Sankrail NIT WTP & Intake

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 63

Section-A

GOVERNMENTOF WESTBENGAL
DIRECTORATEOFPUBLICHEALTHENGINEERING
OFFICEOFTHEEXECUTIVEENGINEER,RESOURCESDIVISION
P-16,INDIAEXCHANGEPLACE,EXTN.1STFLOOR,C.I.T.ANNEXBLDG.,KOLKATA-700073.

Memo.No. ___2596_______/RS Dated,Kolkata,the,:_02/05/2022

NOTICE INVITING e-TENDER NO.-WBPHED/EE/RS/e 08/2022-2023


Onbehalf of the Governor of WestBengal,e-TenderisinvitedbytheExecutiveEngineer Resources Division, P.H.E. Dte.
in WBF 2912 from reputed, financially sound and experienced Agenciesfor the workstatedbelow:-
Amount Earnest TimeofCom
Sl. Eligibility Puttot money pletion
No Criteria ender( (Rs.)
Rs)
1 Surveying, Design, Engineering, Supplying,
Construction, Erection, Testing, Commissioning
of Raw Water Pump House over Fixed type
Intake jettynearManikpur ferry ghat(Hooghly
river), approach road for carrying construction
materials, box culvert class AA loading(min

Operationmaintenance5(five)years
internal width4.5mt) for

Originalwork36 (Thirtyix)Months
cannel

Rs.50.00 Lakh.(Initiallydeposit)
crossingatintakesite,Bank Protection,Substation

To be quoted by thebidder.

Trailrun6 (six)months
BuildingforIntake,Raw WaterRisingMain,
constructionof69MLDWater TreatmentPlant
Asmentioned below.
based onspace Saving Advance Proven
Technologiesincluding AdministrativeBuilding,
Staffquarter&other components, by a centralized
SCADA system, Construction of road from WTP to
PWD road,on EPC turnkey
basisinasinglepackageasperdetailscope of work
/ direction by E-I-C including 6 (six)
monthsTrial RunandOperation&Maintenance for
5 yearsfor SURFACE WATER BASED SCHEME of
SANKRAIL BLOCK (INCLUDING SANKRAIL FOOD
PARK) AND PART OF DOMJUR, PANCHLA &
ULUBERIA-II BLOCKS of HOWRAH DISTRICT
under Howrah Division, PHE Dte. (Package-I)

 The Intending tenderer may download the tender document from the
website(https://wbtenders.gov.in)and thiscanalso be seeninwbphedwebsite.
 During online submission, the tender document will be submitted concurrently duly digitally
signedintheWebsitehttps://wbtenders.gov.inatthedate&time stated inthe timeschedule.
 The documents submitted by the Bidders should be self-attested or attested by aGovernmentGazetted
Officer.
 Joint Venture /Consortium are allowed to participate in this tender. In case of Joint
Venture/Consortiumboththepartners/firms shallbejointly and severally liableforthe project.

The proposed workbroadly comprises of:


 DesignandConstructionofIntakepumphouseoverfixedtypejettybasedonpile
foundationoverHooghlyRiver near manikpur ferry
g h a t fordrawlof72MLDrawwaterincluding5.5mtr wideaccesssteelbridges frombank
&SubstationCampustojetty forlaying raw waterpumping main, cables &carrying pumping machineries
from bank/Substation campus to jetty.

 Supplying &installation of pumping machineries, internal wiring/electrification (excluding
supplying&installationof machineries&equipment’satSubs-station& external lightingatIntake,
Accessbridge, Sub-station)all complete.
 Constructionofsubstationbuildingsforintakesiteincludingboundarywall,campus development,
arboriculture, internal wiring/lighting, roadsandstormwaterdrains.
 Constructionofadministrative buildingat substationsite.
 Bank protection workswithsheetpilefor 50moneitherside (Total100mtr)of theexisting riverbank.
 Supplying & Laying of raw watertransmissionmainof1000NB(mm)diaMSpipe (outercoating3LPEand
inner300micronfoodgradeepoxy)& 1000mm dia DI PIPE from in take jetty toinlet well of WTP. Design
&Construction of rivercrossingstructure, jack pushing under Railways/Highways.
 Constructionofsuitableallweather5.5mwideroad,withundergrounddrainagesystem
(min300mmdia)alongtherawwaterrisingmainfromRawWaterIntake/Substation campusto
WTPandfromWTPto nearestbituminousroad.
 Design and constructionof 69MLD(minimum) capacity water treatment plant based on space saving
appropriate and proven advance technologies having zero liquid discharge
withextra20%hydraulicoverloadingfortreatingRawWaterincludingCWR (3600m3
capacity)withpumphouseandpumping arrangements,WeighBatching arrangement (digital),
ChemicalHousewith allnecessaryaccessories includingsupplyofalum, Chlorine House,Back washReservoir,
Substation Building,Administrative building, Staff Quarters,SCADARoom,
WatertestingLaboratory,Sludgelagoons,Sludge DryingBeds, Boundarywall,land
filling,landdevelopment,internalroads, stormwater drainageto
nearbycanal/stream,arboriculture,InstrumentationandControl(I&C) Systemwith SCADAfor
monitoring&controllingtheentire scheme.Excludingyardlighting,supply&installationof
transformer/equipmentsatsubstation building.
 Design and construction of Chlorine Room, Safety Arrangement, Chlorine Dosing Arrangement including
supplyoffilledChlorinetoner(each1ton capacity-12Nos), supply&erectionof 5 MTcapacityEOTcraneat both
WTP.
 Constructionof 4.5 mtr width carriage ROAD with under ground drainage system from WTPto pwd road
near sankrail rail station.
 Landfilling, landdevelopment, internal roads,stormwater drain, beautification&arboriculture for wtp &
intakesites (excluding yard lighting).
The completion period of the said package is 36(thirtysix)monthsincluding6(Six) monthstrialrun
followedbyO& Mforaperiodof5(five)yearsaftercompletion oftrial run.
EligibilityCriteria:
I) Intending tenderers should produce credential of a similar nature ofwork of the minimumvalueof 55crore
in single order during5(five)years prior to the date of issue of thistender notice.

OR
Intending tenderers should producecredentialsof2(two) similarnature ofworkeach oftheminimumvalueof
46Croreduring5(five) yearspriortothedateofissueofthe tender notice.

A.
I. Having an average turnover of Rs 50 Crores (Rupeesfifty Crores) duringlast 5(five)years.. Annual
audited Balance sheetsshallbe submitted in proof of the Annual Turnover.
II. Havingin-housecapacitytodesign,engineering,andconstructionandcommissioning
theTransmissionsystem,OHR,GLRand Water TreatmentPlant.Proofin thisrespectto be submitted.
III. Havingnetworthofthelatestfinancialyear(endedon31stMarch2021)ofRs.100Crores(Rupeeshundre
dCrores)orabove.
IV. Having professional tax, income taxand GoodsandServicesTaxclearancecertificate,
GSTregistrationno.
V. Havingcapability to produce evidence for asolvencycertificate of Rs.40Crores from his banker.
VI. The applicant/s mustnot have anyprevailingdebarment / black listingas well as adverse
reportregardingprogress ofongoingworksfrom any of the office ofthePHE
Dept.oranyotherdepartmentunder State/CentralGovt.,State/CentralGovt.
Undertaking/AutonomousbodiesconstitutedunderCentral/ State statute. Thisclause will leadfor
rejectionof application, evenafter fulfillmentofothereligibilitycriteria.
VII. Havingsophisticated,modernequipment,manpowerandproventrack recordfor executionofsimilar
nature and magnitude ofwork.

VIII. TheavailableBidCapacityattheexpectedtime of bidding (to becalculatedonthe basis of


prescribed formatvideB.2./Section-B)of theprospectiveapplicantshall notbe less thanthe
Estimatedamountputto tender of intended job.
Performance/Credentialcertificatefrom the competentauthority notbelowthe rankofExecutive
Engineer inthis regard only to beentertained.
Eligible applicantshould fulfillall the eligibilitycriteria. However, the tenderinviting authority
reservestheright torelaxthe eligibilitycriteria if felt necessary.

Mobilisation Advance: -
As per current JJm guidline Mobilisation advance with interest may allowed

Important Dates times:

Sl.No. Particulars Date &Time


i. Date of uploadingof NIeT Documents(online) 04/05/2022 at 1-00 pm
ii. Document download start date (online) 04/05/2022 at 1-00 pm
iii. Date of Pre-bidmeeting 10/05/2022 at 2-00 pm
iv. Bid submissionstartdate (online) 11/05/2022 from 2-00 pm
iv. Both Technical and financial bid submission closing date 30/05/2022 upto 2-00 pm
(online)
v. Date of openingof Technical Proposals(online) 01/06/2022 at 2-00 pm
vi. Date of uploadingof listof technically qualified bidders(online) Will be notified during technical
evaluation
vii. Date of openingof financial bid (online) Will be notified during technical
evaluation
Note:
 Prebidmeeting willbe held on 10/05/2022 at 2.00 PM in the office chamber of
ExecutiveEngineer, Howrah DivisionPHE Dte.Bidders are requestedto send their writtenqueries
with in 04/04/2022throughmaili.e.ee_res@wbphed.gov.in

A. Name and address of the Tenderinvitingauthority:


ExecutiveEngineer, Resource Division,P. H. E.Dte.,
ConstructionalLabourWelfareCess@1(one)%ofcostofconstructionandGST(aspergov.norm)willbeded
ucted fromeveryprogressivebill. Theratequoted by themshouldbe inclusive ofall the
taxes,duties,Cess&GSTallinclusive.Any statuary changein TaxStructureby the Govt. shallbeeffective
upon thisagreement.

B. EarnestMoney:TheamountofEarnestMoneyasmentionedaboveistobesubmitted
throughStateGovt.e-procurementportalaspertheprocedurestatedin MemoNo.3975-
F(Y)dt.28.07.16 ofFinancial Dept.AuditBranch, Govt.of WestBengal. Rs.50lakhshasto
besubmittedasEMDthroughStateGovte-procurementportal.Andtherestamountof2%
ofquotedvaluetobe submitted asBankGuaranteebytheL1bidder within7(seven) working days
fromthe date of issuance of Letter ofAcceptance.

