation of the plant.
96

For this purpose he will have to employ suitably qualified, trained personnel to carry
out this training. The training period is for 7 days after commissioning of the plant or
for such extra period before commissioning in the workshops.
A mutually agreed programmed shall be formulated during the execution, which will
be binding on the contractor.
Complete operation & maintenance files will be built up, 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, M.Garh.
5.0.0. Third Party Inspection: -
PHED reserves the right to appoint any organization/ institution for checking of
design, & 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.
97

PART- II

BRIEF DESCRIPTION OF THE PROJECT


SCOPE OF WORKS AND TECHNICAL
SPECIFICATION FOR WATER WORKS
AT DEWAS MOHINDERGARH TOWN
98

1.0. Introduction to Project: -


Mahendragarh Town is situated app. 145 Km from Delhi & by Railway Track Bikaner Rewari broad gauge
Railway line, Connectivity of Mahendragarh Town with other important city & town is as follow :-
Air - Delhi (115 Km) Nearest Airport
Road - Narnaul (25 Km), Rewari (55Km),
The Longitude and latitude of the town are 752.56’ East and 275.26’ North respectively. It is situated 606
meters above the Sea level. M.Garh Town has increased an unprecedented population growth rate. M.Garh
town has great importance as is being developed as Town and this project for Aug. & Ext, of water supply has
been prepared .Climate characteristics of the town include hot summers, cool winters and meager rainfall
restricted only to three months of July, August and September. May and June are the hottest months of the year.
During the summer months of May and June the maximum temperature sometime reaches 47o C. the annual
average rainfall in the district is 450 mm.
The water supply system in M.Garh Town is based presently on canal based at Dewas village and present
quantity of water supply is 2.74 MLD which is working out as 90 LPCD. Because of inadequate distribution
network existing & due to rapid growth of population in this area water supply at present is only 90 LPCD
which is very low. Further pipe length is existing only in 70% of area and 30% of areas are not covered with
pipe network out of the existing 135 km. length more than 80% of pipes are age old PVC & asbestos of diameter
80 to 200mm due to this leakage are more & residual pressure are very low. The present demand of the M.Garh
Town for the year 2010 work out to 7.74 MLD. At present the quantity of the water supplied is about 2.74 MLD
only, which falls short of 5.00 MLD based on 155.25 LPCD. In order to over come these problems Public
Health Engineering Department has proposed augment the water supply in this area by constructing Reservoir
Laying pipe line in un-served area so that equitable safe & adequate water supply to entire M.Garh Town
standard pressure can be supplied.
1.1. Project Area: -
The project area comprises of old M.Garh Town & Urban areas being developed by Haryana Urban
Development Authority comprising of new sectors. The Town is spread over an area 6.23 sq. kms. According to
the population of M.Garh Town is distributed in 15 wards by 2001 census. According to draft development
project has been framed.
1.2. Population: -

The population projection for M.Garh Town development as projected from time to time comprise of old
M.Garh Town & Urban areas being developed by Haryana Urban Development Authority. As per the
notification of Development Plan (2001-2021) the population of 2011 & 2021 has been projected keeping
growth rate of previous decade and expected that the growth rate would increase if proper infrastructure and
other educational facilities are provided in future. The decadal increase from 2001 to 2011 & 2011 to 2021 is
3.2% & 3.8% respectively.
Keeping in view of the above growth rate per annum the ward wise population for Mahendragarh is calculated.
1.3. Proposed Scope of Work at Village Dewas Water Works (M.Garh) : -

Proposed water works site at Village Dewas : -


99

Designing, Constructing, Testing, Commissioning, Operation & Maintenance for 3 years after defect liability
period of 12 months of canal based w/s scheme for M/Garh Town
“Laying of 700 mm ø RCC Pipe NP2 inlet channel, Construction of 1 No. storage & Sedimentation tank, Pump
house, Generator Room, Raw water & Clear water suction well, 5.5 MLD water treatment plant, boundary wall,
Staff quarter, Raw water & clear water pumping machinery, Transformer & all Electrical , Mechanical
instrumentation , Development of W/Works, Land scaping, Horticulture at W/Works Dewas, 1 No. Under
Ground Clear water tank, 1 No. pump chamber, Staff quarter, Clear water pumping machinery, Transformer &
all Electrical, Mechanical instrumentation, development of Boosting Station, Land scaping, Horticulture at Main
boosting Station M/Garh, Laying of 200 mm ø, 300 mm ø , 350mm ø , 600 mm ø D.I. K-9 Rising main from
Dewas water works to Main boosting Station & from Main boosting station to different boosting station’s and
all other works contingent there to complete in all respects on Turnkey Basis Distt. Mahendragarh, Haryana”.
The Land acquired at Village Dewas is contagious to Mahendragarh Town-water supply channel and the natural
ground level of the acquired land permits flow of raw water by gravity to S & S tanks.
The acquired area sub soil water table is 25 M below ground level. The soil bearing capacity at the site of water
works at Village Dewas is as per enclosed report in Annexure- A.
The water supply system at Village Dewas has been designed considering 5.5 MLD as total water demand.
Summary of Major Water Works Components/Boosting Station : -

S. No. Particulars Size/ Capacity Qty. Remarks

1.1. RCC Pipe NP2 Inlet Channel 700mm Ф 862 RM RCC pipe NP2

1.2 S & S Tank at Village Dewas. 153.25 x 123.25 x 1 Mean Size


4.50 (W/Works Dewas)
SWD
1.3. Raw Water Sump. 2 x 6 x 5.5 1 (W/Works Dewas)
1.4. Clear water sump 2 x 6 x 5.5 1 (W/Works Dewas)
1.5. Common Raw Water & Clear water Pump 15.47 M x 8.92M 1 (W/Works Dewas)
House.
1.6. Raw Water pumping Machinery to pump 4000 LPM x 2+1 (W/Works Dewas)
15 Mtr. Head
raw water to water treatment Plant.

1.7. WTP. 5.5 MLD 1 (W/Works Dewas)

1.8 Clear Water pumping Machinery to pump 5000 LPM x 2+1 (W/Works Dewas)

clear water W/W 30 Mtr. Head

1.9. Under Ground Clear water tank 36x25x2.44M 1 Main B/S M.Garh

1.10 Pump House. 12 M x 6.30M 1 Main B/S M.Garh

1.11 Clear Water pumping Machinery to pump 4500 LPM x

clear water B/S 40 Mtr. Head 1 Main B/S M.Garh


100

2600 LPM x

30 Mtr. Head 3 Main B/S M.Garh

2000 LPM x

20 Mtr. Head 2 Main B/S M.Garh

1.12. DI Rising Main for following: -

W/W to Main B/S M.Garh 600 mm Ф 7502 RM The Department will be


supply the DI K9 pipe along
Main B/S to Point A towards B/S Adhera 350 mm Ф 652 RM with one tyton joint from
R/Stock at their free of cost.
From Point A to B/S Adhera 300 mm Ф 822 RM The contractor has to
provide required DI specials
B/S Civil Hospital to K. Colony 200 mm Ф 1252 RM of same class along with all
type of CI/ DI Valves
From Point A towards B/S Balmiki 200 mm Ф 1516 RM flanged end.

Mohalla.

1.13. Transformer and electrical Sub Station. As required 2 Lot 1 No. W/W Dewas

1 No. Main B/S M.Garh

1.14. Staff Quarter. 440 ^2 feet each 2 1 No. W/W Dewas

1 No. Main B/S M.Garh

1.15. Internal Roads at W/W & Main B/S 2 Lot 1 No. W/W Dewas
M.Garh
1 No. Main B/S M.Garh

1.16. Boundary Wall around Water Works 630 RM W/W Dewas

1.17. External lightning at W/W & Main B/S 2 Lot 1 No. W/W Dewas

M.Garh.. 1 No. Main B/S M.Garh

1.18 Land Scaping & Horticulture W/W & 2 Lot 1 No. W/W Dewas

Main B/S M.Garh. 1 No. Main B/S M.Garh

2.0. Scope of Work: -

2.1. Extent of Scope of Work: -


101

The scope of work under this Single Responsibility Contract includes construction of all
works of Water Works & Boosting Stations, Transmission system as described in subsequent
paragraphs and clear water supply to M.Garh Town and other works listed herein or any
other works necessary to achieve the objective to deliver the above referred quantity of water
in safe, effective and reliable manner and complete the system as per good and acceptable
engineering practices.

The contractor shall also undertake the operation and maintenance of system for 3 years after completion of
defect liability period of 12 months. The limits of the contract shall be from in let Point of rising main to S & S
Tanks at Dewas village to all works proposed at water works at Village Dewas, CWR and transmission mains.

It may be understood that these are concepts of PHED, Haryana and the responsibility for
correctness of designs, drawings and safety of equipment/ structure shall rest on the
contractor. Bidders are advised to inspect the site for further clarifications and to understand
the scope of work. It is the bidder's responsibility to carry out all the works required to
complete the scheme under this project whether it has been mentioned or not. All references
made for the diameter of pipes shall be considered as the minimum finished internal diameter
of pipe.

2.2. General Principles & Contractors Scope of Work: -

The contractor shall carryout all works wholly in accordance with the terms and conditions of the contract to
fulfill the requirement of the project. All the material used, and the equipment installed shall be as per the
specifications defined in the contract and the work shall be executed with good engineering practices not be
limited to Submission of all documents required according to the Contract (security money/ guarantee, insurance
policies, if any etc.)
1. Carrying out necessary Topographical Survey for all the water works/ Boosting Stations
units including Clear water main at different locations, road works and campus development
within the limits of the contract in consultation with the Engineer in Charge.

2. Preparation and submission of the layout plans of W/Works Dewas/Main Boosting Station
M.Garh, L-sections, cross sections and conceptual drawings etc. of all components of the
project. The drawings must be on scales as appropriate subject to the prior approval of the
Engineer in Charge.

3. Carrying out required soil investigations for design of foundation for all units at water
works/Main Boosting Station & transmission main for clear water including the tests for
102

determination of safe load on piles as per IS 2911. The soil characteristics (bearing capacity,
chemical analysis,) are to be determined. It is also important to assess the possibility of
erosion and the stability of the soil with a view to the lateral resistance to be taken into
account and to the exposure of foundations. The soil resistivity and chemical analysis will be
got done at 500 meter interval with in the water works & along the alignment of
transmission main determine the soil characteristics. The contractor shall do all lab/ field
tests for the determination of optimum moisture content for soils from different borrow pits
to achieve required density of embankment. Additionally he has to assess the type of soil,
the strata, the level of ground water and other indicators if any and establish soil profiles and
submit these to the Engineer in Charge. Special attention is required to determine the
corrosive nature of soils where the foundations of structures are to be laid.

4. Submission of the sizing, hydraulic calculations for the design of the pumping stations,
pipeline and treatment plant.

5. The Contractor should make a note that all Data, information, reports etc. available in this
volume are PHED Haryana Concept which are only for the purpose of information to the
contractors and will have no bearing on the contractual obligation. The Contractors will have
a choice to make use of the data/ information/ reports etc. placed in this volume but the
department does not stand guarantee to the data / information / reports / designs/ drawings
included in this volume. The Contractors will be solely responsible for preparing and
submitting required drawing after carrying out appropriate field surveys, data collection,
designs etc. for approval of Engineer-in-Charge.

6. Approval of all design and drawings, material to be used, equipment specifications and
the samples, prior to commissioning of work on site. Unless mentioned otherwise, if for any
specific provision I references have been made in more than one specification, the provision
more stringent shall be applicable.

7. Submission of the design, specifications, catalogues and the technical data sheets of all
the equipment, electrical system, design of the electrical components and the switchyard,
taking into account the interfaces to the other project components.

8. Preparation and submission of all detailed working drawings on the basis of conceptual
designs and plans approved by the Engineer in Charge.

9. Providing adequately planned plinth protection works for all structures to be constructed.
10. To co-ordinate with the O&M staff and concerned PHED, Haryana officers, electrical
103

supply company and other concerned agencies.


11. Manufacturing, shop testing, pre-dispatch inspection, transportation to site, providing
transit insurance, storage, handling at site, installation, sectional testing, pre-commissioning
testing, commissioning and trial runs for all components of the system including the
hydraulic, mechanical, electrical, Electro-Mechanical and instrumentation equipment &
automation system.
12. To perform the required tests to fulfill the requirement of applicable codes.
13. For all Campus areas and constructed buildings under the contract, the contractor shall
provide facilities of potable water and proper sanitation without any additional charges.

14. Arrangement of adequate security, watch and ward of the system during the execution
period to safeguard the equipment and completed section of the work from any type of
mishandling, theft, fire and other hazards, etc. shall be made in addition to the above
requirements.

15. Operation, preventive maintenance, maintenance and repairs of the complete system for 3
years after completion of 12 months defect liability period.

16. Submission of ' As Built' drawings and Operation and Maintenance Manuals

17. Providing spares, tools and tackles at the end of O&M period.
18 Submission of a guarantee that the treated water will correspond to the table on page 14.
19. Suggestive layout and P & I of the proposed Water Works & other Components are
attached for information only.
20. The successful bidder shall follow the following procedure for submission of design & drawings for
approval by competent authority: -
- Detailed sizing calculations for all units, Technical specifications, General Arrangement Drawings of all
mechanical, electrical & instrumentation equipments at first stage.
- Process & Instrumentation drawing detailed plant layout with all mechanical & electrical equipments
installed at various/ different levels at second stage.
- Detailed hydraulic calculations, by the successful bidder with all sections showing therein head loss at all
inlets & outlet in accordance with fixed levels of Canal Outlet Level & FSL of the Clear Water Tank, dead &
live loads shall also be furnished for structural design.
- Detailed structural design with drawings.
- Detailed working drawings showing there in all mechanical, electrical, instrumentation, civil dimensions
etc.
- The architectural & aesthetic view of all buildings shall be got approved from the Engineer in Charge.
These drawings shall be submitted initially in triplicate & after approval shall be submitted in six sets with CD.
The entire duration for above design & drawing process is included in the completion period & for completion
of this process a total of 3 months have been ear marked.
104

21. Final site clearance and leveling, excavation of the working spaces for all structures, trench excavation for
pipes and other ancillary works in all sorts of soil, refilling and disposal of surplus earth at suitable site at his
own cost.
No separate payments will be made for the reconnaissance, survey, laboratory tests, design, drawings, factory
and performance tests, inspections etc., unless they are specifically provided and quantified. They shall be
included in the rates and prices of the physical works itemized. The payments are to be made for all supplies and
physical works as per Pro - rata payments as approved.
2.3. Major Components of Work: -
According to the PHED, Haryana concept the turn - key job will include the complete water works/Main
Boosting Station, transmission line & other components as under: -
Designing, Constructing, Testing, Commissioning, Operation & Maintenance for 3 years after defect liability
period of 12 months of canal based w/s scheme for M/Garh Town
“Laying of 700 mm ø RCC Pipe NP2 inlet channel, Construction of 1 No. storage & Sedimentation tank, Pump
house, Generator Room, Raw water & Clear water suction well, 5.5 MLD water treatment plant, boundary wall,
Staff quarter, Raw water & clear water pumping machinery, Transformer & all Electrical , Mechanical
instrumentation , Development of W/Works, Land scaping, Horticulture at W/Works Dewas, 1 No. Under
Ground Clear water tank, 1 No. pump chamber, Staff quarter, Clear water pumping machinery, Transformer &
all Electrical, Mechanical instrumentation, development of Boosting Station, Land scaping, Horticulture at Main
boosting Station M/Garh, Laying of 200 mm ø, 300 mm ø , 350mm ø , 600 mm ø D.I. K-9 Rising main from
Dewas water works to Main boosting Station & from Main boosting station to different boosting station’s and
all other works contingent there to complete in all respects on Turnkey Basis Distt. Mahendragarh, Haryana”.
2.4. Water Works Components & Plant Capacity: -

The Water Works capacity is as follows: -

Water Treatment Plant.

Day discharge. : 5.5 MLD + 5% Losses (20 Hrs. Operation)

Flash Mixers : 1 Number.

Clariflocculators. : 1 No.

Minimum number of filter beds : 2 TWINS.

Chemical House & Annexe Building. : Double Storied Framed Structure of area minimum 100 M^2 on each

floor with 4M ceiling height from FFL each floor, suitable for Alum

storage at Ground floor& motorized/ Automatic PLC operated dosing

system on first floor..

- Laboratory. : Minimum 30 M^2

- Blower cum Backwash pumps room. : Minimum 60 M ^2

- Chlorination room. : 20 M^2 for housing 2 for post chlorination.


105

- Office cum Control room with toilet. : Minimum 30 M^2

- Alum Tanks. : 60 M^ 2.

- Lobby & stairs. : 30 M^2

- Backwash Tank : 100 M^3 capacity tank suitable for back washing of 1 twin filters Plus
extra water for chemical solution, toilet, Laboratory, Post Chlorination,
Drinking water & shall be located on Filters operating gallery of
minimum 4.5 M width, minimum 4.0 M Clear ceiling height from
operating gallery FFL..
Waste Water Collection system. : Storage tank of 120 M^3 capacity to accommodate storage of one twin
filter backwash water & another tank of 120M^3 capacity to
accommodate continuous or intermittent bleeding from Clariflocculators,
for decantation & pumping to S & S Tanks or re-circulation to WTP.
Chlorine Toners Shed. : A chlorine toners shed of 40 M^2 for storing chlorine toners for 5.5
MLD ultimate capacity shall be provided with loading unloading bay &
HOT of 3 MT capacity. The size of the same shall be fixed keeping 2.0M
movement bay in between two rows of toners & sufficient height for over
head movement of the same.
Transformer 2 No. transformer of 11/ 0.415 KV of suitable rating.

HT & LT Panel Room : Minimum 50 M ^ 2 for housing HT & LT Panels for all phases with 4.5

M Ceiling Height from FFL.

Internal Roads with street lighting. : As required as here under.

- Main Road from Main Gate to : 5 M wide of concrete pavement road & paved area of 100 M^2 each in
Common Pump House, HT & LT Panel front of Pump House and WTP.
Room, WTP & Paved Area in front of
Pump House, WTP & Main Control
Panel Room & Boosting Stations main
gate to pump chamber & around the
UGCWT.
Operation & Maintenance. : Operation & maintenance of entire water works, rising main, data
collection & transfer for a period of 3 years after completion of defect
liability period of twelve months.
In addition to above it shall include all other ancillary works contingent there to for completion of each unit &
satisfactory operation of the entire system.
2.4.1. Important Levels.
Average Ground Level. : 272.65 M.
Sub soil water table to be used for designing. : Average Water Table is 25 M below Ground Level.
Formation Level. : 272.95 M
106

Finished Floor level. : 273.10 M


FSL of S & S Tanks. : 272.70 M
Bed Level of S & S Tanks. : 268.20 M
Top Level of S & S Tanks. : 273.15 M
FSL of Proposed CW Tanks. : 272.40 M
2.4.2. Overload Conditions: -
The design has to be made with view to the following overload conditions: -
That inlet/ outlet of all the units in the water works shall be increased by 25 percent without any overflow in any
of the units or channels. The gates, valves and pipes shall be designed accordingly.
The freeboards of all the tanks and channels have to be designed accordingly and full freeboard shall be
available in all the units during overload conditions also. The hydraulic design calculation shall reflect above
conditions and shall be enclosed with tender.
2.5 Water Quality: -
2.5.1 Raw Water: -
The raw water is to be taken from Narnaul Branch
Water quality of the above-mentioned canals is as here under.
Parameter
PH 6.9
Turbidity PPM (NTU) 10 to 375
Total Hardness PPM CACO3 90
TDS PPM 136
Iron PPM 0
Chloride PPM 25
Sulphate (SO4) PPM Present
Total Alkalinity PPM 105
Nitrate (NO3) PPM 0
Fluoride PPM 0.2
An important parameter for the treatment of the raw water is the turbidity throughout the year. The maximum
value of the turbidity (JTU units) is 375 PPM in the month of July (start of monsoon season) and can be as low
10 PPM in January. The plant should be capable of dealing with turbidity limits up to 500 PPM.
2.6. Process Design: -
2.6.1. Treatment Concept: -
The raw water quality and the required treated water quality call for the following treatment
units: -
- Plain sedimentation in Storage & Sedimentation tanks.
- Raw water Sump with common pump House for lifting Raw Water to WTP & Clear water to M.Garh
Town.
- Alum dosing as coagulant.
- Flash Mixing unit.
107

- Clariflocculator.
- Rapid sand gravity filtration units, constant rate, rising level (influent flow splitting type).
- Gaseous Chlorination.
- Collection of overflow & wastewater, scouring water of all the units in to a common Sedimentation Tank &
after decanting pumping thereof into the Receiving Chamber of WTP or S & S Tank.
- Clear Water Reservoir.

- Common clear water Sump.

- DI Rising Main as per DNIT.

The contractor shall adopt this process but he is free to choose within the allocated site the layout, alignment,
dimensions, levels, etc. according to his concept for which he gives the guarantee. He has, however, to
guarantee the water levels at the inlet and the water levels at the clear water reservoir at design flow conditions.
2.6.2. Process Guarantees: -
Apart from the quality of the treated water and the indicated water levels at the output and
input of the plant the Contractor has to guarantee the following process performances: -
Turbidity of the effluent of the clarifiers Not more than 10 NTU
Total aluminum in the effluent of the clarifiers Not more than 0.5 mg/ l
Residual chlorine content of the treated water in the : 0.35 to 0.5 mg/L.
CW Reservoir.
Minimum Filtration period at any time of the year : 24 Hours.
between successive backwashing.
Minimum Filter Run during 90% of the year. : 36 Hours.
Maximum Backwash water during any period of 7 : 3% of the raw water input.
consecutive days at any season of the year.
Maximum backwash during 95% of the year. : 2% of raw water input.
Maximum water losses (Filter backwash, de sludging) : 5% of the raw water input.
in the treatment plant during the period of 7
consecutive days during monsoon season.
Treated water parameters: -
Parameters. Design Overload Conditions.
Color (units on platinum cobalt scale) 5 25
Taste & Odor. Unobjectionable Unobjectionable
PH 7 to 8.5 6.5 to 9.2
Fecal Coli form no. /100 ml. 0 0
Coli form Organisms no. / 100 ml. 0 0
Turbidity after filtration. <1 2
If, at any time during defects liability period, any of the quality and process parameters cannot be reached, the
Contractor shall at his expenses carry out all necessary modifications to the Civil Structures, the mechanical,
hydraulic, electrical and other components of the plant, or modify the operation procedures and the chemical
dosing parameters in order to achieve the required performance of the plant.
108

3.0.0. Preparatory Work: -

3.1.0. The sites of the proposed water works are almost in level.

3.2.0. The contractor shall install adequate number of dewatering pumps if required, plants
& equipments with all necessary accessories for dewatering of the proposed plant site,
to keep the trenches & all other excavations in dry conditions from sub soil/ rain
water to the extent, it is necessary for the proper, safe & stable excavation for the
proper construction of the works & nothing will be paid extra on this account.
3.3.0. The contractor shall provide and maintain at least one benchmark (deduced R.L.) with
a level and at a location approved by the Engineer in Charge, which may be referred
for all the levels at other positions.

3.4.0. Soil Investigation: -

The soil investigation reports for determination of SBC & Sub Soil Characteristics is annexed with the DNIT,
however the Contractor should re – conduct the same as per procedure described of its own & lower of the two,
the SBC given in this document or actually found at site will be followed. The contractor in co-ordination with
the Engineer in Charge has to determine at each location of a building or water retaining structure the soil
characteristics (safe bearing capacity, angle of friction, cohesion) in order to calculate the dimensions of the
foundations. It is also important to assess the potential of rise in water level, erosion and exposure of
foundations and the stability of the soil with view to the lateral resistance to be taken into account.
The soil conditions have to be analyzed for all-important structures such as ground level reservoirs, elevated
reservoirs, filters, settling tanks, multi-floor buildings etc. The required soil analyses are: -
a) Penetration Tests: -

- Standard penetration test to a depth corresponding to at least 1.5 times the width of the building/
foundation; at least 3 tests per building/ reservoir; distance between the penetration points less than 20 m.

b) Plate Load Tests: -


- To assess soil bearing capacity at the foundation level (Plate test).
- To take samples for laboratory analyses.
c) Laboratory Analyses for: -
- Granule geometry.
- Cohesion.
- Angle of friction.
- Proctor density.
At least 3 test pits shall be made for each site of a building/ tank/ structure, preferably after having fixed the
location of the building. The distance should be less than 20 m.
If the standard penetration tests give a sufficiently clear picture of the soil bearing capacity the number of test
pits can be reduced.
109

In addition the following soil data have to be provided from the test pits :-
* Composition and classification of the soil (sand, clay, silt, organic matter etc. soft, medium, hard
decomposed rock, rock etc.) with view to.
* Excavation.
* Need to support walls of trenches.
* Compacting.
* Permanent of temporary ground water (water logging).
* Hard pans below the sand (depth, thickness, type of layer).
* Clay lenses.
The results of the survey, the sampling, the laboratory analyses and the calculations have to be presented in a
report in three copies to the Engineer in Charge. The execution of the foundations shall be started only after
approval of the Engineer in Charge. The contractor however will be responsible for design of the structures
based on these investigations.
Along with the excavation for the buildings and reservoirs the Contractor has to assess / complete the type of
soil, the strata, the level of groundwater and other indicators important for payment. He has to establish soil
profiles and submit these to the Engineer in Charge for approval.
4.0.0. Specifications: -
The PHED Haryana concept of the water works as prescribed in the DNIT has to be followed. The
specifications of the units according to that concept are presented in details hereafter. If the Contractor proposes
different details, those can be acceptable to PHED, Haryana as long the basic treatment process and the design
parameters laid down by PHED are honored. The specifications have to be worked out by him in co-operation
with the Engineer in Charge, and all his proposals have to be approved by the Engineer in Charge.
Whenever accepted makes are proposed, the Contractor has to propose the equipment of one of those
manufacturers for approval of the Engineer in Charge. If no makes are proposed for a particular item, the
contractor has to propose equipment of reputed manufacturers preferably with ISI Mark. The Engineer shall
examine the proposal on the basis of the submitted documents and shall approve it or refuse it if it does not
correspond to the highest quality standards and to the specifications.

5.0.0. Major units & specification: -

5.1.0. Boundary Wall:

All around the water works/Boosting Stations boundary wall 1.8 M in height consisting of columns, braces
filled with Brick work 1:5 with deep pointing in 1:2 shall be provided. The boundary wall shall be constructed
as per PWD specifications and detailed drawings attached with the DNIT. At the main entrance 5 M wide MS
fabricated gate on rollers of shape main entrance of Boosting Station 2.5 M wide and size to be approved by the
Engineer-in-Charge shall be provided. A security room of size 4M x 4M & 2.5M x 2.5M with ceiling height of
3M in Brick Work with ordinary cement flooring shall also be provided after getting the design approved from
the Engineer-in-charge.
5.2.0. Staff Quarter:
110

2 Nos. 440 Sq. Ft. Staff quarters as per standard drawing attached with the DNIT and as per specifications
detailed under the head general specification for civil works shall be provided.
5.3.0. STORAGE & SEDIMENTATION TANKS (1 NO.): -

1 numbers S & S Tanks of mean size 153.25 M x 123.25 M with 4.5 M SWD shall be constructed. The
sidewalls (parapet) of these tanks shall be of brick work, bed & side slopes (1:1.5 H) of S/S Tank will be double
brick lined as per PHED specifications.

1 number Out Let well of size 2.0 M x 2.0 M x 5.0 M deep of RC M-25 shall be provided at the corner of each
tank for withdraw & Collection of water. This outlet boxes shall have two numbers Sluice Gates.
The raw water from all these out let boxes of S & S tanks shall be connected to common raw water sump using
CI Class S & S pipe of 400 mm Ф & at all bends/ tees there shall be a man hole of size minimum 2.5 M Ф in
RCC M- 25 & the height of these manholes shall be equal to top of S & S Tanks. The raw water from the inlet
pipe to these tanks shall enter through an opening with sluice valve & a flume up to bottom of tank of suitable
size to enable head loss not more than 10 CMS. Suitable access up to the outlet boxes & Inlet Sluice valves shall
be provided from the ground level.
5.4.0. Common Raw Water Lifting Sump: -

The length of this sump shall be sufficient to accommodate all present & future pumps without any horizontal
bend.
The FSL of this sump should be equal to the FSL of the S & S Tank + Free Board & access to the top of sump
from outer side shall be by means of 1.2 M wide RCC stairs with GI Hand railing & inside encapsulated PVC
footrests of size 35 mm x 35mm shall be fixed in sides of the sump.
The walls of this common raw water sump shall be kept at least 4 M away from pump house wall.
The suction lines for all pumps in present scope as well as for future shall be laid with puddle color double
flanged with flanged bell mouth at bottom end of theses suction lines designed at maximum 1.8 MPS velocity be
provided.
There shall be ultra sonic type level sensor for indicating high & low level in control room & as well controlling
operation of pumps as detailed in raw water pump house.
The material of construction of suction line shall be double flanged CI/ DI material as per relevant
specifications.

5.5.0. Common Raw Water & Clear water Lifting Pump House: -
111

RCC framed M-20 pump house of size not less than 15.47 M x 8.92 M with minimum 5 M clear ceiling height
above FFL shall be provided at a minimum distance of 3.0 M from common raw water sump for lifting raw
water to WTP’S & shall be suitable Horizontal Split Casing/ mixed flow centrifugal pumps for raw water &
executed separately & operation of HSC pump when priming is complete & delivery header with actuator
operated sluice valves, Double plate Non Return Valves, Dismantling joints, Local control panel for each pump,
MCC panel for lifting of raw water to the WTP’S & clear water to rising mains 2 number. The size of suction
line for each pump shall be designed at velocity not more than 2.0 MPS & delivery of each pump & common
header shall be designed at velocity not more than 2.5 MPS. The size of valves shall not be less than that of the
suction & delivery pipe as per the velocities fixed.
The scope shall include supply & installation of minimum 3 MT HOT having movement in both the direction up
to the loading, unloading bay of minimum 2 meters width.
The delivery line from each pump shall be lowered in a duct channel so that the main header installed outside
the pump house is at least 2.0 M below NGL.
This pump house shall have one toilet of size not less than 3.0 x 1.8 M, office cum duty room of size not less
than 5x 3 m, store of size not less than 4x 3, Control room of size not less than 40 M^2 for space for LT Panel as
required with sufficient space for movement, & shall also have a walk way of minimum 2.0 M width with stairs
for access to pump floor of width not less than 1.2 M shall be provided. There shall be sufficient space &
adequate for ventilation and fire extinguishers in the pump house building shall also be kept.
Cable trenches with in the pump house building for power supply to motors and other
electrical and instrumentation equipment shall be kept.
Individual suction & delivery pipe trenches with in the pump house building for water
suction & delivery from pumps, vacuum pumps and other drainage pump shall be kept.
Providing minimum one stair of 0.9 M width for access to roof shall also be provided.
Providing Aluminum framed glazed door at entrance for the control room & pump house
shall be provided. The windows shall be MS section powder coated of shape & size as
approved by the Engineer in charge.

Provision of all safety equipment for fire and electrical shocks to ensure safety of the working
staff for any eventuality that may occur shall also be included.
Provision for potable water supply with water cooler of 40 liter capacity for drinking
purposes shall be kept.
Minimum 100 Sq. meters of paved parking space out side the pump house building shall be
provided alongwith 1 M wide plinth protection around the building.
Lighting fixtures with cables, distribution boards, switches, starters, and other accessories for
indoor and out door areas of the pump house shall also be included as follows: -
* All around the building outer area and the approaches from filter plant and other areas.
112

* At respective pump/ motor floor areas, switchgear rooms, control room, battery room,
office areas, lobbies, staircases and other areas.
* Providing pipe supports and thrust blocks/ anchors for delivery pipes, valves and manifold
pipes, valve and meter chambers.
* Providing exhaust fan and ventilation system for motor floor area, switch control rooms
and
pipe galleries within pump house building shall be provided as per National building Code.
* 5 Nos. Fire Extinguishers at following locations: -

(a) Indoor electrical room-2 Nos., (b) Pump room maintenance bay-2 Nos. and (c) Control
room -I No & Boosting Stations.
* Providing one First Aid Kit. Water Works & Boosting Stations.
* Electro-Magnetic full bore meters at the pipe for WTP’S & rising main to be installed with
a by-pass arrangement with manual valves with lockable arrangement, bends and pipes. The
meters and valves shall be housed in suitable chambers. The meter shall be supplied with
flow indicator and integrator, transmitter, transducers and necessary cabling to connect with
the Instrumentation control panel.
The operation of pumps shall be by rotation & the ultra sonic flow meter in the raw water sump shall start raw
water pumps at high level & stop at level in the following manner: -
* That it shall first energize vacuum pump & relevant actuator operated valve at suction of vacuum pump.
* That when water reaches pre determined level in suction line than 1st the valve shall close than vacuum pump
& thereafter the water lifting pump shall start.
* That after start of the pumps the actuator operated delivery control valve shall open for supply of water.
* That when water level reaches pre determined lowest level than 1st the delivery valve shall close than the
respective pump shall stop.
* That the level of pump floor shall be lowered by at least 1.0 m below NGL for having positive suction when
water level in common water sump has reached FSL. The above operation of vacuum pumps shall be energized
only when primping of pumps is required.
* That operation of respective valve & pump shall be displayed in control room.
* That the material of construction of suction, individual delivery line shall be CI/ DI flanged end suitable for
design pressure of respective class not less than 10 kg f/ cm^2 & common header pipe shall be of 400 mm inner
diameter CI/ DI.
* That there shall be common for raw & clear water pumping respective pressure indicators & common
electromagnetic type flow meter with by pass arrangement of same size of each rising main shall be provided
with flow recording & transmission in control room.
* That there shall be tee connections in common raw water header at the rate of one connection each pump set;
& shall be connected with three pumping sets in this scope of contract & shall be connected to the WTP in
present scope of contract with motorized sluice valve.
113

* The pipe connection from this delivery header to receiving chamber of WTP shall be CI/ DI double flanged.
5.6.0. Water Treatment Plant: -
5.6.1. Receiving (Inlet) Chamber: -
The Receiving Chamber shall be a reinforced concrete M-25 structure. The Receiving Chamber shall have a
minimum detention time of sixty (60) seconds at 5.5 MLD + 5% (20 Hours Pumping) wastage. The pipe from
the Raw Water main shall be connected at a flange of a pipe puddle collar covered in the scope of this contract,
which shall be cast in the wall at the lower part of Chamber (Puddle Collar). The providing & fixing of Puddle
Collar is part of this contract. The top of the chamber shall be accessible by the general walkway along the
measuring channel. The Receiving Chamber shall be connected to the drainage system by means of CI/ DI, DF
pipe and a manually operated Sluice Valve of DN 100. A set of CI rungs shall be provided in the Chamber to
access the bottom. The minimum free board shall be kept as 0.6 M.

5.6.2. Raw Water Measuring Channel, Flume: -


The raw water will be measured in an open channel designed for (5.5 MLD + 5%) + 25% over loading capacity
by means of a flume constructed in RCC – M25. An Ultra Sonic Flow meter, in line turbidity meter, pH meter
with transmission of flow, turbidity & Ph readings in laboratory & control room shall be provided. The
contractor has to provide a table/ chart with the calibrated values of the flume discharge. In addition, there shall
be an integrator for the total supply. Only rate of flow shall be indicated at the channel.
5.6.3. Flash Mixing Chamber: -
One Flash mixing chamber of 100% capacity with 60 seconds HRT & baffle walls constructed in RCC M-25
shall be provided. This Flash Mixing Chamber shall be provided with a turbine type high-speed mixer. The
driving motor of suitable capacity and other accessories shall be totally enclosed but easily accessible for
maintenance. The shaft with the impeller shall be freely suspended from the driving gear mounted on a platform
on top of the reservoir. No thrust or guide bearing shall be located below the liquid level. The shaft of the mixer
and the impeller shall be of stainless steel – 304.
The outlets from flash mixer shall be CI/ DI flanged end pipe, whereas for longer stretches socket and spigot
pipes with rubber ring may be used (Titan). The top of the mixing chamber/ distribution box shall be accessible
by the general walkway along the measuring channel. This Chamber shall be connected to the drainage system
by means of a CI/ DI pipe DF & a manually operated sluice valve of DN 100.
There shall be suitably sized sluice gates automatic with actuator & manually operated for equal distribution or
by pass of flash mixers be provided.
5.6.4. Clariflocculators: -
There shall be one100% capacity; circular reinforced concrete (M-25) Clariflocculators shall be provided having
central area for flocculation and outer area for settling. They shall have peripheral weirs in SS- 304 for the
uniform surface withdrawal of the clarified water. A circular isolation wall shall separate the flocculation zone
and the sedimentation zone. All inlets, outlet passages of water shall be designed and arranged for a steady and
uniform flow without undue turbulence to avoid disintegration. The freeboard shall be at least 30 cm.
A bridge with peripheral on-board drive with Poly Carbon/ PP wheels traveling on the RCC peripheral wall
shall be provided with.
114

- Central platform for the installation of the 4 (Four) stirrers and their drives and for the local control panel.
- Four Pedal stirrers/ agitators for slow mixing of the incoming raw water in the central units.
- A radial scraper system with bottom scraper blades, suspended on the bridge.
The hydraulic system is: -
- The inlet pipe from the mixing chamber to the central flocculation part.
- Sludge outlet pipe with a timer & actuator operated valve, of size not less than DN 250.
- A discharge pipe / channel from the peripheral collecting channel to the main channel leading to the filters.
The electrical equipments are: -
- Incoming cable with slip ring contracts for the on-board power supply and the supply to all motors.
- On-board panel for all operations of the unit with connections to the main control room for indication of the
status.
- Adjustable drives for all the flocculation stirrers.
- Constant speed drive for the bridge.
- Emergency stop buttons at the center and at the outer side of the bridge.
- Bridge Lighting.
The access to the bridge is possible from the peripheral walkway of width not less than 120 cm s with a railing.
The operation of the bridge and the Clariflocculator unit is as follows: -
- Manual start and stop from the local control panel.
The sludge withdrawal valve shall be of telescopic decanting type with motorized timer operated valve.
One No. ultra sonic level sensor & data transformer control for WTP shall be provided.
Rotating Scraper Bridge and Accessories: -
The scrapers, flocculation blades & all hangers in SS- 304 & the Rotating/ Bridge shall be supplied by the
contractor shall generally be manufactured in Mild steel, epoxy painted and protected. All steel members of the
bridge shall be epoxy painted; handrails shall be MS PVC Coated.
Rotating bridge structure: -
The rotating bridge structure shall incorporate a walkway having a minimum effective width of 120 cm s, which
shall be surfaced with M.S., chequerred plates, painted black. The bridge shall be designed to take its own dead
weight together with uniformly distributed loading of 250 kg/ m^2 over the full span and width of the walkway
bridge and a moving point load of 500 kg. Maximum deflection of the bridge under the specified loading shall
not exceed 1/360th of the span. The positive camber shall be kept initially to compensate for the maximum
deflection under dead weight and superimposed loads.
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.
The central part of the bridge shall have perpendicular arm & large enough for the installation of the 4 (Four)
flocculation systems and the control panel.
The bridge shall have hand railing to both sides forming an enclosure at the center in between. The finished
height of the railing shall be 1 m above the walkway. Toe guards shall be provided and secured around the
bridge walkway, which shall not be less than 100 mm high and 5 mm thick.
Bridge support and end carriage: -
The bridge structure shall be supported at the peripheral walls of clarification and flocculation zones & in center
shall be guide by means of central guide assembly.
115

Oil fills and drain points, where applicable shall be extended to provide a convenient access for filling and
draining the system. Catch drains shall be provided under all oil and grease points to prevent spillage from
reaching the water surface.
The wheel carriage assembly shall be suitably proportioned to provide adequate stability to the rotating bridge
structure, whilst providing the suitable base for the motors, gearbox, driving and idling wheels, shafts and
bearings. The tolerance of the wheels shall be such that a de-railing cannot occur due to some misalignment.
Drive -
The bridge drive shall comprise of either (a) motor with reduction gear a chain sprocket or (b) a geared motor.
The assembly shall be rigidly mounted and shall be adequately rated for continuous service in a water treatment
works environment.
All lubrication points and all necessary provisions shall be made for routine maintenance and for prevention of
oil and grease spillage. A deflector shall be provided and fitted to the leading edge of the driving carriage. It
shall be angled at 450 and arranged to be adjustable to within 3 mm of the perimeter rail such that material
coming in the way of free passage of the wheel shall be deflected.
Blades and fixtures: -
SS 304 fabricated 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 number and length of individual blades shall be designed by the Contractor, but the depth shall not be less
than 300 mm and the thickness not less than 6 mm. 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. The material shall have hardness not greater than 40 and be manufactured from well-
proven compound.
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. Appropriate washers shall be fitted beneath all bolt heads and nuts.
The top connections shall permit the blades to follow slight undulations in the tank floor. The bottom
connections shall allow the blades to maintain contact with the floor throughout its length, while
accommodating slight variations in the radial plane of the tank floor.
Flocculation zone: -
The central driven flocculation shall consist of SS- 304 Flocculation paddles, fixed to an SS shaft with guide
bearings and guide brackets suitable for under water use. The paddle area shall be at least 10% of the sectional
area of the Flocculation zone in the direction of shaft.
Motors, starters and control: -
The electrical supply to bridge or Flocculation driving motors shall be taken through a multi ring and slip ring
collector unit mounted in a fully water proof enclosure. The unit shall be fitted at the center of rotation of bridge
and shall be complete with all necessary support brackets, anti - rotation device. A suitable means of lubrication
shall be provided.
The slip ring assembly shall be mounted above the top level of the tank walls. Sufficient rings shall be included
to cover the motor supply and any ancillary circuits. Bridge drive and Flocculation motors shall be of squirrel
cage type, protected and shall be rated 25% above design duty.
116

All cables shall be connected to a termination box at the wall of the Clariflocculators. From there cables are
connected to the main control panel.
The bridge drive and the Flocculation shall be controlled from an outdoor panel installed in the central part of
the bridge.
Parameters
Flocculation Zone
Detention Time : 30 Minutes
Velocity Gradient : 40 Sec.-1 or more.
Paddle Area : 10 to 25% of vertical section in the direction of shaft.
Clarifier Zone: -
Detention Time : 2.5 hrs
Surface Loading : 30 to 40 m^3 / m^2/ Day.
Weir Loading : < 300 m^3 / m/ day
Depth at outer edge : 2.5 to 3.3 m
Bottom slopes / or scrapper bridge time for : Minimum 1:10 horizontal
one rev. > 40 Minutes or more.
Minimum size of sludge pipe : 250 mm diameter.
Velocities, MPS Maximum permissible.
Raw water channel. : 0.9
Flash Mixer to Clariflocculators. : 0.9
Flocculation Basin to Clarifier Zone. : 0.01
Clarified water channel/ Launders. : 0.6
Bridge MSEP
Walkway MS EP Grating
Handrail 40NB MS, Medium class, PVC Coated
Flocculators Blades & shaft SS-304
Hangers SS-304
Central Hanger. SS-304
Overflow weir SS-304
5.6.5. Bypass of the Clariflocculators: -
The Clariflocculators shall be bypassed by connecting raw water channel to the clarified water channel with
actuator operated sluice gates, leading to the filters. The bypass can be used during periods of good raw water
quality with minimum of turbidity and suspended solids for direct loading of the filters.
5.6.6. Rapid Sand Filters: -
Filter beds and inlet channels: -
There shall be minimum 2 (Two) Nos. Twin Filter Beds of RCC M-25 open to sky shall be provided for a total
capacity of 5.5 MLD (20 Hours pumping) + 5% Losses & fed from a single channel. The filter beds shall be
supplied clarified or bye-passed raw water from channel through a main channel coming from the
Clariflocculators. The filters shall be influent split stream, constant flow and rising water level type. All filters
117

shall be identical in internal dimensions. The top level of the filters shall be same as that of the feeding channels
to avoid overflow in the filter area.
A rectangular sharp edged weir with gate shall control the flow to the filter units. The weirs shall be adjusted in
a manner that all filters in operation received the same flow taking into account the hydraulic conditions of the
common feeder channel and fully opened gates. The tolerance shall not exceed +/ - 5%. The gate shall be used
for the isolation of a filter in case of backwash or maintenance.
The water level on the filter bed during filtration shall not be controlled. It will serve as the indicator for the
filter loss. The maximum water level (admissible filter loss) must be such to allow free fall from the feeding
channel/ rectangular weir. Filters shall be cleaned when the water has reached that upper level. There shall be
proper arrangements to avoid that the freely falling water may destroy the sand surface in case of a low water
level in the filters just after cleaning.
Filtration shall be by gravity, downwards through a bed of filter sand supported by a layer of suitably graded
filter gravel. The filter sand shall consist of hard durable grains of silica and shall have a specific gravity of not
less than 2.5. All grains of sand shall preferably be water worn. The filter gravel shall consist of hard, preferably
rounded stones with an average specific gravity not less than 2.5, shall be free from clay, sand, loam and organic
impurities of any kind and shall be such as to ensure adequate and uniform distribution of wash water and air
after leaving the orifices with the minimum risk of mixing sand with the gravel of the supporting media.
A minimum of 1.2M wide RCC walkway with railing as per specification given in Technical specification for
civil items & the minimum 6 M wide operating platform over piping duct for the pipe gallery shall be provided.
The filter media (sand and gravel) shall conform to IS: 8419 (part I) amended up to date filter sand when
immersed in 40% hydrochloric acid for 24 hours, the soluble matter shall not be more than 5% by weight. It
shall not contain more than 1.5% hydrochloric acid for 24 hours; the soluble matter shall not be more than 5%
by weight. It shall not contain more than 1.5% of calcium and magnesium calculated as CaCO3. Ignition loss
should not exceed 0.7% of the weight. The solubility of supporting grovels in 40 % hydrochloric acid after 24
hours shall not exceed 10% for 10 mm or larger size gravel and 5 % for smaller than 10 mm size.
All filter media shall be supplied in polythene bags. Suitable care should be taken to protect the media from
spillage or contamination. Storage on site shall only be in an approved area, well drained and free of mud and
silt. The filter media shall be carefully placed in the filter beds and shall not be dropped or dumped or machine
handled so as to be detrimental to the floor media, nozzles or sealant. Etc.
It shall be deemed that the Contractor has investigated all potential sources and verified that sufficient quantities
of satisfactory filter sand can be obtained, packed and stored on site.
The under drain system shall be a pipe grid type consisting a central pipe/ channel with lateral system PVC Pipe
Class 15 pipes having perforations or nozzles. The holes drilled in the pipes shall be properly bushed.
Alternatively “Tee pee type” i.e. reinforced concrete slabs with plastic or glass tube orifice may be provided.
This “Tee pee type” of under drainage will be preferred subject to satisfying other design considerations. Both
types of under drainage system shall confirm to IS: 8419 (Part 2). The under drain system shall be designed to
provide uniform draw-off of filtered water and uniform distribution of wash water and air over the whole area of
the filter. Particular provisions have to be made for the handling of the high air velocities at the inlet zone of the
manifold.
118

Before filling the supporting layers and the sand of the filter beds the whole under drain system shall be
thoroughly cleaned and tested for equal distribution of water.
The Contractor shall take all necessary measures to ensure that false floor if used containing nozzles and the
water conveying system of pipes of channels connected to the floor are free from any debris, concrete, sand or
other material which could otherwise block or partially block nozzles.
Such requirements shall also apply in the case of piped laterals with nozzles or orifices. It shall be the
responsibility of the Contractor to remove any such debris before the commissions laying filter floors or laterals
and shall continue to remain his responsibility for excluding unwanted materials, which could block the filters
until the end of the defect liability period.
Each filter shall have a central and lateral wash water trough, which shall be connected with adequate slope to
the wash water outlet to prevent deposits of silt. They shall allow an equal withdrawal of the wash water during
backwashing the filter.
A float switch with alarm shall be provided at the maximum admissible levels of each filter to indicate the need
for backwashing.
Parameters:
Filters:
Filtration rate 6.0 m^3 / m^2 / h
Water column Min 2.0 m above weir crest at filtered water sump.
Free board 0.5 m
Airflow for air scouring. 750 LPM/ M^2.
Backwash water flow for backwashing. 500 LPM/ M^2
Filter media:
Depth of sand bed >600mm

Effective size of sand particles 0.5 – 0.7 mm

Uniformity coefficient of sand 1.3 – 1.7


Silica Content. 99%

Depth of gravel layer 500mm

Maximum Permissible velocities, MPS.

Filter Inlet. : 0.6

Filter Out Let. : 1.25

Backwash Inlet. : 3.5

Backwash Out let. : 3.0

Air : 25.

Filter Operation Gallery and Pipe Gallery: -


The filters shall be operated and backwashed according to the instruction of the Engineer. Each filter shall be
provided with necessary electrically operated valves/ gates, PLC operated. The following valves / gates shall be
provided: -
119

- Filtered water outlet.


- Backwash water inlet.
- Air inlet.
- Drain water outlet.
- Inlet gate.
- Backwash water outlet gate.
The valves shall be connected to pipe branches coming out of the filter box. These outlet and inlet pipes shall be
provided with proper wall ducts without any leakage.
In line type one orifice type flow meter at common point, with local display and a regulation & by pass sluice
valves shall be installed in the backwash water pipe coming from the reservoir. There shall be a locking
arrangement in regulation valve, which can be locked after adjustment of flow.
The washing cycle of the filter shall be controlled automatically (PLC Based) & or manually as well when PLC
malfunctions, step by step. The duration of the cycle has to be prescribed by the Contractor, dependent on the
raw water quality. Before backwashing, the Filter Water Level has to be lowered to its minimum in order to
avoid wastage.
The pipe gallery shall have the following piping arrangement:
- The width of the pipe gallery shall be kept, as 4.5 M from the outer face of the filter wall to the inner face of
the outer wall & ceiling height shall not be less than 4.0 M.
- Backwash water pipe with connection to each filter.
- Air pipe with connection to each filter.
- Filtered water outlet from each filter to filtered water collection pit.
- Drain valve of each twin filter connected to Backwash Drain water CI Pipe of each filter unit.
- One Kiosk for each filer for control of valve in case of mall functioning of PLC.
The filtered water pipe of each filter shall be connected to a small chamber with an adjustable rectangular weir
to the common filtered water channel. This weir controls the minimum water level in the filter. The weir crest
shall be 20 cm above sand level of the filter. The weir length shall be designed to have less than 20 cm head.
The completely covered channel leads to the chlorination chamber & from there after a covered RCC Channel
up to 1 no. Clear Water Reservoir in four compartments covered in this contract. In each Filtered Water
Chamber, water tight lights shall be provided visible through transparent glass fixed in the removable cover.
The back wash water & drain water from each filter unit shall be taken outside the filter plant through CI/ DI
Double Flanged pipe confirming to specifications & discharged in to man hole located out side & further
conveyed to Sedimentation tank through RCC NP3 pipe.
In the pipe gallery easy access to all valves and cables etc. has to be ensured. If required, walkways and ladders
shall be provided.
Backwashing Equipment of the Filters: -
The filters shall be backwashed with water and air according to a cycle prescribed by the Contractor. The water
shall be delivered from a backwash reservoir shall be filled by centrifugal pumps which take the water from the
sump in the filter water channel. They have the following capacities with which they can also cater for the
process water for the chemical plant (solutions, injectors) & toilets.
Backwash Reservoir: -
120

The backwash reservoir shall be of RCC M-25 constructed on top of the filter gallery. The capacity of the
reservoir shall be sufficient to provide for quantity of water required for backwashing of one twin filter unit +
full water requirement for chemical dosing +20% extra for other utilities over the dead storage. The capacity
shall not be less than as specified in earlier Table. It shall have a free board of 300 mm above overflow pipe.
The elevation of the reservoir shall be fixed according to the requirement of the backwash. It shall also provide
for the following: -
- Filling pipe.
- Backwash pipe (outlet).
- Branch for the supply of the chemical house: DN 100 GI.
- Motorized Sluice valve in the outlet pipe.
- Overflow pipe back to the filtered water channel / sump.
- Washout with motorized gate valve; DN 200.
- Top-level float switch/ sensor.
- Internal wall mounted level scale.
All pipes passing the walls of the reservoir shall be provided with suitable pipe ducts so that there shall be no
leakage.
The reservoir shall have an access to the roof with 600 mm ø C.I. frame manholes and cover, a SS- 304 ladder
for the access to the reservoir floor & CI ventilation pipes DN 200 with cowls and wire mesh.
Backwash Reservoir Pumps: -
The contractor shall provide horizontal split casing or back pull out type centrifugal pump (1+1) along with
suitable induction motor suitable for operating on 415 V 50 Hertz c/s frequency supply. The system shall be
complete with suction pipe from the sump in the clear water channel. Actuator operated Sluice valve in the
suction, delivery pipe with spring loaded non-return valve and actuator operated sluice valve. The delivery pipe
shall be connected to the overhead backwash tank. The pumps shall be designed to fill the full capacity of the
tank in not more than 2 hours. The system shall include the following.
- Pipes and manual operated valves for the suction and delivery pipes.
- Pressure gauges with stop clock at the pressure side of the pumps.
- Spring loaded non - return valves in the delivery pipes.
- Ultra sonic water level indicator of the sump.
- Ultra sonic Low-level float switch/ Sensor in the sump for automatic stop of the pumps.
- Ultra sonic Low & High level switch/ sensor for on & off of the pump in B.W.W. reservoir.
Blowers: -
The blowers 3 (2W+ 1SB) each suitable for the air scouring of each filter bed have to be provided. Each unit
will be provided with a suction air filter and silencer, pressure relief valve and delivery non-return valve. A non-
return valve shall be provided on airline to each filter.
The air pipe to the filter shall be laid with an apex above the max water level of the filters.
Pressure gauges with stopcock at the pressure side of the blower shall also be provided.
The air piping connecting the blowers to the filters shall be laid out on the ring main principle. There shall be a
provision for the release of air from the system at the end of the scour before backwash commences.
Parameters:
121

Configuration 3 (2W+1SB)
Vol. Of free air 750 liters. / Min. / sq M.
Air pressure at under drain 0.35 Kg/ sq cm
Speed < 1450 rpm
Air velocity in pipe and valves < 25 meters / sec.
5.6.7. Chlorination Channel: -
The glazed tiled chlorination baffled channel shall be provide starting from out side the annex building to clear
water reservoir of reinforced concrete (M-25) covered from top & air tight shall be provided. Chlorine shall be
at the bottom mounted diffuser disks or pipes of PVC or another suitable material in this baffled channel. The
diffuser system and baffle walls installed in the channel shall be designed to guide the incoming water and to
ensure a complete diffusion of the chlorine solution before it leaves the channel. The minimum freeboard shall
be 300 mm, but the walls shall be extended up to the CRW Top level.
5.7.0. Chemical House cum Annexe Building: -
The complete chemical house cum Annexe Building shall be one double storied building with covered area not
less than 100 M^2 each floor.
The Ground floors shall have the following facilities & ceiling height shall be not less than 4.0 m: -
- Minimum Storage space for Chemicals 60M^2.
- Machinery room for housing, blowers, backwash pumps, LC panel, Chlorine boosting pumps & extra space
for movement & staff sitting & record. This area shall not be less than 60 M^2.
- Chlorination room not less than 20M^2.
- Lobby with toilet (not less than 30 m^2).
- Extra space for stairs as specified somewhere else.
- First floor, room height not less than 4.0 m.
- Chemical Dosing Room (Not less than 60 M^2).
- Laboratory not less 30M^2 shall be provided with working shelves with granite topping & glazed tiles on
floor & on walls up to door height. There shall be at least one SS- 304, sink of suitable size & cup board for
storage of chemicals. There shall be automatic water sample collection from raw water inlet, filter inlet & outlet,
CWR with suitable & necessary pumps to start when tap is opened & shall stop when closed.
- Office Cum Control room with 10M^2 toilet; not less than 40M^2.
- Lobby (not less than 30 M^2).
- Extra space for stairs as specified, somewhere else
- At the main entrance a porch of size 2.7 m x 3 m shall be provided.
The architectural layout of the chemical house has to be functional, adapted to the regional climate conditions
and has to give an aesthetic appearance in mind of the local environment and culture. It has to be in harmony
with the control building and the treatment units.
The alum storage dosing room shall be equipped with exhaust fans.
The chemical house shall be supplied from the backwash reservoir by a pipe DN 100 with suitable sized
branches.
The dosing plant must fulfill the criteria as here under:
Dosing plant capacity
122

Medium Max Solution Storage No. of Sol. Tanks Dosing Equipments


dose
PPM
Alum 50 @10% w/v 90 days Not less than 3 Metering pumps
The dosing units shall be placed in the chemical house. The solutions shall be conveyed through separate pipes
to the injection points.
Chemical Solution Dosing: -
The chemical dosing shall be made by pumping. The solution tanks and dosing pumps have to be installed with
positive suction to feed Chemical solutions in flash mixer. The diameter of the pipes in the chemical plant and to
the injection points shall be 63 mm i/d SS- 316 pipe.
Tanks and agitators: -
The chemical solution tanks shall be minimum 3 nos. of reinforced concrete lined internally
with acid resistant glazed tiles laid in suitable cement mortar to resist corrosion by the alum
solution. There shall be suitable platforms on top of the tank for mounting of the agitators.
Another platform or walkway shall be provided along the front of the tanks for easy
inspection and maintenance. Strainer troughs of stainless steel 316 shall be provided for the
dissolution of chemicals. The filling of the tank is made through sprinkler pipes above the
strainers. The freeboard shall be 40 cm. Minimum headroom of 2.0 m is required above the
top of the tank to facilitate maintenance access for the agitators.
Each chemical solution-mixing tank shall be provided with electrical agitators. They shall be of turbine type.
The driving motor of suitable capacity including reduction gear and other accessories shall be provided for
rotating the agitator at a speed between 30 to 50 rpm. The fan cooled driving motor and reduction gear shall be
totally enclosed but easily accessible for maintenance. The shaft shall be freely suspended from the driving gear
mounted on top of the tank. No thrust or guide bearing shall be located below the liquid level. The shaft of the
agitator and the paddles shall be of stainless steel – 316.
Each alum solution tank shall be provided with a stainless steel – 316 floats operated level indicator with
wooden scale to indicate the level through an arrangement of pulleys and nylon cords.
Pipes and valves in the dosing plant: -
The pipes, fittings and valves shall be such that any of the chemical tanks can be used individually. The tanks
shall be filled from the process water pipe system. Each tank shall have an outlet with strainer to the dosing unit,
an outlet for complete drainage and an overflow. The service outlet shall be at least 20 cm above the bottom
level of the tank. The entire piping and the fittings shall be in SS- 304 pipe schedule of 50mm o/d. All valves for
solution delivery up to the injection point and for wastewater from the tank shall be motorized rubber lined
diaphragm valves for Alum & Polyelectrolyte & motorized Plug valves for lime.
The solution pipe between the solution tank and the dosing device as well as the pipe from the dosing device to
the injection point shall be of SS- 304 Schedule 40 rating. They shall be connected to the process water circuit
so that a rinsing of the pipes between the solution tank and the dosing unit and downstream the dosing unit is
possible after each stop of the plant. The valves in the solution pipes shall be installed accordingly.
123

The overflow and outlet pipe shall be connected to the general drainage system leading to the wastewater tank /
common pit.
Solution pipes to the injection point: -
The solution pipes to the injection point in the inlet chamber shall be of SS- 304 schedule 40 rating. They shall
be laid on pipe racks or trays to be fixed to walls of tanks and buildings or in covered pipe channels so that they
are always accessible. They shall not be exposed to direct sunlight. The chemical pipes shall be fixed and
jointed in such way that individual runs can be changed without dismantling adjacent pipes. No individual pipe
run shall be longer than 5 m. There shall be no bends provided in the solutions feeding pipes and wherever
required 4 way crosses with plugs shall be provided to facilitate toddling.

Chemical solution feeders: -


There shall be suitable metering pumps for alum solution feeding in flash mixer with PLC based motorized
valve & automotive flow controller cum setter for the alum solution in flash mixer as per in coming turbidity.
This shall feed into the dosing line leading to the injection point. The control of the flow (Outlet) shall be
regulated automatically within the range 0 to 100 mg/ L. There shall be minimum 3 (2W +1SB) dosing
pumps with the stainless steel 304 basket type strainer at suction, control valves etc. for isolation & auto change
over when any feeding solution reaches low level. The inlet and the constant level shall be controlled by float
valves.
All the wet dosing components shall be of non-corrosive materials (stainless steel–304) or better.
Handling of the chemicals: -
There shall be a handling system to bring the chemical bags/ bricks from the ground floor to the strainer troughs
HOT in the solution tanks.
Manually operated monorail hoist with trolley, with loading platform/ bucket, traveling from above a hole in the
floor (1.2 x 1.2 m with 1.0 m railing height) to the strainer trays in the solution tanks, a curved beam shall be
provided if required. Capacity of the hoist is 250 Kg.
2 trolleys each for the transportation of the alum bags/ bricks to the loading platform of the hoist at the
chemicals store at the ground floor; capacity 250 Kg s, be provided.
One platform-weighing machine for the alum bricks of capacity 500 kg s shall be provided.
5.8.0. Chlorination – Chlorine Storage: -
The chlorine toner storage shed of 40 M^2 shall be provided near the chlorination room in the ground floor of
the building. The chlorine toners shall be placed on concrete supports with two steel rollers each for easy
rotating of the drums. Each toner shall be provided with pressure gauge and isolating valve. A loading and
unloading bay of 3 m width shall be provided at the entrance of the area.
The handling of the chlorine drums will be made with electrically driven hoist and trolley of capacity of 3,000
kg s capable to lift and move the chlorine drums. The hoist shall have manual brake. It shall have a safety type
hook and a suitable drum lifting beam and an in-built weighing device with a dial indicator.
Chlorinators: -
Vacuum type chlorinators designed at 2 PPM for post chlorination with automatic dosing & toner change over
with residual chlorine sensed auto control dosing shall be installed in a separate chlorinators room of 20 M^2,
2(1W + 1SB) for post chlorination at the ground floor of the building. The room shall be reasonably gas tight
124

and shall be provided with a ventilation system delivering into the open space. A set of continuously running
fans shall exchange the air three times per hour. Emergency fans shall exchange it 20 times per hour. The doors
of the room shall open outward.
The process water for chlorine solution shall be drawn from the pipes coming from the backwash water
reservoir.
The chlorinators shall be adjustable within a range of 1:10 according to the chlorine requirements of the raw &
treated water. The tolerance of adjustment is not more then +/-4 %. Pressure gauges, indicating chlorine gas
pressure and injector pressure shall be mounted on the front of the chlorinators and calibrated in metric units.
An injector module to suit the capacity of the chlorinators shall be provided with each chlorinator. A spring
diaphragm check valves (to close injector suction part when the injector is not operating) a ball check valve or
both shall be incorporated. The injector has to be designed according to the available pressure conditions, which
are governed by the available head in the backwash water reservoir at its lowest level. The flow of the injectors
shall be controlled with the help of Rota meter. If the pressure is not sufficient a booster pump system with stand
by provision shall be provided to increase the pressure to the required level.
All parts of the chlorinators, the injector and its accessories shall be of suitable material resistant to the chlorine
(silver, silver plated Haste alloy, PVC, Teflon, Borosilicate glass, ebonite lined cast iron).
The chlorinators and their injectors shall be floor mounted with suitable base plate & foundation bolts. All
connections, valves and other parts of the chlorinators shall be easily accessible for cleaning, maintenance and
repairs. Pipe connections shall be flexible.
The complete chlorinator and injector units shall be piped, and pre-tested as a system with all necessary valves,
inlet connections, gauges and orifice control.
There shall be neither reactor towers nor evaporators.
Operation water and booster pumps for the chlorinators: -
The water supply shall be made from the internal system. Two centrifugal booster pumps for post chlorination
to be installed in the chlorination room, adjoining to the chlorine Toner shed shall boost the pressure.
These pumps shall be supplied with motorized isolating valves and the pressure gauges on delivery line and
valves for by pass with pressure release valve from delivery to suction for each pump. The pumps shall be
identical and suitable for single and parallel operation.
The pumps shall be directly coupled to drive motor by flexible couplings. The pump and the drive motor shall
be mounted on a common base plate of steel. Foundation or ground bolts shall be supplied for each base plate.
The drive motor shall be of horizontal spindle, totally enclosed fan cooled squirrel cage motor and shall be
manufactured, tested and provided with insulation to class F or better. The rating of the motor shall be at least
20% higher than the maximum power required by the pump over its operating range. The operating voltage of
drive motor shall be 415 volts, 3 Phase, 50 Hz.
Chlorine and solution pipes: -
The gas and water piping system shall be designed according to the chlorine and injection water flows and the
hydraulic/pressure conditions. The pipes shall be laid as straight as possible on the shortest route from the drums
to the chlorinators. They shall be fixed on well-supported trays/ brackets and adequately sloped to allow for
drainage. All steel supports shall be heavily painted in chlorinated rubber paint.
125

The connections of the chlorine gas pipes to the cylinders and the chlorinators shall be coiled for flexibility
during operation and maintenance. Each mani fold to chlorinator connection shall have a valve, a solenoid valve
and a pressure gauge. All pipes and valves of the connection shall be placed out of the reach of gas cylinders
hanging on the hook during manipulation. Not more than 4 gas drums shall be connected to a common
withdrawal header with auto change over when empty.
Pipe material for the chlorine dosing plant Construction Material Test Pressure
Chlorine gas Soft seamless copper tube compressed 25 kg/cm2
fittings
Injector water (with or without booster) Galvanized iron pipes and class C 10 kg/ cm2
Chlorine solution Rigid (PVC pipes and fitting) 10 kg / cm2
After installation, the chlorine gas piping system shall be cleaned and dried. After drying, the system shall be
pressurized with dry air up to the test pressure and tested for leaks by application of soapy water to the outside
of all joints and connections. Leaking joints shall be repaired, and only when all joints are made leak proof
chlorine gas shall be gradually introduced and the system shall again be tested for leaks.
The pipes for water and chlorine solution shall be tested with water with the respective test pressure.
Neutralization Tank: -
One neutralization tank each for post chlorination of reinforced concrete has to be provided in the maintenance
bay of storage room. The capacity should be adequate to neutralize full one and a half chlorine toner. The tank
should be suitably projected above the floor to prevent the entry of floor washings. It should be filled with
suitable neutralizing agent such as caustic soda (Na OH). The opening of the tank should permit to place the
chlorine toner into it in any position. Its top should be covered with some thin plywood type cover which can be
broken up easily in the emergency by the toner itself. The tank should be lined from inside with suitable
material so that the chemicals may not have any aggressive effect. The position of the tank should be such that
the toner can be dumped into the tank easily by using the monorail for lifting the damaged toner.
Chlorine Leakage Control System and Security Equipment:
For the detection of excess concentrations of chlorine in the air of the chlorinators’ room and the chlorine
storage area leak detection devices are provided at suitable sites. Two levels of detection are envisaged for post
each.
The Contractor shall provide following safety equipment in the works, as a minimum: -
- Canister type respirators with full-face coverage masks, suitable for chlorine gaseous atmosphere; minimum 2
nos.
- Protective clothing such as PVC overall and gloves and rubber boots shall be provided minimum 2 sets.
These equipments shall be stored in glass fronted non-locking steel cabinet so that any deficiency in the
equipment shall be apparent. (15 m hoses DN 1st with jet and spray nozzle and valves are provided near the
chlorine drum storage area in non-locking steel cabinets. They are connected to the process water system. The
cabinets shall be located at strategic places in the Chemical & Filter house near the storage area with view to
easy and safe accessibility in case of chlorine leakage.
The Contractor shall provide visual and audible alarm system. Flashing warning lights shall be provided over
each door of the chlorination room store and near the chlorine drum storage area. The lights shall be RED in
color and shall be clearly visible at a distance of 20 meter under normal daylight conditions. They shall be
126

activated automatically from the leak detection devices. Behind the lights a rear engraved perplexes label having
red letters on a white background shall be mounted at each door and at visible place. The lettering shall be a
minimum of 50 mm high and one legend shall read in English and the other in Hindi language.
DANGER
WEAR BREATHING APPARATUS
BEFORE ENTERING WHEN LIGHT IS FLASHING
One emergency drum leakage repair kit shall be provided in the workshop or in the chlorinator’s room.
Operation and control of the chlorine dosing plant: -
Colour Code for Pipes: -
All visible pipes in the different units of the plant shall be painted according to a distinct color code.
Raw water. Dark green Air Yellow
Settled/filtered water Light green Sludge, sludge water Brown
Treated potable water Light blue Chlorine solution Red
Backwash water Blue Alum Pink
5.9.0. Waste Water Drainage System: -
This shall comprise scouring arrangement for individual & each component of the treatment plant with CI Valve
as already specified of suitable size located & operated in separate valve chambers &/ or from control room. The
wastewater will be connected to a common sedimentation tank through network of RCC NP3 pipes & manholes
of 1.5 M ø RCC with covered RCC Slabs. The RCC NP3 pipes & manholes shall be constructed as per PWD
specifications with minimum velocity of 0.9 M/ sec.
Sedimentation & Recirculation of Waste Water: -
The wastewater through the drainage system as mentioned above shall be collected by gravity in a separate
sedimentation tanks from filters & Clariflocculators as here under: -
1. Minimum 120 M^3 storage capacity 1: 10 bottom slope tank with 3:1 length / width ratio, with minimum 2.5
M SWD be provided one number each for settling of filters backwash & drainage water in one sump & other of
similar capacity for waste water coming out of Clariflocculator.
2. The drainage point of the filters wash water tank shall be connected to the other tank for collection of sludge
in to sludge settling tank of the Clariflocculators intermittently using timer controlled motorized valve for sludge
with drawl & also timer/ level controlled pumping for the remaining water pumping in to the inlet chamber or S
& S Tanks for which minimum two numbers working & one stand by pumps each of minimum 110 M^3/ Hr
capacities are proposed.
After the closure of sludge valve as above, the pumps shall start & empty the tank up to the top level of hopper
before incoming of 2nd lot of filter wash water & scouring water.
Similarly the bottom of 2nd settling tank shall be connected to another pit with timer-operated valve for
withdrawal of sludge. The sludge so withdrawn shall be taken in to another pit of minimum 3 M ø with non-clog
submersible pump for pumping this sludge on sludge drying beds/ disposal at suitable site.
The filtrate shall flow back in to the main settling tank & shall be pumped to Inlet/ Receiving Chamber/ S & S
Tank as per the choice & design of the bidder. The necessary instrumentation piping CI with motorized valves
etc. is in the scope of bidder. The capacities & sizes given are tentative & may change as per actual design of the
successful bidder. All the structures shall be constructed in RCC M-25.
127

5.10.0. Clear Water Tanks (CWT): -


1 No. Under Ground Clear Water Tank at Main B/S M.Garh shall be of reinforced concrete structure (M-25) of
36M x 25M x 2.44 M SWD with free board of 500 mm & provided with one number manual Sluice Gates for
regulating the flow in to the C. W. Tanks.
The outlet from each tank of suitable size CI/ DI pipe with manual sluice valves shall be jointed outside to a
pipe of suitable size & designed. The fixing of outlet with pedal collar, sluice gates & specials required jointing
both the pipes in to a single unit & cost of pipes up to the common Clear water Sump is a part of this contract.
All the walls & floor of the CWRS shall be designed considering one side empty & as well filled with water or
soil as the case may be. The walls shall be designed under operating conditions to resist earth quake forces earth
pressure mobilization & dynamic water load. The liquid depth shall be taken as full depth including free board
for structural design of CWR.
Relief from external earth pressure either wholly or partially shall not be taken into consideration while
designing the walls against internal water pressure & shall be checked for external pressure under empty
conditions. The roof slab shall be flat & designed for with live load of 300 kg s/ M^2.
The minimum cover for reinforcement shall be taken as 40 mm on inner face of CWR facing water & 25 mm
from the main bars on other surfaces as per IS- 3370 Part- II with latest amendments. Earth placed on top of
CWR slab shall be continuous up to ground level all around the CWR at a slope not greater than 1 in 1.5 M &
shall be well compacted after watering & ramming. The minimum reinforcement shall be as per clause 7.1 of
IS- 3370 Part- II with latest amendments. The maximum aggregate size foe floor & slab shall be 40 mm & 20
mm aggregate size for all other structures.
All blinding & leveling concrete shall be minimum 100 mm thick in concrete grade M- 10.
The minimum thickness of walls & base slab shall not be less than 150 mm.
There shall be 4 numbers sumps at the lowest point in CWR with at least 1 meter below floor level of minimum
2 x 2 M size for connecting CI out let pipe shall be provided & shall have 4 number manholes in the roof slab
directly above these sumps to facilitate lowering of pumps be provided.
The contractor shall include in his tender cost for disposal of surplus earth.
Joints: -
Expansion joints of suitable gap at suitable intervals not more than 30 meters shall be provided in walls, floors
& roof slabs of CWR.
Movements joints such as contraction joints/ partial contraction joints & sliding joints shall be designed as per
requirement however contraction joints shall be provided at specified locations not more than 7.5 meters at both
right angle directions for walls & raft.
Ventilators: -
Ventilators shall be U type of 200 mm Ø, in CI Construction, minimum 12 numbers properly spaced fitted with
SS mesh & Glass Wool to make it dust & mosquito proof shall be provided.
Sky Light: -
There shall be minimum 6 numbers of sky lights of reinforced glass of minimum area 1 M^2 in roof slab,
properly spaced.
Bitumen Coating: -
128

Two coats of bitumen at the rate of 1.6 Kg/ M^2 laid hot with sand shall be provided on the outer surface of the
walls.

Valve Chamber: -
The Valve chamber shall be a reinforced concrete (M-25) structure of minimum 2 x 2 M size shall be extended
up to a height so that its top is 600 mm above the general ground level.
The chamber shall have a Ferro Cement manhole cover 900 mm Ø with frame & PVC Encapsulated rungs
inside for the access.
Inlet channel: -
The Inlet channel shall be a reinforced concrete (M-25) structure of size as specified earlier shall be designed &
constructed as per the specifications given in CWR.
The channel shall have Ferro cement manhole cover 900 mm Ø with frame at not more than 50 meters distance
with PVC Encapsulated rungs inside for the access & shall be extended at least 600 mm above the ground level.
Out let Pipe: -
CI/ DI double flanged pipe of 400 mm Ф shall be provided for connecting all tanks with common header & than
to clear water sump.
Over flow: -
For safe guard against over flow the level sensor shall have over flow level for tripping power supply to raw
water & WTP so the wastage of treated water can be avoided with auto start at low level.
The proposed high & low level sensors as above shall stop power supply to raw water pumps, WTP at over flow
level, at pre determined low level shall start raw water & WTP & also at pre determined high level which is safe
for operation of filtered water shall start Filtered Water pumps.
5.11.0. Common Clear Water Sump: -
Common Clear water sump of minimum size of 2M x 12M x 5.0M SWD of RCC M-25 covered from top shall
be provided. The length of this sump shall be sufficient to accommodate all present & future pumps without any
horizontal bend.
This sump shall be connected to the clear water tanks for collecting filtered water & depth of the same shall be
so adjusted that the entire water from all the clear water tanks can be collected by gravity in this sump through
CI/ DI Pipe.
The FSL of this sump should be equal to the FSL of the Clear Water Tank + Free Board & access to the top of
sump from outer side shall be by means of 1.2 M wide RCC stairs with GI Hand railing & inside encapsulated
PVC footrests of size 35 mm x 35mm shall be fixed in sides of the sump.
The walls of this common raw water sump shall be kept at least 4 M away from common raw water & clear
water pump house.
Ventilators: -
Ventilators shall be U type of 200 mm Ø, in CI Construction, minimum 10 numbers properly spaced fitted with
SS mesh & Glass Wool to make it dust & mosquito proof shall be provided.
Sky Light: -
There shall be minimum 8 numbers of skies light lights of reinforced glass of minimum area 1 M^2 in roof slab,
properly spaced.
129

Bitumen Coating: -
Two coats of bitumen at the rate of 1.6 Kg/ M^2 laid hot with sand shall be provided on the outer surface of the
walls & on top of roof slab.
This Common Clear Water sump covered top having RCC Slab with suitably sized openings with removable
drain gratings to facilitate lowering & removal of suction pipes to be installed in the sump.
The suction lines for all pumps in present scope as well as for future shall be laid with puddle color double
flanged with flanged bell mouth at bottom end of theses suction lines designed at 1.5 MPS velocity be provided.
For the future pumps the suction line shall be blind flanged in pump house.
There shall be ultra sonic type level sensor for indicating high & low level in control room & as well controlling
operation of pumps as detailed in clear water pump house.
The material of construction of suction line shall be double flanged CI/ DI material as per relevant
specifications.
5.12.0. Waste Water Drainage System of units: -
This shall comprise scouring arrangement for individual & each component of the treatment
plant with CI Valve of suitable size located & operated in separate valve chambers. The
wastewater will be connected to a common sedimentation tank of Clariflocculators through
network of RCC NP3 pipes & manholes of brick masonry in 1:5 with covered RCC Slabs.
The RCC NP3 pipes & manholes shall be constructed as per PWD specifications with
minimum velocity of 0.9 M/sec.