C. EMD (2%of amount tobequoted)of the accepted bidder will be converted to Security Deposit
afterissueofacceptancecumwork order.Balance 1%SecurityDepositwillbe deducted from the
progressivebills.
** Signatory,whowill signontenderdocument onbehalfofa company orfirmmust
producetheregistereddocument(Power ofAttorney) inrespectoftheircompetencetodo so,failing
which the tenderwill not be considered.
N.B.:- Earnest Money is exempted for Three State Government Enterprises, viz.
MackintoshBurnLimited,Westinghouse SaxbyFarmerLimitedand BritanniaEngineering
Limitedtoexemptionfromearnestmoneyforparticipationin Government tenders(Vide
Memorandum No.-6417-F(Y) dated 26.08.2015 of JointSecretary to the Govt. of West
Bengal,AuditBranch,FinanceDepartmentandsubsequentorderNo.-403(3)-W(C)/1M-208/15
dated-31.08.2015 of Joint Secretary to the Govt. of West Bengal, P. W. Department.)
D. GeneralTerms&Conditions:-
1) Tenderers arerequiredto provetheircompetenceand goodwillthrough certificate&
documentaryevidence. Therelevant legibleself-attestedphotocopiesofdocumentsin
supportofclaiming tohavethedesire criteriaas statedabovetobeuploadedwiththe
formalapplicationwithinstipulateddate&time.Theundersignedreservestherightto give
permissionto theapplicant/sdeservingligibility otherwise.

2) Valid Self attested Photocopiesof all thefollowingsareto be uploaded inTechnical Bid:

i) Valid PAN issued by the IT Dept., Govt. of India. In case of JV, both partiesshall haveValid
PANnumber.
ii) Valid GoodsServicesTaxpayersIdentificationnumberunder GSTAct, 2017.Incase of JV, both
partiesmusthaveValid GSTINnumber.
iii) Valid Professional Tax.
iv) Trade License.
v) Performance / Credential Certificates along with other documents as Stated
inEligibilityCriteria toparticipate in the Tender.
vi) Registrationcertificate,ValidbyLaws,Last5(five)financialyearAuditReport&LastAGMcopyfor
RegisteredEngineersCo-Operative Society/Labour Co-Operative Society.
vii) He has to submita Banksolvency certificate of Rs 40 Crore (Forty crore).

 Tenderers should upload only relevant documents. Uploading of unnecessary or irrelevant


documents should be avoided. In absence of any of the above stated documents, eligibility of
the applicant may stand void.

 “Taxinvoice(s)needstobeissuedbythesupplierforraisingclaimunderthecontractShowing
separately the taxcharged inaccordancewiththeprovisionsofGSTAct, 2017.”

3) Contractor shouldgivedeclarationofbanned/historyofarbitration/litigation
ifanyinnonjudicialstamppaper for last10 (ten) years.

4) Department will not be liable to payanycompensationfor rejectionof anyapplication.

5) No conditional/incomplete tenderwill be accepted under any circumstances.

6) a)AnygrievancesregardingtheTechnicalEvaluationshouldbecommunicatedto
thetender invitingauthoritywithinthe48 hours ofuploadingof ‘Technical
Evaluation’.Nofurtherpleafromthetenderer will beaccepted/entertained
afterwardsat anycircumstances.Any plea/communication fromany non-
participatingbidder(s)/anyotherpersons/bodiedwillnotbeentertained.This will
be strictly followed.

(b)Thelowestbidder (L1bidder)shallsubmittheoriginal hardcopyofthe


documents tothetenderinvitingauthoritywithin3(three)daysfromthedateof
openingofthefinancial proposalduringoffice hours,inorder togettheoriginalsof
their documents verified.If theL1 bidder fails to do soor ifitis foundthatthe
credentialsorany otherdocumentssubmittedby thebidderare incorrect/
manufactured/fabricated,his/her eligibilityasL1bidderwillbecancelled.Penal
Action maybe takenagainst thesaidtenderer includingblacklistingof theagencyas
perexistinggovernmentnorm/ruleetc.However, originalsoftheuploaded
documentsmaybeverifiedatanystageof thetenderprocessif itisfelt necessaryby
the tenderinvitingauthority.

7) ThetenderinvitingauthorityreservestherighttoacceptorrejectanyBidandtocancel
thetenderingprocesswithout assigninganyreasonwhatsoevertotheBidderandno claim
in thisrespectwill beentertained.
8) QuotingRatebythetenderer:-TheTenderer shall quotehis/herratebothinfigureand
wordsintheBOQinappropriatespacesproperly.(withalltaxesincludingGSTandcess) No
price escalationwill be entertained duringexecutionof workand O&Mperiod.
9) TheContractorsareboundbythetermsandconditionsofW.B.F.2912 alongwiththe
specification,NoticeforcallingTenderswithGeneraltermsandConditions,SpecialTerms&Co
nditions, Schedule of works,corrigendum/replyonquarriesetc. whichformspartand
parcelofthecontractdeeds.
10) ConditionalTender will not be acceptedandshall be deemed as‘informal.’
11) If any Tenderer withdraw Tender before its acceptance or refuse to work within a
reasonabletimewithoutassigningany satisfactoryexplanationforsuchwithdrawal,penal
actionmay be takenasperGovt.norms
12) Tenders,whodonotfulfillthe conditions specifiedintheseTender Documentsorare
incomplete inany respect, will be liable torejection.
13) Theacceptance
oftheTenderwillrestwiththeacceptingauthoritywhodoesnotbindhimselfto
acceptthelowest oranyTender andreserves therighttoreject
inpartorinfullofallTenders received.
14) Before submissionofanyTender,Tenderersaretovisitthesitesandsatisfythemselves
about thelocalconditions
andalsoothermattersrelatedwiththeworksthatmayberaisedin
relationtothework.AnyTendererwhosubmittedTendershallbepresumedtohaved
one so.Tenderers mayseeandunderstand thenature andfeatureofsite
andmakethemacquainted withlocalconditions andconstraints
andquoterateaccordingly. TheTenderer shallalsobe
presumedtohavecarefullyexaminedGeneralConditions,TechnicalSpecifications,ISSpeci
fications, Clauses andSub-ClausesofWBForm2912,BOQ,General Terms
andConditions,SpecialTerms and Conditionsetc.andtohavefullyacquainted
withalldetailsofsitelocation, workfront,
communications,undergroundutilityservices,materials,
labours,watersupplyposition,electricity andanyothergeneralinformation
pertainingtoandneededfortheworktocompletethework withinstipulatedperiod.
15) TheContractorwhoseTenderisacceptedshallhavetomaketheformalagreementinW.B.F291
2induplicate/triplicate/quadruplicateasthecasemaybewithin07(seven)daysfromtheiss
ueofAcceptancecumworkordertothateffectbythisofficeonpaymentofusualchargeswhichis
nonrefundableunderanycircumstancesandsubmitthesamedulysignedbyhim/themtothis
office.If the
Contractorfailstoperformtheformalitieswithinthespecifiedperiod,hiscandidatureasL1bid
der willliabletobecancelledandtheEarnestMoneywillbeforfeited.
16) Works will be executed as per departmental/approved design and drawing.
Working drawingsasperscopewillbeissuedtotheacceptedbidderduringissueofworkorder.
17) TheContractorwillremainliableforWestBengalContractLabour(Regulation&Abolition)
Rulesin forceandnecessaryamendments.

18) Thereis no provisionof anyescalationin costof materials,labour,carriageor othersin the


Contractwhatsoevr.

19) TheDepartment isnotboundtoaccepttheFinalLowestBidderandthedecision


ofthetendering authoritytowardsacceptanceof a tenderwill be final andbindingto all
the bidderswithout showingany reasonsthereof.
E. SpecialNote:

1) Certificates from the private individual and organization for which the work, acclaimed as
credential,shallnotbeaccepted.
2) Tenderapplicationsreceivedwithoutthespecifiedcertificatesanddocumentsshallberejected.
3) Employer/Client'sPerformancecertificatesshallbeacceptedbytheTenderinvitingauthority
when thesame aresignedbyanofficialoftheranknotbelowtherankof
ExecutiveEngineerorequivalentinrespectofaGovt./SemiGovt.organizationoraPSU.
4) Ifanyinformation/documentfurnishedbythe applicantisfoundincorrectevenatalaterstage,he
shallbeliabletobedebarredfromtendering/takingupworkinanyDepartment underGovt.of
WestBengalincludingimpositionofotherlegalmeasure(s)asperlaw
5) Forfurtherdetailedinformation,theintendingapplicantshallhavetocontacttheofficeofthe
TenderInvitingAuthorityonanyworkingdayduringofficehours.
6) TheratesquotedintheTendershallremainvalidforacceptancewithin180daysfrom thedateof
openingofthefinancialproposal.
7)
TheContractorwillremainliableforfollowingwithWestBengalContractLabour(Regulatio
n&Abolition)Rulesin force&necessary.Certificatesfromappropriateauthorityto
besubmitted within7(Seven)daysfromthedateoftheworkorder,ifapplicable.
8) PaymentfortheworkwillbemadesubjecttoavailabilityofFundanddelayinpaymentduetosome
unforeseenreasoncannotberuledout.Nointerest/claimwill bepaidfordelayedpayment.
9) TheTenderInviting&AcceptingAuthoritywilldeterminetheeligibilityofeachbidder,
consideringthefollowing criteria:FinancialCapacity,TechnicalCapability comprising of
personnel &equipmentcapability ,experience.
10) IfthedateofopeningofTechnicalbid/financialbidhappenstobeaholiday/disturbed by
bandhcallorotherwise,thenthedateofopening ofbid shallbethenextavailable workingday.
11) The Contractors before submitting the Tender documents shall have to ensure that
"DeclarationbytheBidder"intheproformaset outinthetenderdocumentsistobe
filedseparatelywiththeBiddocumentsintheformofAffidavittobeaffirmedbythe same
person signing theBiddocuments.
12) Forfeiture of EarnestMoneyDeposit.
EarnestMoney depositisliableforforfeiture inthe eventof:-
a)Withdrawalof offerswhile offersareunder considerationduring thevalidity period.
b)Nonacceptanceof WorkOrders
c)NonexecutionofAgreementinWBF2912withinthestipulatedtime,afterreceiving
the acceptanceorder.
d)Violationof anyclause ofNIeQ&enclosed terms&conditions.

13) METHOD OFTENDERING:


i) AllthedocumentsattachedwiththeNIeQ aretobedownloaded anduploadedthrough
digitalsignature certificate. Other relevant documents are also to beuploaded with
digitalsignature.
ii)Allwitness andsuretiesshallbepersonofstatusandprobity andtheirfullnames, occupations,
addressesshall be stated belowtheirsignatures.

14) TheDecisionofTheSuperintendingEngineer,Centralcircle,PHEDte.willbefinal,binding
&conclusiveregardingall questionsrelatedto dispute(s).
15) AnylegalmattertobesettledwithinthejurisdictionofHon’bleDistrictJudgesCourtat
Chinsurah, Dist.Howrah,West Bengal.
16) NeitherthetenderinvitingauthoritynortheparticipatingBidderswillbeentitledto
takeundueadvantage(s) inanyformwhatsoever owingtoanytypographicalmistake/
omissioniffound subsequently.Thesamemay immediatelybebroughttolimelightfor
ratification.
17) AlldocumentsrelatedtoaboveNIeQshouldbeself-attestedorNotarised.Anydeviation from
anyclauseofsaidNIeQthesubmissionoftendershouldbeliabletocancel/ rejection.
18) Thereis noprovision forArbitrationin thisN.I.eT.(partof the contractdocument)
asperG.O.No.-8182-F(Y)dated-26.09.2012oftheSecretary,FinanceDepartment(Audit
Branch), GovernmentofWestBengal).
Exceptwhereotherwiseprovided inthecontractallquestionsand disputesrelatingto the
meaning ofthespecifications,designs,drawingsand instructions hereinbefore
mentionedand astothequality ofworkmanshipor materialsusedonthework orasto
anyotherquestion,claim,right,matterorthingwhatsoever, inanywayarisingoutof relating
tothe contractsdesigns,drawings,specifications,estimates, instructions,orders orthese
conditionsor otherwise concerningthe worksorthe executions orfailureto execute the
same, whether arising during the progress of the work or after the completionor
abandonment thereof shall bedealtwithasmentionedhereinafter:
Ifthecontractorconsidersanyworkdemandedofhimtobeoutsidetherequirementsof the
contract, or disputes any drawings, record or decision given in writing by the
Engineer-in-Chargeonanymatterinconnectionwithorarisingoutofthecontractor
carryingoutofthework,tobeunacceptable,heshallpromptlywithin15daysrequest
theChairmanofthe DisputeRedressalCommittee inwritingforwritten instructionor
decision.Thereupon,theDisputeRedressalCommittee shallgive itswritten instructions
ordecisionwithin aperiodofthree monthsfrom thedateofreceipt ofthe contractor’s letter.

TheDisputeRedressalCommitteeineachoftheworksDepartments shallbe constituted


withthefollowingofficialsasmembers:-
Additional ChiefSecretary/ PrincipalSecretary/Secretaryof the
1 Chairman
Departmentconcerned.
Engineer-in-Chief /ChiefEngineer or anyofficer ofequivalentrank
2 Member
of the Department.
One Designated ChiefEngineer /Engineerof theDepartmentto be Member
3 nominated by theDepartmentconcerned. Secretaryand
Convener
One representative of FinanceDepartmentof theGovernment not
4 belowthe rankof JointSecretaryor Financial Adviser incase of the Member
worksDepartment whereFA systemhasbeenintroduced.
Thisprovisionwill be applicable irrespective of thevalue of the worksto which the
dispute mayrelate.

19) Ifanyconflictarisesbetweentwosimilarclausesondifferentnotifications,theclause as stated


inlaternotificationwill supersede former one infollowing sequence:-

i. W.B. FormNo.2912
ii. NIeT{includingall kindsof termsandconditions, instructionsto bidders, addenda &corrigenda
(ifany)}.
iii. Technical bid
iv. Financialbid
v. Scope of work(detailed)
vi. PaymentSchedule.
Executive Engineer,
ResourcesDivision
P.H. Engineering Dte.,
Govt. ofWestBengal

Memo.No:_____________/RS Dated:Kolkata,the ______________/2022

Copy forwardedforinformation &necessary actionto:-


1. The Principal Secretary,I& CA Department,Govt. of WestBengal,Writers’ Building
,Kolkata700001 – with arequest foruploading thisnotice onG-2CPortal
forwidecirculationandtoplease confirmthe undersigned aboutthe uploading.

Executive Engineer,
ResourcesDivision
P.H. Engineering Dte.,
Govt. ofWestBengal

Memo.No:____________/RS Dated:Kolkata,the _________________/2022

Copy forwardedforinformation & necessary actionto:-


1. The Director of Information(Information Division),Govt. of WestBengal
,Departmentof Information & PublicRelation,WritersBuilding,Kol:-1,with a
request topublishthisNotice in“ABRIDGED”form indaily leading
2. 3Nos.Bengali,2No. English,1No Hindi Newspaperforwidecirculation.

Executive Engineer,
ResourcesDivision
P.H. Engineering Dte.,
Govt. ofWestBengal
Memo.No: ____________/RS Dated:Kolkata,the _________________/2022

Copy forwardedforinformation &necessary action to:-

1 The Sabhadhipati, Howrah. ZillaParishad.

2 The OSD& Ex-Officio Engineer-In-Chief, P.H. Engineering Department.

3. The Chief Engineer, HeadQuarters/ Planning&WQM /Western Zone/


(Mech./Elect.), SouthernZone, P.H. EngineeringDte.

4. The Superintending Engineer, EasternCircle /WesternCircle /CentralCircle /


MechanicalCircle-I/North 24Pgs.Water Supply Circle, P.H. Engineering Dte.

5. The Superintending Engineer& Dy. Superintending Engineer,Western Circle.

6. The ExecutiveEngineer,Alipore Division/South 24-ParganasW/SDivision-I/


Barasat /Nadia/ Howrah/ Hooghly Division/ North 24-Pgns./South 24-Pgns.
Mech.Division, PHEDte.

7. The DistrictMagistrate, HowrahZilla.

8. .The Head Estimator, ,Western Circle,PHEDte.

9. The Sr.DivisionalAccountsOfficer,Gr.-I,.Howrah Division,PHEDte.

10. https://wbtenders.gov.in

11. Notice Board of ExecutiveEngineer,Resource Division,P.H.E.Dte.

Executive Engineer,
ResourcesDivision
P.H. Engineering Dte.,
Govt. ofWestBengal
INSTRUCTIONTOTENDERERS

1. Generalguidance fore-Tendering
Instructions/GuidelinesforBiddersforelectronic submissionofthetendersonlinehavebeen
annexed for assisting theContractorsto participateine-Tendering.
2. Registrationof Contractor
Any Contractorwilling totake part in theprocessofe-Tendering willhavetobeenrolled&
registeredwiththeGovernment e-Procurement system,throughloggingon to
http://wbtenders.gov.in.Thecontractoristoclickonthelinkfore-Tenderingsiteasgivenon the web
portal.
3. Digital Signature certificate(DSC)
Eachcontractor isrequiredtoobtainaClass-IIor Class-IIIDigitalSignature Certificate(DSC) for
submission oftenders,fromtheapproved serviceproviderofthe National Information'sCentre
(NIC)onpaymentofrequisiteamountdetailsofwhichareavailableattheWeb Site statedin Clause 2.
DSCisgivenasaUSB e-Token.
4. The contractor can search &download NIT &Tender Documents electronically from computer
oncehelogsontothewebsitementionedinClause2usingtheDigitalSignature
Certificate.Thisistheonlymode of collectionofTender Document.
5. Submissionof Tenders.
Generalprocessofsubmission,Tendersaretobesubmittedonlinethroughthewebsitestated inCl.2
intwofoldersaspertenderschedule,i.eTechnicalProposal&FinancialProposalbefore
theprescribeddate&timeusingtheDigitalSignatureCertificate(DSC).Thedocumentsareto be
uploaded (virusscanned copy)dulyDigitallySigned wherever necessary.Thedocumentswill get
encrypted(transformed into non-read ableformats).
(A)TECHNICALPROPOSAL
The Technicalproposalto be submitted inthe following two covers(Folders):
(A-1). StatutoryCoverContaining:
Following Scanned Documentsare tobe uploaded virus scanned and digitally signed by
the Bidders:-
a) N.I.e.T.
b) Specificationof Work
c) W.B.F. 2912
d) Technical File1 -All filled up Formatsasper N.I.e.T.andTenderDocuments. e)
EarnestMoneyDeposit(Scan copyof challan).
f) Drawings
[Note:Atthetimeofsubmissionoftechnicalbid (online)forEMDonlybidders,eligiblefor exemption
ofEMD have toselectexempted:yesandthen uploadtheundertaking/ exemption G.O.]
(A-2).Non-Statutory CoverContaining:
Following Scanned Documentsare tobe uploaded virus scanned and digitally signed by
the Bidder:-
a) GSTCertificate under GST Act,2017/PAN/ P. TaxClearance Certificate etc.
b) Income Tax Acknowledgement Receipt for last assessment year as per last audited
financial 5 years.
c) Affidavit(Declaration by theBidder)
d) Trade License, Labour LicenseCertificateetc.
e) RegistrationCertificate under Company Act. (ifany).
f) Registered Deedof Partnership Firm/ Article of Association&Memorandum. g)
Power of Attorney(For Partnership Firm/ Private Limited Company, ifany). h)
Experience Certificate forcompletionofsimilar nature ofwork.
i) Scannedcopyof OriginalCredentialCertificateswith workorder&Schedule.
j) FINANCIALSTATEMENTFORBID CAPACITY