5.13.0. Raw Water Horizontal Centrifugal Pumps for Lifting Raw Water to WTP: -
For lifting of raw water 3 (2W + 1SB) Horizontal Split Casing/ Mixed Flow centrifugal
pumps of capacity 4000 LPM x 15 M Head of suitably designed head for pumping raw water
in to WTP shall be shall be kept in the Raw Water Main Pump House complete in all
respects. The pump shall confirm to the specification as mentioned under mechanical items.
Each pump shall have separate suction pipe with motorized sluice valve & separate delivery
pipeline with motorized sluice valve, Non Return Valve, joint up to common delivery header
designed for 5.5 MLD + 5% wastage (20 hours {Pumping) & this common delivery header
rising shall have one outlet flanged connections for supply of raw water to WTP & one with
motorized sluice valve with automatic flow controller shall be connected to WTP of 5.5 MLD
in this scope of contract. The velocity in the suction pipe shall not be more than 1.8 M/sec &
in the delivery not more than 2.4 M/sec.
PARTICULARS Motors for Raw Water Pump House
a) Tentative motor details As per design of 0.415 kV motor
b) Synchronies Speed Nominal speed 1500 RPM at 50Hz
130

b) Type of motors Totally enclosed tube ventilated or fan cooled (TETV/


TEFC) Squirrel cage induction motor suitable for
Horizontal Mounting
c) Motor duty Continuous, SI
d) Supply voltage & frequency Voltage: 0.415 kV +10% to -15% frequency:50
conditions Hz +3%to -5% Combined variation: +10% to -15%
e) Insulation class Class “F” or as required for motors
5.14.0.. Clear Water Horizontal Centrifugal Pumps: -
For pumping of Clear Water in to the Rising Main 3 (2W + 1SB) Horizontal centrifugal
pumps of capacity 5000 LPM. with 30 M head in this scope of contract for pumping clear
water shall be provided in the Common Pump House for Raw Water & Clear Water complete
in all respects & space for 3 more pumps shall be kept. The pump shall confirm to the
specification as mentioned under mechanical items. Each pump will have separate suction
pipe with manual sluice valve & separate delivery pipeline with motorized sluice valve, Non
Return Valve, Expansion/ detaching joint up to common delivery with flanged connection of
400 mm Ф DI which is also covered in this part of contract. The velocity in the suction shall
not be less than 2.0 M & delivery pipe shall not be more than 2.5 M/sec, where as the inner
diameter of common header shall not be less than 400 mm Ф DI.
PARTICULARS Motors for Clear Water Pump House
a) Tentative motor details As per design of 415 V motor
b) Synchronies Speed Nominal speed 1500 RPM at 50Hz
b) Type of motors TEFC, Squired cage induction motor suitable for
Horizontal Mounting
c) Motor duty Continuous, SI
d) Supply voltage & frequency Voltage: 415V+10% to -15% frequency:50
conditions Hz +3%to -5% Combined variation: +10% to -15%
e) Insulation class Class “F” or as required for motors
5.15.0. Surge Protection System for clear water Pumps and Clear water Mains: -
The contractor shall get the Surge analysis done from the IIS, Bangalore on the basis of
actual survey and field data collected by him and based on it he shall submit the surge
protection system designs for approval of Engineer in Charge. He shall be responsible for
manufacturing, construction, commissioning, testing of surge protection system and shall
take up all the necessary construction work and installations of equipment for surge
131

protection as per the approval given by the Engineer in Charge. He shall also be responsible
for maintaining this executed system for 3 years after completion of 12 months defect
liability period.
5.16.0. Clear Water Pumping Transmission Main from common Clear water Pump
House to main Boosting Stations : -
DI rising mains: -
The DI pipe along with one Tyton joint per pipe shall be supplied free of cost by the PHED
and in this contract lifting of material from PHED store, delivery at site, lowering, laying and
jointing, testing and commissioning of DI pipe line as per above table from delivery header
of CW Pumps to inlet of various boosting stations is in present scope of work. How ever the
contractor is required to supply and fix all the required specials, valves, chambers etc.
The DI common header with in the pump house & up to different boosting stations shall be DI pipe of class K9
of following sizes: -

Sl. No. Specifications Size Length, Sectionalizing Scour Kinetic


mm Ф RM Butterfly Valves. Valve Air Valve
with with
Chamber chamber
1.0. DI pipe class K9, with Flanged end
Tyton Joints in Horizontal Butterfly valves
stretches and double with flanged end
flanged in vertical position. tail piece having
spigot at other end
including
dismantling piece
1.1. W/W to Main B/S 600 mm 7502 RM 2 sets. 2 Nos. 7 Nos.
Ф 200mmø 150mmø
1.2. Main B/S to Point A 350 mm 652 RM 1 Set. 1 No. 5 Nos.
towards B/S Adhera Ф 150mmø 100mmø
1.3. Point A Towards B/S 300 mm 822 RM 1 Set 2 Nos. -

Adhera to B/S Adhera Ф 100mmø

1.4. B/S Civil Hospital to K. 200 mm 1252 RM 1 Set - -


Colony Ф

1.5. Point A Towards B/S 200 mm 1516 RM 1 Set

Adhera to B/S B.Moh. Ф


132

The pipe lengths of class K9 DI Pipe 12.5 mm thick cement mortar lined inner surface from above reference
points shall be laid mostly underground & partially supported on pedestals where ever required and shall be
provided with scour valves for scouring of rising main up to any lowest suitable level.
Part of the Pipe shall be laid on pedestals along the alignment as per site conditions & under
ground in remaining stretches as per attached alignment plan with levels. The work involves
laying of rising mains by micro tunneling or casting RCC box and pushing through
embankment under the National Highway & State Highways.
The components included under the extent of work, in this reach, are detailed below but shall not be limited to: -
Manufacturing and Testing at works, transportation, packing, supply of all type of Specials, valves and any
other material to be used, Stacking and/or storage of material, Re- handling, construction of pedestals/ portals
for pipe support to lay pipes above ground or by excavation and refilling the trench to ensure minimum cover of
1.0 meters and carry out sectional testing, pre-commissioning checks, full completion tests and trial runs. The
water required for sectional testing after laying of pipe shall be arranged by the bidder at his own cost.
The contractor shall get the Surge analysis done from the I.I.S., Bangalore on the basis of actual survey and field
data collected by him and based on it he shall submit the surge protection system designs for approval from
Engineer in Charge.
He shall be responsible for manufacturing, construction, commissioning, testing of surge protection system and
shall take up all the necessary construction work and installations of equipment for surge protection as per the
approval given by the Engineer in Charge. He shall also be responsible for maintaining this executed system for
3 years after one year of defect liability.
Topographical survey along with Longitudinal and cross section in a strip of land 20 meters wide as directed by
Engineer in Charge.
Laying and jointing of pipeline including lowering, placing at proper alignment, cutting pipes, chamfering and
threading of pipe ends & lines where ever required complete in all respects.
Excavation for trenches in ordinary soil/ hard dense soil hard dense soil mixed with boulders/ decomposed
rocks/hard rock/ saturated soil & laying the same below ground at a minimum clear cover of 1M.
Wherever the pipeline is laid with an embankment to provide minimum specified cover, the embankment shall
be so constructed so that it doesn't create pounding of water. The slopes of the burrow areas used for
construction of road and the existing ground area shall be re-graded for easy and unobstructed flow of water to
the nearest natural drain.
Providing support structures such as saddle supports or portal frames for pipe laying above ground & for
supports used with ring girder supports, the spacing of ring girder supports shall not be more than 12 meters. DI
pipeline must be laid above ground with pipes on RCC supports structures, with average ground clearance of
45cm.
Providing of suitably designed and approved scour-proof bed for crossing of pipe line below the scour depth of
drain.
Detailed drawing of crossing arrangements proposed to be used shall be presented to Engineer-In-charge for
approval.
133

Providing of scouring arrangements at required locations by installation of 200 & 150 mm diameter CI pipe with
200 & 150 mm CI sluice valves, dismantling pipe flexible joints in valve chambers are required. The scour
valves shall be provided with suitable operating rod, for its operation.
Providing, Testing and installation of 150 & 100 mm kinetic double air valves with 150 & 100 mm diameter
isolating sluice valve having a gear arrangement for its operation at average distance not exceeding 1 Km
Kinetic air valves in straight reaches shall be provided at all apex and convexities of L-sections. Detailed
drawing of air valves proposed to be used shall be presented to Engineer-in-charge for approval.
MS Pipes shall be used for special type of crossings, road crossings etc. after approval of engineer in charge
where use of the specified pipe material along the alignment is not otherwise feasible/suitable. MS pipes shall
also be used for manufacturing of MS specials. All the MS pipes & specials used shall be of class –B
After laying and jointing, the pipeline shall be tested for tightness of barrels and joints and stability of thrust
blocks in sections approved by the Engineer in charge. The length section depends on the topographical
conditions. Preferably the pipeline stretches to be tested shall be between two chambers (air valves, scour valve,
bifurcation and other chamber).
For crossing of railway lines or National Highways where open cutting is not permitted by the Authorities, any
of the following methods may be adopted for laying of rising main under the railway track / National Highway.
Either BOX PUSHING technique shall be adopted for crossing the National Highway if open cut is not
permitted by the National Highway authorities. In order to avoid interference to excavation on existing roads
intercepted on pipeline alignment, BOX PUSHING technique may also be adopted for the laying of pipeline
through such road crossing intercepted.
Or Micro tunneling technique for pipeline crossing the National Highway & State Highway shall be used. The
Rising Main shall be 10mm thick MS pipe of appropriate size with 12.5 mm thick inner cement lined with PVC
coating out side and shall be laid in MS Pipe casing of Size 1000mm I/ D, 12mm thick for 600ø and for
450mmø rising main. In case of other roads crossing RCC M25 culvert shall be provided. The Scope of work
includes re-aligning, re-grading, strengthening and restoring damaged road section in associated lengths. For
road crossings, the PHED shall apply and deposit the estimated cost demanded by the respective departments
and, pursue the cases for early clearance.
For laying pipeline, the cost of shifting of electrical poles, transformers etc. shall be born by the PHED. The
bidder shall be responsible for any damage occurred to the telephone lines, distribution/ rising main water and
gas pipes, drains while laying pipeline and shall be liable to pay the amount levied by respective department for
the repair and / or damages so occurred.
In case the minimum requirements of the governing agencies are less than those set out in the specifications
given herein, then the requirements given in the specifications for encased line shall be followed.
Construction of thrust blocks at each deflection in horizontal and vertical alignment of pipeline exceeding 5
degree for vertical bends and 4 degrees for horizontal bends.
The pipeline above ground shall be suitably clamped, to prevent floating of pipes in submerged conditions.
To repair and rehabilitate damaged pipelines, electrical poles, telephone poles, optical fiber cables etc. and
providing suitable structures for crossing the existing oil/ gas mains/ other rising mains during laying raw/ clear
water mains.
134

In case CI/ DI specials are not suitable for particular location than MS specials as per specifications defined in
subsequent paragraphs shall be used.
The connections to respective boosting stations at Main Boosting Station, Civil Hospital B/S, Karamchari
Colony B/S, Adhera B/S & Balmiki Mohalla B/S shall have full pipe diameter actuator operated flanged sluice
valves with auto on/ off at low level & high level.
The same rising main shall have a pressure switch at tail end near main pump house at Dewas to stop pumping
at predetermined pressure rise due to non water supply in case of water level reaching high level in all boosting
stations & to start pumping when water level reduces to pre determined low level.
135

6.0.0. Electric Supply: -


The Supply Distribution Company shall provide the Electric supply at the Water works/Boosting Station. The
scope of work shall cover but not restricted to the following: -
6.1.0. Electrical Equipment & Works
The systems shall be designed with the concept that on the failure of the main and auxiliary transformer, will not
affect the essential full load operation.
6.2.0. Future Provisions
While selecting the rating / size of the equipment for this contract, the requirement of the future loads, as
applicable, will be considered Provision for two bays must be left for installation of suitable number of
additional transformer of suitable rating in the future which are not parts of the scope.
6.3.0. Contractors' Responsibilities
Contractor shall obtain permission from appropriate authorities for power lines, sub station & license from
appropriate authorities; if required by law.
Construction, Operating and maintaining 11 kV/ 0.415 kV sub stations for 3 years after completion of 12
months of defect liability period.
6.4.0. Major Works
Construction of 11/ 0.415 kV sub-station comprising of main and auxiliary transformer of adequate capacity
transformer, and all necessary equipment and structures to install the following but not limited to:
Providing & installation of Double break isolators with earth switch after Incoming gantry with lattice
structures.
- Providing & installation of metering CT at incomer with meters in indoor switchgear
- Providing & installation of Lightening arrestors with lattice structures.
- Providing & installation of Potential Transformers with lattice structures.
- Providing & installation of bus lattice structures.
- Providing & installation of Double break isolators without earth switch on individual feeders of the
transformers with lattice structures.
- Providing & installation of 11/ 0.415 kV current transformers of 160 KVA & 240 KVA rating for metering &
protection on individual feeders of the transformers with lattice structures.
- Providing and installation of Out door Vacuum circuit breakers.
- Providing and installation of one numbers Main Transformer of suitable rating with off load tap changer.
- Providing and installation of Earthing and lighting of switchyard area to be provided.
- Providing and installation of ASCR conductor, XLPE cables after transformers, insulators, control cables, and
other accessories to complete the work in all respect.
- Providing, installation, testing and commissioning of suitable motors for the pumps with allied equipment(s) of
adequate rating.
- Providing indoor switchyard Control panel.
- Providing and installation of LT motor switchgear with control panels for individual motors.
- Providing and installation of HV and capacitor banks including APFC relay(s) with capacitor panels.
- Providing and installation of Panel for operation of motor operated valves with all other LT panels and
distribution boards.
136

- Providing & Installation of Exhaust fans for proper ventilation and maintenance of desired temperatures within
the pump/ motor room and MCC room.
- Providing & Installation of 110V DC system with batteries, battery charger, DC DB.
- Providing & Installation of meters and protection systems with necessary equipments / accessories.
- Providing and installation of Local push button stations near all motors and valve actuators.
- Providing and installation of Cabling and ducting for entire electrical system.
- Providing and installation of Earthing and lightning protection system at all relevant points.
Civil Works: -
Main HT/ LT panels RCC framed in M- 20 building of minimum 80 M^2 shall be provided for housing reading
main unit panel, HT panel 11/ 0.415 KV, VCB panel, LT panel, 0.415 KV for the present scope of work with
suitably sized cable ducting to accommodate cables for present & future phases.
All outside the building under ground cables shall be laid in RCC M- 20 ducts from Main HT/ LT panels’ room
to respective utilities & shall be covered with removable pre cast slabs, filled with dry & graded sand or fixed on
cable trays.
The 11 KV switch yard shall be provided with all necessary drainage, fire fighting, and other necessary safe
guards as per the requirements of the HPVN & Chief Electrical Inspector Haryana. The size of the switch yard/
substation shall be sufficient to accommodate present & future requirements of the transformers.
Instrumentation Systems: -
It is proposed to have safe operation of the pumping station to meet the varied demand of water in most efficient
manner. The scope of work would cover conceptualization, design, pre- dispatch inspections, supply,
installation, pre-commissioning test, commissioning tests, commissioning, trial run and maintenance of the
entire Instrumentation system for 3 years.
The detailed specifications of the equipment proposed to be installed shall be submitted for necessary approval
of the Department. The configuration of the system shall adhere to the principles detailed in the Specifications
for Automation, Instrumentation and Control.
Irrespective of the detailed specifications of the respective items detailed in the chapters of pumping stations and
filter plant, the contractor shall be required to provide all equipment, accessories, cabling; Earthing, providing
necessary transducers/ sensors, etc. The instrumentation system shall be capable to achieve the objectives listed
below.
The Instrumentation System
The entire Instrumentation system is required to receive & store the information from Electrical, Mechanical &
Instrumentation Equipments as hereunder: -
Electrical System: -
* Input voltage and Amperage of 11 kV, and input voltage and Amperes of 0.415 kV system, individual motors
& auxiliary transformers
* Power consumption (KWH) and power factor on 11 kV system, 0.415 kV system, and auxiliary transformer.
* Status of all breakers.
* Status of all L T motors (on/ oft) & all parameters.
Mechanical Equipments: -
* Status of all LT pumps.
137

* Status (on/ off) of on individual pumps delivery.


Instrumentation Equipments: -
* Flow data (instantaneous flow rates and total flow) from the pump house (through flow meter installed on raw
water main.
* Level of water in the reservoir,
* Automatic start / stop of pumps
* Pressures at delivery of pumps common header.
* Instrumentation system required for complete automation.
Alarm Situations: -
The alarm schedule is indicative of what is required. The Contractor shall provide for the annunciation of all
alarms necessary in order to achieve control and monitoring requirements as hereunder: -
* 11 KV power failure.
* Tripping of outdoor VCS in 11kV switchyard.
* Motor tripped on over-load.
7.0 Electricity Supply, Earthing and Lightning Protection: -
Earthing and Lightening Protection: -
Earthing shall be provided as per IS 3043 in separate pits for HV and LV. The overall earth resistance shall be
less than 1 ohm.
Lightning protection shall be provided as per IS 3043 using G.I. conductor of suitable size for
all buildings and tanks/reservoirs. The top most bar conductor shall be of gunmetal.
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 minimum illumination level shall be 15 Luxes. At each unit there shall be a 15A waterproof
outdoor socket for maintenance purpose.
Along, S/S Tank walkways and roads outdoor lights shall be provided at a spacing of 15 m on poles or walls &
for boundary walls the same shall be 30 meters center to center.
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. As far as possible, all bulbs and
lights shall be of the long life and energy saving type.
Lamps shall also be provided at each entrance of the buildings.
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. Two three phase sockets shall be provided in each pump
house, alum room & sub distribution and circuit breaker panels shall also be provided at suitable places indoor
and outdoor.
One ceiling fan each shall be provided in the laboratory, control room, each panel rooms, lobby & the office
room. The Chemical dosing area/ room shall have at least 3 ceiling fans & the sweep area shall be at least 1.5 m
in diameter.
Except as specifically approved by the Engineer in charge, installation for conduits and lighting fixtures shall be
commenced only after all major services in that particular areas have been completed. 5 A 3 pin receptacles with
138

switches shall be provided on the light control switchboards, whereas 15 A, 6 pin receptacles with switches shall
be proceeded at skirting level.
Lighting panels shall be provided with labels indicating LPP number and O/G circuit feeder numbers.
All lighting fittings, accessories and lamps should conform to relevant IS specifications and fire insurance
regulations and designed for 230 V + 10%, 50 Hz, single-phase system. The fitting shall also conform to IS:
1913 – General Safety requirements for electric lighting fittings.
All fittings shall be supplied complete with lamp. Fixture to be wired with 2 Nos. of 2.5 mm 2 single core wires
shall have suitable terminals and conduit entry.
Fixtures to be wired with 2 core 2.5 mm 2, 1.1 KV grade PVC insulate armored cable shall be provided with
suitable cable glands. Each lighting fixture shall be provided with and earthing terminal for connection of the
Earthing GI wire of 14 SWG.
Wiring: Wiring with 2.5 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 2.24 mm conduit fittings
switch, ceiling rose/Bakelite holder, round tile, 20 SWG metal box with 3 mm sun mica sheet with Bakelite base
making connections etc.
Boxes: Teak wood under ground boxes of 12.5 mm, thick of up to 50mm depth in side the wall making recess of
required six and making good the same with cement plaster including anti termite paint. Sheet to use should be
Bakelite sheet 6mm thick, holes to be made for switches etc. with bras washers.
8.0 Land Scaping and Horticulture
The scope of work includes providing and mainting land scaping & Horticulture at site of water works/Main
B/Station. The major component shall be providing grassy lawns in vacant space in front of common pump
house, filtration plant and MCC room along with seasonal flower beds. The scope also include plantation of
trees suitable to prevailing climatic conditions all along the boundary of water works and along roads with tree
guards of suitable design. The successful bidder shall submit detailed scheme of land scaping & horticulture
specifying type of trees, shrubs, flowers design of tree guard’s pots etc. to Engineer –in- charge for approvals.
9.0 Miscellaneous: -
A) All the tanks/chamber with drain & filtrate shall be collected in such a way that the entire tanks can be
emptied & taken in to respective sump by gravity.
B) Entire piping used for inter connection shall be CI/ DI or as specified specifically.
C) All inter connecting pipes & channels shall be designed hydro logically for peak flow.
D) All water retaining RCC structures should be M-25 designed mix with protective coating as required.
E) Internal lightning, exhaust fan, ceiling fan, cables, switchgears & other control equipment is in scope of
contract.
F) External lightning to be provided to ensure Lux level as prescribed in National Building Code or ISI or as
prescribed in DNIT at all the appropriate places such as walkways, structures; Main Gate etc. shall be in this
scope of work.
G) Any design parameter not covered in DNIT shall be as per Water Supply Manual.
H) All valves & Gates are motorized except for drainage of inlet chamber, flash mixer.
I) Flow Meters, Low & High level indication with automatic on & off of all pumps & pressure gauges at
common header shall be provided.
139

J) Electrical works for power supply to all motors and drives.


K) Lifting and handling equipment in all pump houses & HOT Crane for Raw water & Clear water pumps
lifting.
L) Ancillary works like indoor lighting, lightening protection, gangways, stairs, ladders, railings, cable ducts,
pipe ducts, drinking water supply, Sanitation, Rain water, Pipes & Specials with fitting in all building,
laboratory, toilets etc.
M) Tools and plants.
N) All incoming cables from control panel, all switchgears in control panel shall be provided. The ducts and
spaces in constructed area shall be provided.
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. Surplus earth, if any shall be disposed of as per directions of the engineer in charge.
P) Some of these components may have interfaces with the existing or up coming units where coordination will
be required.
Q) Foundation of all loads bearing structure shall be atleast 1.5 M below the existing ground level rest on firm
Ground.
R) The minimum thickness of bed slab in all structures shall not be less than 150 mm. i.e panel Plc base control
panel totally computerized date base collection system .
S) Internal Roads (W/W & B/S) : The scope of providing 5 M width internal roads interconnecting common
raw water & clear water pump house, filtration annexed building, Electrical Sub Station, HT/ LT Panels room,
Chlorine toners shed & chlorination rooms etc. The same shall be in embankment at required ingredient with
sub base with concrete pavement with proper draining of road water is included. The specifications for concrete
pavement roads shall be as per DNIT.
T) Paved parking Area (W/W & B/S): The scope of work includes construction of approximately 100 M^2
paved parking area in front of the pump house, Main HT/ LT panels room, filtration plant, Annexe Building.
The concrete pavement shall be as per DNIT with provision of construction joints filled with bituminous fillers
& all around the parking area with proper drainage shall be provided.
U) External Lightning (W/W & B/S) : The scope of work includes providing external lightning pole mounted
all along the approach road, main entrance gate on the periphery of the water works, at each structure, pump
houses of required Lux.
V) Walkways of minimum 1.2 M width with chequerred tiles shall be provided (W/W & B/S).
W) Required furniture as per list attached shall be provided.
X) Required laboratory equipments along with chemical shall be provided.
Y) Hand Cart
M.S. hand cart 900x 600x 600mm size with three steel wheels with ball bearing of approved make with rubber
on top. Including excel of 40mm diameter and carriage arrangement like handles etc. support angle 25x 25 x
5mm as per approval of Engineer in Charge.
Z) Operation and Maintenance Service: -
The Contractor shall operate and maintain the entire water works, including all components
of water works/Boosting Stations such as Filling of S & S Tanks, Raw Water & Clear Water
Pumping Machinery, all other Electrical, Mechanical, piping, rising mains & Instrumentation
140

items of work provided by him under this contract during the defects liability period of 12
months & three years thereafter. He should carry out preventive maintenance & replacements
of defective equipments & components till handing over of the Water Works.

The tasks of the Contractor shall be: -


- Operating the Pumping sets, electrical components & WTP round the clock as per the incoming Water flow
received from the canals.
- Keeping the down time of any equipment as low as possible.
- Clearing of inlet channel, screen chamber, lifting of screened material dried sludge & storage/ disposal of same
as per the instruction of Engineer-in-Charge.
- Maintaining all the plant & machinery and tools and making necessary repairs.
- Technical and administrative monitoring of the WTP & pumping machinery.
The operation, maintenance and repair service shall be made according to the following specification.
Maximum down time & other terms & conditions of employment of labor supply shall be governed as per
details given in subsequent paragraphs under the heading technical specifications: -
The plant machinery shall be operated 24 hours a day, 365 days in a year to ensure that incoming raw water
flow received from the canals is pumped, treated & disposed out without any break.
10.0Commissioning: -
The testing and commissioning shall commence after the work has been physically completed to the satisfaction
of the Engineer in Charge. The Contractor shall be responsible for trial runs, testing and commissioning of the
entire treatment plant & all components of water works under design and operation conditions or under
conditions, which the Engineer in Charge may define and which in no case shall exceed the design and
operation conditions.
The contractor shall prepare the plant for the execution of the tests (nozzles, taps, branches with blank flanges,
connections, interfaces, sockets, cable connections, etc.) All these provisions have to be of a durable type so that
the tests can be repeated even after several years. He has to provide consumables for the tests requires for a
continuous operation during the whole commissioning period.
The treatment plant & all other components of the Water Works shall be treated as commissioned only when the
entire system has been successfully operated and produced the treated water according to the quality
requirements for a period of at least 30 consecutive days at design capacity and 7 days at overload.
The Contractor shall allow for commissioning to be conducted at any time during the commissioning period
without extra charges under the Contract.
During commissioning the contractor shall start to instruct the operators in the operation and maintenance of the
pipeline system but they shall not operate the pipeline system and its components except under his supervision
and responsibility.
The operation of the treatment plant & other components of water work solely for the purpose of maintaining
partial supply by or on behalf of the PHED, Haryana shall not be taken as evidence that any work has fulfilled
the commissioning tests, or has been taken over unless the Engineer in Charge specifically states so in writing.
11.0 List of Furniture: -
141

S. No. Equipments. Quantity.

1.0. Laboratory. : 1 No.


Executive Table : 1 No.
Revolving Chair : 1 No.
Visitors Chair. : 4 Nos.
Steel Almirah. : 1 No.
Side Racks. : 2 Nos.
2.0. Office. : 1 No.
Executive Table : 1 No.
Revolving Chair : 1 No.
Visitors Chair. : 4 Nos.
Steel Almirah. : 1 No.
Side Racks. : 2 Nos.
Computer Table : 1 No.
Printer Table. : 1 No.

Revolving chair. : 1 No.

3.0. Sub Station & Each Pump House. :

Visitors Chair. : 2 Nos.

Steel Almirah. : 1 No.

Side Racks. : 2 Nos.

Office Table : 1 No.


12.0 List of Laboratory Equipments required in this scope of contract: -
Analytical Balance : 1 No.
Autoclave : 1 No.
Chlorine Comparator. : 1 No.
Colony Counters. : 1 No.
Deminralizer. : 1 No.
Dissolved Oxygen Sampler. : 1 No.

Drying Oven (hot air). : 1 No.

Fume Cup Boards. : 1 No.

Hot Plates. : 1 No.

Incubator 30 o C (Bacteriological) : 1 No.


Magnetic Stirrers. : 1 No.
Microscope, Binocular with oil immersion & movable stage : 1 No.
counting cell.
142

Membrane Filter Assembly. : 1 No.

Muffle Furnace. : 1 No.

Turbidity Meter : 1 No.

PH meter with reference & spare electrodes. : 1 No.

PH Portable. : 1 No.

Refrigerator. : 1 No.

Sedgwick Rafter funnels. : 1 No.

Sampling pumps for following services with control in


Laboratory.
- For raw water. : 1 No.

- On line turbidity meter with transformer 1 No

- On line PH meter with transmitter 2 Nos ( 1 No. each


plant inlet & out let )
- For Clarified effluent. : 1 No.

- For common Filtered & post chlorinated water. : 1No.

13.0 List of Recommended Makes: -


S. No. Item Make
1. Centrifugal Pumps Kirloskar Brothers Limited
Mather & Platt (I) Ltd.
Jyoti Ltd.
WPIL ltd./Beacon weir
2. Non – clog submersible KISHOR / M & P / KSB/ Pullen/ WPIL/ MODI.
pumps.
3. HT/ L.T. Motors Kirloskar Electric Co. Ltd.
New Government Electric Factory Ltd.
Bharat Bijlee
Siemens India Ltd.
Crompton Greeves Ltd.
Jyoti
General Electric Co. Ltd.

4. Sluice Valves Kirloskar Brother Ltd / IVC / V A G


Indian Valve Co.
5. Sluice gates. JASH / Oriental / IVC
6. Non Return Valves Kirloskar Brother Ltd. / IVC / V A G
Indian Valve Company
143

7. Exhaust Fans Bajaj Electronics Ltd.


Crompton Greaves Ltd.
General Electric Co. Ltd.

8. Pressure Gauge Bells Controls


Forbes Marshal
H. Guru

Manometer India Ltd.

9. HT/ L.T. Switchgear GEC, L&T, Siemens, BCH,

10. HT/ LT Cables. Finolex/ CCI/ Siemens/ Havells


11. Sanitary wares. Hindustan/ Perry ware/ Toshniwal
12. Gaseous Chlorinators. JASICO/ PENWALT/ CHLORO- CONTROL
13. Actuators. AUMA/ BEACON-ROTORK / LIMIT TORQUE/ MARSH
14. Switches SIEMENS / L & T/ Cutler-Hammer / GE/ Alstom
15. HRC Fuses Schneider India/ C & S/ GE/ Havells/ L & T
16. Contactors SIEMENS / L & T/ Cutler-Hammer / GE/ Alstom
17. Bimetal O/L Relay SIEMENS / L & T/ Cutler-Hammer / GE / Alstom

18. Thermostat Relay L & T/ Cutler-Hammer


19. Control Fuses L & T/ GE/ Alstom
20. Push Buttons Siemens/ L&T/Concord/Cutler-Hammer
21. Indicating Lamp Siemens/ L&T/Concord/Cutler-Hammer
22. Timers Siemens/ L&T/Cutler-Hammer
23. C.T.S.&P.T.S Siemens/ AEP/ Pactil/ Kappa
24. Outdoor Transformer/ HT : CROMPTON/ Kirloskar/ GE Alstom
Panel
25. Indicating Instrument AEP/ Meco
26. Protective Relays ABB/ Easun/ Rerolley/ GE, Alstom/ Asian Elect/ Browm
Bowary
27. Terminals Elmex/Essen
28. MCB Standard/ Crompton /MDS/ HAVELLS
29. MCCB SIEMENS / L & T / Havells/ GE Alstom
30. IDMT Relay GE Alstom/ L&T
31. Wires/ Cables. Asian/ ICC/ Universal/ Finolex/ Ford Closter/ CCI/ Havells
32. Monorail with trolley. Brady/ ELDROF/ EVEREST
33. Fire Extinguishers. SAFEX/ NEW AGE/ FIRE AXE
34. BATTERY. EXIDE / PRESPIGE STANDARD
35. Butterfly Valve. Kirloskar/Fouress /Audco/ IVC/Advance/ Key stone
36. Air Blower. Kay / Everest / Swan/Veeta
144

37. HOT / EOT crane. Greaves cotton / ACME / HAFA / REVA / INDEF.
38. PH Meter (On line) Digital Lovibond / Systeronics / Elico / Tata Honey well/ Toshniwal.
39. Jar Testing Apparatus. Philips & bird company / Geo miller / Metrex.
40. Vacuum Pump. Kirloskar / inger sole Rand / Promivac.
41. Turbidity Meter (ON Line). Tata Honey well / Lectro tek / Aplav / Plico / Systeronics.
42. Pressure gauges. Bells control / Forbes Marshall / H Guru / Nano meter India.
43. Levels Sensing Probe. EPIC / Level Tech / Nova/ Toshniwal
44. Transmitter & level Level tech / Nova / Lectro tek / Tata Honey well
controllers.
45. Instrument control panel along ICA / SIEMENS/ GE/ PYROTECH/ RITTAL/ L&T
with logic control system.
46. Flow integrators. Blue Star / Level Tech / nova / Forbes/ GE.
47. Level switches. Nova / EPLC / Levcon.
48. Digital LED Indicators. Nishko / Switzer / Lectro tek / System devices/ MEASIBUS/
MECO.
49. Timer. GEC / L & T / Siemens / BCH / Concorde.
50. Chlorine Toner. ISGEF / ANUP.
51. PLC A Bradley/ Siemens/ L & T
52. CEMENT JK/ ULTRA TEC/ AMBUJA/ BIRLA/ GRASIM/ ACC
53. STEEL (TMT) TISCO/ SAIL/ RINL
54. Ultrasonic Insertion type Flow Danfoss, Endress + Hauser, ABB, Ultraflux, France, GE
Meter.
55. Electromagnetic Flow meter Endress + Hauser, Rosemount (Emerson), ABB
56. Flow Indicating Totalizer Lectro tek, Masibus, Nishko, GE, ABB, ULTRE FLUX

57. Open Channel Ultrasonic Endress + Hauser, Honeywell, Hycontrols, UK


Flow meter
58. Ultrasonic Type Level Endress + Hauser, Honeywell, Hycontrols, UK
Measurement Device
59. Float & Board Type Level Nivo (Toshniwal), Endress + Hauser, Pune Techtrol
Measuring system
60. Conductivity Type Level Pune Techtrol, Endress + Hauser, Nivo (Toshniwal), SBEM,
Switch HATCH
61. Pressure Transmitter Fisher Rosemount, Endress + Hauser, ABB, GE, YOKOGAWA
62. Differential Pressure Fisher Rosemount, Foxbro System, Endress + Hauser, ABB,
Transmitter: Warne, YOKOGAWA.
63. Pressure Switch Indfoss, Switzer, Varma
64. Temperature Scanners Pyrotech, Masibus, Nishko, Lectrotek
65. Instrumentation and Control Thermopad, Hyderabad, Suyog Chords, Thermo Control system
145

Cable
66. SCADA Software Siemens (Win CC), Rockwell Software, GE FANUC
67. Alarm Annunciation Instaalarm controls, Industrial Control & Appliances, Aplab,
Minilec
68. Multi Function power Monitor Trinity, Enercon, Rishab (L&T), Masibus

69. Receiver/Indicator(Microproc Masibus, Sai Tech, Nishko, Lectrotek, PYROTEC


essor Based)
70. Analog Signal Multiplier SECURE, Sai Tech, MTL INSTS, NISHKO
71. Printer Epson, Wipro ,HP, SAMSUNG
72. Monitor Philips, L.G., Samsung, DELL

73. Lightening Protection Unit MTL Instruments, Rittmeyer, P & F


74. UPS APC, NUMERIC, Hirel

75. Panel Enclosures & PC Rittal, President, Manshu, Cuttler Hammer, SCHMEIDER,
consoles PYROTEC
76. Computer ( Servers & HP-Compaq / IBM/ DELL
Workstation)
77. Communication System Sheetal Wireless Tech.Pvt.Ltd, Pune, Saravani
Integrator Telecom Hyderabad, MIDAS, Ahemdabad; Sai Technologies,
Baroda, VIOLA- FINNLAND
78. On Line Turbidity Measuring Endress + Hauser, Forbes/ Khrone Marshal
System Fisher Rosemount ( Emerson), HACH, Honeywell, Pennwalt
79. On Line Residual Chlorine Endress + Hauser, Forbes/ Khrone Marshal
Measuring System Fisher Rosemount ( Emerson), HACH
Honeywell, Pennwalt
146

14.0. Schedule of Prime Movers for Valves, Gates, Blowers& Pumps for Power Chart
Sl. Particulars Size/ Quantity Power (BKW)
No. Cap. W SB 0.415 KV
Unit Total
1.0. Sluice Gates: -
1.1. At S & S tank out let. 2 0
1.2. At inlet to Flash Mixer 1 0
1.3. At By pass to Clariflocculator. 0 1
1.4. At Filters inlet 6 0
1.5. At Filters Back Wash out let. 1 5
1.6. At Clear water Sump inlet. 4 0
2.0. Sluice Valves: -
2.1. At raw water inlet to S & S Tanks. 2 0
2.2. At raw water pump delivery. 2 1
2.3. At Water Treatment Plant inlet 1 0
2.4. At Clariflocculators. 1 0
2.5. At filters out let. 10 2
2.6. At filters back wash inlet. 2 10
2.7. At filters inlet 0 6
2.8. At filters drain 0 6
2.9. At sludge drain for waste water sump 2 0
common.
2.9. Chlorine Toner Change over valve for 4 2
pre & post.
2.10. At clear water pump delivery. 2 1
3.0. Diaphragm valves: -
3.1. For Alum 7 3
4.0. Gate valves: -
4.1. Vacuum Pumps delivery; at each raw 3 1
water suction.
4.2. Vacuum Pumps delivery; at each Clear 3 1
water suction.
Sl. Particulars Size/ Quantity Power (BKW)
No. Cap. W SB 0.415 KV
Unit Total
5.0. Prime movers: -
147

5.1. Raw water pumps House: -


a) Raw Water Pumps 2 1
b) Vacuum Pumps 1 1
c) Dewatering Pumps 1 0
d) Exhaust Fans 8 0
e) Clear Water Pumps 2 1
f) Vacuum Pumps 1 1
5.2. Chemical House: -
a) For Agitators: -
- Alum 3 0
b) For Metering Pumps: -
- Alum 2 1
c) Sampling pumps for the following: -
- Raw water. 1 1
- Clarified water. 1 1
- Chlorinated Water. 1 1
d) Exhaust fans 8 0
6.0. Water Treatment Plant: -
6.1. Agitators for Flash Mixer 1 0
6.2. Clariflocculators.
a) Flocculation Agitators. 4 0
b) Peripheral Drive. 1 0
c) Air Blowers 2 1
d) Back Wash Pumps 1 1
e) Super tenant recycling pumps. 1 1
f) Sludge disposal pumps. 1 1
g) Dewatering pumps 1 1
h) Exhaust Fans. 6 0
7.0. Chlorination.
7.1. Boosting Pumps
- For Post Chlorination. 1 1
8.0. Lighting system: -
8.1. Internal lighting for the following: -
a) Common Raw Water & Clear Water 1 0
Pump House.
b) Chemical Cum Annexe Building. 1 0
c) Chlorination Shed. 1 0
d) Sub Station & Main HT/ LT Panels 1 0
building.
148

9.0 Instrumentation Plc & SCADA


complete
10.0 External Lighting
11.0. Any other prime mover beside above
to be considered shall be specified.
12.0. Total Power Consumption Guaranteed
13.0. Transformer Rating required
Notes: -
1. All the bidders shall fill the above data along with manufacturer’s data, power requirement along with
performance curves. In absence of the same the bids are liable to be treated as unresponsive & may be
disqualified.
2. The list of prime movers given as above is for information & bidders shall furnish their own list in
similar pattern.

15.0. TECHNICAL DATA SHEETS FOR 5.5 MLD CAPACITY WATER TREATMENT PLANT AT
DEWAS WATER WORKS FOR M.GARH TOWN.

SL. No. Particulars Specifications


1.0.0. S & S Tank.
1.1.0. Mean Sizes of proposed 153.25M x 123.25M with 4.5M SWD
S&S tank.
1.2.0. Quantity : 1 No.
1.3.0. Out let from S & S Tank.
1.3.1. Type. : CI/ DI pipe
1.3.0. Flow, M^3/ Sec. : 5.5 MLD + 5% in 20 Hours pumping.
1.4.0. Size for S & S Tank out let. : 400 mm Ф
2.0. Units. : Overloading Factors.
2.1. Inlet Chamber. : 1.05
2.2. Alum dosing capacity. : 1.05
2.3 Collection channel. : 1.05 + 25%: 1.3125
2.4. Flash mixer. : 1.05.
2.5. Clariflocculator.
a) Central feed pipe. : 1.3125
b) Flocculation. : 1.05
c) Clarifier Zone. : 1.05
d) Orifice/ Launders. : 1.2875
2.6. Filters.
149

a) Filter Beds. : 1.03


b) Filter inlet/ outlet. : 1.03 + 25%: 1.2875
c) Under drainage system. : 1.25
d) Inspection chamber. : 1.25
e) Filtered water channel. : 1.03 + 25%: 1.2875
2.7 Post chlorination. : 1.0
2.8. Backwash tank. : 1.0
2.9. Sludge pit. : 1.0
3.0.0. Capacity: -
3.1.0. Working: - : 5.5 MLD + 5%: 5.80 MLD

: 5800 M^3/ 20 Hr.


: 290 M^3/ hr.
: 4.83 M^3/ Min.
: 0.080 M^3/ Sec.
3.2.0. Maximum with over loading for all : 290 + 25% M^3 / Hr.
inlets & out lets.
: 362.50 M^3 / Hr.
: 6.04 M^3/ Min.
: 0.10 M^3/ Sec.
3.3.0. Filters: -
3.3.1. Working: - : 5.5 MLD + 3%: 5.70 MLD.

: 5700 M^3/ 20 Hr.


: 285 M^3/ hr.
: 4.75 M^3/ Min.
: 0.08 M^3/ Sec.
3.2.0. Maximum with over loading for all : 285 + 25% M^3 / Hr.
inlets & out lets.
: 356.25 M^3 / Hr.
: 5.94 M^3/ Min.
: 0.010 M^3/ Sec.
4.0.0. Pumps.
4.1.0. General.
4.1.1. Type. : Horizontal/ Centrifugal
4.1.2. Make. :
4.1.3. Quantity. : 3 (2W + 1SB) Unit.
4.1.4. Purpose. : For Raw Water Pumping to WTP.
4.1.5. Location. :
4.2.0. Design Parameters.
150

4.2.1. Capacity, LPM : 4000


4.2.2. Total Head, MWC. : 15
4.2.3. Depth of Sump. :
4.2.4. Recommended Suction x Delivery :
Pipe size, mmφ.
4.2.5. Common Header Pipe size, mmφ. : 400
4.3.0. Material of construction.
4.3.1. Casing. : CI
4.3.2. Impeller. : SS
4.3.3. Shaft. : EN–8.
4.3.4. Base Plate. : MS
4.4.0. Motor.
4.4.1. Type. : TEFC, Squirrel Cage Induction Motor suitable for 415±
6%, 3 phase AC current.
4.4.2. Insulation. : Class F
4.4.3. Enclosure. : IP- 55.
4.4.4. Make. :
4.5.0. Accessories.
4.5.1. Pressure Gauge. : 1 No.
4.5.2. Foundation Bolts. : 3 Sets.
4.5.3. Coupling with guard. : 3 Sets.
4.5.4. Seal. :
5.0.0. Inlet Chamber.
5.1.0. Inlet Pipe Size, mm Φ.
5.1.1. Maximum Flow, M^3/ Sec. : 0.166 M^3/ Sec.
5.1.2. Maximum velocity. MPS. : 1.8
5.1.3. Inlet Pipe Size, mm Φ. : 350
5.2.0. Inlet Chamber.
5.2.1. Working Flow, M^3/ Hr. :
5.2.2. Type. : Square Basin.
5.2.3. Hydraulic Retention Time. : 60 seconds.
5.2.4. Volume, M^3 :
5.2.5. Desired Side water Depth, M. :
5.2.6. Size of the sides, M. :
5.2.7. Free Board, mm. : 600.
5.3.0. Out let: -
5.3.1. Type. : Rectangular Weir.
5.3.2. Theory: -
151

5.3.12. Calculations: -
a) C D : 0.6

b) Q, M^3/ Sec. :
c) g, m/ sec.^ 2 : 9.81
d) Desired B. :
e) h. :
5.0.0. Channel Sizing.
5.1.0. Maximum Flow, M^3/ Sec. : 0.166

5.2.0. Maximum Velocity, MPS. : 0.75


5.3.0. Type. : Rectangular.
5.4.0. A, Flow sectional area. :

B, width of channel. :
D, Side water depth, mm. :
Free Board, m : 0.3
6.0.0. Venturing/ Partial Flume: -
6.1.0. Type. :
6.2.0. Maximum flow rate, M^3/ sec. ---
6.3.0. Width of channel at section-1, ---
B 1.
6.4.0. Water depth in channel at ---
section –1.
6.5.0. Velocity of flow in channel, ---
MPS.
6.6.0. ES1 ---
6.7.0. H2: ---
6.8.0. V2: ---
6.9.0. B2: ---
7.0.0. Flash Mixer:
7.1.0. Design Parameters.
7.1.1 Capacity, M3/Sec. ---
7.1.2. Hydraulic Retention Time, in sec. : 60
7.1.3. Number of units. :1
7.1.4. Volume, M^3. ---
7.1.5. Volume per Basin, M^3.
7.1.6. Side of water depth/ Basin Sides.
7.1.7. Basin Sides, mm.
7.1.8. Side water Depth, mm.
7.1.9. Free Board, mm. : 400.
152

7.2.0. Design Parameters: -


7.2.1. Liquid Temperature, °C.

7.2.2. Dynamic Viscosity µ, N.s/M^2


7.2.3. Desired Velocity Gradient / Sec. : 300 at 60 Seconds.
7.2.4. Tip Velocity of the Impeller, MPS. : > 3.0
7.2.5. Power, P.
No. of Agitators. :1
Power Requirement, W. :
7.2.6. No. of Blades. : 2.
7.2.7. Length of blades. : 920 mm.
7.2.8. Width of Blades. : 166 mm.
7.3.0. Motor: -
7.3.1. Type. : TEFC, Squirrel cage induction motor suitable for
415±6%V, 3 phase, AC Current.
7.3.2. RPM. :
7.3.3. HP. :
7.3.4. Insulation. : Class- F.
7.3.5. Enclosure. : IP- 55.
7.3.6. Make. :
7.3.7. Quantity. :1
7.4.0. Gear Box: -
7.4.1. Type. :
7.4.2. Reduction ratio. :
7.4.3. Make. :
7.4.4. Model No. :
7.4.5. Quantity. :1
8.0.0. Alum Solution Tanks: -
8.1.0. Design Parameters.
8.1.1. Raw Water Capacity, M^3/Hr. ---

a) Max. Chemical Dosing, Mg/ : 50


Liter.
b) Total Chemical Consumption ---
per 20 Hrs.
c) Net Storage Capacity, at 10 % :
W/V for 20 Hours capacity.
8.1.2. Liquid Temperature, °C. ---
8.1.3. Dynamic Viscosity µ, N.s/M^2 ---
8.1.4. Basin diameter/ Basin Height. ---
153

8.1.5. Number of units. :3


8.1.6. Volume of each basin, M^3.
8.1.7. Reynolds number, NR. ---
8.1.8. Power requirement for
NR>10,000, in W.
8.2.0. Dimensions, Mm: -
8.2.1. Size of the side of the square ---
Basin, M.
8.2.2. Basin Side Water Depth. ---
8.2.3. Free Board. : 300.
8.2.4. Pipe Sizes, mmφ.
a) Raw Water Inlet. ---
b) Coagulated Water Outlet. ---
c) Drain. ---
8.2.5. Impeller.
a) Impeller Diameter, D: 1/3 basin ---
angular diameter.
b) Impeller Blade Width, q: 1/5D. ---
c) Impeller Blade length, r: ¼ D. ---
d) Length of blade mounted on the ---
central disc, r/2.
e) Central disc diameter, c: ¼ basin ---
diameter.
8.3.0. Motor: -
8.3.1. Type. : TEFC, Squirrel cage induction motor suitable for
415±6%V, 3 phase, AC Current.
8.3.2. RPM. ---
8.3.3. HP. ---
8.3.4. Insulation. : Class- F.
8.3.5. Enclosure. : IP- 55.
8.3.6. Make. ---
8.3.7. Quantity. : 2 Units.
8.4.0. Gear Box: -
8.4.1. Type. : Horizontal Input & Vertical Down ward output shaft.
8.4.2. Reduction ratio. : 50: 1 ratio gearbox.
8.4.3. Make. :
8.4.4. Model No. : Heavy duty.
8.4.5. Quantity. : 3 Units
9.0.0. Chemical Store: -
154

9.1.0. Capacity.
9.1.1. Alum. ---

9.1.2. Volume, M^3. ---


9.1.3. Area required 1.5 M stake height. ---
9.1.4. Area provided with 30% free : 40 M^2
space.
10.0.0. Clariflocculator.
10.1.0. General.