Intending Tenderersshouldupload Non-Statutory documentsasperfollowing foldersin


MyDocument:
SubCategory
Sl.No. Category Name Description Details Remarks
1)GST Registration/ PAN/P. TaxClearance
CertificateforFY2019-20
2)IncomeTax Acknowledgement Receipt
A CERTIFICATES CERTIFICATES
3)PF & ESI REGISTRATIONCERTIFICATEWITH
LASTRETURNCOPY.
4)Copyof LabourLicenseasperG.O.
1)Proprietorship Firm (TradeLicense)
2)PartnershipFirm(Partnership Deed, Trade
License).
3)Ltd. Company(IncorporationCertificate,Trade
COMPANY DETAILS1 License)
B COMPANY DETAILS 4)Registered powerofAttorney
COMPANY DETAILS2
5)Society (SocietyRegistrationcopy,Trade License,
Bye-laws)
6)RegisteredAgreementformingJointVenture
7)SpecificDocuments insupportofbeingnominated
Sub-Contractorissuedby anyGovt. Department.
CREDENTIAL 1 1)Documents asrequiredunderrelevant clauseof
C CREDENTIAL CREDENTIAL 2 thisNIeQ aretobe submitted.
1)Corrigendum andAddendum (ifany).
DECLARATIONFILE1 2)Additional Document. (IfAny).
DECLARATIONFILE2
D DECLARATION 3)Pre-qualificationApplication(Form–
DECLARATIONFILE3 I)&Declaration ofBidderinNon-
JudicialStamp Paper.(Form–II&III)
MACHINERIES 1 1)List ofMachineriesand Equipment.
MACHINERIES 2
E EQUIPMENT
MACHINERIES 3
LABORTARY
WORK INHAND Details tobe furnished
P/L ANDBALANCE
F 2017-18 &2018-19 &2019-20
FINANCIAL SHEET
INFORMATION PAYMENTCERTIFICATE Payment Certificateonly(NotTDS Certificate)
1
PAYMENT CERTIFICATE
2
TECHNICAL 1)List ofTechnical Staffs alongwith Structure&
G MANPOWER PERSONNEL Organization.(Form-IV)
TECHNICAL Details tobe furnished
PERSONNEL
ONCONTRACT

Note:-Failure ofsubmissionof anyof theabovementioneddocuments(asstated in A1 & A2) will


render thetender liable to summarily rejectedfor both statutory&non statutorycover.
AllCorrigendum &Addendum Notices,ifany,have tobe digitally signed& uploaded by the
Bidderinthe DeclarationFolder of My Documents.
(B)FINANCIALPROPOSAL:
i)The financial proposalshouldcontain thefollowing documentsinone cover(folder):
(a)BillofQuantities(BOQ)inwhichthebidder is toquotetherateonlinethroughcomputerin
thespacemarkedforquotingrateintheBOQ.RateinclusiveofGST(12%),Cess(1%)and
anyotherTaxesasapplicabletobequoted.OnlydownloadedcopiesoftheaboveDocuments
aretobeuploadedvirusscanned&DigitallySignedbythebidder.Financialcapacityofa
bidderwill bejudgedonthebasisofnetworthandBidcapacityasmentionedinfinancial
statementof NIeT.
6. Opening &evaluation oftender:-
6.1.Opening of Technicalproposal:-
i)Technicalproposalswill beopenedbytheExecutiveEngineer,ResourceDivision,PHEDte. along
withotherpersonnelofDirectorateorhisauthorizedrepresentative electronicallyfrom the website
using theirDigital SignatureCertificate.
ii)Intending Biddersmayremain presentif theyso desire atthe timeofopening.
iii)Cover(folder)statutorydocuments&non-statutorydocumentsshallbe openedfirst. Ifthere is any
deficiencyinthe statutory& non-statutorydocumentsinthetenderas perrequirementof
N.I.e.T.,thatwould be summarilyrejected.
iv)Decrypted(transformed intoreadableformats)documentsofthe statutoryandnon- statutory
cover will be downloaded forevaluation.
6.2. Uploading of summary list of technically qualifiedBidders:
i)Pursuanttoscrutiny&decisionoftheTenderinvitingauthoritythesummarylistofeligible
Bidderswill be uploaded in theweb portals.
ii)While evaluationthe tender invitingauthoritymaysummonthe Bidders&seekclarification/
informationoradditionaldocumentsor original hardcopyofanyofthedocumentsalready
submitted& ifthesearenotproducedwithinthe stipulatedtimeframe,theirproposalswillbe
liableforrejection.
6.3. Financialproposal
i) Financial proposals of the Bidders declared technically eligible by the Tender inviting
authoritywillbeopenedelectronicallyfromthewebportalstatedinClause 2ontheprescribed date, by
theExecutive Engineer,ResourcesDivision,PHEDte.
ii) The encrypted copies will be decrypted and the rates will be read out to the bidders
remaining presentatthattime.

Executive Engineer,
ResourcesDivision
P.H. Engineering Dte.,
Govt. ofWestBengal
CONDITIONS&REQUIREMENTS FORTENDERING

1. Therightisreservedbytheofficerinvitingthetendertoreviseoramendthetenderdocumentsprior
tothedatenotifiedforsubmissionofthetenderoralsotoextendthetimementionedinrelevant clause of the
NIeT. Such revisions, amendments or extension as the case may be shall be communicatedto all
concernedin theformof addendumor corrigendumas maybeconsidered
necessaryandthosewillformaspartoftheagreement.
2. Tender inviting authority reserves the right to include or alter or modify any of the items or
ingredientsofthesetofthetenderdocumentsbeforeacceptance.
3. TheTenderers wouldbeatlibertytopointoutanyambiguities,contradictions,omissionsetc.seeking
clarificationsthereof orinterpretationofanyoftheClause(s),conditions etc.ofthetenderdocuments before
theTenderInvitingAuthority inwritingwithinaperiodof3(three)daysfromthedateof
publicationoftenderdocumentsandbeyondsuchperiodnorepresentation inthatbehalfwillbe
entertainedbytheTenderInvitingAuthority.
Written clarification or amendments etc. as may be issued by the tender inviting authority in
pursuancetotherepresentation madebytheBiddersunderclause13(i)aboveshallbefinaland
bindingontheBiddersandshallformpartofthetenderdocuments.
4. IntendingBiddersarerequiredtoinspectthesiteofworkwithparticularreferencetolocation,site
conditionandinfrastructural facilities.Theyaretomakeacarefulstudywithregardtoaccessibility,
availabilityofmaterialsanditssources,labour(skilledandunskilled)and allrelevantfactorsasmight
affecttheirratesandprices.Bidderwhosubmitsatenderwillbedeemedtohaveinspectedthesite
andmadeproperstudyofallrelevantfactors.Clause13hereofwillbeapplicablemutatismutandis.
5. TheTendereris requiredto carefullystudyall thetenderdocumentsandpreparehistendertocomply
withalltheprovisionsthereof.Submission ofaTendershallbetakenasevidenceandconfirmation
thattheBidderhasacknowledgedall theprovisionsoftheTenderDocumentsandhasfullyacquainted
withsiteconditionsandallfactorswhichmayinfluencethepreparation ofhisTender.Negligenceof
theBiddertoobserveinstructionsinthematterofpreparationofhisTendershallbeattributable to
himandshallnotbeagroundforsecuringrelieffromanyerrorasmaybefoundordiscrepancies as
maybecontained inhisTenderandwouldnotgivehimanylibertytowithdraw hisTenderafterthe
samebeingopened.
6. Allexpensesincurredforsiteinspectionandallactivitiesinthepreparationandsubmissionofthe
Tendershallbeborneby theBidder,forwhichnoclaimshallbeentrained.
7. Extra claim or any concessionon the groundof insufficientdata or informationand absenceof
knowledge ofconditionsprevailingatthesiteorsituationarisingduringtheexecutionofthework shallnotbe
entertained.
8. NoalterationshallbeallowedintheTenderDocumentssoldtotheBidder.
9. Tenders,whohavebeenconsideredvalidontheresultofgeneralexaminationatthetimeofopening,
shallbesubjecttosubsequentdetailedscrutiny.Notwithstandingthe generalexaminationcarriedout
earlier,thetenderreceivingauthorityreservestherightofrejectionofanytender,whichmaybe
foundtobedefectiveduringthedetailedscrutiny.
10.TenderwillbeacceptedonbehalfoftheGovernorofWestBengalby theExecutiveEngineer,
ResourceDivision,andPublicHealthEngineeringDte.whodoesnotbindhimselftoacceptthelowest
tenderandreserveshimselftherightto rejectanyorallofthe tendersreceivedwithoutassigning any
reasonthereof.
11. Tenderershavetostrictlycomplywiththeconditions,specificationsetc.laiddowninthetender
documentsandnounilateralvariationinanyformimpermissible.
12. ThesuccessfulTendererwillbenotifiedinwritingoftheacceptanceofhisTender.TheContractor
shallhavetoforthwithtakestepstoexecutedocumentsformingtheformalContract andtotake steps
forfulfillmentofallhisobligationsunderthecontract.
13. TheContractor,whosetender isaccepted,shall,within7(seven)daysfromthedateofreceivingthe acceptance
letterfromChiefEngineer,(P.D.),PMU,WBPWSP.(Purulia)PHED,collectadditional foursetsofcontract
documents fromtheOfficeoftheExecutive Engineer,HowrahDivision,PHE Directorate onpayment
ofusualcharges,anduponsigningsubmitthesametothesaidExecutive Engineerforexecution
oftheformalcontract.IftheBidderfailstoperform theformalities as
mentionedabovewithinthesaidspecifiedperiod,theacceptanceoftenderisliabletobecancelled
andearnestmoneydeposited shallstandforfeitedwithoutanyfurtherintimation tothesuccessful bidder.
14. TheContractorsbeforesubmittingthetenderdocumentsshallhavetoensurethat"Declarationby
theContractor" inthepro-forma setoutinthetenderdocuments istobefiledseparatelywiththe
tenderdocumentsintheformofAffidavitto beaffirmedbythesamepersonsigningthe tender documents.
15. TheContractshallbegovernedbyandconstruedinaccordancewiththegoverninglawofIndiaand
alsothelawsinforceintheStateofWestBengalandnosuitorotherproceeding relatingtothe Contract
shallbefiledortakenbytheContractor inanyCourtofLawexcept intheHighCourtof
Kolkatawhichshallhaveexclusivejurisdiction tohearanddetermineallactionsandproceedingsin
connection withandarisingoutofthecontract,andtheContractor shallsubmittothejurisdictionof
theaforesaidCourtofLawforthepurposeofanysuchactionandproceedings.
16. NeitherthetenderinvitingauthoritynortheparticipatingBidderswillbeentitledtotakeundue advantage(s)
in any form whatsoever owing to any typographical mistake / omission if found
subsequently.Thesamemayimmediatelybebroughttolimelightforratification.