10.1.1. Type. : Concentric type.

10.1.2. Quantity. : 1 Unit.


10.2.0. Design Parameters.

10.2.1. Capacity, M^3/Sec.

a) Maximum. ---
b) Working. ---
10.3.0 Inlet Column Size.

10.3.1. Flow Rate, M^3/ Sec. ---

10.3.2. Maximum Velocity, MPS. : 1.2

10.3.3. Pipe I/D, mm. ---

10.3.4. Assuming wall thickness as 150 ---


mm, O/D of central column.
10.3.5. No. Of ports for discharge of water ---
in the Clariflocculator unit.
10.3.6. Maximum Velocity, MPS. ---
10.3.7. Each port width, mm. ---
10.3.8. Depth, mm. ---
10.4.0. Flocculation: -
10.4.2. Hydraulic Retention Time, in Min. : 30
a) Volume, M^3
10.4.3. Desired Velocity gradient/sec. : < 40
10.4.4. Tip Velocity of the Impeller, MPS. : ≤ 0.60
10.4.5. Liquid Temperature, °C.
10.4.6. Dynamic Viscosity µ, N.s/M^2
10.4.7. Side Water Depth, Meter. ---
10.4.8. Inner Diameter of the basin. ---
10.4.9. Power, P.
155

10.4.10. Number of agitators. ---

10.4.11. Power requirement, W. ---

10.5.0. Dimensions, Mm: -

10.5.1. Basin Diameter, mm. : 10200

10.5.2. Basin Side Water Depth. : 3000

10.5.3. Free Board. : 300

10.5.4. Pipe Sizes, mmφ.


a) Raw Water Inlet. ---
b) Clarified Water Outlet. : R. C. C Channel.
c) Drain. ---
10.5.6. Basin section area in the direction
of the shaft, M^2.
10.5.7. Power, KW ---
10.5.8. Impeller blades area, M^2 ---
10.5.9. Impeller: -
a) Impeller Diameter, D. ---

b) Desired RPM. ---

c) Impeller Blade length, L. ---

d) Number of blades. ---


c) Width of blades, W. ---
d) Distance from edge to edge of ---
blades, mm.
e) Outer blade edge distance from ---
the center of the shaft.
10.6.0. Motor: -
10.6.1. Type. : TEFC, Squirrel cage induction motor suitable for
415±6%V, 3 phase, AC Current.
10.6.2. RPM. : 960
10.6.3. HP. ---
10.6.4. Insulation. : Class- F.
10.6.5. Enclosure. : IP- 55.
10.6.6. Make. :
10.6.7. Quantity. : 2 Nos.
st
10.7.0. 1 reduction in RPM.
10.7.1. Type. :

10.7.2. Reduction ratio. :


156

10.7.3. Number of units.


10.8.0. Gear Box (For 2nd Reduction).
10.8.1. Type. ---

10.8.2. Reduction ratio. ---


10.8.3. Make. ---
10.8.4. Model No. :
10.8.5. Quantity. ---
11.0.0. Clarifier Zone.
11.1.1. Type. : Around Flocculation Zone.
11.1.2. Design Parameters.
11.1.3. Surface loading, M^3/ M^2/ Day. ---
11.1.4. Hydraulic Retention Time, Hours. : 2.5
11.1.5. Volume, M^3 ---
11.1.6. Operating Flow rate, M^3/ Day. :
11.1.7. Surface Area, M^2 ---
11.1.8. Side water depth, Meter. ---
11.1.9. Number of units :
11.1.10. Each clarifier Zone surface area, :
M^2.
11.1.11. Inner Diameter of the clarifier {4x7/22[378+14.2^2 x 22/ (4x 7)]}^ 1/2
zone, mm. : 24.275 Say 24400.
11.2.0. Out let.
11.2.1. Launder Design.
a) Max. Flow, M^3/ Sec. ---

b) Max. Flow per Half Launder. ---


c) Maximum Velocity, MPS. : 0.6
d) Launder Section Area, M^2 ---
e) Water Depth, mm. ---
f) Launder Width, mm. ---
11.3.0. Clariflocculator Mechanism.

11.3.1. Type. : Peripheral drive type.

11.3.2. Length, M. ---

11.3.3. Width, M. : > 1.2

11.3.4. Material of construction.

a) Sections. : As per DNIT/ design


b) Walk way. :
11.3.5. Peripheral Drive.
157

a) RPH. ---
b) Wheel Diameter, mm. ---
c) No. Of wheels rotations per ---
rotations of bridge.
d) RPM of wheel. ---
e) Reduction of bevel gear. ---
f) Output RPM desired of gearbox. ---
g) Motor RPM proposed. ---
st
h) 1 reduction by V belt & pulley. ---
i) Input RPM at Gear Box. ---
j) Gear box reduction ratio. ---
11.4.0. Motor: -
a) Type. : TEFC, Squirrel cage induction motor suitable for
415±6%V, 3 phase, AC Current.
b) RPM. ---

c) HP. ---

d) Insulation. : Class- F.

e) Enclosure. : IP- 55.

11.4.6. f) Make. ---


g) Quantity. : 1.
12.0.0. Rapid Gravity Filters: -
12.1.0. Design parameters.
12.1.1. Design Flow rates M^3/Sec. ---
a) Filter operation design. :6
b) Backwashing. : 30
c) Air scouring. : 45
12.1.2. Under Drainage.
a) Orifice Area, M^2. : 0.3% 0f filters bed area.
b) Laterals Area, M^2 : 2 x Orifice area.
c) Manifold Area, M^2. : 1.5 x laterals area.
12.2.0. Estimation Of sand bed depth, L : Q x D^3 x H/ (29323 x B)
a) Filtration rate, Q, M^3/ M^2/ Hr. ---
b) Head loss in filter at the end of the
filter cycle, Meters. :2
c) Break through index. : 4 x 10^ –4
Response to coagulation. Degree of Value of B.
Pretreatment.
158

Poor. Average. 4 x 10-4


d) Sand size, D. ---
e) Sand Bed Depth. ---
12.3.0. Gravels depth in inches, L ---
a) Numerical Value of coefficient, κ. ---
b) Size of gravels ---
In inches, D.
For 40 mm or 1.1/5”φ ---
For 20mm or ¾ ”φ ---
For 15mm or ½”φ ---
For 10mm or ¼”φ ---
For 5mm or 1/5” φ ---
c) Gravels depth, total in mm. : 500.
12.4.0. Dimensions, Mm.
12.4.1. Filter bed area, A, M^2 ---

a) No. Of Filters. ---


b) Each filter bed area, M^2. ---
12.4.2. Each Filer Length/ Width. : 1.11 To 1.33
12.4.3. Filter Length. ---
12.4.4. Filer Width. ---
12.4.5. Height, mm. ---
a) Sand Bed Depth, ---
b) Gravels depth. ---
c) Water Depth over Sand. . ---
d) Free Board. ---
12.5.0. Pipe Sizes, mmφ :
12.5.1. Common Filter inlet.
a) Flow Rate, M^3/ Sec. / Twin ---
Filter.
b) Velocity, MPS. : 1.0
c) Sluice Gate, size, mm. ---
12.5.2. Filtered water out let.
a) Each Bed Out Let. ---
b) Maximum Velocity, MPS. : 1.5
c) Pipe, mmφ. ---
12.5.3. Backwash Water Inlet.
a) Flow Rate, M^3/ Sec. :
b) Maximum Velocity, MPS. : 3.2
159

c) Pipe mm φ ---
12.5.4. Backwash water outlet.
a) Flow Rate, M^3/ Sec. / Twin Filter. ---
b) Max. Velocity, MPS. : 2.4
c) Pipe Size, mm ---

12.5.5 Backwash water tank.

1) Capacity, M^3 ---


2) Location. : Over Operating Gallery
12.5.6. Air Scouring.
a) Air Scouring Rate, M^3/ Sec. ---
b) Maximum Velocity, MPS. : 25
c) Pipe, mmφ. ---

12.6.0. Back Wash Water Troughs: -


12.6.1 Max. Flow/ Filter. ---
12.6.2. Formula Used, Q, M^3/ Sec. ---
12.6.3. B, Width of the trough, mm. ---
12.6.4. Number of troughs per filter. ---
12.6.5. H, height of the trough, mm. ---
12.6.6. Main Trough Size, MM. : 0.9
12.6.7. Trough height.
12.7.0. Under Drainage System.
12.7.1. Filter bed Area, M^2. ---
12.7.2. Orifice Area, M^2 : 0.3 % of filer bed area
12.7.3. Laterals section area, M^2. : 2 x Orifice Area
12.7.4. Manifold section Area, M^2. : 1.5xLaterals section area
12.7.5. Manifold size, mm. ---
12.7.6. Laterals Size, mm. ---
12.7.7. Number of Laterals. ---
12.7.8. C/C between two laterals, mm. ---
12.7.9. Laterals length/ diameter of laterals. :
12.7.10. Size of each orifice, mm. ---

12.7.11. Total Number of orifice/ lateral. ---


12.7.12. C/C distance of Orifice, mm. ---
160

13.0.0. Filtered water channel & weir sizing: -


13.1.0. Filtered water channel: -

13.1.1. Max. Flow, M^3/ Sec. ---


13.1.2. Type. : Rectangular.
13.1.3. Max. Velocity, MPS. : 0.9
13.1.4. Flow section area, M^2. ---
13.1.5. Water depth, mm. ---
13.1.6. Width of the channel. Mm. ---

13.2.0. Weir sizing at each filer inspection box for discharge:

13.2.1. Max. Flow, M^3/ Sec. ---

13.2.2. Total number of filters. :3

13.2.3. Maximum flow/ filter, M^3/ Sec. ---


13.2.4. Formula used Q in m^3/ Sec. ---

a) CD : 0.6

b) Q ---
c) h : < 150 desired.

13.2.5. B

13.2.6. B

14.0.0. Accessories.

14.1.0. Loss of Head Gauge.


a) Type. : Level sensor switch with alarm & connected to PLV
for backwashing process.
b) Quantity. :
14.2.0. Flow Meter.
a) Type. : Ultra sonic type at water channel
b) Quantity. : 2 One no. each at raw water & common filtered water
channel.
c) Range. : Average Flow ± 25 %.
15.0.0. Air Blowers: -
15.1.0. General.
15.1.1. Type. : Twin Lobe Type.
161

15.1.2. Quantity. : 2 (1W + 1SB) Units.


15.1.3. Purpose. : Air Scouring
15.2.0. Design Parameters.
15.2.1. Capacity, M^3/Hr. ---
15.2.2. Design Pressure, Kg f/ cm^2 g. : 0.35
15.2.3. Pipe size, mm Ф :
15.2.4. Recommended Pipe size, mm Ф :.
15.3.0. Material of construction.
15.3.1. Casing. : CI
15.3.2. Lobe. : CI
15.3.3. Shaft. : EN-19.
15.3.4. Base Plate. : MS
15.4.0. Motor.
15.4.1. Type. : TEFC, Squirrel cage induction motor suitable for 415 ±
6%V, 50 ± 10% Hertz, 3 phase AC current.
15.4.2. RPM. ---
15.4.3. Insulation. : Class F
15.4.4. Enclosure. : IP- 55.
15.5.0. Accessories.
15.5.1. Pressure Gauge. : 1 No.
15.5.2. Air release assembly. : 3 Nos.
15.5.3. Air Filter. : 3 Nos.
15.5.4. Silencer. : 3 Nos.
15.5.5. V pulley with belts & guard. : 3 Sets.
16.0.0. Pumps.
16.1.0. General.
16.1.1. Type. : Centrifugal
16.1.2. Make. ---
16.1.3. Quantity. : 2 (1W + 1SB) Unit.
16.1.4. Purpose. : For backwash tank filling.
16.1.5. Location. : At the Pit.
16.2.0. Design Parameters.
16.2.1. Capacity, M^3/Hr. ---
16.2.2. Total Head, MWC. ---
16.2.3. Depth of pit. ---
16.2.4. Recommended Suction x Delivery ---
Pipe size, mmφ.
16.3.0. Material of construction.
16.3.1. Casing. : CI
162

16.3.2. Impeller. : SS
16.3.3. Shaft. : EN–8.
16.3.4. Base Plate. : MS
16.4.0. Motor.
16.4.1. Type. : TEFC, Squirrel Cage Induction Motor suitable for
415± 6%, 3 phase AC current.
16.4.2. Insulation. : Class F
16.4.3. Enclosure. : IP- 55.
16.4.4. Make. ---
16.5.0. Accessories.
16.5.1. Pressure Gauge. : 1 No.
16.5.2. Foundation Bolts. : 2 Sets.
16.5.3. Coupling with guard. : 2 Sets.
16.5.4. Seal. : Mechanical.
17.0.0. Gaseous Chlorinators.
17.1.0 Type. : Vacuum Feed Type.
17.2.0. Quantity. : 2 Nos. (1 W + 1 SB).
17.3.0. Capacity for pre chlorination. ---
17.4.0. Chlorine Toners with Gas : 4 Nos
18.0.0. Pumps.
18.1.0. General.
18.1.1. Type. : Centrifugal
18.1.2. Make. ---
18.1.3. Quantity. : 2(1W + 1SB)
18.1.4. Purpose. : For chlorination injection.

18.1.5. Location. : At the Pit.


18.2.0. Design Parameters.
18.2.1. Capacity, M^3/Hr. : 5.0
18.2.2. Total Head, MWC. : 30
18.2.3. Depth of pit. : 2.5 M.
18.3.0. Material of construction.
18.3.1. Casing. : CI
18.3.2. Impeller. : SS
18.3.3. Shaft. : EN–8.
18.3.4. Base Plate. : MS
18.4.0. Motor.
163

18.4.1. Type. : TEFC, Squirrel Cage Induction Motor


suitable for 415± 10%, 3 phase AC current.
18.4.2. Insulation. : Class F
18.4.3. Enclosure. : IP- 55.
18.4.4. Make. :
18.5.0. Accessories.
18.5.1. Pressure Gauge. : 1 No.
18.5.2. Foundation Bolts. : 2 Sets.
18.5.3. Coupling with guard. : NA
19.0.0. Clear Water Tank cum chlorination chamber.
19.1.0. Volume, M^3 : 5x472.5/60 : 39.375 Say 40
19.2.0. Proposed Size, M. : As per lay out plan
19.3.0. HRT, Hours. :8
20.0.0. Pumps.
20.1.0. General.
20.1.1. Type. : Horizontal/ Centrifugal
20.1.2. Make. :
20.1.3. Capacity : (M^3/ Hr.); Head (MWC); Qty.
a) To M.Garh : at 30 MWC; 3 (2W+1SB)
b)
19.1.4. Purpose. : For Clear Water Pumping.
19.1.5. Location. : At the Dry Pit.
19.2.0. Recommended Suction x :
Delivery Pipe size, mmφ.
Common Header Rising : 600
Main, mm Ф
19.3.0. Material of construction.
19.3.1. Casing. : CI
19.3.2. Impeller. : SS
19.3.3. Shaft. : EN–8.
164

19.3.4. Base Plate. : MS


19.4.0. Motor.
19.4.1. Type. : TEFC, Squirrel Cage Induction Motor
suitable for 415± 6%, 3 phase AC current.
19.4.2. Insulation. : Class F
19.4.3. Enclosure. : IP- 55.
19.4.4. Make. ---
19.5.0. Accessories.
19.5.1. Pressure Gauge. : 1 No.
19.5.2. Foundation Bolts. : 3 Sets.
19.5.3. Coupling with guard. : 3 Sets.
19.5.4. Seal. : Mechanical.
20.0.0. TRANSFORMER: -
20.1.0. Type. Distribution Transformer.
20.2.0. Location. : Out door.
20.3.0. Rated Continuous out put. : 240 KVA
20.4.0. Tap Changer : Off Load
20.5.0. Standards : IS0 2062
20.6.0. Tap Changer Range.
20.7.0. No. Of Steps. :
20.8.0. Variation per step. :
20.9.0. Cooling :
20.10.0. No. Of Phases. :
20.11.0. Frequency. : 50 HZ.
20.12.0. Connection : Delta/ Star
20.13.0. Vector Group. :
20.14.0. Ambient Temperature. : 50 0C
20.15.0. Temperature Rise (Oil) : 45 0C
20.16.0. Temperature rise winding : 55 0C
20.17.0. Windings : Copper, Double
165

20.18.0. Fittings : The Transformer shall be complete with


all standard accessories including
following: -
: Oil Temperature Indicator.
: Windings Temperature Indicator.
: Off Load Tap Changer.
: Cable Boxes for Hl/ LT connections.
: Radiator.
: Marshaling Box.
Maximum Flow Density. : 1.8 w b/ m 2

16.0. TECHNICAL SPECIFICATIONS FOR ELECTRICAL WORKS: -


7.1. General Electrical Requirements and Technical Specifications for Electrical Works.
166

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.
Work Included: -
The contractor shall provide all the required labor, project equipment and material tools, construction
equipment, safety equipment, transportation, test equipment and satisfactorily complete all the electrical work
shown on the Schematic Drawings and included in these specifications provided and install wiring for the
equipment that will be furnished and installed as 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, standard & revisions.
1. Indian Electrical Rules 1956.
2. The Electrical Supply Act of 1948.
3. Fire Insurance Regulations.
4. Regulations laid down by the Chief Electrical inspector of State
5. Regulations laid down by Factory Inspector of State
6. Indian Standards Institution
7. Factory Act
8. Any other Regulation lay down by the other local authority.
Variances:
In instances where two codes are at variances the more restrictive requirements shall apply.
Contractor’s Expense: -
The contractor shall obtain and pay for the required bonds insurances licenses permits and inspections and pay
all taxes fees and utility charges that shall be required for the electrical construction work. The contractor shall
obtain at his own expenses the necessary certificate for the approval of the total work carried out from the Chief
Electrical Inspector Haryana Chandigarh and DHBVN/ Electricity Distribution Company.

Contractor Responsible for Supply of Equipment and Materials:


If during the period of erection the contractor or his workmen damage any part of the building structure or
materials the contractor shall be completely responsible for the damages and he will have to make rectification /
replacement at his own cost.
Project Drawings
The Scope of work & specifications for Electrical works are to govern the general layout of the complete
construction Except where special details are used to illustrate the method of installation of a particular piece of
type of equipment or material the requirements or description in this specifications shall take precedence in the
event of conflict.
Location of equipment inserts anchors motors panels pull boxes manholes conduits stub ups fittings lighting
fixtures power and convenience outlets exterior lighting units and ground wells are approximate and the
contractor shall be responsible for field verification of scale dimensions of Drawings no extra charges will be
167

allowed for field adjustments wiring changes conduit rerouting or additions needed to complete the installation
and produce satisfactory operation of all equipment.
The contractor shall review the Drawings and Specifications of other trades and shall include the electrical work
that shall be required for the installation.
Should there be a need to deviate from the schematic and Specifications the contractor shall submit written
details and reasons for all changes to the Engineer-in-Charge.
Shop Drawings:
After the award of the contract the contractor shall submit for the Engineer-in-Charge’s approval, 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 indented or required for the installation detailed installation drawings for all material and
equipments.
Job Conditions:
Site Investigations:
The contractor can visit the project site prior to submitting his bid carefully inspect all areas and become
acquainted with the existing conditions.
Contract Bid
The contractor shall evaluate all job conditions that affect the construction work for the project.
The base bid shall include the total cost for all the electrical work required by the Tender Documents site
investigations and all other contract expenses.
Construction Power:
The contractor shall make at his own cost the required arrangements with the DHBVN for the required
construction power.
The contractor shall provide all equipment materials and wiring in accordance with the applicable codes and
regulations.
Upon completion of the project all temporary constructions power equipment material and wiring shall become
salvage and shall become the property of the contractor and be removed with prior permission of the Engineer
In Charge.
Service Manuals:
Seven copies of all Service manuals shall be furnished with the respective equipments & shall contain all
necessary data for operation and maintenance of the equipment. A recommended spare parts list shall also be
furnished with the manual. A complete set of relevant Drawings shall be folded and inserted in each manual.
Equipment and Materials:
Contractor shall provide the equipment and materials that are required to complete all the electrical works
outlined in this Section and/ or as may be required for satisfactory operation.
Incidental items not included in the tender specifications that can legitimately and reasonably be inferred to
belong to the electrical works shall be provided by the contractor at no additional cost to the P. H. E.
Department, Haryana. The decision of the Engineer-in-Charge in this matter shall be final.
All equipment and material shall be new & of latest design and standard products of established manufacturers.
For uniformity only one manufacturer shall be accepted for each type of product.
168

Contractor shall provide adequate and protective storage for all equipment and materials during the construction
work. The contractor is responsible for its safe custody for his materials at site.
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 majeur conditions.
Damaged Products:
The contractor shall notify the Engineer In charge in writing in the event that any equipment or material is
damaged.
Repairs to damaged products shall not be made without prior approval by the Engineer-in-Charge.
Inspection:
Engineer shall inspect the material in charge or has representative before dispatch to site of work.
The Engineer-in-Charge shall inspect the fabricated equipment at the factory before shipment to job site. The
contractor shall notify the Engineer-in-Charge sufficient in advance so that inspection can be arranged at the
factory.
Inspection of the equipment at the factory by the Engineer will be made after the manufacturer has performed
satisfactory checks adjustments tests and operations.
The equipment approval at the factory only allows the manufacturer to ship the equipment to the project site.
The contractor shall be responsible for the proper installation and satisfactory start-up operation f the equipment
in accordance with the manufacturer’s requirement and to the satisfaction of the Engineer-in charge.
Execution: -
Requirements:
All electrical installations shall conform to the codes and standards outlined in this section.
Workmanship
Contractor shall assign a competent representative (Licensed Supervisor) who shall supervise the electrical
construction work from beginning to completion and final acceptance.
Qualified craftsmen who have had experience on similar projects good workmanship shall be provided for all
installations shall perform all labor.
The contractor shall ensure that all equipment and materials shall fit property in their installations.
Any required work to correct property fitted installations or defective material shall be rectified or replaced by
the contractor at no additional expense to the P. H. E. Department Haryana.
The Engineer or his representative will have the power to omit add, modify or adjust during stages of erection of
any items of work as may be necessary or expedient for the work No claim for compensation or damage will be
entertained on the account of such changes.
The contractor shall be absolutely and solely responsible for damages due to accidents injuries or losses
occurring to any person and property by his sub contractors agents or employees in the execution of the work.
Excavation and Backfill: -
Provide the excavations for electrical equipment foundations and trenches for conduits as specified.
Exercise caution during all excavation work and avoid damage to existing under ground pipes/cables.
Concrete: -
169

Where shown on the drawings provide the required concrete installations or conduit encasement and equipment
foundations.
Securing Equipment:
The contractor shall provide the required insets bolts and anchors and shall securely attach all equipment and
materials to their supports.
Cutting Drilling and Welding: -
The contractor shall provide the required cutting drilling and welding etc. that shall be required for the electrical
construction work.
Cutting and drilling structural members shall not be permitted except when approved by the Engineer-in Charge.
A core drill shall be used wherever it is necessary to drill through concrete or masonry.
The contractor shall provide the required welding for equipment supports conduits and fittings shall not be
welded to structural steel.
Card holders and cards shall be provided for circuit identification in 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.
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. Tags shall be
attached to all conductors passing through junction and pull boxes and/ or manholes and hand hoes circuits
phase and voltage shall be indicated. Tags shall be pressure sensitive plastic or embossed self attached stainless
steel or brass ribbon covers for pull boxes and hand holes used in high voltage systems shall be labeled “High
Voltage”.
Switch plates in designed areas shall be suitably engraved with a legend showing function or areas when
required by codes or shown on the drawings.
Clean-Up: -
Upon completion of the electrical work the contractor shall remove all surplus materials rubbish and debris that
accumulated during the construction work. The entire area shall be left neat and acceptable to the Engineer-in-
charge.
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.
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, starters etc shall have an etched metal or laminated bakelite nameplate
identifying these pieces of equipment and securely mounted on the equipment by screws. 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.
Adjustments and Tests: -
170

The entire electrical installation shall be tested adjustments made and defects corrected as an obligation under
the work of the section. Work shall include furnishing the necessary instruments and material and the cost of
replacement or repairs “on damage due to failure under test”.
Devices and equipment shall be checked for correct functional performance in accordance with apparatus rating
operating sequence and code requirements. All motors shall be checked and adjusted for correct direction of
rotation loading of circuits and feeders in panel boards shall be checked and balanced provide eight copies
above data for approval.
Record rated name plate full load running current for each motor indicated meter size installed in each motor
starter. Provide 8 copies of the above data for approval.

Guarantees: -
All the equipments materials and workmanship shall be guaranteed as outlined in NIT.
Standard Design Drawing: -
The standard drawings forming a part of the contract documents are attached.
Technical Specifications for Electrical Works: -
With reference to the scope of work for electrical items given above & technical specifications are given below
for the electrical works to be carried out with reference to the power distribution system and components details
provided in single line diagram. The bidder should prepare his technical bid and prepare his estimate for
electrical works strictly with scope of work & specifications & ensure performance of all the components &
system as a whole to meet with the requirements.
PUBLIC HEALTH ENGINEERING DEPARTMENT shall provide the Electric supply at the water works. The
scope of work shall cover but not restricted to the following: - Supplying laying & jointing of cables from main
Panel Bus bar to individual switch gear & drives respectively for operation.
11 KV VCB PANEL: -The VCB Panel shall meet the following requirements: -
Type. : Indoor Cubical/ Draw out type/
motorized
Number of Panels. : Single.
Degree of Protection. : IP- 4x.
System Rated Voltage. : 11 KV
System Maximum Voltage. : 12 KV
Frequency. : 50 HZ.
Insulation level.
a) 1.2/ 50 micro second impulses : KV Peak.
withstand.
b) One minute power withstands Voltage. : 28 KV
171

Rated Current for Bus bar/ Drops/ VCB. : 630 A


Short time current for one second. : 25 KA/ms
Breaking Capacity (Symmetrically) : 350 MVA
Rating Making Capacity. : 62.5 KA Peak.
Total Breaking Time. : 6 Cycles (Max)
Control Circuit. : Power Pack of 110V AC to DC.
Space Heating & Illumination Lamp. : 230 AC
Potential Transformer. : 11000/ √3: 110√3 (one) Accuracy1.0
Current Transformer. : Twin core; One for metering & other for
protection. Ratio 30/ 5 – 5 Accuracy 5L for
Protection, 1.0 for metering
Metering. : Ammeter. Voltmeter, KW/ Hr., PF, HZ.
Protection : Earth fault & over current CDG61 GE Alstom
make
TRANSFORMER: -
The Transformer shall confirm to the following requirements: -
Type. Distribution Transformer.
Location. : Out door.
Rated Continuous out put. : 240 KVA
Tap Changer : Off Load

Standards : IS0 2062


Tap Changer Range. : - 10% to +2.5%
No. Of Steps. :5
Variation per step. : 2.5%
Cooling : ONAN
No. Of Phases. :3
Frequency. : 50 HZ.

Connection : Delta/ Star

Vector Group. : Dynll

Ambient Temperature. : 50 0C

Temperature Rise (Oil) : 45 0C

Temperature rise winding : 55 0C

Windings : Copper, Double

Fittings : The Transformer shall be complete with all


standard accessories including following: -
172

: Oil Temperature Indicator.


: Windings Temperature Indicator.
: Off Load Tap Changer.
: Cable Boxes for Hl/ LT connections.
: Radiator.
: Marshaling Box.
Maximum Flux Density. : 1.8 w b/ m 2
LT PANEL: -
Type. : Indoor Floor Mounting Pattern.
Degree of protection. : IP- 52 upgraded
Supply System : 415 V 3 Phase; 50 Cycles AC.
Maximum System Voltage. : 433 ± 10%
Bus Bar material. : Copper
One minute power frequency voltage. : 2.5 KV (Power Circuit) & 1.5 KV (Control
Circuit)
Reference Ambient Temperature. : 50 0C
Maximum Temperature of Bus Bars : 85 0C
Short Circuit withstand (One second) : 50 KA
Thickness CRCA Sheets
a) Doors. : 2.0 mm
b) Cover. : 2.0 mm
c) Frame. : 2.0
Earthing Bus : Copper 40 x 5mm.
Minimum Clearances.
a) Phase to Phase. : 25.4 mm.
b) Phase to earth. : 25.4 mm.
INCOMMING FROM MAINS: -
1 set 800 A draw out type 4 Pole ACB with over load, short circuit, earth fault protection & metering with
Voltmeter, Ammeter, CTs, KW/ HR meter & PF meter.
BUS BARS: -
800 A 415 V 3 Phase 50 KA 50 HZ Copper Bus Bars.
173

OUT GOING: -
- Adequate numbers of sets of outgoing feeders for motors each equipped with TP MCCB of adequate
rating to suit the motor capacity, DOL, Star/ Delta or Automatic Auto Transformer Starter module with
required AC Contactors, Timers, Relays.
- 1 Set of out going feeder for APFC Panel equipped with suitable ATP MCCB.
- 2 Set of outgoing feeder for Auxiliaries & Lighting Loads each with suitable 32 ATPN MCB.
- 2 sets of blank spaces to be kept for any future expansion.
- 2 Incomer ASCBS shall be Interlocked in a manner that at any stage; only one of 2 feeders can be
switched ON.
AUTOMATIC POWER FACTOR CONTROL PANEL: -
The Automatic Power Factor Control of suitable KVAR rating suitable for automatic operation and control
of Power Factor with in the set limits, 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, 4 wire, 50 Hz equipped
with the following: -
Incomer: -
1 set equipped with 250 A MCCB, PF meter, APFC Relay suitable for sequential operation of 8 capacitor
banks of 25 KVAR .
Outgoing: -
Adequate sets of 32A 415V power contactors with fuses.
Adequate sets of 63A 415 V power contactor with fuses.
Capacitors Banks: -
Adequate sets of suitable rating.
LT Panel capacitor Banks shall be mounted in the separate LT Panel Board.
Battery & Battery Charger: -
Type of Battery : Lead Acid Indoor Type.
Voltage. : 30 V
Capacity at A/ Hr. rate. : 40
Nom. Cell Voltage. : 2V
Battery Charger. : Combined booster & trickle charge for 30 V
Battery.
Power Supply. : 230 V; 1 Phase, 50 HZ.

The above DC Power Supply is required for control supply to HT VCB Panel.

METERING PANEL

Supply, erection, testing and commissioning of 11KV Indoor H.T Metering Panel complete with suitable
CTs, PTs and 3 phase, 4 wire Digital Electronic KWH Meter with accuracy class of 0.5 as per requirement
and approval of DHBVN, consisting of the following: -
Cubical Panel Box of minimum size 700mm x700mm x1500mm free standing, floor mounting type made
out of 14 SWG CRCA sheet steel powder coated with epoxy coated channel iron base frame.
174

3 Nos 11 KV CTs 30/5 Amp, 5 VA Burden, 0.5 accuracy suitable for indoor installation.
1 No. 11KV PT 11000/110 V 10 KV burden 0.5 accuracy, oil filled suitable for indoor installation.
3 phase – 4 wire, 0.5 accuracy digital electronic KWH Meter of suitable capacity as approved by DHBVN
Ltd.
Electrical Panel: -
A separate panel (bay) should be provided for individual pump house. The control panel shall be made up of 14
SWG sheet steel with powder coating for long life. The control panel should contain MCCB of suitable rating
contacts relays of reputed make.
The following protections should be provided in the panel:
Overload protection: -
Over temperature protection for motors, single phasing prevents or Seal monitoring relay Automatic level
controller, 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.
The automatic liquid level controller should control the pump while the pumps run in auto mode. The electrodes
should be fixed in the wet well and the connections from electrodes. Should be made to the individual control
panel through the cable duct necessary control wiring should be made so that the pump starts/ stops on auto.
Type of starter should be as under:
Sl. No. HP Rating Type of starter
1 Up to 5 DOL
2 7.5 to 50 Star Delta.
3. Above 50 Auto Transformer
The panels will be made dust and vermin proof by providing proper neoprene gaskets. Each panel will have
compartmental design, where in the incoming and outgoing feeders bus bars etc will be mounted in separate
compartments having its own front door. The main switch of each feeder will be interlocked with its front door
so that the door cannot be opened in the CLOSED position of the switch.
The two incomers of the electrical panel as described above will have mechanical Castle Key interlocking
facility having two locks and one Key so that only one of the two incomers can be closed with the help of the
key. After closing the selected incomer the key inserted in the Castle lock gets trapped and remains there so long
as the incomer is ON. The other incomers cannot be closed due to non-availability of the trapped Key. This
would serve a fool proof interlocking for avoiding paralleling of the grid supply and generator supply. All
panels will be completely wired internally with terminals brought out to terminal blocks for external wiring due
to the heavy corrosive atmosphere in the WTP, 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. The component details of each panel would be as per the specification.
Cabinets for same type of use shall be the product of a single manufacturer.
Do not install surface-mounted cabinets in finished areas unless so indicated. Where conflicting data is indicated
verify mounting requirements prior to ordering cabinets.
Construction of cold-rolled steel with metal gauges and construction methods shall conform to Indian Standards.
Finish doors, trims and back boxes for surface mounted cabinets in finished area by applying a rust-resistant
treatment prime coat and a final coat of manufacturer’s standard enamel or lacquer finish and give heat
175

treatment. Galvanize all other sheet metal components of cabinets including back boxes for flush cabinets,
excepting non-ferrous metal parts or steel parts provided with cadmium plating or equivalent protective plating.
Equip doors with concealed or semi-concealed hinges and with flush or semi-flush spring catch type flush
cylinder locks.
Set cabinet doors flush into cabinet trim. Equip trim with adjustable clamps or other approved means to fasten
trim to cabinets. Fastening method shall permit adjustment for aligning the trim for surface cabinets shall be
even with the perimeter of the back box.
Do not use factory furnished knockouts with surface back boxes punch or drill required openings during
installation.
Alarm Annunciation Panels (AAP): -
The AAP will get 240 V AC supply from the respective Pump Houses local panel. The AAP will be of wall
mounting type fabricated from 14SWG CRCA sheet steel it will have front cover door of which the alarm
windows will be fixed. The alarm windows will be of solid-state fascia type having small rated flashing lamps.
Total 4 such fascia windows will be provided on each AAP in addition to the windows the AAP shall have
alarm Acknowledge PB Alarm Reset each PB and Alarm Test PB and an electronic heater. This will have On &
Off indicating lamp for each pump for knowing the status of pumps. This should be dust and vermin proof with
enclosure protection IP – 54.
In case of faults such as Low-Low level in LPS etc. the fascia window will start flashing till it is acknowledged
by pressing the ACK PB After pressing the ACK PB the window will stop flashing and will glow steadily until
the fault is cleared and Reset PB is pressed.
The AAP shall have the following fault indicating windows:
Alarm Annunciation Panel for each Local Pump Stations (LPS): -
2- LPS Pump Trip
1- LPS level LL
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. 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.
Exhaust fans: -
The total number of fans installed shall create a required ventilation system, which shall limit the temperature
rise to a maximum 5 degrees centigrade above the ambient temperature. The ambient temperature for the area is
taken as 42 Degrees Centigrade.
Technical particulars: -
1. Fan designation Exhaust duty
2. Design capacity To be decided during detailed design
3. Type Wall mounted, centrifugal
Features of Construction: -
1. Impeller Mild steel or Cast aluminum
176

2. Hub Cast Iron / Die cast Aluminum


3. Casing Mild Steel
4. Wall cowl Galvanized iron sheet – 22 gauge
5. Bird screen 14 gauge galvanized iron with 12 mm bird screen
6. Motor TEFC IP 54, 750 rpm synchronous
Electrical Panel: -
A separate panel (bay) should be provided for pumps & Blower house. The control panel shall be made up of 14
SWG sheet steel with powder coating for long life. The control panel should contain MCCB of suitable rating
contacts relays of reputed make.
The following protections should be provided in the panel:
Overload protection: -
Over temperature protection for motors, single phasing prevents or Seal monitoring relay Automatic level
controller, 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.
The automatic liquid level controller should control the pump while the pumps run in auto mode. The electrodes
should be fixed in the wet well and the connections from electrodes. Should be made to the individual control
panel through the cable duct necessary control wiring should be made so that the pump starts/ stops on auto.
The panels will be made dust and vermin proof by providing proper neoprene gaskets. Each panel will have
compartmental design; where in the incoming and outgoing feeders bus bars etc will be mounted in separate
compartments having front door. The main switch of each feeder will be interlocked with its front door so that
the door cannot be opened in the On/ CLOSED position of the switch.
The two incomers of the electrical panel as described above will have mechanical Castle Key interlocking
facility having two locks and one Key so that only one of the two incomers can be closed with the help of the
key. After closing the selected incomer the key inserted in the Castle lock gets trapped and remains there so long
as the incomer is ON. The other incomers cannot be closed due to non-availability of the trapped Key. This
would serve a fool proof interlocking for avoiding paralleling of the grid supply and generator supply. All
panels will be completely wired internally with terminals brought out to terminal blocks for external wiring due
to the heavy corrosive atmosphere in the Water Works, 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. The component details of each panel would be as per the specification.
Cabinets for same type of use shall be the product of a single manufacturer.
Do not install surface-mounted cabinets in finished areas unless so indicated. Where conflicting data is indicated
verify mounting requirements prior to ordering cabinets.
Construction of cold-rolled steel with metal gauges and construction methods shall conform to Indian Standards.
Finish doors, trims and back boxes for surface mounted cabinets in finished area by applying a rust-resistant
treatment prime coat and a final coat of manufacturer’s standard enamel or lacquer finish and give heat
treatment. Galvanize all other sheet metal components of cabinets including back boxes for flush cabinets,
excepting non-ferrous metal parts or steel parts provided with cadmium plating or equivalent protective plating.
Equip doors with concealed or semi-concealed hinges and with flush or semi-flush spring catch type flush
cylinder locks.
177

Set cabinet doors flush into cabinet trim. Equip trim with adjustable clamps or other approved means to fasten
trim to cabinets. Fastening method shall permit adjustment for aligning the trim for surface cabinets shall be
even with the perimeter of the back box.
Do not use factory furnished knockouts with surface back boxes punch or drill required openings during
installation.

Hoists: -
Manual driven, short headroom, wire rope hoists with hand driven traveling trolley and I – beams for suspension
shall be required in
Location Vertical Lift Capacity Manual.
Chemical House From Ground Floor of the chemical storage to 500 Kg Manual.
first floor up to the top of alum solution tanks.
Chlorine Room From FFL to Tractor/ truck trolley 3 MT Manual.
Machinery Room From FFL to Tractor/ truck trolley 2 MT Manual.
Raw Water & Clear From Pumps Level to Tractor/ truck trolley 2 MT Manual.
Water Pump House
The construction of the hoists, its components, the design, testing and commissioning shall conform IS 3938,
Class II duty. All parts needing inspection and/ or replacement shall be easily accessible with the minimum need
to dismantle other equipment, accessories or structures. All lubrication points shall also be easily accessible
without the need for any dismantling of other equipment of accessories. The beam, on which the hoist shall
travel, shall be designed, supplied, installed and tested in conforming to the relevant Indian Standards.
The construction of the hoists, its components, the design, testing and commissioning shall conform IS 3832.
All lubrication points shall be easily accessible with the minimum need to dismantle other equipment,
accessories or structures. The hoist must be equipped with adequate safety devices. The beam, on which the
hoist shall travel, shall be designed, supplied, installed and tested in conforming to the relevant Indian
Standards.
Mechanical Details: -
It should have an inbuilt weighing device with the dial indicator
Load wheel 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.
Load chain As per IS 6216 grade 80 alloy steel
Hook Conform to IS 8610 grade P Steel, forged to withstand shock loads. The lifting hook
shall be supported on a bearing for 3600 swivels under load.
Brake Positively self acting at any load position, screw and friction disk type
Chain block Low headroom pulley block
Traveling trolley On mild steel plates, wheels finished high grade cast iron; hobbling gears with machine
cut teeth, cast integral with the wheel; steel pinion
Beam The beam shall be suitable for the trolley, complete with end stops, holding down bolts
178

and taper washers. It shall be designed according to the capacity of the hoist, the beam
fixation/ support points, length and alignment. It shall of the hoist, the beam fixation /
support points, length and alignment. It shall be of galvanized mild steel. All fixation
elements shall be of galvanized steel.
Nuts, Bolts, Studs and Washers: -
Nuts and bolts shall be of the best quality bright steel, machined on the shank and under the
water, Studs, bolts and nuts shall be electro-galvanized. Bolts shall be of accurate length so
that only one thread shall show through the nut in the fully tightened conditions. Nuts and
bolts shall conform to IS: 1363 and IS: 1367.
Electrical Equipment: -
This specification covers in brief the technical requirements for the supply of equipment, materials, installation,
testing and commissioning including the design/ selection of the electrical systems/ equipment for the Treatment
Plant.
It is not the intent to specify herein all the details pertaining to the design/ selection of material/ equipment,
procurement, manufacture, installation, testing and commissioning, however, the material/ equipment,
procurement, manufacture, installation, testing and commissioning, however, the same shall be of high standard
of engineering and shall comply to all currently applicable standards, regulations and safety codes.
The scope of the Contractor shall cover design and drawing of electrical systems, selection of the equipment/
materials, procurement, expediting, inspection, packing and forwarding, delivery at site, erection, testing
commissioning, obtaining the statutory approvals, handing over the complete plant etc.
a) L.T. switchgear: -
S. No. Standard Description
1. 3247 Switchgear general requirement
2. 8623 Factory built assemblies of switchgear & control gear for voltages including 650 V.
3. 2147 Degree of protection provided by enclosure for low voltage swift and control gear.
4. 2551 Danger notice plates
5. 1248 Electrical indicating instruments.
6. 722 AC electric meters.
7. 2705 Current transformers.
8. 3156 Voltage transformers.
9. 10118 Installation and maintenance of switchgear.
10. 375 Marking and arrangement for switchgear bus bars main connection auxiliary wiring.
Other considerations: -
This section is applicable for 415 V Motor control center (MCC) for water works.
For details of individual switchgear components refer design consideration given in tables.
Switchgear shall be made out of sheet steel in compartmentalized design and shall be suitable for bottom cable
entry on rear side. The horizontal bus bar chamber shall be on the top whereas vertical bus bars shall be
provided in bus alley at the front. Instead of switch fuse unit (SFU) unless other wise specifically shown on
drawing, fixed type Molded Case Circuit Breaker (MCCB) shall be provided.
All modules up to 630 A shall be provided with MCCB of 50 kA S.C. rating.
179

All modules of 800 A, and above shall be provided with draw out type Air Circuit Breaker (ACB). All A.C.B. S
shall be of three pole, manually operated spring charged design.
The minimum clearance on back and sides of all switchgears shall be 1000 mm and on the front side the same
shall be 1500 mm.
All M.C.C.B.S shall be provided with operating handle and indoor interlock.
Technical parameters: -
a) Designation & quantity MCC
b) TPN bus bar details High conductivity Aluminum grade E91E for TPN bus type, size to suit
current rating.
c) Min. clearance Phase to earth –20mm
d) Earth Bus 50 x 6 GI strip for other switchgears
e) Power frequency Withstand 2.5 KV RMS, 50 Hz for one minute
voltage duration
f) Short time 50 kV RMS, 50 Hz for one minute
g) Maximum temperature bar 70 Deg. C
h) ACB details Ratings and static releases Contractor to release.
i) Operating duty cycle for 0-3 min – co-3 min – co.
ACBs
j) CT details Cast resin, bar primary type, I A CT of suitable CT ratio, burden and
class of accuracy.
k) PT details Shall be with static releases, current limiting features & aux switch for
alarm / indication.
l) MCCB details Shall be with static releases, current limiting feature & aux switch for
alarm / indication.
m) Indicating Lamps On, off and Auto-trip indications on module door for each drive.
n) Motor control supply 415/ 110V, AC, 1 ph, common control transformer.
o) Selector switch details As for Ammeter with R, Y, B Off positions and VS for Voltmeter with
RY, YB, BR, OFF positions
p) Indicating Meter Details Moving iron type, 90 deg scale, for Am & VM,
Suppressed scale in case of AM for motors.
AM dial range to suit CT primary current
VM dial range to suit PT primary voltage.
Size 144 mm sq for incomer feeders.
Size 96 mm sq for outgoing feeders.
Accuracy Class 1.0
q) Integrating Meter details Train gear type, calibrated for reqd. CT-PT ratio Accuracy Class 1.0

r) Push button details OFF PB; momentary type, 2 NO & 2NC contacts of 10A

s) Indicating lamp details 7 Watts filament type with series resistance

t) Control fuse details HRC cartridge type with base & carrier Ratting contractor to select
180

u) Miscellaneous details Control Wiring shall be with standard copper conductor, PVC
insulated, 650 V grade wires of 2.5 mm 2 for Ct circuits and 1.5 mm2
for other circuits.
Control terminals shall be provided with shorting link and earthling
facility
Control wiring shall be marked with ferrule no at both ends.
All boards shall be provided with thermostat control space heater,
cubicle illumination with control switches. Degree of protection for
enclosure of all boards shall be IP 52.
All boards shall be applied with 2 coats of red oxide after cleaning and
with final finish with enamel paint of shed no 631 as per IS-5
Drawing and documents required: -
- GA drawing of panel with foundation details
- Single line diagram
- Schematic diagrams for various modules
- Instruction manual for installation, operation and maintenance of various components of switchgear.
b) Motors: -
The motors shall conform to following IS- codes: -
S. No. Standards Description
1. IS 325 Squirrel cage induction motors
2. IS: 4691 Type of enclosures
3. IS: 6362 Method of cooling
4. IS: 4029 Testing of induction motors
5. IS: 9283(1970) Submersible Motors.
Other considerations: -
Contractor shall select the motor as per the required performance of pumps and ascertain the required rating of
the motor. Contractor shall also verify the starting characteristic and acceleration time for motor selection.
All the motors are provided with M. C. C. B s at MCC. The MCCB make, type and characteristic shall be
provided to the motor manufacturer for his necessary action.
Contractor shall inform the nos. of permissible restart per hour for each motor after obtaining the same from
motor manufacturer.
Contractor shall co-ordinate between the driven equipment (pump) supplier and motor supplier for selecting the
method of coupling, motor frame size, 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.
Technical parameters: -
a) Quantity and Motor Details *As required at various locations discussed in
the documents.
b) Type of motors As required as per individual requirement.
181

c) Motor duty As per design.


d) Supply voltage & free conditions Voltage – 415 V +/- 10%
Frequency – 50 Hz +/- 6%
Combined variation - +/- 10%
e) Insulation class Class F and temperature rise as per class B
f) Starting Method Star-delta for rating > 3.5 KW DOL for rating <
3.5 kW & auto transformer for 36 KW.
g) Cable termination details Cable termination box protection class IP 55.
h) Space heater 230 V Space heater for motors above 55 kW
i) Performance details Efficiency at full load – 80% min.
Power factor at full load – 0.90 min
k) Painting details Enamel paint of shade 631 as per IS 5.
Drawing and documents required: -
- GA drawing of the each motor showing dimensional details and terminal box details.
- Motor selection details.
- Motor Characteristics.
- Instruction manual for installation, operation and maintenance for motors.
c) L.T. Cables: -
No. Standard Description
1 1554 PVC insulated electric Cables.
2. 8130 Conductors for insulated electric cables.
3. 5831 PVC insulation and sheath of electric cables.
4. 3975 Mild steel wires, strips and tapes for armoring of cables.
5. 1753 Aluminum conductors for insulated cables
6. 9283 (1979) Submersible Cables.
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. The minimum size of Al conductor cable shall be 6 mm2 and Cu
conductor cable of 2.5 mm2.
Power cable sizing shall be based on the various de- rating factors recommended by cable manufacturer, rated
current, temperature rise of conductor and voltage drop.
Control cables of CTS shall be based on the VA burden of CT and relays/ meters.
Technical parameters: -
LT Cables PVC insulated, taped PVC inner sheath, 650/1100 V grade, with multistage
aluminum/ copper conductor, 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.
Drawing and documents required: -
182

Cable catalogue
d) Lighting Fixtures: -
No. Standard Description
1. IS: 1913 General & Safety requirements for electric lighting fittings.
2. IS: 1777 Industrial lighting fittings with metal reflector.
3. IS: 5077 Decorative lighting outfits
4. IS: 2149 Luminaries for street lighting
5. IS: 6665 COU for Industrial Lighting
Other Considerations: -
The Contractor considering following flux levels shall design lighting system.
Indoor areas – 250 fluxes, for Laboratory and Control Room, 200 flux, for other areas, Outdoor areas – 50 flux.
Lighting shall be designed for controlling the flux level in following way.
Switches shall be provided to achieve 50% of the designed flux level whenever required for indoor as well as
outdoor areas.
Technical parameters: -
No. Standard Description
1. Rated Voltage (with variants) 230 V +/- 10%
2. Incoming cable/ conduit fixtures Cable entry for HPSV/ HPMV lamps
Conduit for fluorescent tube lights
3. Painting Vitreous Enameled
4. Type – Outdoor Weather proof for outdoor fixtures
Indoor Commercial for office areas and Industrial for other areas
5. Earthling One Terminal Outside
Drawing and documents required: -
For Lighting fixtures technical catalogue with mounting and dimensional details and polar curve be furnished.
e) Cabling system installation : -
The cables shall be laid in trenches, trays or conduits or buried in ground as specified in cable schedule. Cable
routing given on the drawings shall be checked at site to avoid interference with structures, piping and ducting.
Minor adjustments shall be made to suit the field conditions.
All cables shall be carefully measured and cut to the required length, leaving sufficient length for final
connections to the equipment on both sides & loop for extra length.
The contractor shall ascertain the exact requirement of cable for particular feeder, by measuring at site along the
actual finalized route.
Cable shall be laid in complete uncut lengths from one item of equipment to another.
Cable shall be neatly arranged in the trenches/ trays in such a manner, that crisscrossing is avoided and final
take off to the motor/ switchgear is facilitated LV/ LT Cables shall be laid maximum in two layers in each tray
for cables up to 3.1/2C x 95 mm2. Arrangement of cables within the trench/ tray shall be the responsibility of
the contractor.
Cable numbers as per schedule shall identify all cables close to their termination point. Cable numbers will be
punched on aluminum straps, (2 mm thick), securely fastened to the cable and wrapped around it.
183

Underground cables shall be provided with cable markers. These posts shall be located at every 50 meters and
every corner.
All temporary ends of cables shall be protected against dust and moisture to prevent damage to the insulation.
While laying cables, the ends shall be taped with PVC tape.
Cables shall be handled carefully during installation to prevent mechanical injury to the cables. Ends of cables
leaving trenches shall be coiled and provided with protective cover until the final termination to the equipment
is completed.
Directly buried cable shall be laid underground in excavated cable trenches wherever required. The trenches
shall be suitably designed for accommodating all the cables. Before cables are placed, the trench bottom shall be
filled with a layer of sand. This sand shall be leveled and cables laid over it. The cable shall be covered with 150
mm of sand on top of the largest diameter Cable and sand shall be lightly pressed. A protective covering of RCC
tiles shall then be laid on top. The balance trench area shall then be back filled with soil, rammed and leveled.
As each cable is laid in the trench, it shall be subjected to insulation test in the presence of the Engineer in
charge before covering. Any cable, which proves defective, shall be replaced.
All wall openings shall be effectively sealed after installation of cables.
All wall openings shall be effectively sealed after installation of cables.
Where cables rise from trenches to motor, control station, lighting panels etc. they shall be taken in GI pipes
(rigid / flexible) for mechanical protection up to a minimum of 600 mm above grade level. The diameter of the
GI pipe shall be at least 3 times the diameter of the cables.
Cable shall be carefully pulled through conduits to prevent damage.
Wherever cables are taken in conduits / Pipe, the contractor shall ensure that the area of conduit / pipe is 100%
more than the cable area.
If pipe sleeves provided by Purchaser are inadequate since more cables are to be laid, then additional pipe
sleeves shall be laid.
After the cables are installed and all testing is complete, conduit ends above grade level shall be plugged with
suitable weatherproof plastic compound.
Where cables pass through foundation walls or other underground structures, the necessary ducts on openings
will be provided in advance for the same.
At road crossings and other places where cables enter pipe sleeves an adequate bed of sand shall be given.
Cables installed above grade level shall be run in trays, exposed on walls, ceilings / structures and shall be run
parallel to, or at right angles to, beams, walls or columns. The cables shall be so routed that they will not be
subjected to heat.
Cables running along structures will be clamped by means of GI saddles and saddle bars a spacing of 300 mm.
Cable carrier system i.e. site fabricated ladder type cable trays and supporting steel shall be painted before lying
of cables. Painting shall have two coats of red oxide and one coat of Aluminum paint.
For all outdoor buried cables a 3-meter diameter loop shall be provided at both ends before termination.
Termination: -
All PVC cables shall be terminated at the equipment/ panel by means of double compression type brass glands
and tinned copper lugs.
Power cable cores shall be identified with red, yellow and blue PVC tapes.
184

In case of control cables, their terminal numbers by means of PVC ferrules shall identify all cores at both ends.
Wire numbers shall be as per inter-connection diagrams, to be furnished to the contractor.
The cable shall be taken through adequate size gland inside the panel or any other electrical equipment.
Cable leads shall be terminated at the equipment terminals by means of crimped type solder less connectors.
Crimping shall be done by hand crimping/ hydraulically operated tool and conducting jelly shall be applied on
the conductor. Insulation of the leads should be removed immediately before the crimping.
f) Earthing system: -
All the material required for the earthlings system shall be supplied and installed by the contractor. The main
grid conductor shall be hot dip G.I. strip of 50 x 6 mm size or copper.
The contractor shall prepare Earthing layouts. All the material required for making earthen stations, such as
electrode, charcoal, salt etc. should be supplied by the contractor. Excavation and refilling for laying of earth
strip and for earth pit shall also be in contractor’s scope.
The entire earthen system shall fully comply with Indian electricity act and rules. The contractor shall carry out
any changes desired by the electrical inspector, in order to make the installation conform to I.E. Rules.
The main earth grid shall be laid at a depth of 1000 mm below Grade level. In trenches, earth strip shall be laid
along the trench. It shall be protected against mechanical damage. Joints and tapping in the main earth grid shall
be made in such a way that reliable and good electrical connections are permanently ensured. All joints except
the equipment end shall be welded. Giving two coats of bitumen and covering with Hessian tape shall suitably
protect all joints buried in ground.
Conduits in which cables have been installed shall be bonded and earthed. Cable armor shall be earthed at both
ends.
Earth pipe electrodes shall be installed as per IS: 3043. Their location shall be marked on earth pit chamber
covers.
The electrodes shall be tested for earth resistance by means of standard earth tester.
A disconnecting facility shall be provided for individual earth pit to check earth resistance.
All electrical equipment above 230 V shall be earthed at two points and equipments below 230 V shall be
earthed at one point.
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 Conductor
Motors Up to 11kW up to 22k W up to 37.5 kW to 8 SWG GI
90kW to above 200 kW 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
Local control station, street 8 SWG GI wire
light op junction box
Main earth grid 50 x 6 mm GI flat
185

SLDB 32x 3 mm GI flat


Lighting Panel 25 x 3 mm GI flat
Indoor fixtures 14 SWG GI Wire
g) Cable glands and lugs: -
All cable glands shall be made out of brass and shall be of double compression type.
All cable lugs shall be of tinned copper, crimping type.
Cable trays: -
Cable carrier system shall comprise of site fabricated ladder type cable trays made out of structural steel and
painted duly with two coats of red oxide and a final coat of enamel paint. The construction of the cable trays
shall be as per the site requirement and generally in line with the drawing enclosed.
i) Lighting panels (LP): -
The panels shall be of 14-gauge sheet metal construction. Panels shall be equipped with phase and neutral bus
bars of adequate capacity and miniature circuit breakers. The incomer shall be of ELMCB and outgoing circuits
shall have only MCBs. MCB shall be of 9 kA. Miniature circuit breakers shall be mounted in such a ways that
operating levers project outside the front cover plates. A hinged door to cover the operating knobs shall be
provided with detachable top and bottom plates with 25 mm knockouts. All metal surfaces shall be cleaned free
of rust, given a coat of red oxide primer & finished with 2 coats of synthetic enamel paint of shade 631 as per
IS, for 415V danger board and engraved nameplate shall be fixed on the panel. The lighting panels shall be
marked with the voltage and No. of phases of the supply.
h) Civil works: -
All civil/structural works, required for electrical installation is included in the contractor’s scope. However some
of the major items are listed below: -
- Foundations for lighting poles.
- Road Crossings by RCC pipes
- Excavation, cable protection tiles, sand filling, back filling etc. for directly buried cables and earthing
conductors.
- Any other minor civil works required such as making openings in wall, floor etc.
- Built up trenches for indoor cabling
- All openings made by the contractor for lying of conduit / cable / earthing strip etc. shall be made good at no
extra cost.
i) General Control Panel: -
The control panel shall be of ‘L’ shaped with indicators, ON/OFF indicating lamps and annunciations on the
front side and manual push buttons, manual controls etc. on the slanted desk.
Control panel shall be fabricated out of the cold rolled sheet of thickness not less than 3mm for all
front/side/rear/top and bottom sides. Control panel after having given the preprinting treatment and two coats of
red oxide, shall be painted with final paint shade of 631 as per IS 5. The CP shall be of free standing type with
bottom cable entry and rear access with hinged door. The slant portion of the CP shall also be provided with
hinge for easy access to the internal wiring. The CP shall be provided with thermostat controlled space heater
and internal illumination facility. The slant portion of the CP shall also be provided with hinge for easy access to
the internal wiring. The CP shall be provided with thermostat controlled space heater and internal illumination
186

facility. The overall size of the CP when viewed from front shall be limited to maximum 1800mm in height and
1500 mm in depth. The length of the CP shall be decided suitably to accommodate the equipment.
All instruments on the front of the panel shall be flush mounted. The instruments shall be mounted at such an
elevation from ground that the operator should be able to read them easily. Centrally located suction an on the
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.
A good clear earth shall be provided for the instrument control panel. This earth shall be independent and
separate from the Earthing provided for electrical installations.
Annunciation system shall be located on the front vertical surface of the panel. The approved inscriptions shall
be labeled on each annunciation window. Annunciation shall be complete with Accept/ Reset / Test PBS.
All cables shall be terminated inside the panel on properly arranged DIN rail mounted terminal blocks. All
cables shall be provided with double compression type brass cable glands while terminating the cables inside the
panel. Cable entry shall be from the bottom. All field mounted junction boxes for signal and control cables shall
be weather proof and with canopy.
The control panel indicating status of various motors, pumps, blowers, the various system parameters e.g. levels,
etc. All ‘ON’ indications shall be in Red LED and ‘OFF’ indications in Green LED.
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. Control switches, indicating lamps meters etc.
Sheet of local panel shall be of MS and thickness not less than 2mm.
Local control panel after having the pre painting treatment and two coats of red oxide, shall be painted with final
paint shed of 631 as per IS: 5. The control panel shall have bottom entry for cables, hinged type lockable door
arrangement and easy access for wiring. Mounting arrangement for the control panel shall be suitable for the
application and location and easily accessible for the operator.
k) Pressure Gauges: -
S. No. Title Description
1. Instrument Pressure gauge
2. Type Bourdon Tube Type
3. Required Range As required

4. Dial size 150 mm

5. Process Connection ¾” BSP

6. Mounting Threaded on siphon


7. Accessories Siphon with needle valve arrangement for ¾” BSP
connection socket and pressure gauge
8. Application Water

9. Working Pressure 0-10 Kg/ cm2

10. Accuracy +/- 1.0% FSR

l) Level Switches: -
187

S. No. Title Description


1. Instrument Level switch
2. Type Magnetic Float type / Capacitance type/ Ultrasonic
type.
3. Process connection As per model selected
4. Accessories As per model selected
5. Application Sewer/ Clarified Sewer water.
6. Power supply 230 V AC, 50 Hz
7. Output Potential free contacts DPDT rated for 5A
8. Enclosure Weatherproof, IS 2147 / IP 65
9. Accuracy +/- 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.
S. No. Title Description

1 Instrument Flow Transmitter

2. Type Ultrasonic Type, for water in open channel & pipe.


3. Static Pressure Range As required

4. Required Floe Range As required

5. Pipe ID As required

6. Process Connection As per model selected

7. Mounting Socket alongside sensor and bracket fabricated at site


8. Accessories Flange fittings as per model selected and gaskets
suitable flange size
9. Application Water

10. Power Supply 230 V AC/ 50 Hz

11. Output 4 to 20 mA

12. Cable connection ½ “NPT

13. Cable Type Multi stand Cu conductor, 1.5 sq mm with PVC ins
screened Armored
14. Cable Glands ½ “NPT Double Compression in S.S.

15. Enclosure Weatherproof, IS 2147 / IP 65

16 Accuracy +/- 2% FSR

n) Site Calibration: -
188

All field instruments shall be calibrated at site under supervision of supplier’s Engineer. Standard calibration
procedures shall be followed for calibration. All reference equipments such 25 pressure gauges, scales etc. shall
be certified from authorized/-approved agency. All such certification shall be in the scope of contractor.
For all instruments standard calibration documentation shall be prepared at the time of calibration.
Calibration shall be performed in the presence of the Engineer-in-Charge or his representative. The contractor
shall do all recalibration till hand over of the plant.
189

17.0. GENERAL& TECHNICAL SPECIFICATIONS FOR MECHANICAL WORKS:


-
The Bidder shall prepare his bid on the basis of General Mechanical Requirements and
Technical Specifications for Mechanical works given below for the various items.
The requirements of these specifications are subject to the General conditions of contract.
Other applicable sections of the specification shall be 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.
The contractor shall provide all the required laborer permanent equipment and electrical tools, construction plant
and equipment, safety equipment, transportation and test equipment for supplying installing adjusting and fully
testing all the mechanical work shown on the Drawings included in these schedules or ordered by the Engineer-
in-charge.
a) Standards.
All mechanical equipment and the materials used shall comply with the relevant Indian Standards unless a more
rigorous requirement is specifically stipulated. If no applicable Indian Standard is available for any item of
equipment or materials, 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. In every situation the latest
specifications, Standards etc. shall apply unless otherwise stated. In instances where there is a conflict between
two codes (the Indian Standards not available). The more restrictive of the two shall apply.
b) 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. subject however to the above requirements, work that is not included in the contract
documents shall not be performed except when approved in writing by the Engineer-in-charge.
c) Quality Standards.
Whereas the names of one or more manufactures have been shown on the drawings or mentioned in these
specifications, it has been so done to indicate type and equality required and acceptable. All equipment
furnished shall have a data plate fabricated out of 316 Stainless steel with a minimum thickness of 6.6 mm with
embosses or reprinted lettering and fastened to the frame with corrosion resistant pins. Nameplates shall have
stamped on number type. Operating and performance data and other pertinent information, letters and numerals
shall not be smaller than 4.75 mm high.
d) Tagging
Nametags shall be provided and attached with each item o equipment and device to identify it. The nametag
shall be of rectangular shape and shall be rectangular shape and shall be approximately 37 mm x 76 mm in size.
They shall be made from brass or stainless steel metal and have a minimum thickness or 0.75 mm. Letters and
numbers shall be engraved or etched in the name tag and shall not be less than 4.75 mm. high. The name and
number of each item or equipment or device, as shown on the drawing shall be shown on each nametag. A 4.75
190

mm diameter hole shall be provided in the upper left hand corner of each tag and shall be used to attach the
nametags to the equipment and devices, with 2 mm Stainless steel chain.
e) Project Drawings.
The plant layout of Water Works with all units is attached. The bidder is required to prepare his own layout
showing all mechanical & electrical equipments, cable routs etc. on the basis of his detailed design to be
submitted along with his technical bid.
f) Shop Drawings.
Prior to fabrication of custom made equipment or placing orders for available manufacture equipment, the
contractor shall obtain from the manufacture and submit to Engineer-in-Charge for his approval five copies of
shop drawings for showing.
Detail of fabrication, assembly, foundation drawing, installation drawings, and wring diagrams together with
detailed specifications and data covering materials used, power the assembly, parts, devices and other
accessories forming a part of the equipment to be furnished. Unless otherwise specified, these shall constitute
the initial submittal.
The contractor shall submit six (6) copies of certified performance or certificate test curves as specified for all
pumps, unless otherwise specified with the tender. The contractor shall notify the Engineer-in-Charge three (3)
weeks prior, to any testing, should the Engineer-in-Charge elect to witness the tests or have the test witnessed by
an authorized representative on his behalf.

g) Record Drawings.
The contractor shall maintain a complete and accurate record set of drawings for the mechanical installation and
construction work.
Record all work that is installed differently than shown on the project drawings.
Upon completion of the work, the contractor shall submit to the Engineer-in-Charge three (3) complete set of
“record drawings” or as built distinctly shown in red ink and marked “Record” or “As built”. Only one of these
two descriptions shall be used throughout the contract.
All underground piping shall be located by the dimensions, baseline stationing, approximate elevation and other
pertinent data required to facilitate the relocation of the pipes or fittings later when necessary.
h) Adaptation of Equipment.
In case the equipment selected require any revision to the structure, piping electrical or other works shown on
the drawings, the contractor shall include the cost of such revisions in his bid for the equipment and no extra
payment shall be made for such revision. All such revisions shall be adapted to the approval of the Engineer-in-
Charge. It should however, be noted that no equipment will be accepted which requires any major structural,
piping, electrical or other charges.
i) Utility Service Interruptions.
Utility service interruptions initiated by the contractor in the course of execution of his work shall be scheduled
in advance and approved by the Utility Authority and the Engineer-in-Charge.
j) Manuals:
191

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, pertain and maintenance of the equipment. This requirement shall over all
equipment furnished. The Engineer-in-Charge shall approve the manuals for the adequacy of the contents and
the format.
And return one (1) set to the contractor for his use in the Start-up of the equipment. If any errors or in
adequacies discovered are of a minor nature, errata sheets or addenda shall be supplied by the contractor in
consultation with the Engineer-in-Charge, if gross inadequacies are comings, to improve to a general level of
acceptance.
The errata sheets, addenda or revised manuals shall all be resubmitted to the Engineer-in-Charge for recreating

and approval with in fourteen (14) days of the date of which the Engineer-in-Charge’s comments are conveyed

to him.

Schedule Manual for approval shall be submitted to the Engineer-in-Charge not later than the date of dispatch
from factory.
Contents: The instruction Manual shall contain, but not be limited to, at least the following information, where
applicable.
General introduction & over all equipment description, purpose, functions simplified theory of operations etc.

Specifications, Installation, Instruction and precautions, Start up procedures, Shut down

Procedures, short and long-term inactivation procedures, Schedule of preventive, maintenance, calibration and

repair instructions, parts list and spare parts recommendations, name and address of closest spare parts and

repair facility, operation Procedure.

k) Equipment Guarantee.

The contractor is fully responsible for the repair & replacement of all the equipments at water works Dewas &

Main Boosting Station M.Garh upto the period of three years, after the defect liability period. During this

period, no extra cost for the same shall be paid by the department.

l) Materials and Workmanship.

All equipment furnished under this or allied sections shall be new and guaranteed free from defects in materials,
design and workmanship if inadequate information is provided in the specifications, it shall be the contractor’s
responsibility to ascertain the conditions and service under which the equipment is required to operate and to
warrant accordingly that operation under such conditions shall be successful. All parts of the equipment shall be
adequately proportioned to safety withstand all stresses that may occur or be induced in them during fabrication,
erection and intermittent or continuous operation. All equipment shall be designed fabricated and assembled in
accordance with the best current engineering and workshop practice. Individual parts shall be manufactured to
standard sizes and gauges so that spares furnished at any time, can be installed in the field. Corresponding parts
of duplicate units shall be full interchangeable. Equipment shall not have been in service at any time prior to
delivery except as required for test. All materials tested shall be appropriate for the service conditions, iron shall
192

be tough, close-grained gray iron free form blow holes, flaws or excessive shrinkage and shall comply with the
requirements of IS-210, except where otherwise specified structural and miscellaneous fabricated steel used in
items of equipment shall conform to the relevant Indian standards. All structural members shall be considered as
subject to shock or vibratory loans. Unless otherwise specified all steels, which will be submerged, in part or
fully, during normal operation of equipment shall have a minimum nominal thickness of 6.0 mm. 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.
m) Safety Guards.
All tests or chain drives, fan belts, couplings, exposed shafts, and other moving or rotating parts shall be covered
on all sides by safety guards which shall be free of sharp edges and corners. Safety guards shall be fabricated
from galvanized or Aluminum clad sheet steel of sufficient thickness of 13 mm Mesh. Each guard shall be
designed for easy installation and removal. All necessary supports and accessories shall be provided for each
guard. Supports and accessories including bolts shall be hot dipped galvanized. All safety guards to outdoor
locations shall be designed to prevent the entry of rain and dripping water.
n) Equipment Bases and Bed Plates.
A heavy cast iron or welded steel base shall be provided for each item of equipment, which is to be installed on
a concrete foundation. Equipment assemblies, unless otherwise specified or shown on the drawings, shall be
mounted on a single, heavy cast iron or welded steel bedplate. Bases or bedplates shall be provided with
machined support pads, tapered dowels for alignment or making adjustments adequate openings to facilitate
grouting and openings for electrical conducts. All seams and contract edges between steel plates and shapes
shall be continuously welded and ground smooth. The plates shall have a minimum thickness of 6.0 mm.
o) Jacking Screws and Anchor.
Bolts jacking screws shall be provided in the equipment bases and bedplates to aid in leveling prior to grouting.
Equipment suppliers shall provided anchor bolts nuts. Washers and sleeves of adequate design as required for
proper anchorage of the bases and Bed plates to the concrete bases. Sleeves shall be the minimum of one and
half times the Diameter of the anchor bolts. Unless otherwise shown or specified, anchor bolts for items or
equipment mounted on base plate shall be long enough to permit 38 mm of grout beneath the base plate and to
provide adequate anchorage into structural concrete.
Anchor bolts shall be 316 Stainless Steel and no bolts or other material shall be permitted except with the
written permission of the Engineer-in-charge. Anchor bolts, together with templates or setting drawings, shall be
delivered sufficiently early to permit setting the bolts accurately in place when the structural concrete in placed.
p) Drives.
All drive units shall have rating and service factor suitable for “twenty four" (24) hours per day operation under
operating load. Drive unit housings shall be constructed of high grade cost iron-welded steel or other suitable
approved material. The thermal rating of each unit shall exceed the design load or proper cooling devices shall
be provided. All drives shall be designed specially for the service, which they are required to perform.
q) Electrical Motors:
All Electrical motors supplied under this contract shall conform to all requirements specified elsewhere in the
Selection dealing with motors. 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
193

meet specials process requirements. 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, in order to comply with these specifications. Drives shall be non-overloading at all point on the
equipment-operating curve.
r) Lubrication:
Contractor shall insure constant presence of lubricant on all wearing surfaces lubricant filling and draining
openings shall be ready accessible. Easy means for checking the lubricant level shall be provided prior to testing
and or operation; the equipment shall receive prescribed amount and type of lubricant as required by the
equipment manufacturer.
5.1. Submersible Sludge/General 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, plastic, cigarette, solid admixes etc. 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 1.03. For main pumping units speed shall be 960 RPM nominal. Impellers of two vanes with
solid handling capacity of 100 mm are suitable for selected duty parameter.
Maintenance free anti friction deep grove, permanently grease filled ball bearings should be provided and this
should take care of all the axial and redial forces at any point of operation. The pump installation design should
be such as to facilitate automatic installation and removal of pumps without having to enter into the pit. 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.
The motor should be dry, squirrel cage type, suitable for 3 phase 415 V supply, continuous duty with class ‘EX’
insulation. Winding of the motor should be impregnated by resin in order to achieve required thermal
withstanding capacity. Motor should have integral cable; and cable entry should be sealed. The cable must be
leak-tight in respect of liquids and firmly attached to the terminal block. The motor should be designed for non-
overloading characteristic. There should be thermal protection against overheating of motor winding. Motor
should be sealed against entry of liquid being pumped by using two mechanical seals. The longer seal provided
should have silicon carbide Vs silicon carbide face combination. Pump design should ensure that seal does not
come directly in contact with liquid being pumped as well as cooling/lubrication oil; moisture sensor of the
pumping unit should b located inside the oil chamber.
The casting of pump set should be of 2 to 2.5 % Ni Cast Iron constructions and the impeller should be made up
of stainless steel (SS) CF8M. The pump set shall be supplied along with the guide rail, duck food bend lifting
chain with shackles enough guide wire / pipe, SS foundation bolts and nuts complete.
The pump will have reputed make mechanical seal & in built safeties of moisture sensor, Thermostat for
tripping of pumps in case of any leakages or high temp. It will be provided with the electronic control unit for
such protection. The pump 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. It will also trip automatically by means of a level switch provided in the
sump. The level switch will be of electrode type, which will be wired in the motor control circuit.
194

For easy installation and removal of the pump, a single guide rail system is used in the permanent installation of
the pump. The pump can also be installed on a stool and connected with the flexible hose on the delivery side in
case of portable or temporary installations.
For permanent installation a Pedestal and Bracket should be provided. This enables the pump to be removed
from sump without the necessity of removing any nuts and bolts. Alternatively a supporting stool (Skirt Base)
can be provided as an accessory in case of temporary installation. The pumps should be provided with a reverse
rotation trip feature, which stops the unit instantly if connected to start in the wrong direction.
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. 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 the seal monitor and the reverse rotation
trip device and the automatic start/stop device according to the levels in the sump. The control panels should be
provided normal indicating lamps but can further be provided with audio-visual signals or circuits for internal
application.
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 instant stoppage on long electrical connection. The mechanical seals shall be suitable for
running in both directions without damage. The pumps should be provided with reverse
rotation trip feature for preventing running in opposite direction in case of wrong electrical
connection.
Pump Balance: -
All rotating parts shall be accurately machined and shall be in rotational balance. Excessive vibration shall be
sufficient cause for rejection of the equipment. The mass of the unit and its distribution shall be such that
resonance at normal operating speeds is avoided. In any case the amplitude of vibration as measured at any point
on the pumping unit shall not exceed the limits mentioned in the latest edition of Indian Standard, at the
operating speed, the ratio of relative. Speed to the critical speed of the unit or components there of shall be less
than 0.8 or more.

Lifting Chain: -
The pump shall be provided with stainless steel lifting chain of suitable size. One end of the chain shall be
attached to the pump and the other end fixed near the upper bracket for guideline suitably by means of SS 304
Shackle. The chain shall have SS 304 rings fixed at an interval of 1 meter for engaging the hook of the chain
pulley block.
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.
Moisture Sensor: -
195

The moisture sensor shall be provided in the oil chamber to detect the leakage of liquid in case of failure of the
mechanical seal.
Spare Parts: -
The installed pump should be supplied with one impeller duly machined, one set of Mechanical seals one set of
wear rings (if applicable) and one set of O-rings and gasket, Bearing set of spanners.
5.2. Submersible Motor: -
The motor shall be integral part of the pump. The enclosure for motor shall be IP–68 each phase of the motors
shall be provided with thermostat or by metallic electromechanical temperature detector. The motor winding
shall be suitable for star-delta/ autotransformer starter. The motor shall be designed for minimum 10 starts per
hour, irrespective whether it is star-delta start or otherwise.
Scope: -
This specification covers the design and manufacture of squirrel cage induction motors required for sewage
pumping station. Contents of this specification are integral part of the contract documents. For other details refer
specifications for motors (Wherever applicable). The motor shall operate satisfactorily at all operating levels in
wet well.
Submersible motors-Motors shall be suitable for operating satisfactorily in humid and corrosive atmospheres
found in sewage treatment plants, if not specifically mentioned therein, a maximum ambient temperature of 50
0
C maximum liquid temperature of 40 0C, and an altitude not exceeding 1000 m above mean sea level shall be
taken into cons ideation.

References: -
Unless they are at variance with the cusses of this specification, the squirrel cage induction motors and their
components shall comply with the applicable Indian Standards listed below. Where Indian Standards do not
exist, the relevant British or German (VDE) Standards shall apply.
IS: 325 - Three phase induction motors.
IS: 1231 - Dimensions of three phases, foot mounted induction Motors.
IS: 2223 - Dimensions of flange mounted AC induction motors.
IS: 2253 - Types of construction of mounting arrangement of Rotating Electrical Machine.
IS: 4691 - Degrees of protection provided by enclosures for Rotating Electrical Machinery.
IS: 4889 - Methods of determination of efficiency of electrical Machinery.
IS: 4722 - Rotating electrical machines.
IS: 4029 - Guide for testing 3 phase induction motors.
IS: 4729 - Rotating electrical machine vibration of measurement and evaluation of.
Operations Conditions :
Ambient Conditions: -
Motor shall be suitable for operating satisfactorily in humid and corrosive atmosphere found in sewage
treatment plants. 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.
Frequency and Voltage vibrations: -
Motor will be required for continuous, satisfactory operation at rated output under the following conditions: -
196

At rated frequency with voltage variations of +/ - 10% of nominal value.


At rated voltage with frequency variations of +/ - 3% of nominal value.
With a simultaneous and combined variation in frequency and voltage of +/ -10% from the nominal values but
with frequency variation not exceeding +/ - 3%.
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.