Executive Engineer, ResourcesDivision


P.H. Engineering Dte., Govt. ofWestBengal
SURFACEWATER BASED WATERSUPPLYSCHEMEFORSANKRAILBLOCKANDPARTOFPANCHLA,DOMJUR & ULUBERIAII BLOCKS
INCLUDING SANKRAILFOOD PARK.

SECTION – B

Form-I

B.1.PRE-QUALIFICATION
APPLICATION

To

TheExecutiveEngineer,
ResourcesDivision,
P.H. E. Dte.

Sub.: Tenderfor

Ref.: N.I.e.T.No.

SlNo-

DearSir,

Havingexamined andagreedwithall terms andconditionsofNotice InvitingTender(e-tender), I


/weherebysubmitall thenecessaryinformationand relevant documentsfor evaluation.

The application is made by me / us on behalf


ofin the capacity duly authorized to
submittheoffer.Thenecessaryevidenceadmissiblebylawinrespectofauthorityassignedto
usonbehalfofthegroupoffirmsforapplicationandforcompletionofthecontractdocuments isattached
herewith.
Weareinterestedinbiddingforthework(s)giveninenclosuretothisletter.Weunderstand that:

a) TenderInviting&AcceptingAuthority/Engineer-in-Chargecanamendthescope&valueofthe contract
bid underthisproject.
b) TenderInviting&AcceptingAuthority/Engineer-in-Chargereservetherighttorejectany
applicationwithoutassigningany reason.

Enclo.: e-Filling

1.Statutory Documents.
2.NonStatutory Documents.

Signature of applicantincluding title


andcapacity inwhich applicationismade.

Page 1/12
SURFACEWATER BASED WATERSUPPLYSCHEMEFORSANKRAILBLOCKANDPARTOFPANCHLA,DOMJUR & ULUBERIAII BLOCKS
INCLUDING SANKRAILFOOD PARK.

Form–II
B.2.FINANCIAL STATEMENT FOR BID CAPACITY

B.2.1.Nameofapplicant:

B.2.2. Informationofauditedfinancialstatementsforthelastyeartodemonstratethecurrent soundness of the


biddersfinancialposition:

1. Thebidder‘snetworthforthelastyearcalculatedonthebasisofcapital,profitandfreereserveavailabletothe
firmshouldbepositive.
2. Bidders,whomeettheminimumqualificationcriteria,willbequalifiedonlyiftheiravailablebidcapacityatthe
expectedtimeofbiddingismorethanthetotalestimatedcostoftheworks.Theavailablebidcapacitywillbe
calculatedasunder:

AssessedAvailableBidcapacity=( AxNxM-B)=
where,
A=Maximumvalueofengineeringworksinrespectofprojectsexecutedinanyoneyearduringthelastfive years
(updatedtothepriceleveloftheyearindicatedintablebelowundernote)takinginto
accountthecompletedaswellasworksinprogress.Theprojectsincludeturnkeyproject/itemratecontract/Constructionworks.
N=Numberof years(i.e, ------year)prescribedforcompletionoftheworksforwhichbidsareinvited.
B=Financialliabilityofthebiddertobeincurredforexistingcommitmentsandongoingworksduringtheperiodofthe
subjectcontract.
M=2.5
To calculate the value of “A”

i)AtablecontainingvalueofEngineeringworksinrespecttoprojects(Turnkeyprojects/itemratecontract
/Constructionworks)undertakenbytheBidder duringthelast5yearsisas follows:

SerialNo FinancialYear Value of Engineering works


undertakenw.r.t.projects
( Rsin Crore)
1 Year-5
2 Year-4
3 Year-3
4 Year-2
5 Year-1

ii) Maximumvalueofprojectsthathavebeenundertakenduringthe F.Y-----------outofthelastfiveyearsandvalue


thereofisRs----------Crore(Rupees-----------------------------------------------------------).Further,valueupdatedtothe
priceleveloftheyearindicatedintableisasfollows:
RsCroreX(UpdationfactorasperTableannexed)
=RsCrore(Rupees)

Tableindicatingfactorforthe year for updationtothepricelevelisindicatedasunder:

SerialNo F.Y Updationfactor.


1 Year-1 1.00
2 Year-2 1.05
3 Year-3 1.10
4 Year-4 1.15
5 Year-5 1.20

Page 2/12
SURFACEWATER BASED WATERSUPPLYSCHEMEFORSANKRAILBLOCKANDPARTOFPANCHLA,DOMJUR & ULUBERIAII BLOCKS
INCLUDING SANKRAILFOOD PARK.

iii) Networthforthelastyearof(NameoftheCompany).
…………………….... ………………………………

…………………….... ………………………………

Signature,nameanddesignationof Authorized Signatory Nameof theStatutoryAuditor’s Firm

For andonbehalfof Seal oftheAudit Firm:

……………………………………..(Nameoftheapplicant) (Signature,nameanddesignationand
membershipNo.of theauthorized signatory)

Tocalculate the value of “B”

3. Atable#containingvalueofalltheexistingcommitmentsandon-goingworkingstobecompletedduring the next years


(prescribedtimeforcompletionoftheworksforwhichbidsareinvited)isasfollows:

Sl. Name Name Percent Stipulated Value of Value of Balance Antici Financial
No. ofthe ofthe age of period of Contractasper work value of pated liability to
Work Employ participat completionas Agreement/ completed workto be dateof incurringforthe
/Project er ionof per LOA completed comple said
Bidderin agreement/ tion work/project
the LOA with during the
project the start periodofthe
date subjectcontract

Rs. Rs.
Rs. Rs.

1 2 3 4 5 6 7 8 9 10

………………………..………………………….

Signature,nameanddesignationof Authorised
Signatory

Forandonbehalfof

………………………(Nameof theApplicant)

Note:
1. Allthedocumentstobesubmittedinsupportofabovemustbedulysignedandsealedbythe applicant/bidder and
authenticatedbyStatutoryAuditor‘sFirm.
2. FinancialYear2020-2021willbeconsideredas year1st.
3.TheavailableBidCapacityattheexpectedtimeofbidding(tobecalculatedonthebasisofprescribed
formatoftheprospectiveapplicantshallnotbelessthantheEstimatedamountputtotender ofintendedjob.

Page 3/12
SURFACEWATER BASED WATERSUPPLYSCHEMEFORSANKRAILBLOCKANDPARTOFPANCHLA,DOMJUR & ULUBERIAII BLOCKS
INCLUDING SANKRAILFOOD PARK.

Form–III

B.3.AnnexureofAFFIDAVIT– “Y”.

Thisistocertifythatwehaveverifiedtheconsolidatedfinancialstatementof(Name
oftheFirminwhichapplicationismade)havingits RegisteredOfficeat(address of
theFirm).BasedonourexaminationofBooksandRecordsandotherdocumentaryevidenceswecertifythat
thefinancialdataofthecompanygiveninthebalancesheetsaredetailedhereunderfortheFinancialyear(s)as mentioned below are true and
correct.

FinancialDataforthelast5auditedFinancialYears.

SlNo Description 2016-2017 2017-2018 2018-2019 2019-2020 2020-2021


1. NetWorth
(Calculatedonthe
basisofcapital,profit
and freereserve
availabletothefirm
shouldbe
positive)

2. WorkingCapital

3. AnnualTurnover
(CivilConstruction
Work)

4 AnnualTurnover
(Mechanical&
ElectricalWork)

AvailableLiquid Assets:

1.WorkingCapital=Rs
2.UncommittedBankGuarantees=Rs
3.Creditfacilities=Rs

TotalLiquidAssets=Rs

……………………………… ……………………....
……………………………… ……………………....
Nameofthe StatutoryAuditor’s Firm Signature,nameanddesignationof AuthorisedSignatory

Seal oftheAudit Firm:


(Signature,nameanddesignationandmembershipNo. of For andonbehalfof
the authorized signatory) ……………………………………..(Nameoftheapplicant)

Page 4/12
SURFACEWATER BASED WATERSUPPLYSCHEMEFORSANKRAILBLOCKANDPARTOFPANCHLA,DOMJUR & ULUBERIAII BLOCKS
INCLUDING SANKRAILFOOD PARK.

SECTION–B
FORM– IV

B.4.DEPLOYMENTOFMACHINERIES:-
(OriginaldocumentofOwnership/arrangedthroughleaseholdagreementsbythebiddertobeannexed)

B.5.1.DETAILSOFMACHINERIES:-
Possession Dateof
Location
Nameof Machine Machine Status release,If
Sl. Capacity where
Machine Make Type Engaged
Idle Engaged installed

1 2 3 4 5 6 7 8 9 10 11

Date:

Signature of applicantincluding title and


capacity inwhich applicationismade.

Page 5/12
SURFACEWATER BASED WATERSUPPLYSCHEMEFORSANKRAILBLOCKANDPARTOFPANCHLA,DOMJUR & ULUBERIAII BLOCKS
INCLUDING SANKRAILFOOD PARK.

SECTION– B
FORM– V
B.5. EXPERIENCEPROFILE

B.6.1. Name oftheFirm:…….…

B.6.2. LISTOFCOMPLETEDPROJECTSTHATARESIMILARINNATURETOTHEWORKSHAVINGMORE
THAN40%(30%incaseof2ndCall,20%incaseof3rdCall)OFTHEPROJECTCOSTEXECUTEDDURINGTHELASTFIVEYEARS
FROMTHEDATEOFNIT.

OriginalTime ActualTime Reasonsfor


Name, Contract Schedule Schedule
Engineer %of delayin
Location Deptt. pricein
-in- Participationof completion(if
&natureof Concern IndianRs. Compl Comp
Charge company Start Start any)
work e tion letion
Date Date
Date Date

Note: a)Certificatefromthe Employers to be attached


c) Non-disclosureof anyinformationintheSchedulewill result indisqualificationofthe firm

Date Signature of applicantincludingtitle


andcapacity inwhich applicationismade.