Direction of Rotation: -
The motor shall be suitable for operating in both directions of rotation. The direction of rotation is defined as
that looking towards the motor from the non-driving end.
Noise: -
The noise level shall be within the permissible limit as specified in the Indian Standards & latest Pollution
Control Act.
Performance: -
(a) Starting Current: -
For squirrel cage motors working in the voltage range of 415 (+/ -) 10% V the starting current shall be limited to
3 times the full load current.
(b) Torque Characteristics: -
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.
(c) The safe start time shall be greater than starting and normal overload relay operating time.
Motor Casing: -
Submersible motor: -
The motor enclosure shall be IP -68. The housing shall be of C.I. air filled and watertight. The housing shall be
coated with epoxy after applying primer coating.
Bearing and Lubrication: -
Motors shall have grease-lubricated ball or roller bearings. In all cases, the bearing shall be chosen to provide a
minimum operating life of 40,000 hours. Bearing shall be adequate to absorb axial thrust. The bearing shall be
maintenance free with grease fill for life.
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.
Name Plates: -
A name - 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, Eight copies of the test report should be
submitted for approval.
All fasteners shall be S.S.316
Specifications for Horizontal Split Casing Pumps: -
197

The design, manufacture and performance of the pumps specified herein shall comply with the requirements of
the latest edition of the applicable Codes and Standards: -
S No. Standard Title
1. IS: 6595 part II Horizontal centrifugal pumps for clear, cold & fresh water
2. IS: 9137 Code of acceptance test for centrifugal mixed flow and axial pumps.
3. IS: 13537 Technical specifications for centrifugal pumps, Class II.
4. ISO: 5199 Standards of the hydraulic institute of USA.
5. ISO: 2373 Balancing of Impeller.
6. IS: 5120 Performance test of Pumps.
7. IS: 11732 Mechanical Balancing.
Feature of Construction: -
a) The impeller shall be an enclosed impeller made in one piece & secured a keyed on the sharp. The installation
will include means to prevent loosening of the impeller during operation including rotation in the reverse
direction. The impeller shall be statically & dynamically balanced to prevent vibration as per ISO: 2373.
b) The casing ring shall be renewable type of 50 BHN (Brinal Hardness Number Units) lower than the impeller.
c) Shaft: - Single integral shaft shall be designed to with stand the torque loads through out the whole range of
operating conditions for the selected particular impeller diameters as well as all the impeller diameters covered
between minimum & maximum impeller diameters when coupled to the motor shaft through flexible coupling.
The shaft design should also input the possibility of running with an electric motor of higher rating meant for
future expansion with increased impeller diameter.
d) Shaft Sleeves: - Replaceable shaft sleeves shall be provided & the assembly shall extend through the packing
gland. Shaft & Shaft sleeve assembly shall ensure concentric rotation.
e) Stuffing boxes at the driving end & non driving end shall be of such design that they can be repacked with out
removing any part other than the gland & the lantern ring. An axili split gland should be used to facilitate
changing the gland packing.
f) Air release valves shall be provided to vent air.
g) Self -Sealing water connection should be provided.
h) Flanges should be machined flat & should confirm to IS: 1538 (part IV & VI) for I/D up to 1500 mm & to IS:
63924 I/D greater than 1500 mm.
i) Bearings shall be either greased or lubricated. Anti friction bearings shall be standard type top give 20000
hours rate continuous operation. The rise in bearing oil / grease temperature shall not exceed 20o for grease &
30o for oil lubricated bearings above ambient temperature or cooling arrangement shall be provided. Bush
bearings will not be acceptable.
j) The common base plate for pump & motor shall be fabricated from mild steel section to resist vibration and
distortion. Suitable holes for grouting shall be provided so as to ensure properly & accurately aligned bolted &
doweled to the base plate. Foundation bolts shall be complete with nuts & flat & shake proof washers.
k) A flexible pin bush type coupling shall be provided, duly bored & keyed to the pump & motor shaft.
l) All specified accessories & any other standard accessories required for correct & safe operation of the pump
shall be furnished with the pump. All incidentals piping including valves for sealing, the bidder shall furnish
lubrication & cooling of stuffing box packing or pump bearing. A mild steel fabricated coupling guard shall be
198

provided to provide a safe guard against the open rotating parts of the pump & motor. Eye bolts for ease of
lifting & installation.
The pumps shall be capable of developing the required total head at rated capacity (the design head and
discharge should have a margin of 2.5% to allow for deterioration in performance in due course of time) for
continuous operation. The pump shall have a stable head curve i.e. the total head capacity curve shall be
continuously raising towards the shut off. The shut off head shall be at least 10% over the maximum of the
system resistance.
Pumps shall preferably be designed to have the best efficiency at the specified duty point. The pumps shall be
suitable for continuous operation at point within the “Range of Operation”. Suction side Sewer level will vary
from bottom to top of Sump, while delivery points are top of Receiving Chamber.
The power characteristics shall be non-overloading and preferably flat for flows higher than the best efficiency
flow.
The pumps shall be capable of reverse rotation up to 125% rated full speed of the drive motor, due to backflow
of sewer, without damage of loosening of threaded components.
The first critical speed shall be away from the operating speed and in no case less than 130% of the rated speed.
Pumps shall run smooth without undue noise or vibration. Noise levels and velocity of vibrations shall be within
acceptable limits Relevant Hydraulic institutes Standards and IS prevails.
The drive unit power rating shall be the maximum of the following requirements
15% margin over the pump shaft input power at the rated duty point.
10% margin over the maximum shaft input power required within the “Range of Operation.
Type of Pump. : Horizontal Split Casing.
Drive. : Direct.
Flange Drilling. : IS: 1538.
Prime mover. : Electric Motor.
Casing. : Cast Iron IS 210 – Gr. FG 260.
Impeller. : SS CF8M.
Shaft. : Carbon Steel 40, C8 of IS 1570.
Shaft sleeve. : SS (AI SI 410).
Glands. : Bronze grade LTB2 of IS 1318.
Gland packing. : Graphite Asbestos.
Gaskets. : Manufacturers standard durable.
Fasteners (Bolts). : Forged steel for Pressure parts & carbon steel for Non-pressure parts.
Liquid Data: -
Liquid Handled. : Fresh Cold, Clear & raw Water.
Drawing and information to be provided: -
The contractor shall submit the following drawings with his submission
Outline drawings showing the principal dimensions, weights and locations of the suction and discharge
connections.
Cross – sectional drawings with bills of material
Technical particulars enclosed with this specification
199

During details engineering the contractor shall submit the following


Torque – speed curve of pump superimposed on motor corresponding to 80%, 90%, 100% voltage.
Test reports, performance curves and other particulars as required by applicable clauses of this specification.
Pipes: -
The pipes used shall be as follows: -
S. No. Type of pipe Class IS for supply
1. Ductile Iron S&S K9 8329
2. Cast Iron S&S LA 1536
3. Cast Iron Flanged 6418
4. Asbestos Pipes Class 15 1592
5. GI Heavy duty 1239 up to 150 NB
6. Stainless Steel 6913
7. RCC Pipe S&S NP2 458
Valves general: -
The design, construction materials, manufacture, inspection, performance testing and installation shall comply
with all applicable Indian standards and codes. Nothing in the specification will be construed to relieve the
contractor of this responsibility.
Operational Torque Requirement: -
Where ever the valves are manually operated shall be as per the description given in different units. If the
operating force is more then 10 Kg f, it shall be reduced through a suitable gearbox. Operation must be possible
by one man against maximum design working pressure by exerting not more than 10 kg f force. The valves shall
be installed in a horizontal position.
Dismantling pieces: -
All valves to be installed in straight lines shall be installed between flanges with a flexible dismantling piece at
one side of the valve, which shall ensure pipeline rigidity. The piece must allow the dismantling of the valve
without stress to the joints of the attached pipes. The minimum clearance of the dismantling pieces shall be five
(5) cm. The pressure class of the dismantling piece shall be the same as that of the valve. Drawings of the
dismantling pieces have to be submitted to the Engineer in Charge for approval.
Flanges: -
All flanges of pipes, specials and accessories will be according to IS 1538. The contractor has to ensure that
flanges of flanged equipment of different type and of different suppliers have the same matching dimensions,
number, position and diameter of holes, according to the nominal diameter and the pressure class. No new or
additional holes shall be drilled on site.
Codes and standards: -
The design, manufacture, shop testing, erection, testing and commissioning of valves shall conform to the latest
revision of the following IS codes and /or equivalent: -
S. No. Standard Title
1 IS-778 Gunmetal gate, globe and check valves for general purpose.
2 IS-2685 Code of practice for selection, installation and maintenance of valves.
3 IS-14846 Sluice valves for water works purpose (50 to 1200 mm)
200

4 API-594 Spring loaded dual plate check valve


5 IS-3042 Single faced Sluice Gate for the distribution chamber and filter inlet.
Non-return valves: -
Non-return valves shall be double flanged and be installed on the delivery side of the pumps, and shall be
suitable for installation in a horizontal pipeline. Rapid natural closing to be non-slam by suitable design of
spring return mechanism, to ensure that the valve will rapidly fully close the moment forward flow of the water
cases i.e. on pump shutdown, external counter weights will not be acceptable. To prevent excessive head loss,
larger diameter non-return valves will be provided with several smaller and lighter flaps in a single bulkhead. In
this case stopper to be provided for the upper door to avoid contact with shell.
Materials of Construction: -
Body CI to IS Gr FG 200
Door CI to IS Gr FG 200
Spring Spring steel BS: 970
Body ring S.S. AISI 304
Door ring S.S. AISI 304
Hinge pin AISI 410 / 431 Hardened and ground
The contractor shall submit the following drawings with his submission for detailed engineering: -
Outline drawings showing the principal dimensions and weights
Kinetic Air Valve (IS 14845)
Body / Cover / Cowl CI IS 210 Gr. FG 200
H. P. Orifice and Plug Bronze
L. P. Seat ring Nitrile Rubber (Dexine)
L. P. Ball Vulcanite Covered Timber
H. P. Ball Rubber Covered Timber
Isolating Sluice Valve CIDF as per IS 14846 with CI Cap
Fasteners Carbon Steel
PN 10
Butterfly Valve: -
Flangeless water butterfly valve meeting the following: -
- Bi – directional shut off valve
- PN 10/16
- Cast Iron body with fully vulcanized liner seat preventing corrosion between liner and body
- Disc in SS CF8
- For manual operation: Lever upto 200ø; above with worm gear box
- Suitable for easy installation between all kinds of flanges – IS, BS
- No need of separate gasket for installation
- Motorized operation with Single / Three phase electrical actuator.
The butterfly valves shall generally conform to BS EN 593, with length over flanges as per Double flanged short
(BS EN 593 / BS EN 558 / ISO 5752 Basic Series 13)
Component Ductile Iron GGG 40 / IS 1865 Gr. 400 / 15 or 500/7
201

Stub Shafts SS AISI 431


Bearings Steel backed Teflon (co-efficient of bearing friction not more than
0.01)
Body Seat Integral Ni – Cu alloy weld deposited, micro finished
Disc Seal EPDM
Disc Seal retaining Ring SS 304 / Ductile Iron
Shaft Seal Halprene

Internal Fasteners SS

Flange Drilling BS EN 1092 – 2

PN 10 / 16

Mandatory Accessories:
Enclosed Worm gear box with additional spur Required CI/DI with IP 54 protection;
gear boxes, if required. Make – MASTERGEAR INDIA / AUMA
Mechanical position Indicator Yes
Limit Stops Yes
Operation Manual Operation by handwheel.
Motorised operation by means of Electrical Actuator.
Painting and Coating:
Pre – Inspection:
1ST Step Surface Preparation
Blast cleaning to near white – SA 2 ½ Grade.
ND
2 Step Application of Primer Coating after blast cleaning
One coat of two component epoxy based primer
Post – Inspection:
3RD Step Application of Finish Coat
One coat of two component solvent free amine cured epoxy coating (Shade: Blue)
Note: - Liquid Epoxy coating should be done by appropriating equipment inside a proper
paint booth, conforming to AWWA C 213.
- Manufacturer should be able to provide certificate from WRAS (UK) stating
suitability of the above paint in drinking water application.
- The total DFT should not be less than 305 micron.
Hydro Testing:
PN 1.0 PN 1.6 Criterion
2
Seat Test (Kg/cm ) 10 16 Drop - Tight
2
Body Test (Kg/cm ) 15 24 No leakage and deformation
Torque / Operating Effort / Operating Time: Manufacturer to furnish data and if required supporting calculation
for review / approval.
Sluice Gates: -
202

Sluice gates according to IS 3042 shall be provided shall be square or circular, in standard sizes, according to
the outlet conditions. The gates shall general be mounted on the side from where the higher pressure shall
general be expected (seating). The gates shall be mounted on frames and provided with a non-rising spindle with
headstock or electrical drive according to the site of installation.
In case of alternative load from either side, the sluice gate shall be designed to tight close against a maximum
unbalanced head (forcing the door away from the seat/frame) corresponding to 150% of the minimum difference
in the water levels or the difference plus 1M, whichever is higher.
The frame shall be with gunmetal seating faces, machined to match with the faces to the door. The frame shall
have a sufficiently broad flange of adequate section with drilled holes to fix it with anchor bolts. It shall have an
integrally cast in spigot o the nominal size of the opening to be cast into the concrete. It shall have a side guide
strip with a machined face up to the maximum open position of the door. The upper part of the frame shall have
machined face to support a thrust plate. All anchors bolts ands nuts of galvanized mild steel, joints and fixing
elements shall be provided.
The door shall have reinforcement ribs depending on the size of the door and the unbalanced head. The
adjustable sealing faces on the sides, bottom and top are of gunmetal and machined to match the seat on the
frame. Sufficient margin should be there for wear and tear in course of use. On the back, tapered snug shall be
provided to match the tapered side guide strips of the frame. There shall be an integrally cast pocket in the upper
part for the unmated nut threaded to suit the non-rising.
The spindle shall be rolled on trapezoidal thread. It shall be provided with torsion couplings, cast iron guide
brackets, mild steel extension rod up to the headstock/ drive Ball thrust-bearing arrangements shall be provided
for long spindle.
The headstock shall be a cast iron pillar with and operating rod operated by a hand wheel on top, fitted with
gunmetal index and pointer. The hand wheel is to be designed, for operation by one man against the full
unbalanced head (non more than 10 kg f). If required, gearing shall be provided.
Materials of Construction: -
Frame CI
Door CI
Sealing faces Gun Metal
Spindle S.S IS 410
Head stock CI
Hand Wheel CI
Sluice Valves: -
All the valves shall be of minimum PN 1.0 rating suitable for on line installations in horizontal positions. The
manual valves shall be provided with hand wheels with extensions as required on the place of installation & the
actuator operated valve shall have additional facility for hand wheel operation with extensions as per site
requirement.
Materials of construction: -
Body CI IS 210 Gr FG 260 D.I.
Gate / Disc CI IS 201 Gr FG 260 D.I.
Spindle Stainless Steel AISI 431 / AISI 410
203

Seating ring SS 304


Back Seat Cast Iron IS 210 Gr-FG 260 with SS 304 seat
Valve/ Sluice gate Actuators: -
Specifications : As per IS/ ANSI/ NEMA etc.
Conditions of : Hot, Dusty, Out door, Tropical atmosphere.
operations
Isolation service Actuator shall be rated for three successive open close operations of the valves/ gates
of 15 Minutes, which ever is longer.
The actuator shall be suitably time rated for the duty cycle involved with necessary number of starts per hour.
:The actuator shall open & close the valve/ gates completely & make leak tight closure without jamming.
: The actuator shall attain full speed operation before valve/ gate load is encountered & impact an unsealing
blow to start the valve or gate in motion (hammer blow effect).
: The actuator shall operate the valve/ gate at standard stem speed & shall function against differential pressure
across the valve/ gate seat.
: The actuator motor reducing gearing shall be sufficient to lock the shaft when motor is de energized & prevent
drift from torque switch spring pressure.
: The entire mechanism shall withstand shock resulting from closing with proper setting of limit switch or from

lodging of foreign matter under the valve/ gate seat.

: The actuator shall essentially comprise the drive motor, torque/ limit switches, gear train, clutch, hand wheel
for manual operation, position indicator/ transmitter, space heater thermal overload protector & internal wiring.
Enclosure : Totally enclosed, dust tight, weather- proof, suitable for outdoor installation without
necessity of canopy.
Mounting. : In any location or position without lubricant leakage or operational difficulty.
Finish : Tropical finishes preventing fungus growth.
Actuator Motor. : Three phase, squirrel cage, induction motor.
Insulation. : Class B.
Enclosure. : IP/ 55 or 65.
Suitability. : Designed for high torque & reversing services.
Starting current. : Designed for full load voltage direct on line start with starting current limited to 6
times full- load current.
: The motor shall be capable of starting at 85% of rated voltage & running at 80% of rated voltage at rated
torque & 85% rated voltage at 33% excess rated torque for a period of 5 minutes each. Earthing terminals shall
be provided on either side of the motor.
Torque limit switch. : 2 nos, one number for each direction of travel, self- locking, adjustable torque
type.
End of travel switches. : 4 Nos., two numbers for each direction of travel.
Position limit switch. : 2 Nos., one for each direction of travel, each adjustable at any position from
fully open to fully closed position of valves/ gates.
: Each limit switch shall have 1 NO + 1 NC potential free contacts. Contact rating shall be 5 A at 240 V
204

: The torque switch shall have a minimum accuracy of 3% of set value. The torque switch shall be provided with
calibrated knobs for setting torque & separate knobs shall be provided for open & close torque switches.
: The torque & limit switch shall be housed in a separate enclosure with protection glass as that of actuator.
: Each actuator shall be provided with a hand wheel for emergency manual operation. The hand wheel shall be
de- clutched automatically when the motor is energized.
: Each actuator shall have position indicator for 0 to 100% travel.
: Two position transmitters, potentiometer type of 199 ohm rating for remote indication.
Wiring. : All electrical devices shall be wired up to terminal box. The internal wiring shall be
of sufficient size for the power rating involved but in no case less than 1.5 mm 2
copper. All wiring shall be identified at both ends with ferrules.
Terminal Box. : All weather proof with removable front cover & cable glands for cable connection.
The terminal shall be suitable for connection of 2.5 mm 2 copper conductors.
: All terminals, terminal boards, terminal boxes, winding tails & associated equipments shall be suitable for
connection to supply system having ‘adequate short- circuit capacity & clearance time determined by associated
fuses’. The terminal boxes shall be totally enclosed.
All terminals of limit & torque switches, space heaters, position transmitters, shall be brought to a common
terminal box. There shall be five (5) terminals spare to terminate spare cores of cable.
The actuator shall be painted with epoxy base paints. The color shall be got approved from Engineer In Charge.
The name plate shall be provided on the actuator as per IS. In addition the torque rating & full travel time be
marked.
Gears for valves & gates: -
Type. : Self locking type with continuous indicator. Traveling nut & screw type are not
acceptable.
Specifications. : AWWA C- 504.
Operator. : Self locking type with or without additional spur gear arrangement to ensure that the
effort on hand wheel is limited to the pull specified.
: All valve/ gate operators shall be equipped with adjustable mechanical stop- limiting devices to prevent over
travel of the valve or gate disc in the open & close positions. Either end of the worm shaft must be provided
with needle roller bearing to take on the lateral thrust.
: All housing for the gearing must be enclosed & sealed in such a way that there is no leakage of oil/ grease even
after long period of un- use & there is no ingress of rain water. Operator for valves/ gates which are likely to be
submerged in water for long period during the rainy season, must be water tight.
: The actuator shall attain full speed operation before valve/ gate load is encountered & impact an unsealing
blow to start the valve or gate in motion (hammer blow effect).
The hand wheel may be provided with extension for easy grip. The hand wheels must have a provision for
locking with a chain & pad lock. App operators when fitted to the valves/ gates shaft must ensure clock wise
closing & this must be indicated on the housing. A mechanical indicator is to be provided to show disc travel &
end of travel.
Material of construction: -
Housing & cover. : CI Gr 25/ SG Gr 500- 7/ CS Gr
205

Quadrant. : SG Gr 500- 7.
Spur Gears. : EN- 8 with hardened pinions of EN- 19
Worm : EN- 19 hardened.
Bearings. : FAG/ SKF
‘O’ Ring. : Nitrile Rubber.
Hand Wheel. : Steel/ CI
Painting:
The C.I. piping valves etc shall be painted with bitu mastic rustproof paint.
Blower: -
Codes and standards
For supplying air to Water Treatment plant Twin Lobe Blower is proposed. The design, manufacture and
performance of blowers specified herein shall comply with the requirements of the latest edition of the
applicable, Codes and Standards:
Standard Title
BS: 1571 Performance Testing
ISO: 1940 Dynamic Balancing of rotor
Design Requirement :-
The blower shall be capable of developing the required total pressure at rated capacity for continuous operation.
The blower shall operate satisfactorily within the operating range.
The material of various components shall confirm to those stipulated in the Technical Particulars section. The
data specification sheets shall guide performance requirement for the blowers.
Blower configuration shall be vertical i.e. one rotor mounted over other with horizontal airflow.
Air delivery shall be clean, dry and oil free.
Blower shall run smooth without undue noise or vibration. Noise levels and velocity of vibration shall be within
acceptable limits. Noise level shall be limited to 85 DBA at a distance of 1.86 m.; Velocity of vibrations shall be
within 4.5 mm/s.
Blower shall be air cooled and driven by electric motor
Unless otherwise specified in datasheets, power rating shall be at least 10% above the maximum power required
by the blower.
Blower shall be provided with suction air filter, silencer, dead weight pressure relief valve and pressure gauge.
The speed of the blower shall not exceed 1,000 rpm.
Blower shall be mounted at a level necessary to avoid backflow or siphoning of water into the blower.
Features of construction: -
Main Body: -
Main body/ Casing shall have required rigidity, strength and heat transfer fins for smooth and cool blower
operation. It should be mounted on anti vibration base. Casing shall have proper involutes shape on inner side
machined accurately to achieve best efficiency.
Rotor: -
206

Both the rotors shall be properly machined for involutes profile surface with treatment to increase wearing
resistance. Rotors shall be properly keyed and locked to respective shaft. The designed clearance shall be so
chosen that even at elevated temperature the clearance is adequate and efficiency is achieved.
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. The shaft shall be suitable to work at
high temperature.
Shaft Sleeves: -
Replaceable shaft sleeves shall be provided to protect the shaft. Shaft sleeves shall be securely locked or keyed
to the shaft to prevent loosening. Shaft and shaft sleeve assembly shall ensure concentric rotation.
Bearings: -
Antifriction roller/ double row angular contact ball bearings shall be provided with proper lubrication. It shall be
designed to take necessary radial load and axial thrust. Bearing shall be suitable for continuous duty operations
and for high temperature operations arising due to compression of air.
Timing Gears: -
Oil seals shall be suitable for high temperature application at continuous rating and shall have ensured life of at
least 5000 hours.
Base plate: -
The common base plate for blower and motor shall be in one piece and it shall be provided with suitable holes
for grouting. Holes shall be so located that base can be grouted in place without disturbing the blower and
motor. Blower and motor shall be properly aligned, bolted and dowelled to the base plates by contractor.
Contentions: -
Suction and discharge connections shall be flanged and drilled to IS or equivalent standard unless otherwise
noted in Data sheet.
Accessories: -
All specified accessories and any other standard accessories required for correct and safe operation of the
blower shall be furnished with the blowers. All incidentals piping (including valves) required shall be furnished
by the contractor.
Mild steel fabricated coupling guard/ bell guard shall be provided as a safeguard against the open rotating parts
of the blower and the motor.
Eyebolts shall be provided for ease of lifting and installation (as many per blower as required for safety).
1. Companion Flanges Yes
2. Base Plate Yes
3. Foundation Bolts Yes
4. Suction Air Filter Yes
5. Silencer Yes
6. Pressure Relief Valve Yes
7. Pressure Gauge Yes
8. Bearing Temperature Detector Yes
9. Spare parts (for 3 years operation from original manufacturer) Rotating assembly (2 sets)
207

10 Special Tools and Tackle Yes


Drawings and information to be provided: -
The contractor shall submit the following drawings with his submission: -
- Outline drawings showing the principal dimensions, weights and locations of the suction and discharge
connections.
- Cross-sectional drawings with bills of material
- The Performance- curves of the anticipated blower model.
- Technical particulars enclosed with this specification.
MS Pipe Line
MS Pipes shall be used for special type of crossings, road crossings etc. after approval of engineer in charge
where use of the specified pipe material along the alignment is not otherwise feasible/suitable. MS pipes shall
also be used for manufacturing of MS specials. All the MS pipes & specials used shall be of class –B
Specifications
The MS pipe shall be fabricated out of steel plates or strips of fresh mild steel coils(HR coils/HR plates)
conforming to IS 2062, and having minimum specified tensile strength of 410 MPa. MS pipes shall be of grade
410, spirally welded/ERW pipes, having butt-welded joints with beveled ends, as per IS 3589. the electrode
shall be conforming to IS 814. the random length of MS pipes shall be 6 meters or more. The thickness of MS
pipes used shall be adequate to sustain field test pressure but shall not be less than the 7mm. the outer surface
shall be coated with epoxy paint of standards and make approved by Engineers in Charge.
Manufacturing of MS pipes shall be dine in conformity with IS: 3589 subject to following:
The end of MS pipes, short pipes shall have beveled end of welding.
Manufacturing Process shall Ensure that:-
A. Base material i.e. HR coils/HR Plates shall be of required quality:
1. Production equipment is well designed.
2. Quality control is comprehensive.
Testing
The Pipes shall be tested to the following requirements:
1. Visual inspection of all pipes from inside and outside for permissible tolerances as per IS:
3589.
2. Each pipe shall be hydraulically tested at the manufacturing works to a test pressure as
mentioned in IS: 3589
Marking
Each pipe shall be legibly marked as per IS: 3589 which shall read PHED –O.D. –Pipe thickness – designation.
Quality Assurance
During the whole process of manufacturing, department representative shall be present to supervise the Quality
Assurance process and witness the test performed.
Fabrication of MS Specials & Fittings
MS pipe specials shall only be used where the field conditions does not permit use of CI/ DI/ PSCC specials.
The MS specials shall be used after obtaining required approval from Engineer in charge.
208

Unless and otherwise mentioned in the Para below, the dimensions of all MS specials and fittings (bends, tees,
scour tee, reducers, enlargers etc.) shall in general confirm to the principals of IS: 7322. The specials (other than
tapers and flanges) shall be fabricated from the MS pipes manufactured confirming to IS3589. The thickness of
MS pipes used for manufacturing of specials shall be adequate to sustain field test pressure but shall not be less
than the 7 mm.
The contractor shall submit the detailed drawing for each special to be used in the pipeline. On approval of the
same by the Engineer-in-charge, the contractor will take up the manufacturing.
Tolerance for steel fittings shall confirm to the requirements of IS7322.
Flanged Branches
Flanged branches shall be fabricated in accordance with the general specification and to the Engineer-in-charge
requirement.
All the flanges shall be machined to standard thickness, square to the axis of the pipe.
Bends
Bends to provide change of alignment in pipe laying shall be manufacturing to suit the site conditions & as far
as possible bends of more than 45° shall not be provided. Bends shall be manufactured from tested pipes by
angle cutting of the barrel or by such other standard procedure and re-welding. Bends shall be lined internally
and coated externally as specified for pipes.
(a) Bends shall be fabricated taking into account the vertical and horizontal angles for each case.
(b) The bends shall have welded joints and the upstream and downstream ends of each bend shall have
a straight piece of variable lengths as required.
(c) Bends shall be designed with deflection angle not more than 10deg between two segments.
(d) When the point to intersection of a horizontal angle coincides with that of a vertical angle or when
these points can be made to coincide, a single combined or compound bend shall be used.
Tapers
Tapers shall be manufactured out of steel plates. The tapers shall be suitable for connections to the sluice valve
or flanged tailpiece on one side and to MS pipe on the other side.
MS Flanges
The nominal size and thickness of the MS Flanges as defined for plate flanges of required pressure rating
confirming to IS: 6392 shall be used in accordance to the design pressure at the place of installations. Nominal
size of flange shall be in conformity to the equipment or pipe appurtenance with which they are to be used. The
flange drilling shall conform to IS 1538 for flanges up to 1500 mm ID.
Walkways, stairs, Ladders, Hand Rails etc.
Walkways, stairs, rungs, ladders, hand rails etc. wherever necessary shall be provided as per the directions of
Engineer-in-charge. These shall conform to well establish good engineering practices.
Surge Control System: -
The bidder shall be responsible for getting the detailed surge analysis at his level. It is envisaged that the surge
control system shall be designed so as to ensure that the maximum operation pressure (sum of working pressure
and residual surge pressure) at any point in the pipe line is not more than 1.1 times the working pressure. The
surge analysis and design for surge protection system shall be got done from IIS Bangalore. The detailed
209

designs and drawings of the surge protection system done from IIS, Bangalore shall be submitted for the
approval of the EIC.
The approval shall not relieve the contractor from the responsibility of safety of entire system.
Accepted Control System: -
Any control system recommended by the designer can be adopted subjected to approval by Engineer-in-charge.
The Air Vessels, Zero velocity valves or any other equipment used for the Surge Protection System must be
procured through the manufacturer who has previous experience of manufacturing such systems. The
manufacturer shall submit certificates of test results of at least two systems manufactured and installed by him
with diameter of the main not less than 400 mm. For Air Vessels, the manufacturer must produce test results on
at least two schemes with volume of the vessel larger than half the volume of vessel recommended by the surge
designer in respective case. In case of on-way surge tanks, the valves used should be of reputed and accepted
make with proper opening characteristics.
Technical Specifications for Air Vessel System: -
The technical specification provided for, cover only Air vessels and zero velocity valves. In case of alternative
system of surge protection as recommended by the designer, the detail specification of the same shall be
submitted be bidder for approval of the Engineer-in-charge.
Air Vessel: -
Air Vessel shall be suitable to take care of the water hummer occurring in the pipe line system of clear water
mains on which they are proposed. The Air Vessel will be designed as per IS 2825 code for non fired pressure
vessels & manufactured out of MS plated as per IS 2002 of suitable grade. Air Vessel will be provided with
manhole and water outlet at the bottom, which will be connected to the rising main along with a isolating valve
and a differential orifice. Suitable drain will be provided for maintenance. Air Vessel will have standard fittings
such as pressure relief valve, visual level indicator, control circuit inlet and outlet etc. with isolating valve.
Two Air Compressors shall be supplied along with the vessel.
The compressors will be operating at slightly higher pressure than the line pressure and compressed air will be
stored in the receiver from which requisite supply will be made to Air Vessel.
The Air Vessel and air receiver will be painted internally and externally with Zinc rich food grade epoxy paint.
The following additional equipment will be supplied as standard accessories to the Air Vessel:
* Receiver with compressor, with automatic on/off system.
* Visual water level indicator, covering full height or length of the air vessel.
* Isolating and drain valves for maintenance purpose

Working of automatic level control system: -


The automatic control system shall be generally as described below. Contractor may propose alternative
arrangement.
Operation: -
A compressor with receiver shall be provided to get compressed air in receiver. Compressed air shall be stored
at higher pressure than working pressure of pumps to avoid frequent ‘on’ ‘off’ of compressor.
To maintain the level in the vessel between the working limits, electrical/ electronic level control system shall
be provided.
210

The System will basically consist of following: -


* Level Sensors:
Level of water is sensed at five levels. Their significance is
- Upper emergency level
- Upper working level
- Mean working level
- Lower working level
- Lower emergency level
* Solenoid Valves with indicator lamps: -
- Upper emergency level: -
In case, due to faulty operation or otherwise, water level rise further to level.(b) and reaches level (a) then both
the solenoid valves for entry of air will open to pass on more air in the vessel. Simultaneously, an alarm is
started for operation. Operator should attend the same by pressing ‘Reset’ and starting manual inlet. When water
level reaches mean level both solenoids valves are off along with indicator lamps for same.
- Upper working level: -
Due to dissolution of air, water level rises in the vessel. When the water level reaches this level, one solenoid
valve is on and air is passed from receiver to Air Vessel, corresponding indicator lamp is on.
When sufficient air is passed and water level reaches ‘mean’ level then solenoid valve is off and all lamps are
off.
- Mean working level: -
Water level in the vessel is required to be maintained around this level and between levels (b) & (d). At this
level all control solenoid valves are in off position.
- Lower working level: -
In case of drop in the pressure or excess of air in the vessel, the level in the vessel drops down, one solenoid
valve for exhaust of air is on along with indicator lamp and air from vessel is let out. When water level reaches
the mean working level then solenoid valve along with indicator lamp is put off.
- Lower emergency level: -
In case of faulty operation or otherwise, the level in vessel drops down then the second solenoid valve along
with indicator lamp is put on to discharge more air from blow off valve provided on the vessel.
When water level reaches ‘Mean’ level, both the solenoid valves are off with indicator lamps.
Constructional Features: -
Capacity of Air Vessel As per design/ recommendation of consultant.
Design Pressure As per design/recommendation of consultant.
Installation Vertical/ Horizontal
Size of differential orifice As per design/ recommendation of consultant.
Size of Gate Valve As per design/ recommendation of consultant.
2
Pressure gauge (0-20Kg/cm ) 150mm dial size with needle type isolation valve
Air Compressors: -
S.No. Standard Title
1. IS 10431/1994 Measurement of air flow of compressors and exhausters by nozzles
211

2. IS 9242/1986 Rated pressure of air compressors


3. IS 7938/1976 Specification for air receivers for compressed air installation
4. IS 2062/1992 Steel for general structural purposes
5. IS 2041/1992 Steel plates for pressure vessels used at moderate & low temperature
6. IS 11461/1985 Code of practice for compressor safety
7. IS 11465/1985 Technical supply condition for Reciprocating Air Compressor for
power up to 25kw.
Constructional Features: -
The compressors shall be reciprocation type air cooled, electric motor driven through belt drive. The compressor
and motor shall be mounted on common fabricated steel base plate with suitable belt guard.
The crank shaft shall be precision balance. Bearing shall be adequately sized for heavy duty. Crank pin bushing
shall be replaceable and precision ground.
Inter cooler shall be made of finned copper tube and provided with safety valves to prevent over pressurization.
Connecting rod shall be made in one piece with solid end construction with integral splash lubrication.
Cylinder shall have large number of radial fins to dissipate heat. Cylinder bore shall be smoothly machined.
Cylinder head shall be easily accessible for inspection.
Pistons shall be designed for a smooth running and fitted with compression rings and oil control rings suitable
for high pressure and minimum wear. Valves shall be made of stainless steel for wear resistance and longer life.
Piston displacement As per design/recommendations of consultant
Maximum working Pressure As per design/recommendations of consultant
Method of starting Auto start- Stop with SOL starter set to
Start: As per design/recommendations of consultant
Stop: As per design/recommendations of consultant
No of Compressors 2 Base mounted Compressors with receiver of suitable capacity at each
site
The compressor unit must be equipped with Safety valve & Automatic shut down for high discharge air temp.
The compressor unit shall have Air discharge temp gauge & Air discharge pressure gauge. The compressor shall
be capable of delivering free air at rated discharge and pressure measured in accordance with IS 5456 -1969
with modification that the performance be given at out let air receiver.
Technical Specifications for Zero Velocity Valve System: -
Zero Velocity Valve: -
The valve shall have outer fabricated casing (‘Main Body’) in which a ‘central Rod’ is held by struts. The
‘Stationary Central Dome’ creating an annular streamlined passage for smooth flow of water shall be provided.
Closing Disc shall be mounted on ‘Central Rod’ Disc shall be held in closed position by number of stainless
steel springs (as per AISI 304). Two ‘Anti Rotation Guides’ shall be provided on the edge of ‘Central Disc with
minimum resistance to flow. ‘Anti Rotation Guide’ shall be clamed with stainless steel strip (as per AISI 304)
and ‘Guide fork’ with brass liners. A ‘Bypass’ shall be provided with a ‘Valve’ connecting upstream and
downstream sides of valve. A ‘Man Hole’ shall be provided on ‘Outlet’ cone of main body & for maintenance
and replacement of spring (if required) without removing the valve from line. The ‘outer shell’ ‘dome’ & ‘Disc’
212

shall be Fabricated out of M.S. plated as per IS 2062. A stainless steel sleeve (as per AISI 304) shall be fitted on
‘central shaft’ which moves the brass bush in ‘Disc for free movement.
The valve shall be painted in Zinc Rich Epoxy Paint from and outside.
Air Cushion Valve: -
The valve shall have of a ‘Main Body ‘and’ Top Housing. ‘On the side of main body’ two ‘Air inlet Valves’
Loaded with a light spring shall be fitted. The ‘Inlet’ shall be protected by a cover .The ‘Top Housing’ shall
have an opening for air escape. A spring loaded ‘Poppet’ with a brass seat and Neoprene ‘Sealing Ring’ shall be
provided to covers the top of the opening. The spring pressure on the valve with adjustable screw (S.S. as per
AISI-304) shall be protected. The ‘Housing’ shall have a tapered outlet, the opening of which shall be adjustable
by a tapered plug and Screw (S.S. as per AISI 304). The outlet shall be protected by a cover. On its lower side a
cage holding a ball float shall be fitted. ‘Main Body’, ‘Top Flange’ shall be fabricated from MS (as per
I.S.2062/IS 1239). The ‘Top Housing’ shall be made from high grade cast iron. Main body, float ball and air
inlet flange shall be tested for hydraulically pressure. Stems of valves shall be of stainless steel (as per AISI-
304). Sealing rings shall be of good quality rubber and seats shall be of brass. The ‘Valves’ will be painted in
zinc Rich Epoxy Paint from ‘Inside and outside’.
Float Valve: -
The specification of float valves shall be as under:
S.No Particulars Required Specifications
1. Conforming to General to G&K Catalogues

2. Size As per BOQ

3. Body test pressure 1.4 MPa

4. Float size As per catalogue

5. Material of construction
(a) Body, valve, fulcrum bridge, bottom plate CI, GR: FG200, As per IS 210
(b) Washer plate, seat ring, link GM as per IS: 318
(c) Liner, pin eye bolt for valve Brass
(d) Lever, lever fork and jam nut MS as per IS:226
(e) Valve face and valve cup Synthetic rubber
(f) Ball float Copper
6. Flange As per IS:1538
7 Tests to be carried out Hydraulic test of the valve body
213

18.0. TECHNICAL SPECIFICATIONS FOR CIVIL WORKS: -


The scope of work for the contractor under the contract for civil works shall include all civil construction works,
including excavations, foundations, buildings, trenches, all water retaining structures including sumps, together
with ducts and piping etc. and clearing of the site after completion of the work. The limits of the contract, for
provisions of space, shall be the same as shown on the tender drawings and as described in the works
description of the tender documents.
The civil works shall be carried out in accordance with the National Building Code, the Haryana PWD
specification and explanatory notes for building and house drainage in the latest versions. In case of any
variation between the PWD specifications and specifications given herein the latter shall prevail. In cases where
the PWD specification and the specifications given below are silent about any aspects in respect of any item, the
work shall be carried out as per the relevant IS code of practice in the latest version and as per sound
engineering practice as decided by the Engineer in charge.
The excavation items will include all lifts, lateral leads within limits of works, labor, dewatering, lowering of
subsoil water table, shorting wherever necessary, backfilling around completed structures and disposal of
surplus soil as directed. If any road is dug up for any purpose whatsoever, the contractor shall reinstate it to the
standard required by the Engineer in Charge or the statutory body, at no extra cost.
The contractor shall Programmed his contraction activities, in such a manner that all inlet and outlet
arrangements are ready for testing purposes to avoid any delays.
The Contractor shall submit to the Engineer in Charge or his representative, samples of the materials which will
form part of the permanent works, sufficiently in advance of the start of the work within 15 days of the issue of
orders, so that necessary tests can be carried out for the approval of the Engineer in Charge or his representative,
before using any such material on site. Samples for the following basic materials shall be submitted from every
supplier and from each consignment; if materials differ from one consignment to another the consignment
differing from the accepted sample shall be replaced by the Contractor free of cost.
The building and the Pump house & shall be designed and constructed as a RCC framed structure.
214

All masonry shall be in 1:5 cement sand mortar. Pre cast cement concrete blocks can be approved if suiting to
requirement at interior/ non-load bearing walls.
Design and drawing: -
The contract is turnkey contract and the Contractor shall design and construct all civil works in accordance with
the standard specifications. All detailed drawings for the plant components including site plans, general layouts,
architectural drawings with isometric views, 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.
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: -
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.
I Live load on roofs: (200 kg s/ M2) 2.00 KN/M2.
II Live load on Floors supporting equipment such as pumps, blowers, compressors, valves etc.: 10 KN/M2 or
1000 Kg s/ M2.
III Live loads on all other floors, walkways, stairways & platform: 5KN/M2 or 500 Kg s/ 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.
215

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 20 mm aggregate size for footing & base slabs & with a
maximum of 20 mm aggregate size for all other structure members.
c) Other structures: concrete shall be M-25.
d) Minimum reinforcement & cover of concrete shall be as per IS: 3370 part II & SP- 16 of IS- 456. Minimum
thickness of walls, roof, and floors shall be 150 mm & reinforcement shall be provided on both faces of water
retaining structures.
e) Water retaining structures such as tanks and sumps and concrete roofs shall be designed on a no crack basis
with stresses in concrete & steel limited to those given in IS- 3370.
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.
216

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: -
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:
Unit Floor Walls Finish Doors
Walk ways. CHQ. Tiles
MCC Room. KS DT (oil bound) AL+SSI+SSII
Office & Laboratory Room. KS DT (oil bound) AL+SSI+SSII
Corridor & Lobby. KS DT (oil bound) AG+SSI+SSII
Pump Houses. KS DT (Oil Bound) RS+AL+ SSI+SSII
Staff Quarters. KS DT (Oil Bound) 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: -
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. (CC)
Cement concrete flooring with metal concrete hardener topping: It shall be with a 18 mm thick Metallic concrete
hardener topping consisting of mix 1:2 (1 cement 2 stone aggregate 6 mm nominal size) by volume and mixed
with metallic hardening compound of approved quality @ of 3 Kg./ sq. Mt including cement slurry rounding of
edges etc. This shall be laid on cement concrete 1:2:4 layer of 42 mm thickness (IF).
Kota stone flooring: polished blue Kota stone of 25 mm thick slabs of 900 sq. cms. Lay over 20 cm thick base of
cement mortar. 1:4 and jointed with gray cement slurry to match the shade of slab including rubbing and
polishing (KS).
Wall Finish: -
217

The interior walls will be plastered with cement sand mortar 1:4 of 20 mm thickness finished smooth. In
Laboratory and bathrooms the finishes will be different.
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).
Roofing: -
All roofing shall be in RCC due attention shall be paid to slopes to facilitate rainwater disposal through CI
drainpipes. All the roofs except the roof of the wash water tank shall be covered with waterproofing & tiles as
per Haryana PWD specifications.
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.
All brick walls shall be provided with one layer of bitumen felt (resin type) for damp proofing.
Doors and windows: -
The buildings shall have a suitable number of doors and windows of suitable sizes in order to ensure easy access
and escape in case of emergency, to ensure adequate ventilation, natural lighting and protection from heat and
dust in summer and from cold in winter. As a general guideline the total area of doors and windows shall be not
less than about 25% of the floor area.
a) Specifications of doors: -
Aluminum Gate (AG)/Aluminum Windows/Ventilators (AW + AV): -
Aluminum alloys used in the manufacture of extruded section of the fabrication of doors, windows, ventilators
shall confirm to designation HE 9 WP of IS: 733.
Transparent Sheet glass shall confirm to requirement of IS: 2835. Wild & figured glass be as per IS: 5437.
It shall be a wholly open able doors provided on the main entrance of the plant. It will be glazed aluminum
made out of anodized aluminum section. The outer frame shall be of size 101.6x 44.45x 3.11 mm rectangular
tubular section and the shutter shall be made out of specially extruded tubular section of size for sill member
shall be 99.2 * 44.45 * 3.18 mm including partial glazing of 5.5 mm thick plain glass PVC/Neoprene & partially
PVC hollow tubes, weather striping screw less aluminum bidding fixer such as lock, handle, tower bolt and self
closing device of approved make. The size shall be fixed in line with the elevation but shall not be less then 2.04
* 2.7 meters. (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). Anti termite treatment is to be given on all the woodwork.
Metal Pressed doors (SS1).-
218

Steel doors with frame of hollow metal pressed section size 80* 50 mm as per ISI 1.25 mm thick with single
sheet shutter 0.8 mm MS sheet to be spot welded and embossed with rib type design front vertical including
hold fast of 15 * 3 mm MS oxidized fittings such as hinges sliding bolts handles tower bolts etc. complete in all
respects including applying priming coat of approved steel primer (SSI).
Metal Pressed doors (SS2) -
Steel doors with frame of hollow metal pressed section size 105* 60 mm as per ISI 1.25 mm thick with double
sheet shutter 1.0 mm MS sheet to be spot welded and embossed with rib type design front vertical and back side
horizontal and spot welded including hold fast of 15 * 3 mm MS oxidized fittings such as butt hinges, sliding
bolts, handles tower bolts etc. complete in all respects including applying priming coat of approved steel primer
(SS2).
Rolling Shutters (RS): -
Rolling shutter of approved make, made of 80* 1.25 mm. M.S. laths interlocked together through their entire
length and jointed together at the end by end locks mounted on specially designed pipe shaft with brackets, side
guides and arrangements for inside and outside locking with mechanical device chain and crank operation for
operating rolling shutters exceeding 10.00 Sqm including spring hooks, providing and fixing necessary 25.3 cm.
Long wire springs grade No. 2 and MS top cover 1.25 mm thick (RS)

Windows: -
Steel glazed windows shutters of standard rolled steel section joints miter and welded with steel lugs 13 * 3mm,
10 cm, 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, 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, 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 1.2 m. The walkways shall have railings as
specified above.
Toilets: -
The contractor shall provide following fixtures in each toilet:
1. First quality 630mm Indian type Orissa water closet complete with 100 mm HCI P trap with vent & 10 L
capacity mosquito proof PVC/ China ware flushing cistern ISI marked complete in all respect.
2. Best Indian make flat back angular lipped front urinal 465 mm high vitreous china ware with 5 L capacity
PVC/ China Ware automatic flushing cistern complete with all other accessories.
3. First quality vitreous china ware wash basins 510 x 400 mm complete with 32mm brass waste, 15mm CP
Brass screw down pillar tap & all other fittings.
4. Best Indian make SS 600mm long towel rail complete with all accessories.
219

5. Best Indian make beveled edge 5.5 mm thick mirror 600 x 450 mm mounted on asbestos sheet complete
with all accessories.
6. 15 mm inner diameter CP Brass bib cocks best quality for bathing & adulation – 2 Nos.
7. White glazed tiles up to 7 ft. height on all walls.
8. The contractor shall provide only HCI floor taps & use only best quality heavy-duty HCI pipes with lead
joints.
Internal water supply: -
Flush toilets & drinking water: -
a) Painting of metallic surfaces: -
If not otherwise stated metallic surfaces shall receive one initial coat in the manufacturer’s workshop. After
arrival of the equipment on site, the same shall be inspected and damaged portions shall be cleaned and given
the primer and under coat of similar paint. After erection all metal work shall be painted as follows.
b) Painting of metallic surfaces
Coating of the pipes and the plant equipment is to be provided according to the color code.
c) Other equipment: -
All other items like doors, windows, sanitary ware, lighting, cabling, switches, power points, and finishing like
plasters, tiles, paints, coats shall be provided according to the technical specifications.
d) Final Finishing -
The contractor will ensure that the building along with all its installations is in a finished and in new and fully
operative condition when handed over. He shall have repaired and remove all signs of damage that might have
been done during the course of installation and fixing of equipment. He shall also see that the entire exterior has
been finished properly and the entire site is cleared of all extra construction material, debris and excavated soil.
This shall have to be done to the satisfaction of the engineer in charge.
Check of reinforcement and concreting -
All reinforcement shall be checked and recorded prior to pouring of concrete, by a representative of the
Engineer in Charge, not below the rank of Assistant Engineer. Similarly, the entire concrete pouring work shall
be done in the presence of an officer not below the rank of Junior Engineer. The Contractor shall therefore, give
a notice of a minimum three days to the Engineer in Charge or his representative, such that the works can be
checked by him or his representative.
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 -
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
220

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: -
- As per National Building / Haryana PWD specifications.
Materials: -
a) General Requirement: -
The term “materials” shall mean all materials, goods and articles of every kind, whether raw,
processed or manufactured and equipment and plant of every kind, to be supplied by the
contractor for incorporation in the works.
Except as may be otherwise specified for particular parts for the works, the provisions of clauses in this section
shall apply to materials and workmanship for any part of the works.
All materials shall be new and of the kinds and qualities described in the contract sands shall be at least equal to
approved samples.
As soon as is practical after receiving the order to commence the works, the Contractor shall inform the
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. The Contractor shall be thereafter keep
the Engineer in Charge informed of orders and deliveries of all materials.
Materials shall be transported, handled and stored in such a manner as to prevent deterioration, damage or
contamination.

b) Samples and tests of materials: -


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; or as directed by the Engineer at the site, at the supplier’s
premises or at a laboratory approved by the Engineer.
Samples shall be submitted and tests carried out sufficiently early to enable further samples to be submitted and
tested, if required by the Engineer.
The Contractor shall give the Engineer at least seven days notice in writing, of the date on which any of the
materials will be ready for testing or inspection at the supplier’s premises or at a appointed place within seven
days, the test may proceed in his absence, provide that the Contractor shall in any case submit of the Engineer,
within seven days of every test, such number of certified copies (not exceeding six) of the test readings as the
Engineer may require.
221

Approval by the Engineer with regard to the placing o orders for materials or of samples or tests shall not
prejudice any of the Engineer’s power under the provisions of the contract.
The provisions of this clause shall also apply to materials supplied by any nominated sub-
Contractor.
c) Standards: -
Materials and workmanship shall comply with the latest relevant specifications and Explanatory Notes, Haryana
Public Works Department specifications. All materials used in the permanent works shall be of the best quality
of the kind and to the approval of the Engineer. Andy material or workmanship not covered any the above
specification of Haryana public Works Department, shall comply with the latest relevant Indian Standard,
current at the thirty-first day of December of the year preceding the tender date, unless a more recent
amendment is specified in the contract documents, 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.
d) Testing: -
Concrete: -
During the progress of construction sampling, preparation of test specimens, curing and
testing of concrete shall be conducted in accordance with IS 1199 and IS 516, to determine
whether the concrete being produced complies with the strength requirements as specified.
At least one slump test shall be carried out for every compressive strength test carried out, or as directed by the
Engineer. Six No. cubes shall be made for each cubic meter for portion thereof or for each pour per grade of
concrete. This number may be increased at the discretion of the Engineer. Six specimens shall preferably be
prepared from different batches, three being tested after 7 days and the remaining three being tested at 28 days.
The Contractor shall provide, at his own expense, all apparatus, labor and arrange for testing at a laboratory,
approved by the Engineer in Charge.
e) Acceptance of Concrete: -
The concrete tested in accordance with “Testing of Concrete” clause above, shall meet the criteria for
acceptance of concrete as per BIS 456. The strength of concrete shall be the average strength of three specimens
tested at 28 days and conform to strength requirements of different grades of concrete. If the advance 7 days
tests show crushing strengths that are too low, corrective measures shall be taken at once, at the Engineer’s
direction, without waiting for the results of the 28 days tests.
f) Failure to meet Strength Requirements: -
In cases where concrete tested fails to meet the test requirements, the Engineer in Charge shall have the right to
require any one or all the following additional tests. The Contractor at his own expense shall carry these out.
The Engineer in Charge shall be the final authority for interpreting the results and shall decide upon the
acceptance or other wise.
Curing and load testing of the concrete member concerned represented by the test, which fail, replacement of
any such portions of the structure. No payment shall be made for the dismantling of the concrete, relevant
formwork, or reinforcement shall be made. The Contractor at his own expenses shall make embedded fixtures
and reinforcement of adjoining structures damaged during dismantling well & extended curing of the structure
222

of the concrete represented by the specimen & collecting and testing of a core specimen from the hardened
concrete. The location number and size of such specimen shall be taken as directed by the Engineer.
Any other test i.e. ultrasonic and /or rebound hammer tests to be decided by the Engineer, at
the Contractors own cost.
Water Retaining Structures: -
In addition to the tests of the concrete structure regarding “Failure to meet Strength
Requirements” referenced above, each water retaining structure shall also be tested for water
tightness at “top water level” as follows:
The structure shall be thoroughly cleaned and as far as practicable before any earth or other filling is placed
against the outside wall face, water retaining structures shall be filled with water at a uniform rate of not greater
than 2m in 24 hours. A period of 21 days shall be allowed for stabilization, after which the water level shall be
recorded by an approved method, at 24-hour periods for a test period of 7 days. During the test period the total
permissible drop, after allowing for evaporation and rainfall, shall not exceed 1/500 of the average water depth
of the full tank or 10mm, whichever is less.
In the case of structures whose external faces are exposed, such as elevated tanks, the test requirements shall be
deemed to be satisfied if the external faces show no signs of leakage and remain apparently dry over a period of
seven days, after allowing an initial seven days period for absorption after filling.
In the case of structures whose external faces are submerged and are not accessible for inspection, such as
underground tanks, the tanks shall be filled with water and after filling; the level of the surface of the water shall
be recorded at subsequent intervals of 24 hours, for a period of seven days. The total drop in level over the
seven-day period shall be taken as an indication of the water tightness of the structure. The Engineer shall
decide on the actual permissible magnitude of this drop in surface level, taking into account whether the tanks
are open or closed and the corresponding affect it has on evaporation losses. For many purposes however, an
underground tank whose top is covered may be deemed to be watertight if the total drop in the surface level over
a period of seven days does not exceed 40 mm.
If the structure does not satisfy the test requirements, and the daily drop in water level is greater than that
allowable, the period of test may be extended for a further seven days and if the specified limit is then met, the
structure may be considered as satisfactory.
If the test results are unsatisfactory, the Contractor shall ascertain the cause and make all necessary repairs and
repeat the water retaining structures test procedures, at his own cost. Should the re-test result still be
unsatisfactory after the repairs, the structure will be condemned and the contractor will dismantle and
reconstruct the structure, to the original specification, at his own cost.
Roofs: -
Concrete roofs of service reservoirs or buildings shall be watertight and shall, where practicable, be tested on
completion by water trenching to a minimum depth of 25 mm for a period of 24 hours. Where it is
impracticable, because of roof falls or otherwise, to contain a 25 mm depth of water, the roof shall be
thoroughly wetted by continuous hosing for a period of not less than 6 hours. In either case, the roof shall be
regarded as satisfactory if no leaks or damp patches show in the roof.
223

The roof treatment for water proofing shall be completed as soon as possible after satisfactory testing as per
Haryana PWD specifications.
Pipe Laying: -
The specifications given under this clause shall cover guide lines for providing all types of pipes for water
supply, rising mains, plumbing, interconnecting pipes in water, water treatment units etc.
The diameters and types of pipes shall be as described in the approved drawings. The pipes shall include all type
of pipes viz. stone ware, concrete, plastic, metal and asbestos pipes. Metal pipes shall including Cast iron,
Ductile Iron, steel and of different pressure classifications as specified. The specials and fittings like valves shall
also be of the same materials, types and pressure grading to match the pipes, all the materials shall be as per
relevant Indian Standards. The specials and fittings like SV, FH etc. shall be installed in locations as per
approved drawings as directed by Engineer-in-charge.
The work includes supply of all types of pipes at the site of work, road cutting and remaking, excavation of
trenches in all types of soil, lowering of pipes into the trenches, concrete bedding where specified, aligning to
line and grade, jointing, testing, back filling of trenches to meet the requirements of Indian Standards codes of
practices in a best workmanlike manner.
The rates quoted shall be deemed to be inclusive of all costs of materials where ever applicable, transportation,
costs of labour, tool and plant for all the operations involved in the completion of the works.
The Haryana PWD Specifications should be followed for work of pipe laying: -
- The transportation of pipes to the site of works has to be done in such a way that pipes are not damaged while
handling.
- Light pipes and pipes of smaller diameter shall be handled manually. Heavy pipes shall be loaded and unload d
using lifting tackles like chain pulley blocks and shear legs. The pipes shall be protected against impact, shocks
etc. Pipes shall not be allowed to fall freely on to the ground and hard surfaces as to cause cracks in pipes.
- Transportation of pipes and stacking by the side of the trenches shall also be done in such a way that it causes
minimum inconvenience to the traffic.
- Lowering of the pip s into the trenches shall be done equally carefully so that the pipes are not damaged and
'so the trenches and bedding for pipes arc not disturbed and damaged. Smaller and lighter pipes can be lowered
using rope slings 'and shall not be dropped on to the trench bottom.
- Permanent bench marks shall be established at convenient and frequent intervals nil along the pipe alignment
for carrying the levels to the place of laying of the pipes. The levels shall be transferred by Using boning rods
and slight rails. The lowering of pipes shall not be commenced until the engineer has checked levels and permits
the lowering of pipes.
- Heavy pipes shall be towered into the trenches by means of shear legs, chain pulley blocks and tackle. Care
hall be taken while lowering the pipe into the trench & each pipe which is laid in the trench examined by the
Engineer in Charge for damage. Cracked, broken or damaged pipes shall not be allowed to be used in the works.
- The pipes shall be checked for absence of cracks and deranged parts of pipe ends. The pipes shall also cleaned
to remove all dirt and soil and other foreign materials before lowering into the trenches. After jointing it shall be
ensured that the extra jointing materials are removed. It shall also be ensured that no foreign material enters the
pipes after they are laid by covering the pipe ends suitably.
224

- The specified jointing material shall be used and methods of jointing the pipes of different materials shall be
followed as per relevant IS specifications/directions of the Engineer-in-charge. For flanged joints necessary
gaskets/packing material, bolts and nuts shall be provided without any extra cost. The gaskets/packing materials
shall be of full diameter and of approved quality.
The pipes shall be prevented from floating in case pipe trenches get flooded by properly loading the pip with
back filling material. However the back filling shall not be done above the joints till the pipes are tested and the
Engineer permits the back filling.
The bedding of the pipes where specified shall be as detailed in the approved drawings/ direction of the
Engineer- in- charge. The locations of the bedding, the thickness of the bedding, the width of the bedding,
material specifications and proportion of mix shall be as indicated in he approved drawings direction of the
Engineer-in-charge.
The manholes on the gravity sewers shall be provided at appropriate locations. Normally they are local at the
junctions of sewers, where the diameters of pipes, direction of pipes grades of pipes change and also on straight
lengths at specified intervals to facilitate cleaning operations. The sizes of the manholes depend upon the
diameters of pipes, depths of pipes number of junctions etc, A drawing showing all the above details shall be
approved by the Engineer-in-charge before execution of the work.
The material specifications viz.., brick masonry or concrete, the proportion of concrete mortar for masonry and
plastering shall be as Indicated in the approved drawings of manholes. The dimensions and thicknesses of
masonry, concrete, plaster etc., shall be as specified in the drawings to be got approved by bidder for manhole
chambers as well as access shafts in case of deep man holes.
FRP/Cast Iron manhole covers of specified weight and thicknesses and type as specified in the approved
drawing for manholes shall be provided and fixed as directed by the Engineer-in- charge and as per relevant
Indian Standards.
For laying and jointing of pipes the following codes of practices (latest: edition) shall be followed unless
otherwise stated.
Thrust blocks: -
In case of rising mains/pressure pipes, at changes of horizontal/vertical directions by more than 40 of pipes,
thrust blocks of M- 20 concrete with Nominal reinforcement as per prescribed in Manual of water supply to
resist unbalanced forces shall be provided. The dimension, material specifications shall be as approved by
Engineer-in-charge as per BIS specifications and design.
Valves chamber: -
RCC/Masonry Chambers over pits to protect the valves or other special fittings on the pipe lines shall be
constructed as per site requirements. The dimensions and material specifications, covers shall be as per attached
drawings and approved by EIC.
Specifications for casting RCC box & Pushing Through Embankment
Either BOX PUSHING technique shall be adopted for crossing the National Highway if open cut is not
permitted by the National Highway authorities. In order to avoid interference to excavation on existing roads
intercepted on pipeline alignment, BOX PUSHING technique may also be adopted for the laying of pipeline
through such road crossing intercepted.
225

(i) The RCC box segments shall be cast using M-25 or grade as per IS 456, in suitable segments as per the
approved design, and pushed across the embankment by hydraulic jacks, of suitable capacities excavating
manually the soil under the FRONT SHIELD of the box.
(ii) The thrust bed required for box pushing shall be of required width and of length and thickness as per
design approved and laid along the longitudinal axis of proposed box. The thrust bed is envisaged in
reinforced concrete using grade M-20 or grade as per IS :456 and designed to resist the reaction induced
due to jacking force while pushing the box inside the embankment. The reaction due to jacking force
shall mainly be resisted by frictional at the bottom thrust bed and the earth. However, additional keys
provided at the bottom of the bed shall be made use of develop more resistance due to passive pressure of
the earth.
(iii) The concrete below the bottom of each pin pocket shall be done first for positioning them. Aligning these
pin pockets is very important aspect while casting the thrust bed in order to avoid any lateral shifting of
the box with respect to it’s axis. Therefore, these boxes shall be held in position by welding MS bars
between boxes in longitudinal and lateral directions. While concreting for entire thrust bed is carried out,
two recesses shall be left along the entire length of the thrust bed at top for housing rails. Leveling of
these rails shall be done by providing suitable MS packing plates at suitable spacing. These recesses shall
then be filled with screed mortar. Also, 50mm thick screed shall be laid on top of the thrust bed and
leveled such that the top of rails shall remain 2mm protruding above top level of the thrust bed. The pin
pockets shall be covered with precast cover slab before screeding. The thrust bed shall be laid in a slope
of 1:700 to avoid lifting of box during pushing.
(iv) In order to facilitate jacking and steering, it is envisaged to cast the box in segment s of suitable lengths.
The first box shall be provided with FRONT SHIELD and REAR SHILED. The front shield shall consist
of MS Plate with suitable stiffeners. Anchor Bars, Welded to the plates shall be embedded in the concrete
of the box. The front shield shall be 1.0 m wide on all faces with 0.50 m width embedded in box concrete.
Similarly, rear shield shall be provided at the rear end of each box. Half the width of rear shield shall be
embedded in box concrete with outer face being flush with outer surface of the box. For the front 0.50 m
length of box the thickness of top and bottom slab and both sides shall be reduced by 30mm. so that rear
end of the first box and at front end of remaining box pockets suitably lined with 6 mm thick MS plates
shall be provided to house hydraulic jacks for intermediate jacking. Two pockets shall be provided in the
side wall of box, just below top Haunches and two shall be provided in bottom slab of box, next to
Haunches.
(v) The box is designed as a normal box but subject to longitudinal thrust while pushing.
(vi) 8mm thick MS plates shall be laid over rails placed in thrust bed to from bottom of box along the length.
The bottom surface of these plates shall remain flush with the bottom of the box. These plates shall be
anchored in bottom slab concrete with welded anchor bars. With this arrangement, while pushing the box
over the thrust bed, the contact between steel to steel surfaces shall reduce friction. Before casting the
box, polythene sheets suitably greased shall be laid on the top of thrust bed and bottom of box to prevent
contact between thrust bed and bottom of box and facilitate pushing with very smooth, frictionless
surface between the thrust bed and bottom of the box.
226

(vii) To withstand reactions of jacking force, jacking pins are provided with MS bar handle to facilitate the
lifting when required. The overall dimension of the pins shall ensure smooth insertion and lifting inside
pin pockets.
(viii) A jacking rig, fabricated from MS plates and structural steel shall be provided to endure proper alignment
of jacking force. One end of the jacking rig shall have saddles to house hydraulic jack. The clear width
inside rig shall be more than pin pocket to ensure smooth sliding of rig. Spacers fabricated from MS
Plates shall be spacers shall meant to rest against jacking pin at one end jack ram at the other end.
(ix) After completion of casting of box, pushing operation shall commerce with the rigs laid on top of the
thrust bed with one end of the rig resting against face of the rear end of bottom slab of the first box. The
hydraulic jacks shall be properly housed in the rig so that one end of jack shall rest against the end plate
of the rig. The other, ram side of the jack shall rest against face of jacking pin. When the jack shall be
operated, the ram shall be pushed against the jacking pin. This will make the box to move in the direction
of thrust away from jacking pin. When the full displacement of ram be obtained, the jacks shall be closed
and spacers shall be inserted between the jacking pin and the jacks shall be operated again and the box
shall be pushed in the direction of thrust. When the rig travel to expose next row of pin pockets, the
jacking pin shall be removed and installed in the next row of pin pockets. This process shall be repeated
till the front shield shall cut into the embankment for about 1.0m
(x) The excavation at the front end of the box shall be carried out manually within front shield. The muck
shall be removed from the box. When about 0.50m of excavation shall be done, the jacks shall be
operated again so that front shield shall be pushed fro 30 or 40 cms further inside the embankment. Again
the excavation shall be continued till the entire length of first box is fully pushed inside the embankment.
When rear end of the first box shall be very close to the embankment, the second box shall then be cast
and after adequate curing, pushed to lock inside the rear shield of the first box. Hydraulic jack shall be
housed in intermediate jacking pockets and an intermediate jacking station shall be similar to that in the
initial stage. However, in this case, the ram shall rest against plate lining in pockets. After opening the
intermediate jacking station, the intermediate jacks shall be operated while the rear end of 2nd box shall be
made to anchor against the jacking pin through the jacks.
(xi) In General following sequence shall be adopted in carrying out the job:
1. After casting thrust bed, polythene sheets suitably greased shall laid on the top of thrust bed as above
explained to prevent contact between thrust bed and bottom of box.
2. The reinforcement cage required for base slab with reinforcement for side walls shall be placed in
position on bed. The pre cast blocks or chairs for provision of cover shall be provided under the cage.
3. The base slab and side walls up to top of bottom haunch would be concreted with M-25 grade or grade
as per IS 456 concrete in one operation leaving the top of side wall rough.
4. The reinforcement cage for side wall shall be laid in proper position. The lap length shall be provided
properly. The side walls shuttering shall be provided by proper checking of alignment & vertically up
to bottom of top haunch.
5. The surface of hardened concrete shall be thoroughly hacked, swept clean, wetted and covered with
layer of neat cement grout. The neat cement grout shall be applied to the top and this shall be followed
by a 10mm thick layer of cement mixed the same proportion as that of cement and sand in concrete and
227

concreting shall be resumed immediately thereafter. The first batch of concrete shall be rammed against
the old work to avoid formation of any stone pockets particular attention being paid to corners and
closed spots and the concreting of side wall shall be carried out up to the bottom of top haunch.
6. The reinforcement cage for top slab shall be laid properly on centering and chairs or pre cast units for
providing cover shall be laid under cage. The centering shall be checked in alignment and props shall
be of sufficient strength.
7. Concreting of top slab shall be carried out in the same manner as per 5 above.
8. Pushing of the completed segments of the box shall be commenced as per the procedure described in
above paras till the entire length of the box in the embankment is built up
After completion of jacking, pressure grouting of concrete shall be carried out of fill joint between segment to
make then water tight and the inside face of the joint with smooth finishing etc. complete.
Back Filling: -
Back filling of the trenches shall not be commenced till the pipes are tested for I.S. Specified hydraulic pressure
and till approval for filling of the trenches is given by the Engineer. Back filling of the trenches shall be done
with approved back fill material free from boulders; sharp objects, rubbish. The filling shall be carried out in
layers not more than 150 mm thick, The filled up material shall be well watered and consolidated, taking proper
care to see that the pipes are not disturbed.
Obstruction to Traffic: -
The contractor shall be deemed to have knowledge about the condition of roads and areas where he has to lay
the pipe. He shall make his own studies about the widths of roads particularly narrow, winding and steeply
sloping roads to assess the difficulties he may have to face during excavation, stacking of pipes and materials,
tools and plant during execution.
He shall make all the necessary arrangements for the diversion of traffic with least inconvenience to the public.
He shall erect warning signals day and night and provide necessary barricades to avoid accidents. Any damages
caused to the public/private property shall be made good at his own cost. He shall also be responsible to pay any
compensation to any person subjected to injuries or death due to his negligence in providing necessary safety
precautions.
Testing of the Pipe Lines
Sectional tests
After laying and jointing, the pipeline shall be tested for tightness of barrels and joints and stability of thrust
blocks in sections approved by the Engineer in charge. The length sections depends on the topographical
conditions. Preferably the pipeline stretches to be tested shall be between two chambers (air valves, scour valve,
bifurcation and other chamber)
The water required for testing shall be arranged by the contractor himself. The contactor shall fill the pipe and
compensate the leakage during testing. The contractor shall provide and maintain all requisite facilities,
instruments etc. for the field testing of the pipeline. The testing or the pipeline generally consists in three phases;
preparation, pre-test/saturation and test, immediately following the pre-test. Generally, the following steps are
required which shall be monitored and recorded in a test protocol in required;
(i) complete setting of the thrust block
228

(ii) partial backfilling and compaction to hold the pipe in position while leaving the joints exposed for
leakage control
(iii) opening of all intermediate vales (if any)
(iv) fixing the end pieces for tests and after temporarily anchoring them against the soil (not against the
preceding pipe stretch)
(v) at the lower end with a precision pressure gauge and the connection to the pump for establishing the
test pressure
(vi) at the higher end with a valve for air outlet
(vii) if the pressure gauge cannot be installed at the lowest point of the pipeline, on allowance in the test
pressure to be read at the position of the gauge has to be made accordingly
(viii) slowly filling the pile from the lowest point(s)
(ix) the water for this purpose shall be reasonably clear and free of solids and suspended matter
(x) Complete removal of air through air valves along the line.
(xi) Closing all air valves and scour valves.
(xii) Slowly raising the pressure to the test pressure while inspecting the thrust blocks and the temporary
anchoring.
(xiii) Keeping the pipeline under pressure for the duration of the pre-test/ saturation of the lining by adding
make up water to maintain the pressure at the desired test level. Make up water to be arranged by
contractor himself at his own cost.
(xiv) Start the test by maintaining the test pressure at the desired level by adding more make-up water;
record the water added and the pressure in intervals of 15 minutes at the beginning and 30 minutes at
the end of the test period.
(xv) Water used for testing should not be carelessly disposed off on land which would ultimately find its
way to trenches.
(xvi) The field testing pressures for pipeline & duration of test shall be follows:
S.No PIPE MATERIAL TEST PRESSURE TEST DURATION
1. DI K9 Pipes 18 KG/SQCM OR1.5 Times 24 Hours
The Working Pressure
2. MS Pipes 1.5 Times The Designed Pressure 24 Hours
Acceptance criteria for DI pipes shall be that the required addition of water to maintain pressure is not more than
Q = 1 liter per Km per 10 mm of pipe diameter per 30m test pressure for 24 Hours
The sectional tests shall be accepted it the quantity of water required to be add to maintain test pressure during
test duration of
No section of the pipe work shall be accepted by the Engineer in charge until all requirements of the test have
been obtained.
For MS pipes after erection at site and after the concrete anchor/ thrust blocks have been constructed. The entire
pipeline shall be subjected to a hydraulic test as follows, to the required test pressure as per clause 11 of IS:
5822.
When the field test pressure is less than 2/3 the works test pressures the period of test should be at least 24
Hours. The test pressure shall be gradually raised at a rate of 0.1 N.mm^2 per minute.
229

If a drop in pressure occurs, the quantity of water added in order to reestablish the test pressure should be
carefully measured. This should not exceed 0.1 liter/mm of pipe diameter per km of pipeline per day for each 30
m head of pressure applied.
On completion of a satisfactory test any temporary anchor blocks shall be broken out and stop end removed.
Backfilling of the pipeline trench shall be completed.

Failure to Pass the Test


All pipes or joints which are proved to be in any way defective shall be remade and retested as often as may by
necessary until a satisfactory test shall have been obtained. Any work which fails or is proved by test to be
unsatisfactory in any way shall be redone by the contractor.
Testing as per PWD specification/ IS Codes: -
In case of concrete and stoneware pipes with cement mortar joints pipes shall be filled with water three days
after the joints have been made. The pipes shall be kept filled with water for at least about a week before
commencement of the application of the pressure to allow for the absorption of the water by the pipe walls,
The pipes are tested by plugging upper end of the pipe with a provision for an air outlet pipe with a stop clock.
The water is filled thought a funnel connected at the lower and provided with a plug.
After the air has con expelled through air outlet the storm cock 18 closed and the water level In the funnel is
raised to two motors above the invert level of the upper and Water level in the funnel is not dafter 30 minutes
and the quantity of water required to restore the original water level in the funnel is determined. The pipeline
under pressure is then inspected while the funnel is still in position. There shall not be any leaks in the pipe line
or the .Joints Leakage in' 30 min. determined by measuring the replenished water in the funnel shall not exceed
15 ml in the smaller diameter and 60 ml in lager diameter per cm diameter of pipe for 100 meter length of pipe.
Any sewer or part thereof that docs not meet the above features shall be emptied and repaired, or re-laid as
required and tested again.
For concrete R.C.C., and asbestos pipes of more than 600mm diameter the permissible quantity of water
replenished can be increased by 10 % for each additional 100 mm of pipe.
Air Testing/Smoke Testing: -
Air testing can e permitted particularly in large diameter pipes when the required quantity of the water is not
available for testing: It is done by subjecting the stretch of pipe to all air pressure of 100 mm of water by means
of a hand pump. If the pressure is maintained at 75 mm the joints shall be assumed to be water tight. In case the
drop is more than 25 mm the leaking joints shall be traced and suitably treated to ensure water tightness. The
exact point of leakage can b detected by applying soap solution to all the joints on the pipe line and looking for
air bubbles.
All the arraignments for the tests required for supply of water, pipe specials fittings for blanking of the pipe
ends. Instruments labor, tools and plant etc. shall be arranged by the contractor himself at his own cost. The
rates quoted by the contractor for laying and jointing of the pipes shall be deemed to be inclusive of the cost of
testing of pipes.
230

The contractor shall be bound to follow the instructions of the Engineer regarding the test procedure, test
pressures, lengths of sections for testing etc. The tests shall be carried out only in the presence of the Engineer.
As soon as the stretch of pipe is laid and tested, a double disc or soled or closed cylinder, 75 mm less in
dimension than the internal diameter of the pipe shall be rum through the section to ensure that it is free from
any obstruction.
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 & to economize there by on the
overall thickness of pavement required. Top 50 cm portion of the roadway shall be well compacted up to 100%
of standard proctor density. The formation level shall be 1 M above the ground level .
Internal Roads (concrete Pavement) and Paved Areas: -
The internal roads connecting different units and paved areas in front of Pump houses, filter units, and other
specified areas shall be cement concrete pavements of following specifications mentioned hereunder.
Earthwork: -
Earthwork in embankment including excavation in all kind of soil carriage including loading unloading and
laying of soil as per specification for compaction in 25cm layers, dressing the berms and side slope to correct
level including rolling, watering to achieve 95% relative compaction as percentage of maximum laboratory dry
density calculated by modified proctor test conducted on soil as per IS: 2720 (Part8). The contractor shall use,
after cleaning and sieving, the surplus earth excavated from structures. The contractor shall demonstrate
adequately by field and laboratory test that the specified density has been obtained.
Sub-base: -
The work shall consist of construction of Dry Lean concrete sub base for cement concrete pavement in
accordance with the requirements of specifications as laid down in Section 600 - Specification of Road and
Bridge works (4th Revision) of Ministry of Shipping, Road Transport and Highways. The work shall include
furnishing of all plant and equipment, materials and labor and performing all operations in connection with the
work, as approved by the E-I-C.
Materials: -
Ordinary Portland cement: - IS-8112 & 12269
Aggregate for Lean concrete shall be natural material complying with IS 383 and shall not be alkali reactive.
Coarse Aggregate shall consist of clean hard strong dense, non-porous and durable pieces of crushed stone or
crushed gravel of maximum size of 25 mm.
Fine aggregate shall consist of clean natural sand or crushed stone sand and shall confirm IS 383 and shall not
contain deleterious substances more than the following:
Clay lumps 4%
Coal and lignite 1%
Material passing IS Sieve no. 75 micron 4%
The material after blending shall confirm to the grading as indicated below:
Sieve Designation Percentage passing the sieve by weight
26.50mm 100
19.0 mm 80-100
231

9.5mm 55-75
4.75 35-60
600 micron 10-35
75 micron 0-8
Water used shall confirm to IS 456.
Preparation of Mix: -
The mix shall be proportioned with a maximum aggregate cement ratio of 15:1 and water content shall be
adjusted to the optimum for facilitating compaction by rolling. The strength and density requirement of concrete
shall be determined by making trial mixes. The minimum cement content in the lean concrete shall not be less
than 150kg /cum of concrete. The average compressive strength of each consecutive group of 5 cubes shall not
be less than 10 MPa in 7 days and that of individual cube shall not be less than 7.5 MPa at 7 days.
Construction: -
The DLC shall be prepared in the batching and mixing plant capable of proportioning the material by weight,
each type of material being weighed separately and shall be discharge immediately from the mixer, transported
directly to the point where it is to be laid and protected from weather covering the tipper/dumper and shall be
placed/laid by a pavers with electronic sensors. Transverse construction joints shall be staggered by 500-
1000mm from the corresponding joints in the overlaying concrete slabs. The compaction shall be carried out
immediately and leveled.
The rolling shall be carried out using Double drum smooth wheel vibratory rollers of minimum 80-100 KN
static. The curing shall be done by covering the surface by Gunny Bags/Hessians which shall be kept
continuously moist for 7 days by sprinkling water.
Cement Concrete Pavement: -
The work shall consist of construction of un-reinforced Dowel pointed plain cement concrete pavement in
accordance with the requirements of Section 602 - Specification of Road and Bridge works (4th Revision) of
Ministry of Shipping, Road Transport and Highways. The work shall include furnishing of all plant and
equipment, materials and labor and performing all operations in connection with the work, as approved by the
E-I-C.
Materials: -
Ordinary Portland cement: IS-8112 & 12269
Aggregate for concrete pavement shall be natural material complying with IS 383 and shall not be alkali
reactive.
Coarse Aggregate shall consist of clean hard strong dense, non-porous and durable pieces of crushed stone or
crushed gravel of maximum size of 25 mm.
Fine aggregate shall consist of clean natural sand or crushed stone sand and shall confirm IS 383 and shall not
contain deleterious substances more than the following:
Clay lumps 4%
Coal and lignite 1%
Material passing IS Sieve no. 75 micron 4%
Water used shall confirm to IS 456.
232

Mild steel bars for Dowels and Tie Bar shall conform to requirements of IS 432 – 1139 and IS 1786 as relevant
and shall confirm to Grade S240 of IS and Tie Bar to grade S415.
Pre- molded joint filler board for expansion joints abutting structures shall be 20-25mm thickness within a
tolerance of ±1.5mm of a firm compressible material and complying with the requirement of IS 1838 or BS
clause 2630 or specification for Highway works clause 1015.
Joint sealing compound shall be of hot poured, elastomeric type or cold polysulpide type. If the sealant shall be
Hot poured type it shall confirm to AASHTO M282 and cold applied sealant shall be in accordance with BS
5212 (part -2).
Preparation of Mix: -
The contractor shall submit the mix design at least 30 days prior to paving based on laboratory trial mixes using
the approved material and methods as per IS – 10262 and IS-SP-23 handbook on concrete mixes. The target
mean strength for the design mix shall be determined as indicated in clause 903.5.2 Specification of Road and
Bridge works (4th Revision) of Ministry of Shipping, Road Transport and Highways. The mix design shall be
based on flexural strength of concrete. The minimum cement content in the concrete shall not be less than 350
kg /cum of concrete and not exceeding 425kg/cum of concrete. While designing the mix in laboratory
correlation between flexural and compressive strength of concrete shall be established on the basis of at least 30
tests on samples and shall be ensured that the material and mix proportion remain substantially unaltered during
the daily concrete production. The workability of concrete the point of placing shall be adequate for the concrete
to be fully compacted and to suit the paving plant being used. The control of workability in the field shall be
exercised by slump test as per IS 1199.
Separation Membrane shall be used between the concrete slab and sub-base and shall be impermeable plastic
sheeting 125 micron thick laid flat without crease. Wherever overlap of plastic sheet is necessary the same shall
be at least 300 mm and thematically sealed.
Joints: -
Transverse Joints shall be contraction and expansion joints constructed at the spacing described in the drawing.
Construction joint shall consist of mechanical sawn joint groove 3-5mm wide and 1/4to 1/3 depth of the slab +
5mm and shall be cut as soon as the concrete has undergone initial hardening.
Expansion Joints shall consist of a joint filler board and dowel bars shall be positioned vertically with the
prefabricated joint assemblies along the joint. The adjacent slabs shall be completely separated from each other
by providing joint filler board and space around the dowel bars, between the sub-base and the filler board shall
be packed with suitable compressible material to block the flow of cement slurry.
Transverse construction joint shall be placed whenever is completed after days work or suspended more than 30
minutes, using dowel bars and shall be made of Butt type.
Longitudinal Joints shall be sawn cut as per the details of the drawings and the groove shall be cut after the final
set of the concrete to at least 1/3 the depth of the slab ±5mm.
Tie bars shall be provided at the longitudinal joints as per the dimension and spacing shown in drawing and shall
be positioned at middle third depth of the slab within a tolerance of ± 50mm.
Tie bars projecting across the longitudinal joints shall be protected from corrosion for 75mm on each side of the
joint by applying bituminous paint.
233

Dowel Bars shall be MS rounds of dimension as indicated in the drawings. The dowel bars shall be either
supported on cradle/chairs in pre-fabricated joint assemblies or mechanically inserted with vibration and shall be
positioned at mid depth of the slab within a tolerance of ± 20mm. Dowel bars shall be covered with a thin
plastic sheath for at least 2/3rd of the length from one end of the dowel bar in construction joint or ½ of the
length + 50 mm for expansion joint. The sheath shall be durable of an average thickness not greater than
1.25mm for expansion joint a closely fitted cap 100mm long of and approved synthetic material like PVC or GI
pipe shall be placed over the sheathed of the dowel bar. In expansion space at least equal in length to the
thickness of the joint filler board shall be formed between the end of the cap and end of the dowel bar by using
compressible sponge.
All the site forms, rails and Guide wires shall be of mild steel and sufficient form shall be used and shall be
checked for its trueness, rectifying any deviation greater than 3mm.No deviation is permitted at joints.
Construction: -
The systematic approach may be adopted for carrying out the work and shall submit to the E-I-C method
statement which shall include time cycle, equipment, type capacity of batch mixing plant, hauling arrangement
and paving equipment. The Concrete shall be prepared in the batching and mixing plant capable of
proportioning the material by weight, each type of material being weighed separately and shall be discharge
immediately from the mixer, transported directly to the point where it is to be laid and protected from weather
covering the tipper/dumper and shall be placed/laid by a pavers with electronic sensors. Vibrator shall operate at
a frequency of 8300-9600 impulse per minute under a load at a maximum spacing of 60cm. The total time taken
from the addition of water to the mix until the completion of the surface finishing and texturing shall not exceed
120 min. Transverse and longitudinal construction joints shall be provided as shown in the drawing. The
compaction shall be carried out immediately and leveled. The curing shall be done by covering the surface by
Gunny Bags/Hessians which shall be kept continuously moist for 7 days by sprinkling water.
All transverse joints inn the surface slab shall be sealed using sealants not before 14 days after construction.
Kerb and Channels: -
As per requirement pre cast Kerb and channels M-20 grade design mix concrete and compressed to 3000 PSI by
electro-hydraulic pressure with stone aggregates of 20mm nominal and finished with smooth 6mm cement
mortar 1:3 on exposed surface including jointing and grouting with 12mm thick cement mortar. The contractor
shall submit the detailed drawing of the kerb and channel showing the dimension and thickness for approval by
E-I-C before carrying out the work.
SPECIFICATION FOR HOUSE TYPE 440 SFT.
S.No. Items Sub Items Specifications
1. FLOORING, DADO- a) Rooms, Stores, Verandah & Terrazzo flooring Silver grey cloour.
SKIRTING Passages.
b) Kitchen (i) Non Skid Ceramic Tiles Flooring.
(ii) Ceramic Tiles dado upto 6’-9”
(iii) Working top shall be finished in Baroda
Green.
c) Toilets. (i) Non Skid Ceramic Tiles Flooring
(ii) Ceramic Tiles dado upto 6’-9”
234

2. JOINERY WORK FOR a) Frames Pressed steel frames for all doors, windows,
DOORS, WINDOWS AND ventilators, operable and fixed with glazing.
VENTILATORS
b) Doors shutters The shutters for doors, windows, ventilators,
shall be of hard wood. Doors shall have flush
shutters.
c) wood to be used Wood to be used shall be kiln seasoned hard
wood as per ISI specification except teak.
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.
ISI Marked.
e) Door fitting Anodized Aluminum fitting shall be used
ISI Marked.
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.

g)Wire Gauge shutters Fly mesh shutters to all the outer doors and

windows shall be provided.