Page 6/12
SURFACEWATER BASED WATERSUPPLYSCHEMEFORSANKRAILBLOCKANDPARTOFPANCHLA,DOMJUR & ULUBERIAII BLOCKS
INCLUDING SANKRAIL FOODPARK.

SECTION–B
FORM– V (Contd..)
B.5.EXPERIENCEPROFILE
B.6.2.Name oftheFirm:

B.6.2.LISTOFSINGLERUNNINGPROJECTWHICHISSIMILARINNATUREOFTHEINTENDEDJOB&C
OMPLETEDTOTHEEXTENTOF80%ORMORE(75%INCASEOF2NDCALL,70%INCASEOF3RD
CALL)ANDVALUEOFWHICHISNOTLESSTHANTHEVALUEOF40%(30%INCASEOF2NDCALL,20%
INCASEOF3RDCALL)OFTHEESTIMATEDAMOUNTPUTTOTENDEROFINTENDEDJOB.

OriginalTime
ProgressofWork
Name, Contract Schedule
Engineer %of
Location Deptt. pricein Remar
-in- Participationof Value
&natureof Concern Indian Rs. Compl Physical ks
Charge company Start ofwork
work e tion Progressin
Date done
Date %
inRs

Note: a)Certificatefromthe Employers to be attached


b)Non-disclosure ofanyinformationin the Schedule willresultin disqualificationofthe firm

Date
Signature of applicantincludingtitle and
capacity inwhich applicationismade

Page 7/12
SURFACEWATER BASED WATERSUPPLYSCHEMEFORSANKRAILBLOCKANDPARTOFPANCHLA,DOMJUR & ULUBERIAII BLOCKS
INCLUDING SANKRAIL FOODPARK.

SECTION – B

FORM– VI

Non-Judicial Stamp paper worth Rs.100/-


DECLARATIONBY THEBIDDER

(Affidavitto be affirmed onaNon-JudicialStampPaperof Rs.10/-(RupeesTen)onlyand to be


enclosed with theTenderDocumentswhich isalso required to be mentionedin theforwarding
letter of the Bidder.)

I,....................................................................... Sonof............................................................................agedabout............................

yearsbyoccupation...............................do herebysolemnlyaffirmand declare asfollows:-

1. That I am the…………………………………… (designation) of


…………………………………………………………………… (NameofBidder)andIamdulyauthorizedand
competentto affirmthisaffidaviton behalf of the said Bidder.
2. That my/ourauthorizedand competentpersonnel includingmyselfhave inspectedall
thesitesofworkcoveredunderN.I.eT.No.WBPHED/EE/RS/e-35/2020-21oftheExecutive
Engineer,ResourcesDivision, PHEDirectorate,Government ofWest
Bengalandhavemadeourselvesfullyacquaintedwiththesiteconditionsandlocal
conditionsinoraroundthesiteofwork.WehavealsocarefullygonethroughtheNoticeInviting
TenderandTenderDocuments.TenderoftheabovenamedBidderisofferedupondue
considerationofallfactorsandifthesameisaccepted,I,onbehalfoftheaforesaidBidder,being
dulyauthorized,promisetoabidebyallthecovenants,conditions,andstipulationsofthecontract
documentandtocarryout,constructionbasedonapproved/departmentaldesign&drawing,
supply,erection,commissioningincludingalltypeofteststotheentiresatisfactionofthe
Engineer-in-chargeoftheworkandabidebyhisinstructionasmaybegivenbyhimtimetotime
tothateffect.Ialsoundertaketoabidebytheprovisionsoflawincludingtheprovisionsof
ContractLabour(Regulation&Abolition)Act,1970,ApprenticeAct,1961,WestBengalsalesTax
Act,IncomeTaxActaswouldbeapplicabletotheBidderuponenteringintoformalcontractwith the
Government ofWestBengal.
3. ThatIdeclarethatnorelevantinformationasrequiredtobefurnishedbytheBidderhasbeen
suppressed inthe TenderDocuments.
4. ThatIdeclarethatforexecutionofdifferenttypesofworksforSuccessfulcompletion&
commissioningofthework,asperscopeofTenderDocument,I/wewillnotclaimanyextra
paymentforanytypeofworkinanymannerwhatsoeverintheeventofbecomingsuccessful
Bidder.
5. Itisunderstoodandagreedthatcostwhatsoeverisincurred/involvedforparticipationinthis
Tenderwouldnotbecompensated/bornebyPHEDandtherefore,inconsiderationofsubmitting
itsqualificationsasaprospectiveContractorforreview,Ifullyagreetowaiveanyclaimagainst
PHEDthatmightarisewithrespecttoitsdecisionofaprospectiveContractor'squalification.The
decisionofPHEDisfinal,bindingandnotsubjectedtoappeal/reviewofanykind.

6. ThatIdeclarethatPublicHealthEngineeringDirectorate/Department,GovtofWestBengalshall
notbeheldresponsibleformakingpaymentagainstanyanticipatedprofitand/orcompensation
foranylosses,whatsoeverfortheworksasstatedinthisTenderDocumentandweshallnotclaim
anypayment for such purposes inthe eventofbecoming successfulBidder.

Page 8/12
SURFACEWATER BASED WATERSUPPLYSCHEMEFORSANKRAILBLOCKANDPARTOFPANCHLA,DOMJUR & ULUBERIAII BLOCKS
INCLUDING SANKRAIL FOODPARK.

7. Thatthestatementsmadeinparagraphno.1to6aretruetothebestofmyknowledgeandbelief.

8. ThatIdeclarethatnothaveanyprevailingdebarment/blacklistingfromanyoftheofficeofthe
PHEDept.oranyotherdepartmentunderState/CentralGovt.,State/CentralGovt.Undertaking/
Autonomousbodiesconstituted under Central/State statute.

Solemnly affirmed by the


SaidDeponent
Before me

(1stClassJudicialMagistrate/ Notary Public)

Page 8/12
SURFACEWATER BASED WATERSUPPLYSCHEMEFORSANKRAILBLOCKANDPARTOFPANCHLA,DOMJUR & ULUBERIAII BLOCKS
INCLUDING SANKRAIL FOODPARK.

SECTION – B
FORM– VII
BID SECURITY (BANK GUARANTEE)

To,
The Executive Engineer,
Public Health Engineering Dte.,
ResourceDivision,
B.G.No :
DATED :
FORRs. :

Address of GuarantorBranch: Validupto :

Address of Beneficiary :(contractor


/agency)

WHEREAS(name &addressofcontractor)(hereafter
called“the contractor”)hasundertaken, in pursuanceofNotice Invitinge-Tender No-
)for the worksasmentionedbelow:
1) Sl.No.-: (Name of work putto tender)
AND WHEREASithasbeenstipulated byyouinthesaid NIeQthat the contractor shall furnish
youwith a Bank Guarantee byascheduled publicsector Bankfor the sumasspecified thereinas
securityfor compliance with hisobligations inaccordance with the tender;
AND WHEREAS wehave agreed to give theContractor such a Bank Guarantee:
NOWTHEREFOREweherebyaffirmthatwearetheGuarantorandresponsibletoyouonbehalfof
the Contractor, up to a totalofRs._(amountof guarantee)
()(inwords), such sumbeingpayableinthetypeandproportionsof currenciesin whichtheContract
Priceispayable,andwe undertaketopay you,upon yourfirst written demandand withoutcavil
orargument, anysumof sumwithin thelimitsof
Rs.()(in words)(amountof guarantee) as
aforesaidwithout yourneedingtoproveortoshowgroundsorreasonsforyourdemandforthesum
specifiedtherein.
Wehereby waive the necessityof your demandingthe said debtfromthe contractor before
presentinguswith the demand.
Wefurther agreethatno changeoradditiontoorother modificationofthetermsofthetender

Or of the worksto be performed there under roof any of the contract documents which may be

Page 9/12
SURFACEWATER BASED WATERSUPPLYSCHEMEFORSANKRAILBLOCKANDPARTOFPANCHLA,DOMJUR & ULUBERIAII BLOCKS
INCLUDING SANKRAIL FOODPARK.

made between youand the contractorshallinany wayreleaseusfromanyliabilityunderthe


guarantee, and weherebywaive notice of anysuchchange, additionor notification.

Notwithstandinganythingcontained therein:

Our liabilityunderthisBankGuarantee shall notexceedRs.(amount ofguarantee)()(inwords).


ThisBank Guaranteeshallbe valid up to. (date of expiryof guarantee)

Weareliableto paythe guaranteedamountof anypartthereof underthisBankGuarantee only


andonlyifyouserve uponusawrittenclaimonorbefore (date of expiryofguarantee)
Dated this(day)dayof(month)(year)at
.(Place)

Signature and seal oftheGuarantor :


Name oftheBank :
Address :
Dated :

Page 10/12
SECTION – B
FORM– VIII

PROFORMA FOR AFFIDAVIT

DECLARATION
(TheBiddershall havetosubmitinNon-Judicial Stampofappropriatevaluedulynotarized)

I,theundersigned,declarethat,allthestatementsmadeintheattacheddocumentsinrespectof modeof
ownershipof machineriesaretrueandcorrect.

Certifiedthat,requiredspecifiedmachineriesfortheworks underthisNITshallbeinstalledatthe working


site within45 days (maximum) from the date of Work Order if the machineries are required in the
very initial stage of the work, otherwise machineries shall be installed at the
workingsitewellaheadof theactualrequirement as peroursubmittedworkprogramme.

Theundersignedalsoherebycertifiesthat neither outfirm


noranyconstituent firmhad been debarred toparticipatein tenderby
PublicWorks Department duringthelast 5(five)years priorto thedateof this NIeQ.

Theundersignedunderstandsand agreesthatfurtherqualifyinginformationmayberequestedand agrees


tofurnishany such information at therequest of theDepartment.

Certifiedthat,IhaveappliedintheTenderinthecapacityofindividual /asapartnerofafirm.

Certifiedthat,Ihaveappliedinthetenderin thecapacityofindividual/asapartnerofafirmandI
haveappliedtotheworks underthis NIeQ restrictedtomaximum1 no. works ifmorethan onework in
thesameNIeQ.