3. INTERNAL AND EXTRNAL a) internal walls and ceiling All internal wall shall have CBD & ceiling to
FINISHES. be white washed
b) Joinery Paint Joinery to be painted with synthetic enamel
paint as per colour scheme
c) External walls/ surface. i) Exposed brick surfaces shall be finished
with deep strick painting with matching
pigment and with cement based paint
ii) All RCC works shall be plastered unless
otherwise specified.
iii) Plastered surfaces shall have cement based
paint

4. SOIL WASTE & RAIN a) Rain water Pipes (i) All R.W.Ps be laid in approachable and
WATER PIPES openable ducts
(ii) CI rain water pipes shall be preferred.
b) Soil waste Pipes All the soil waste pipes shall not be exposed.
235

5. ELECTRIC WIRING a) Wires Copper wiring in concealed conduits be used.


b)Switches/ MCB’s Switches / MCB’s be of empanelled Cos.
c) Communication system to be Telephone /TV conduits be also provided.
adopted.
GRILLS a) Grills Steel Grils to outer Windows /Ventilators to
be provided.
6. COMPOUND WALLS AND a) compound walls Standard compound walls shall be provided .
GATES The outer faces of wall shall have exposed
brick face and the inner faces shall be
plastered.
b) Gates Standard provision shall be made.

19.0. Operation and Maintenance Service: -


The Contractor shall operate and maintain all units of water works/Boosting Stations at various places of
M.Garh Town within water works/Boosting Stations area in different places of M.Garh Town & transmission
main/distribution system during the defects liability period of 12 months & three more year thereafter. If
required repairs shall be made to maintain the water works/Boosting stations at the original status at time of
handing over.
The tasks of the Contractor shall be as follows: -
- Operation and Maintenance of all units which are exists & to be developed at water works Dewas & Boosting
Station’s at various places (Main B/S, Adhera B/S, Karamchari Colony B/S, Civil Hospital B/S, Balmiki Mohalla
B/S) of M.Garh Town i.e. S/S Tanks, Filtration Unit, Clear water tank’s, Raw water & Clear water pumping,
transmission main, electrical, mechanical, instrumentation equipments, maintaining the output quality for the
scheme RCC pipe inlet channel, complete distribution system of the M.Garh Town & Rising main of 600mm Ф,
350mm Ф, 300mm Ф, 200mm Ф for filling of clear water tanks at Boosting Station’s cover this part scope of
work :-
- Keeping the down time of any equipment as low as possible but at least below the desired level.
- Maintaining all the plant, equipment and tools and making necessary repairs.
236

- Technical and administrative monitoring of the water works/Boosting Station’s.


The operation, maintenance and repair service shall be made according to the following specification.
a) Maximum down time: -

The water works shall never be operated at less than 50% of its design capacity due to maintenance and repair
reasons. The period of 50% operation shall not exceed more than two consecutive days. The periods for repairs
and maintenance have to be communicated to PHED at least one month in advance.
b) Operation of the water works: -

The works shall be operated according to the rules and procedures laid down in the operation manual, as
required. The water works must be in a position to work at the design and overload capacity at any time and to
produce the design/ overload output.

c) Carefulness and cleaning: -


The Contractor and his staff have to ensure a maximum of carefulness in the operation and
maintenance of the water works/B/S. At any time, the water works/B/S, its equipment and its
surroundings have to be kept clean and proper.
d) Preventive maintenance frequency: -
The preventive maintenance will be made according to the preventive maintenance schedule of the water works.
Short-term specialists of the Contractor for special maintenance tasks may reinforce the regular staff. The
operation, maintenance and repairs shall be made with the help of the equipment and tools available at the water
works, backed up and completed with the facilities of the Contractor at his HQs or brought to the water works
by him temporarily for a special maintenance.
e) Repairs: -
Repairs shall be made as and when needed on the spot or at the contractor’s workshop has to be defined in co-
ordination with the PHED and according to the status of the spare parts availability.
f) Spare parts: -
The Contractor has to provide list of spares as require during operation & maintenance &
shall quote rates in price bid in order to keep a reasonable stock of spare parts so that the
down time of equipment can be kept in the limits. The contents & rates of the stock have to
be approved by PHED separately as per discretion of PHED.
g) Transportation: -
All necessary transports shall be arranged and made by the Contractor at his own costs. The
contractor shall also provide One Trolley of 6 cum capacity for disposal of screening
material, sludge etc. at a place designated by E-I-C.
h) Chemicals & Consumables: -
All the consumables for laboratory testing and running of Electrical / Mechanical items
including chlorine gas , Alum , Diesel etc. during trial run of the plant shall be supplied by
the contractor except Electric Power & Raw water . However , during defect liability period
237

and 3 years thereafter , the cost for Diesel arranged and consumed by the contractor shall be
reimbursed by the Department on actual consumption basis to be calculated from the power
meter of the generator . The electric power , Raw water , Alum & Chlorine Gas shall also be
supplied by the department during defect liability period & 3 years thereafter .
This scope of work include painting, white washing, distempering of plant, building &
equipments, special repairs, if any, during the final year of O&M before final handover to
department.
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 weak including all holidays.
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.
The contractor shall maintain & submit statements to PHED on daily basis for consumption of
power & deisel, Alum, Chlorine Gas, input raw water & output treated water quality & quantity.
The Alum shall be filer Alum i. e. Sulfate of Alumina (Al2SO4)3 4 H2O with at least 16% Al2 O2
in the form of blocks/ Lump/ Powder.
The Chlorine Gas should be liquefied gas under pressure having 99.998 % Cl2.
The incoming / treated water shall be tested for the following parameters on daily basis and
PHED may order analysis of additional parameters required to check the efficiency and efficacy
of the plant.
S. No. Parameter Influent Effluent
1 2 3 1 2 3
1 pH
2 Suspended Solids
3 Total Dissolved
Solids
4. Alkalinity
5. Turbidity.
6. Colour
7. Taste & Odor
8. Aluminum.
9. Residual Chlorine.
10. Bacteriological
Quality i.e. E Coli,
Total Coli form
Bacteria etc.
238

In case contractor fails to operate & maintain the water works/B/S to the rated capacity & quality, PHED shall
be at liberty to terminate the operation & maintenance contract without assigning any reason & take penal action
as per the contract & prevailing law as this is covered under essential services act.
The contractor shall adopt all necessary safety measures for all his staff, plant, building & machinery.
The Contractor shall operate and maintain the entire Water Works/B/S including screening chambers, raw water
pump house, filtration unit, Clear water pumping, transmission main including Mechanical, Electrical,
Instrumentation, PLC and all other contingent components provided under the contract during the defects
liability period of 12 months & Three years thereafter. He should carry out preventive maintenance &
replacements of defective equipments & components till handing over of the Water works/Boosting Station’s.
The tools for removal & cleaning of screening material, sludge from drying beds & loading into trolley shall be
made available by the contractor & is included in the scope of this contract. This scope of work does include
painting, white washing, distempers of plant buildings, equipment during 48 months operation & maintenance
period.
The contractor shall include the availability of the minimum man power as hereunder round the clock through
out the year in his quoted rates for operation & maintenance of the plant.
S No. Category of staff. NUMBERS. Duration Qualifications
1. Plant Super visor 1 No. (One shift) Full Time. Diploma with 2 years
experience.
2. Foreman Electrical & 1 No. each (day shift) Full Time. ITI with 5 years experience.
Mechanical.
3. Operators. 2 No. Each shift. Whole time. ITI pass.
4. Helpers & Filter 2 no. Each shifts. Whole time. 8th Pass.
attendants.
5. Specialist/Chemist. 1 No. (Day Shift) Full Time B.Sc. with 2 years experience in
water & sewage analysis.
6. Casual Labor (as As required As required Literate.
required).
7. Pipe Fitter 1 No. (Day Shift) Full Time ITI With 3 years Experience
8. Fitters Attendant 2 Nos. (day shift) Full Time ITI Pass.
9. Mali 1 No. Full Time Literate
Operation and Maintenance manual: -
The Comprehensive Manual to be submitted before the operation and maintenance period i.e. 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:
* Process Write Up.
* Piping and Instrumentation.(as built)
* Hydraulic profile (as built).
* Plant layout. (As built showing cables, piping route and dimensions).
* Technical data Sheets of all electrical, mechanical and instrumentation equipment.
* General arrangement drawings of all civil works, Electrical, mechanical and instrumentation.
239

* Operation and Maintenance manual of all major equipments from the original manufacturer.
* List of spares, sources of procurement and specifications.
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 O & M Manual must be updated periodically for incorporating procedure of maintenance of repairs and
breakdowns not incorporated in the earlier O & M Manual.
Procedure for repairs of leak / burst of pipes must be provided with supportive drawings.
Frequency of spares used in maintenance of electrical, mechanical equipments must be recorded for updating
the contents of manual.
Record of troubleshooting points and details of events causing trouble (Breakdown in any part of the Treatment
plant must be maintained and used for updating the contents of manual).
The record of inventory used must be maintained and the relevant portion of O & M Manual must be updated to
list out the requirement of the entry for maintaining the system for 12 months.
The record of incoming / treated water quality monitors during every day of O & M period must be maintained
and handed over after the expiry of contract period.
The chemical requirement in worst condition of Operation must be identified and incorporated.
The contractor shall keep record of chlorination requirement to keep the MPN no. with in limits and daily dose
of chlorine be recorded.
The provision in the manual must incorporate every aspect of Good industrial practice even if not elaborated
here or other parts of the bid documents. The provisions in the approved Operation and Maintenance document
shall only be binding on the parties.
The manual so prepared must be updated after the end of every year of O & M giving effect to the experience
gained and the observations made by the department during the maintenance period.
240

ADDITIONAL TERMS AND CONDITIONS FOR OPERATION & MAINTENANCE

1. Regular desilting of various chambers / haudies and inlet channels after canal closure so that no silt is
present when the raw water again flows after closure of canal. Grass, roots & weeds should be
regularly removed. Regular watch and ward during running period of canal has to be done and any
theft of water has to be checked / reported to Department immediately. Also FIR against such theft has
to be lodged in Police Station by the contractor. Cleaning of RCC pipes and culverts is to be done
regularly so as to clear silt deposit. The earth filling on both sides of inlet channel if in filling is to be
carried out regularly to avoid the damage of channel due to erosion of earth.
2. Storage tank shall be regularly filled completely during canal running period. All type of weeds
growth in and around storage tank shall be properly removed and cleaned by contractor. Entry of rain
water shall be checked by maintaining earthen embankment of storage tank . Outlet sluice gates shall
be kept operative and in case there is any displacement and same shall be fixed again . Any petty spare
requirement shall be arranged by the contractor .
3. Raw water, sump well shall be cleaned twice in a year to the satisfaction of Engineer-in-Charge. Entry
of date of cleaning will be made in the log book.
4. All pipe line at Head works shall be maintained by the contractor and any leakage occurred shall be
repaired on the same day . The pipes , required in the repair of pipe line shall be arranged by the
contractor , whereas other petty items like coupler , nut bolts , CID joints , CI specials , sluice valves ,
jointing material etc. shall be arranged by the contractor himself .
5. Clear water tank shall be cleaned after 6 months to the satisfaction of Engineer-in-Charge. All
manhole covers shall also be kept intact and the same shall be never left to remain open.
6. The Head works and the space around various units shall be kept clean. Proper illumination will be
ensured at night. There shall be no leakage in sluice valves at head works and repair of the same, if
required, shall be done by the contractor including the filling of gland packing, repair to spindle or any
other moving parts etc.
7. The contractor is required to submit the details of his staff, which shall be engaged for maintenance.
Sufficient staff shall be always available on the scheme , The staff shall be well dressed and should not
consume alcohol at water works .
These employees shall be the employees of the contractor for all purpose whatsoever and shall not be
deemed to be in the employment of Public Health Department for any purpose whatsoever. The
contractor shall abide by all rules, law and the regulations that may be in force from time to time
regarding employment or conditions of service of the employees. If under any circumstances,
whatsoever, Public Health Department is held responsible to the employees of the contractor in respect
of any matter, Public Health Department shall be recompensated by the contractor in that event.
8. All components of head works installation in pump chamber , WTP and other pumping machinery shall
be kept in good condition by the contractor. Any loss on water works including machinery and other
installations due to theft or negligence shall be recovered from the contractor.
9. The lawns as shown on the plan should be maintained properly and it is the responsibility of the
contractor for maintaining lawns, cutting of grass, bushes etc. and watering.
241

10. Adequate safety precautions for the workers employed by the contractor shall be observed as per the
latest Act. Any sort of compensation due to loss of lives, due accident etc., shall be the responsibility
of the contractor.
11. Following record shall be maintained and produced periodically by the contractor for proper
monitoring by the Engineer-in-Charge.
A. Daily canal running record during canal running period.
B. Daily Filter running record ( each filter ) with depth of filter media .
C. Daily S/S tank depth record ( each tank )
D. The record for the pipe issued , used and available in stock for the maintenance of the scheme.
All the log books or registers shall be arranged by the contractor.
12. The water works (W/W) is prohibited area and no unauthorized person shall be allowed to enter into
the water works by contractor. If any unauthorized person is found inside the W/W, it shall be
considered as breach of the contract agreement. Further, no person shall be allowed to take water from
the W/W directly. It shall be the personal responsibility of the contractor for any loss of life or other
consequence if the unauthorized persons are allowed to take water from storage tank or C.W.T. The
responsibility of watch and ward of the water works and departmental materials, if any, lying at the
water works, will lie with the contractor. The contractor will be responsible for the losses on account of
any reason, which shall be recovered from him in any manner.
13. All tools and plants required in maintenance of the scheme shall be arranged by the contractor, at his
own cost. However , tools if available with the department shall be supplied free of cost and the same
will be deposited back to the department on completion of the contract period in good condition .
14. Any repair to the structures damaged due to natural disaster e.g. earthquake/ floods, shall be done by
the department but repair required on account of any other reason shall be done by the contractor at his
own cost. If the contractor fails to operate & maintain the scheme for awarded period, his security
deposit i.e 10% of contractor value for operation and maintenance component , will be forfeited and
action for cancellation of registration shall be taken .
15. If the working / performance is observed unsatisfactory , the department is at liberty to cancel the
contract agreement at any time and nothing shall be payable to the contractor as compensation for
balance value of contract
16. The contractor shall have to keep his maintenance/watch & ward staff round the clock at Head works
so that pumping can be done in case of interrupted power supply.
17. The electric power shall be provided by HVPN at W/W and the expenses of electric charges shall be
borne by the Department. But the contractor shall keep the proper record of electricity consumed.
Energy Charges bill raised from HVPN shall be submitted to the Department. He shall compare the
bills raised by HVPN with the actual running of the electric motors and if any discrepancy is found in
the bills, the matter shall be reported to the Sub Divisional Office/Divisional Office with authentic
proof of the same. In case of failure of electric supply, the complaint shall be lodged with the HVPN
authorities by the contractor alongwith the entry in the Log Book & with a report to JE / SDE. In case
of major fault, the matter has to be reported to the Executive Engineer & Sub Divisional Engineer.
242

18. Record of daily consumption of chlorine gas . The record of daily checking of residual chlorine at the
head works has also be kept in the register . In case of any epidemics during test run period , the
contractor shall be responsible . In case epidemics occurs on account of poor filtration after test run
period , contractor shall be responsible due to non performance of filtration .
19. Any associated clause, which has been left out inadvertently but it is necessary for the smooth running
of the scheme will also have to be followed by the contractor. He should include cost of such work in
his offer. The offered rate shall be inclusive of all such items. In the event of strike or absence of staff
employed by the contractor, the department shall be free to maintain the scheme at the risk & cost of
the contractor. In case of unsatisfactory performance by contractor in operation and maintenance,
liquidated damages @ 0.25% of contract value of operation and maintenance per day for period of
unsatisfactory performance, subject to maximum of 10% of contract value of operation and
maintenance shall be levied as compensation. Decision of Engineer-in-Charge shall be final and
binding upon the contractor regarding such compensation.
20. The contractor should carefully check that:
a) He has quoted rates for all items for maintenance of the scheme per month as per scope of
work
b) He has no objection if his incomplete offer is not considered for approval and department is
free to take action for cancellation for submitting incomplete offer misleading the department .
21. The contractor may quote condition which materially effects the scope of work and performance of the
job which may help in bringing clarity in terms & conditions of the contract. However the department
reserves the right to accept or reject such conditions and such conditions must not be in contravention
to the conditions of the department .
243

PUBLIC HEALTH ENGINEERING


DEPARTMENT, HARYANA.

PART- III
PRICE SCHEDULE FOR THE PROJECT OF
WATER SUPPLY SCHEME
MAHENDRAGARH TOWN, WATER
WORKS AT VILLAGE DEWAS & MAIN
BOOSTING STATION M.GARH
244

PRICE FORMAT
1.0. Schedule of Lump Sum amount to be paid to the contractor for water supply scheme
Mahendragarh Town at village Dewas :-
Name of work :- Comprehensive Water Supply Scheme for Mahendragarh Town.
Designing, Constructing, Testing, Commissioning, Operation & Maintenance for 3 years after defect
liability period of 12 months of canal based w/s scheme for M/Garh Town
“Laying of 700 mm ø RCC Pipe NP2 inlet channel, Construction of 1 No. storage & Sedimentation tank,
Pump house, Generator Room, Raw water & Clear water suction well, 5.5 MLD water treatment plant,
boundary wall, Staff quarter, Raw water & clear water pumping machinery, Transformer & all
Electrical , Mechanical instrumentation , Development of W/Works, Land scaping, Horticulture at
W/Works Dewas, 1 No. Under Ground Clear water tank, 1 No. pump chamber, Staff quarter, Clear
water pumping machinery, Transformer & all Electrical, Mechanical instrumentation, development of
Boosting Station, Land scaping, Horticulture at Main boosting Station M/Garh, Laying of 200 mm ø, 300
mm ø , 350mm ø , 600 mm ø D.I. K-9 Rising main from Dewas water works to Main boosting Station &
from Main boosting station to different boosting station’s and all other works contingent there to
complete in all respects on Turnkey Basis Distt. Mahendragarh, Haryana”.
Rs. 707.54
lacs.
Item no. Short description Lump sum amount payable for
the complete work (amount be
quoted both in words & figures).
1.0 Designing, Constructing, Testing, Commissioning, Operation &

Maintenance for 3 years after defect liability period of 12 months

of canal based w/s scheme for M/Garh Town

“Laying of 700 mm ø RCC Pipe NP2 inlet channel, Construction of

1 No. storage & Sedimentation tank, Pump house, Generator

Room, Raw water & Clear water suction well, 5.5 MLD water

treatment plant, boundary wall, Staff quarter, Raw water & clear

water pumping machinery, Transformer & all Electrical ,

Mechanical instrumentation , Development of W/Works, Land

scaping, Horticulture at W/Works Dewas, 1 No. Under Ground

Clear water tank, 1 No. pump chamber, Staff quarter, Clear water

pumping machinery, Transformer & all Electrical, Mechanical

instrumentation, development of Boosting Station, Land scaping,

Horticulture at Main boosting Station M/Garh, Laying of 200 mm


245

ø, 300 mm ø , 350mm ø , 600 mm ø D.I. K-9 Rising main from

Dewas water works to Main boosting Station & from Main

boosting station to different boosting station’s and all other works

contingent there to complete in all respects on Turnkey Basis Distt.

Mahendragarh, Haryana”.

Total cost : - In Figures: Rs.

(A) Main Water Works Unit


1 to 12
(B) Boosting Station Unit
1 to 8
(C) Operation & Maintenance
1

Total Cost :- In Words :


246

Name of work :- Comprehensive Water Supply Scheme for Mahendragarh Town

PRICE SCHEDULE

A MAIN WATER WORKS UNITS: - Qty. Rate/ Total Amount in

Unit/RM/Set/Lot Rupees

1 Providing, Lowering, Jointing, Cutting (Cut


surface to uniformly furnished) & testing of
700mm Ф RCC NP2 including the cost of
Rubber Ring marked with IS 5382 on joints
confirming to ISI No. 458/1988 with latest
amendments including cost of trenches in all
depth, carriage Loading & Unloading,
Rehandling & Construction of RCC Houdies
M-25 complete in all respects to the
specification.
700 mm Ф RCC NP2 862 RM

2 (a) Design & construction of 1 No. storage and


sedimentation tank of mean size
153.25Mx123.25Mx4.5M with 1:1.5 side
slope with out let boxes/ chambers of size
2.0x2.0x5.0 M of RCC M-25 with truss bridge
having MS chequerred plate of minimum 6mm
thickness for approach from ground level to
this out let box with MS pipe railing of 40 mm 1 No.
NB pipe up to 0.9 M height as per PWD 85,000 kL
specification and details shown in the drawing
attached with the DNIT.
2 (b) CI Sluice Gates for S & S Tank outlet box.
600 x 400 mm: 2 Numbers with actuator. 2 Nos
2 (c) Design & Construction of manholes of size
247

2.5M Ф x 5.5 M or as per hydraulics in RCC


M-25 with MS pipe railing of 40 mm NB pipe
up to 0.9 M height 1 No.. 1 No.
2 (d) Providing, laying, jointing & testing CI/DI
Pipe of 400mmФ from S&S Tank to raw water
sump. 170 RM
2 (e) Providing, laying, jointing & testing CI/DI
Pipe of 300mm Ф from raw water delivery to
inlet chamber. 75 RM
Total 2 (a) to 2 (e)
3 Design & Construction of 1 No. RCC Raw
water Sump of size 2.0Mx 6.0Mx 5.5M SWD
with free board upto S&S Tank as per DNIT. 1 No.
4 (a) Design & Construction of 1 No. RCC Clear
water Sump of size 2.0M x 6.00M x 5.5M
SWD with free board as per DNIT. 1 No.
4 (b) Providing, laying, jointing & testing CI/DI
Pipe of 400mm Ф from clear water Reservoir
to clear water sump. 75 RM
Total 4 (a) to 4 (b)
5 a) RCC framed common Pump House for raw
water & clear water pumping of size
15.47Mx8.92M with ancillary civil works at
W/Works

b) 3 Nos. Raw Water Pumps of 4000 LPM


@ 15M Head of suitable rating (HP),
3 Nos. Clear Water Pumps of 5000LPM
@30M Head of suitable rating (HP),
with Foundation of Machinery along with
Suction & Delivery Pipe up to 5 M away from
Pump House for Raw Water & 5 M away from
Main Pump House for filtered water.

c) Electrical Panels, Internal Lightning,


complete in all respects including all works
248

contingent there to.


(a) Complete civil works 1 Lot

(b) Complete mechanical works 1 Lot

(c) Complete electrical works 1 Lot

6 Designing, Constructing, Erecting,


Commissioning, Testing & Trial Run of 5.50 MLD
net capacity Automated PLC controlled Water
Treatment Plant including, Chemical House &
Filtered Water Channel/pipe from Filter House to
CWR, waste water sump & recycling works,
chlorine toners, Chlorinators, HOT for toners and
alum handling, all electrical control panels, internal
lightning, CI pipes, valves, Gates, specials, flow
meters, instrumentation, laboratory equipments &
all other contingent works there to complete in all
respects as per DNIT.
(a) Complete civil works 60%

(b) Complete mechanical works 30%

(c) Complete electrical works 10%

7 Design and construction of internal roads 5M


wide as per DNIT Specifications and Paved
area as per DNIT Specifications.
(a) Internal Roads. 125 RM
(b) Paved Area. 200 M^2
Total 7 (a) + 7 (b)
8. Transmission from W/Works to Main
Boosting Station & from Main boosting
station to different boosting station’s :-
(a) Laying, Jointing, Cutting, Testing &
Commissioning of K9 DI Pipe including cost
of Road cutting, excavation, crossing of Minor
Roads, Thrust Blocks etc. but excluding cost
of DI specials , butterfly valve, Air Valve,
Scour Valves, Micro Tunneling, casing Pipe,
welding etc.
249

(K9 DI Pipe along with 1 No. Tyton joint


Per Pipe shall be supplied by PHED at
their Stores)
(I) K9 DI pipe 600 mm Ф 7502 RM
(II) K9 DI pipe 350 mm Ф 652 RM
(III) K9 DI pipe 300 mm Ф 822 RM
(IV) K9 DI pipe 200 mm Ф 2768 RM
8 (b) Supplying, Laying, Testing & Commissioning
of Butterfly Valves with fittings including
construction of butterfly valves chamber as per
DNIT specifications and drawings on the
transmission main leading (W/W) to main
boosting station to different boosting stations.
(I) 600mm Ф 2 Set
(II) 350 mm Ф 1 set
(III) 300 mm Ф 1 Set
(IV) 200 mm Ф 2 Set
8 (c) Supplying, Laying, Testing & Commissioning
of 200mmø , 150mmФ & 100mmФ Scour
Valves with fittings including construction of
Scour valves chamber as per DNIT
specifications and drawings on the
transmission main leading (W/W) to main
boosting station to different boosting stations.
(I) 200 mm ø 2 Set
(II) 150 mm Ф 1 Set
(III) 100 mm Ф 2 Set
8 (d) Supplying, Laying, Testing & Commissioning
of 150mmø & 100mm Ф Kinetic Air Valves
with fittings including construction of Kinetic
Air valves chamber as per DNIT specifications
and drawings on the transmission main leading
(W/W) to main boosting station to different
boosting stations.
(I) 150 mm ø. 7 Set
(II) 100 mm Ф 5 Set
250

8 (e) Supplying, Laying, Testing & Commissioning


of 600mmø, 350mmø, 300mmø & 200mmø
Sluice Valves including construction of Sluice
valves chamber as per DNIT specifications
and drawings on the transmission main leading
at the inlet point of each boosting stations.
(I) 600 mm ø. 3 Set
(II) 350 mm Ф 2 Set
(III) 300 mm Ф 2 Set
(IV) 200 mm Ф 4 Set
8 (f) Providing Zero velocity valves for surge
control at suitable basis after surge analysis 1 Lot
8 (g) Supplying , fixing , testing of DI specials
including cost of jointing material
DI specials up to 600 mm i/d 18.50 MT
Total to 8 (a) to 8 (g)
9 (a) a) Providing Boundary walls consisting of
Columns, Braces of Brick work all around the
water works. 630 RM
b) Construction of security guard room of
size 2.5 M x 2.5 M in Brick Work. 6.25 M^2
c) Providing and fixing 5M wide MS
fabricated gate on rollers of suitable design as
approved by engineer in charge. 1 Lot
TOTAL OF 9 (a) + 9 (b) + 9 (c)

10 (a) Construction of 1 No. (440 Sq. Ft. = 40.00 Sq.


Mt.) Staff Quarters as per standard drawings
attached with the DNIT according to PWD 40 M^2
specifications.
10 (b) Providing Land scaping and Horticulture at
water works 1 Lot
TOTAL OF 10 (a) + 10 (b)
11. Transformer & Fenced Enclosure
Design, Supply & Erection of 160 KVA
capacity 11/0.415 KVA, 3 Phase, 1 No.
Transformers of suitable rating, 11 KVA
VCB, Geo switch, HT Metering Panel, APFC
251

panel, capacitors, battery chargers, 11 KVA


substation, entire cable work & further
distribution up to main LT panel, earthing,
1 Lot.
safety equipments & any other work
contingent there to complete in all respects as
per DNIT.
B MAIN BOOSTING STATIONS UNITS : - Qty.
1 Design & Construction of 1 No. RCC Under
Ground Clear Reservoirs of size
36Mx25MX2.44M, SWD + FB as per DNIT 1 No.

2 Providing, Laying & Jointing C.I./D.I. pipe


400 MM Ф from CWR to Outlet delivery pipe 120 RM

3 a) 1 No. RCC framed Pump Chamber for clear


water pumping sets of size 12.0M x 6.30M
with ancillary civil works at main Boosting
station.

b) 1 No. Clear water Pump of 4500 LPM


@40M Head of suitable rating (HP),
3 Nos. Clear water Pumps of 2600 LPM
@30M Head of suitable rating (HP),
2 Nos. Clear water Pumps of 2000 LPM
@20M Head of suitable rating (HP),
with Foundation of Machinery along with
Suction & Delivery Pipe 5 M away from
Pump House for filtered water.

c) Electrical Panels, Internal Lightning,


complete in all respects including all works
contingent there to.
(a) Complete civil works 1 Lot

(b) Complete mechanical works 1 Lot

(c) Complete electrical works 1 Lot


252

4 a) Construction of security guard room of size


6.25 M^2
2.50M x 2.50M in Brick Work.

b) Providing and fixing 2.50M wide MS

fabricated gate on rollers of suitable design as


1 Lot
approved by engineer in charge.

TOTAL OF 4 (a) + 4 (b)

5 (a) Construction of 1 No. (440 Sq. Ft. = 40.00 Sq.


Mt.) Staff Quarters as per standard drawings
attached with the DNIT according to PWD 40.M^2
specifications.
5 (b) Providing Land scaping and Horticulture at
1 lot
main Boosting station.
TOTAL OF 5 (a) + 5 (b)

6 Design and construction of internal roads 5M


wide as per DNIT Specifications and Paved
area as per DNIT Specifications.
(a) Internal Roads. 50 RM

(b) Paved Area. 100 M^2

Total 6 (a) + 6 (b)

7. Transformer & Fenced Enclosure

Design, Supply & Erection of 240 KVA


capacity 11/0.415 KVA, 3 Phase, 5 no.
Transformers of various B/S of suitable rating,
11 KVA VCB, Geo switch, HT Metering
Panel, APFC panel, capacitors, battery
chargers, 11 KVA substation, entire cable
work & further distribution up to main LT
panel, earthing, safety equipments & any other
work contingent there to complete in all
respects as per DNIT. 1 Lot.

8 Supplying, Laying, Testing & Commissioning


253

of 400mmø, 350mmø & 300mmø Sluice


Valves including construction of Sluice valves
chamber as per DNIT specifications and
drawings on the transmission from main
B/Station leading at the inlet point of each
boosting stations.
(I) 400 mm ø. 1 Set
(II) 350 mm Ф 1 Set
(III) 300 mm Ф 1 Set
Total 8 (I) to (III)
NOTE:
Main LT panel, local control panels & cabling work from main LT panel to Local panel & from LT
panels to individual movers is already covered in the respective units of the w/works & main B/Station .

C OPERATION & MAINTENANCE : - Rates be quoted in both


WATER WORKS & MAIN BOOSTING Words & Figures.
STATION.
(I) The rate to be quoted shall include operation
& maintenance of all water works & main
Boosting station units of all the units as
illustrated in the scope of work.
a) For 1st year during defect liability period
immediately after expiry of 12 months trial
period.
b) For 1st year after completion of defeat
liability period
c) For 2nd year Operation & Maintenance
d) For 3rd year Operation & Maintenance
Total of a + b + c + d

Executive Engineer,
PHED M.Garh
254

SCHEDULE – V
Schedule of Payment
S. No. Description % The cost of respective
component
A. On Approval of Design and Drawing 3% of cost of respective
Civil, Electrical,
Mechanical ,
Instrumentation,
Component
B. CIVIL WORKS 97% The cost of respective
component
1.0 Storage & Sedimentation Tanks
Excavation up to full depth including dressing of 25%
sides and bottom
255

Construction of Para pit wall in RCC 25%


Construction of bed side blocks 5%
Doable brick lining in bed 30%
Doable brick lining on side slope 10%
Construction of inlet box and outlet boxes 2%
Hydraulic testing 3%
2.0 All Raw water, Clear water sumps.
Excavation 10%
P.C.C. & R.C.C. Bed 20%
Construction of walls 50% 30%
Completion of walls & Roof Slab if any. 35%
Hydraulic testing 5%
3.0 Clear Water Reservoir.
Excavation 10%
P.C.C. & R.C.C. Bed 25%
Construction of walls 50% 25%
Completion of wall 18%
RCC Slab over tank 15%
Hydraulic testing 5%

Inlet Box, Stairs, Cowls, Ventilators etc. & any other 2%

work contingent there to.

4.0 Common Pump House, Staff Quarters, Security


Guard Room.
Excavation 10%
Foundations & Columns. 30%
Construction of walls up to Roof level 10%
RCC Slab 20%
Flooring 10%
Doors, Windows & Painting 5%
Tiles & parapet 5%
Veranda & Porch 5%
Wiring & Illumination work. 5%
5.0. Water Treatment Plant.
5.1. Inlet box
256

Excavation 5%
P.C.C. & R.C.C. Bed 25%
Construction of side walls 1/3rd 25%
rd
Construction of walls 2/3 20%
Completion of wall 15%
Hydraulic testing 10%
5.2. Inlet channel
Excavation 5%
Columns & R.C.C. Bed 25%
Construction of side walls 40%
Completion of wall 20%
Hydraulic testing 10%
5.3. Flash Mixer.
Excavation 5%
P.C.C. & R.C.C. Bed 25%
rd
Construction of side walls 1/3 25%
rd
Construction of walls 2/3 20%
Completion of wall 15%
Hydraulic testing 10%
5.4. Clariflocculator.
Excavation 5%
P.C.C. & R.C.C. Bed 25%
a) Central Column & Flocculation.
Construction of side walls 1/3rd 2.5%
Construction of walls 2/3rd 2.5%
b) Clarifier Zone.
Construction of side walls 1/3rd 15%
Construction of walls 2/3rd 15%
Completion of wall, Launders & Walkway. 25%
Hydraulic testing 10%
5.5 Filter House.
Excavation 5%
P.C.C. & R.C.C. Bed 25%
rd
Construction of walls 1/3 15%
Construction of walls 2/3rd 15%
257

Completion of wall, Troughs, Launders & Walkway. 5%


Clear Water Sump, Clear Water Channel from filter 5%
house to Chlorine Diffusion Tank.
Column footings, beams, Brick work up to roof level. 5%
Back Wash Tank Walls. 5%
Back Wash Tank Roofs. 5%
Filter Media, Under Drainage. 5%
Hydraulic testing 10%
5.6 Chemical House.
Excavation 5%
st
Foundations & Columns up to 1 floor. 15%
st
Foundations & Columns up to 1 floor. 10%
Construction of walls up to Roof level 1st floor. 10%
st
RCC Slab 1 floor. 15%
RCC Slab 2nd floor. 15%
Flooring Ground floor. 5%
Flooring Ground floor. 5%
Doors, Windows & Painting 5%
Tiles & parapet 5%
Veranda & Porch 5%
Wiring & Illumination work. 5%
5.7. Chlorinators’ room.
Excavation 10%
Foundations & Columns. 30%
Construction of walls up to Roof level 10%
RCC Slab 20%
Flooring 10%
Doors, Windows & Painting 5%
Tiles & parapet 5%
Veranda & Porch 5%
Wiring & Illumination work. 5%
5.8 Chlorine Toners Shed.
Excavation 10%
Foundations & Columns. 40%
Trusses/ RCC Slab 30%
258

Flooring 15%
Wiring & Illumination work. 5%
5.9. Neutralization Pit, Diffusion Chamber, Wastewater sumps.
Excavation 5%
P.C.C. & R.C.C. Bed 25%
Construction of side walls 1/3rd 25%
rd
Construction of walls 2/3 20%
Completion of wall & Slab if required. 15%
Hydraulic testing 10%
6.0 Rising Main/Distribution System
Supplying of CI/ DI specials, and Laying of K9 DI 85 %
pipe
Construction of Thrust Block 5%
Testing of Rising Main/Distribution System 10%
Note: Payment shall be proportionate to per meter
length completed
7.0 Micro Tunneling
Supplying of MS casing pipe and MS pipe including 70 %
specials
Micro Tunneling and Laying of casing pipe and 25%
Rising Main
Testing of Rising Main/Distribution System 5%
Note: Payment shall be proportionate to per meter
length completed
8.0 Construction of BFV, SV and Air Valve
Chambers
Butterfly valve chambers 15 %
Scour Valves 15 %
Air Valves 15 %
Note: Payment shall be proportionate to per Set
completed.
9.0. Boundary Walls.
Excavation 5%
P.C.C. & R.C.C. Bed 25%
Construction of walls 1/3rd 25%
Construction of walls 2/3rd 20%
Completion of wall 15%
259

Finishing 10%
10.0. Internal Roads and Pavements.
Excavation & compaction. 5%
Lean Concrete 25%
Construction of pavements 60%
Finishing 10%
Note: Payment shall be proportionate to RM / M^2
area completed.
11.0 Inlet Channel
Supply of RCC Pipe NP2 & Laying 60%
Construction of RCC Houdies 20%
Testing of Channel 20%
Notes: -
C. Break up of cost for supply & erection of mechanical, electrical, Instrumentation &
equipments: -
S. No. Items PECENTAGE
1.0. Supply of Equipment at Site of Work. 70%
2.0. Installation at Desired Place. 20%
3.0. Testing of Equipment. 10%
1.0. Further item wise break up for sub units of each unit as above for Civil, Mechanical & Electrical
shall be submitted by the successful bidder for approval from “The Superintending Engineer, PHE
Circle, Rewari.
2.0. The payment for operation & maintenance charges shall be made on pro rata basis.
3.0. The lump sum rates for pipe for raw water & clear water as per price schedule shall be quoted
along with unit rates. The payments shall be made for the same as per actual work done based on unit
rates.
260

Name of work :- Comprehensive Water Supply Scheme for Mahendragarh Town

Total Abstract of Cost


(A) Water Works Devwas
1. Inlet Channel = Rs. 1293000.00
2. S/S Tank = Rs. 19979026.00
3. R/W S/W = Rs. 191532.00
4. C/W S/W = Rs. 566532.00
5. Pump House & Machinery = Rs. 8156000.00
6. WTP = Rs. 10230000.00
7. W/Works Roads = Rs. 1468000.00
8. Rising Main = Rs. 9438700.00
9. Boundary wall = Rs. 1052950.00
10. Staff Quarter & Land Horticulture = Rs. 520000.00
11. Transformer = Rs. 550000.00

(B) Main Boosting Station M.Garh


1. U.G. Tank = Rs. 4611600.00
2. C.I./D.I. Pipe = Rs. 600000.00
3. Pump House & Machinery = Rs. 7297656.00
4. Boundary wall = Rs. 85000.00
5. Staff Quarter & Land Horticulture = Rs. 360000.00
6. B/S Road = Rs. 624000.00
7. Transformer = Rs. 600000.00
8. S.V. = Rs. 430000.00
(C) Operation & Maintenance
1. O&M = Rs. 2700000.00
Total = Rs. 70753996.00

Say 707.54 lacs.

Executive Engineer

PHED M.Garh

You might also like