Certifiedthat,Ihaveaccesstoorhaveavailableliquidassets (aggregateofworkingcapital,cash-in-
hand,uncommitted BankGuarantees)and /orcreditfacilitiesnotlessthan10%oftheestimated costputto
tender.Inthisrespect,Ihaveattachednecessarydocumentswiththisapplication.

I,theundersigneddocertify that,allthestatementsmadeintheattacheddocumentsaretrueand correct.If


any declaration submitted is found / ascertain to be incorrect / fabricated / misrepresented /
fraudulent etc. Accordingly tender willbe liable tobe cancelled / terminated
immediatelyand&I/myfirm/companyshallalsobeliabletoprosecutedundersection197,199&
200 of Indian Penal Code, 1860 along with section- 71 &section- 73 of Indian Information &
Technologyact2008&anyotherapplicablelawforthetimebeinginforceinadditiontoforfeiture of Earnest
Money/SecurityDeposit totheGovernment.

Signedbyan authorizedofficerof thefirm

Titleof theofficer

Nameof the firmwithseal


Date:
N.B. :-1. Affidavit is to besubmittedinoriginal at thetimeof makingagreement.

Page11/12
SECTION – B
FORM-IX

PROFORMA FORSTRUCTURE AND ORGANISATION


1 Nameofapplicant :

2 OfficeAddress :

TelephoneNo.
:
MobileNo.

FaxNo. :

3 NameandaddressofBankers :

4 Attachanorganizationchart showingthe
structureof thecompanywithnames of
Keypersonnelandtechnical staffwith
Bio-data. :

Signatureof applicant includingtitle


andcapacity in whichapplication is made.

Note: Application covers ProprietaryFirm, Partnership,Limited CompanyorCorporation,

Page12/12
SURFACEWATER BASED WATERSUPPLYSCHEMEFORSANKRAILBLOCKANDPARTOFPANCHLADOMJUR ULUBERIAII BLOCKS
INCLUDING SANKRAILFOOD PARK.

SECTION-C TECHNICAL
PARTICULARS
(Tobe filledinbyBidder inhisTechnicalBid)
WaterTreatmentPlant:
The following particulars have to be indicated by the Tenderers. They will be considered in tender
evaluationinordertoassessthesuitability andconformityoftheiroffers.However,itisclearly statedthat,
whichevertechnicalparticularsareproposedorconsideredby the Tendererforhisfinancialoffer,the
equipmenttobefinallyprovidedincaseofaward,shallcorrespondinalldetails tothespecificationsofthe
tenderdocumentsandissubjecttotheapprovalofthe EngineerinCharge.Noclaim foradditionalpayments
shallbeacceptedin the courseofthe approvalprocessorthereafter.

A. General
1 Hydraulic flowchartenclosed (yes/no)
2 Generallayoutplanin outlines (yes/no)
3 Raw waterrequirementat WTPinlet m3/day
m3/hr.
4 Treated wateroutput m3/day
m3/hr.
5 Workinghours hrs. 20 (Twenty)
6 Provisions foroverload:
Overall(%) 20 (twenty)
Filterinlet&outletconnections(%) 100 (hundred)
7 Hydrauliclevels (HL)
Waterlevel,inletchamberofWTP m
Waterlevelupstream, parshallflume m
Waterleveldownstream, parshallflume m
Waterlevel, distributionchamber m
Waterlevel,rapid-mix basin m
Waterlevelin clariflocculator m
Lipofv-notchweirinclarifieroutletlaunder m
Waterlevelin filters, minimum m
Waterlevelin filters, maximum m
Waterlevel, outletchamberoffilters m
Lip ofoutletweirin filters m
Waterlevel, clearwaterchannel m
Waterlevel, chlorine contacttank m
Waterlevel, clearwater reservoir m
B. Unit Details
1 InletChamberofWTP
Size ofchamber m
Detentionperiod min
Size ofinletpipe withflange DNin mm
2 Raw waterflowmeasuring channel
Width/depth ofchannel m
Throatwidthofparshallflume m
Drop inlevelacrossflume m

TECHNICALPARTICULARS Page1 /10


SURFACEWATER BASED WATERSUPPLYSCHEMEFORSANKRAILBLOCKANDPARTOFPANCHLADOMJUR ULUBERIAII BLOCKS
INCLUDING SANKRAILFOOD PARK.

Type offlowmeterultrasonic (yes/no)


Make and modelofflowmeter
Accuracyofmeasurement
Make and modelofflowtotalizer
Size ofgates left for future mxm
3 Distributionchamber
Length/width/depth mxmxm
Detentiontime min
Size ofgates toflash mixer mxm
4 Flashmixers
Number
Flow ineachmixer m3/hr.
Effective capacity m3
Detentionperiod min
Typeof agitator
Make and model
Motorrating kW
Speed ofagitator rpm
Materials forshaftand paddles
Size/material/class, pipetoclariflocculator
5 PLATE SETTLER
Number
Central shaft
Diameter m
Openingarea m2
FlocculatorD
etentiontime min
Diameter m
Depth minimum m
GValue – 3ranges sec-1
GtValue
No. ofagitators perflocculator
Speed offlocculatoragitator– 3 speeds rpm
Materialofshaft/paddle
Motorratingofeach agitator
Clarifier
Detentiontime min
Surfaceloading
NormalLoad m/hr
With overload m/hr
Outerdiameter m
Depth ontheperiphery m
Weirloading
Normal load m3/h/m
With overload m3/h/m
Bridge

TECHNICALPARTICULARS Page2 /10


SURFACEWATER BASED WATERSUPPLYSCHEMEFORSANKRAILBLOCKANDPARTOFPANCHLADOMJUR ULUBERIAII BLOCKS
INCLUDING SANKRAILFOOD PARK.

Numberofscraperarms
Supportsystematthe periphery
Time ofonerotation min
Motorrating kw
V-Notch weirand peripherallaunder
Material
Length perclarifier m
Size ofperipherallaunder mxm
Desludgingsystem
Pipesize/material/classformain,auto &telescopic
Type ofdesludging
Frequency&durationofauto desludging min
Make andtype ofvalves
Outputwaterquality guaranteed
Turbidity mg/l
Suspended solids mg/l mg/l
Aluminium nos./100 ml
Coliformorganisms
6 Clarified WaterMain Collection Channel
Width and depth mxm
7 FilterBeds
Type, constantrate outletcontrolled yes/no
Twinbed/single bedtype
Surfaceloading
normaloperation m/hr
with overload m/hr
Admissibleheadloss across filterbed
in filtration m
in washing m
Numberof filterboxes
Size ofeachfilterbeds mxm
Totaldepth offilterboxincludingfreeboard m
Effective size offiltersand mm
Uniformitycoefficientoffiltersand Depth
ofgradedsupportingmaterial Type m
offilterbottom/underdrain system If
falsebed with nozzles:
size ofnozzles mm
Spacingofnozzles m
Ifpiped underdrain:
Type/size ofpipes mm
Type/size &spacingoflaterals mm
Filtered wateroutletpipe size DN
Backwash inletpipe size DN
Wash waste outletpipesize DN
Airwashinletpipe size DN
Surfacewash inletpipesize DN

TECHNICALPARTICULARS Page3 /10


SURFACEWATER BASED WATERSUPPLYSCHEMEFORSANKRAILBLOCKANDPARTOFPANCHLADOMJUR ULUBERIAII BLOCKS
INCLUDING SANKRAILFOOD PARK.

Length and numberofsiphon waste dischargers


Proposed backwash cycle barchart
Washflowand consumption perfilter m3/hr.;m3
Flow ofair m3/hr
Flow ofsurface water m3/hr
Period betweentwo backwashings hr.
8 Equipmentof theFilters
Size ofpneumatic operatedinletgates (mxm) mxm
Filtered outletbutterfly valve, pneumatic, size DN
Washinletbutterfly valve,pneumatic,size Wash DN
waste gate, pneumatic, size mxm
Airwashinletvalve, pneumatic, size DN
Surfacewash inletvalve, manual, size DN
Drain valve, manual,size DN
Make/type ofvalves&gates and pneumaticcylinders
Piston displacementofpneumatic cylinder mm
Allpneumaticcontrolswitchesprovided yes/no
Manualoverride forpneumatic actuator yes/no
Type andcapacityofaircompressorforpneumaticair
supply
9 FilterControlConsole
Make andtype
Size and material
Controlfunctions/indicators as pertender(yes/no) yes/no
10 FilterOutlet Chamber
Size m3
Upstreamwaterlevelover weir m
Type andlengthofweir m
Freefallacrossweir m
11 FilteredWaterChannel
Width &depth mxm
12 BackWashTankFilling Pumps
Make andtype ofpumps
Qand H atdutypoint m3/hr.;m
Pump efficiencyatdutypoint %
Materialofcasing/impeller/shaft
Make andtype ofmotor
Ratingofmotor kW
Motorefficiencyatduty point %
Suction &deliverypiping, material&size DN
13 Air Scour Blower
Make andtype ofblower
Airdelivery;pressure m3/hr.;
mbar
Overallefficiency %
Volumetricefficiency %
Make andtype ofmotor

TECHNICALPARTICULARS Page4 /10


SURFACEWATER BASED WATERSUPPLYSCHEMEFORSANKRAILBLOCKANDPARTOFPANCHLADOMJUR ULUBERIAII BLOCKS
INCLUDING SANKRAILFOOD PARK.

Ratingofmotor kW
Airpipe, materialand size DN
14 Overhead Wash Water-cum-ServiceTank
Location ofthereservoir
Netvolume m3
Max. water level m
Min. waterlevel m
Inletpipesize DN
Verticaldownflowpipeforbackwash DN
Outletpipeforservice water DN
Overflowpipe DN
Make andtype oflevelswitches
Make andtype oflevelindicator
15 MainPipesand Channels (Filter system)
Backwash main bus DN
Airmain bus DN
Waste waterchannel mxm
16 Alum SolutionPreparation Tanks
Numberof tanks
Size oftanks m3
Duration ofeachtank hr
Solutionstrength %
Range ofdosing, minimumto maximum mg/l
Make andtype ofagitator
Materialofshaftand blades
Motorratingofagitator kW
Makeandtype oflevelindicator
Interiorcoatingoftanks
17 Chlorination System
Numberofchlorinators
Make andtype ofchlorinators
Capacityand capacityrange Pumps kg/h
requiredforinjectors Number, type yes/no
and make ofpumps Capacity;head
ofpumps m3/hr.;m
Motorratingofpumps
Numberand capacityofchlorine drums
Volume ofneutralizationpit m3
Type and make of in-built weighingdevice
18 Chlorine Leak DetectionSystem
Type and make ofsystem
Lowdetectionlevel;high level ppm
19 SludgePumping System
Type and make ofmain sludge pumps
Capacity;head ofpumps m3/hr.;m
Ratingofmotorofmainsludgepumps (kW) kW
Materialandsize ofdeliverylinetoLagoon (DN) DN
Type and makeofwashrecirculation pumps

TECHNICALPARTICULARS Page5 /10


SURFACEWATER BASED WATERSUPPLYSCHEMEFORSANKRAILBLOCKANDPARTOFPANCHLADOMJUR ULUBERIAII BLOCKS
INCLUDING SANKRAILFOOD PARK.

Capacity;head ofpumps m3/hr.;m


Ratingofmotorofwash recirculation pumps (kW) kW
Materialandsize ofdeliveryline to r.w.inlet(DN) DN
Effective volume of recirculationtank m3
SideWaterDepth m
Type and materialofbridgeand scraper
Ratingofmotorofdrive kW
20 Process Automation
Detailsofthesystemfurnished
PLC design and scope provided as per tender yes/no
specifications, sectionMECHANICAL
21 Control & OtherBuilding Sizes
ChemicalHouse m2
Filterannex block m2
Chlorine drumstorage shed m2
Administrative building m2
Alumgo down m2
Sludge pump house m2
Security guard rooms m2
22 ExhaustFans
Fan Datato be
suppliedfor
Manufacturer
Modelno.
Capacity m3/hr
Static pressure mmWC
Fan totalefficiency %
Fan Motors
Make
Type
Rating kW
25 Rate ofLosses
In backwashingoffilters %
In dislodging %
26 SpareParts List Supplied yes/no

TECHNICALPARTICULARS Page6 /10


SURFACEWATER BASED WATERSUPPLYSCHEMEFORSANKRAILBLOCKANDPARTOFPANCHLADOMJUR ULUBERIAII BLOCKS
INCLUDING SANKRAILFOOD PARK.

SCHEDULE- I
WATERTREATMENT PLANT OPERATING DETAILS

Unit Description
Item
1 a. Max. chlorinedose –Pre-chlorination mg/l

1 b. Max. chlorinedose – disinfection mg/l

2 a. Avg. chlorinedose –Pre-chlorination mg/l

2 b. Avg.chlorinedose-disinfection mg/l

3a Avg.annual coagulantdose ton/year

3 b. Maxannual coagulant dose ”

4 Avg.annual chlorineuse ”

5 Avg annual limedosing forpHcorrection ,,

TECHNICALPARTICULARS Page7 /10


SURFACEWATER BASED WATERSUPPLYSCHEMEFORSANKRAILBLOCKANDPARTOFPANCHLADOMJUR ULUBERIAII BLOCKS
INCLUDING SANKRAILFOOD PARK.

SCHEDULE- II
WATERTREATMENT PLANT OPERATING DETAILS
Biddershallfurnish theO &M Manual highlightingthe followingaspectslimited to
Dailymaintenance
Weeklymaintenance
Annualmaintenance
Teststo be carried out for preventivemaintenanceon Daily, weekly,&annualbasis
Operatinginstructions
Safetymeasures /precaution
Replacement ofspareparts tools &tackles.

Rawwaterpumps

Capacity, cum/hr
Make
Motorrating KW
Number
Teststo be carried out for preventivemaintenanceon Daily, weekly,&annualbasis
Operatinginstructions
Safetymeasures /precaution
Operatingdetails

Clearwaterpumps

Capacity, cum/hr
Make
Motorrating KW
Number
Teststo be carried out for preventivemaintenanceon Daily, weekly,&annualbasis
Operatinginstructions
Safetymeasures /precaution
Operatingdetails

Transformers

Number
Rating
Make
Teststo be carried out for preventivemaintenanceon Daily, weekly,&annualbasis
Safetymeasures /precaution

TECHNICALPARTICULARS Page8 /10


SURFACEWATER BASED WATERSUPPLYSCHEMEFORSANKRAILBLOCKANDPARTOFPANCHLADOMJUR ULUBERIAII BLOCKS
INCLUDING SANKRAILFOOD PARK.

SCHEDULE–III

CONTRACTOR’SFUNCTIONALGUARANTEES

1. General

This documentsets outthefunctionalguaranteesrequired forthecalculation ofLiquidated Damages


forfailingTestsafterCompletion.

TheBiddershallprovide valuesofelectricalenergyand chemicalusage forthe qualitiesofraw


watergiven in the technicalspecifications.

Note: The value provided inthis schedule willbe usedto determine a typicalannualrunningcost
forthe works thesecosts willbe used inthe evaluationof theBids.

2. FunctionalGuarantees

ThecontractorGuaranteethe performance oftheWorks in thetestsAfterCompletion tobe as


follows

2.1 WorksOutput
ThemaximumcontinuousWorks outputs achieved Treated wateroutputfromthe Plant
duringtheTestsafter Completionis guaranteedto shallbe…….Ml/d
be :

2.2 ElectricalEnergy Usage per UnitofTreated WaterOutput

Theenergyusagefor the Works duringtheTests Notmore than


afterCompletionis guaranteed to be
KWhperMIof treated water
Output(min raw wateranalysis-RWA)
Withintherange ofraw waterqualitydata KWhperMItreated water
furnished in the specification Output (mean RWA)
KWhperMIof treated water
output (max RWA)

2.3 ChemicalUsage perUnit ofTreatedWaterOutputtoSupply

2.3.1 Alum Usage per unitofTreated WaterOutputtosupply


Theusage ofalumduringtheTests Notmorethan
Aftercompletionis guaranteed to be …………KgasAI2(SO4)218 H2O
PerMIoftreated water (min RWA)

TECHNICALPARTICULARS Page9 /10


SURFACEWATER BASED WATERSUPPLYSCHEMEFORSANKRAILBLOCKANDPARTOFPANCHLADOMJUR ULUBERIAII BLOCKS
INCLUDING SANKRAILFOOD PARK.

Withintherange ofraw waterquality Notmore than


Datafurnished in the specification PerMIoftreated water (mean RWA)
…………KgasAI2(SO4)218 H2O

2.3.2 Lime/CoagulantAIDUsage(Ifprocessrequires)perunitoftreatedWaterOutputtosupply
(bidder shallfurnishthedetails of the coagulantAID)

Theusage ofLime /CoagulantAid duringthe Notmore than


TestsAftercompletion is guaranteed to be
…………KgLime /CoagulantAid
perMIof treated water (min RWA)

Withintherange ofraw waterquality Notmore than


datafurnishedinthe specification treated wateroutput (meanRWA)

………… Kg Lime/CoagulantAid
perMIof treated wateroutput (max.
RWA)

2.3.3 Chlorine Usage per Unit ofTreatedWaterOutputtosupply

Theconsumption ofchlorine duringtheTests after Notmore than


completion is guaranteedtobe : …………KgperMIof treated water
output (min RWA)

Withintherange ofraw waterquality Notmore than


datafurnishedinthe specification …………KgperMIof treated
wateroutput(mean. RWA)
…………KgChlorine perMIof
treated wateroutput (max.RWA)

TECHNICALPARTICULARS Page10 /10


SURFACEWATER BASED WATERSUPPLYSCHEMEFORSANKRAILBLOCKANDPARTOFPANCHLA,DOMJUR & ULUBERIAII BLOCKS
INCLUDINGSANKRAILFOOD PARK.

SECTION- D
DOCUMENTATIONREQUIREMENT
1.0 GENERAL

1.1 Obligation to ProvideDocumentation

Thecontractorshall, asan integralpartof thecontract, supply detaileddocumentation andworking


drawingsoftheprocessandtheequipmenttobesuppliedbyhim andtoprovidetheEngineerwith
copiesassoonaspracticableandatleastwithin thespecifiedperiodsand further toprovideandassist
theEngineerortheownerwith any designcalculations.Other informationordata,relating toproblem
arisingfrom thedesignorsupplyoftheprocessorthemechanicalorelectricalplant.Thecontractor shallsupply
allthedocumentationanddrawingstestedorimpliedinthesection orelsewhereinthe specification.

Approvalby theEngineer-in-Chargeorhisrepresentativesofthecontractor'sdesign,drawings,
calculations,orequipmentshallnot relievethecontractorofany ofhiscontractualresponsibility or
obligations.ThecontractoranddesignEngineershouldinvariablysignalldrawingsanddesigns which should
be vettedfromJadavpuruniversity/IIESTSibpur/IITKharagpur.

1.2 FormatLanguageandUnits

The languageonalldocumentsshallbeinEnglish.Unitsofmeasurementinthedocuments,onthe drawingsand


the submissionshallbe in(S.I.)metric units. Tenderer'sspecification shall include a comprehensive
discussion on and justification of the equipment offered, its suitability and
performanceandpurpose.Forsomespecificreasonifthecontractorwishes to omitanyspecified
requirementsofdesignorconstruction,specialdepartures from thisspecificationmaybepermitted provided
it is included in thecontractor'stendersubmissionand in thisinstancethe contractorshall fully justify
thedeparture quoting therelevantclause ineachcase. Manufacturers‟standardgeneral specificationsmay
besubmittedinregardthereto,butsuch specificationswillnotbeacceptedas justification or inlieu ofthe
scheduleabove mentionedin respectof anydeparturesfromthis specification.

Unlessspecificallymentionedin thecontractor'sTENDERSPECIFICATION,itemsofplantand
equipmentomittedintheTenderer'sspecificationbutrequiredtomakethewatersupplycomplete,
thenitshallbe executed bycontractorathisown expense.

Ifany item soomitted issubsequentlyshownduring thetestingorcommissioningoroperationofthe


watersupply,thenitshallbecarriedoutbycontractorathisowncost.Additionallyeachdrawing
shallcontainthefollowingatthe bottomof righthandcorner.

SURFACEWATERBASEDWATERSUPPLYSCHEMEFORSANKRAILBLOCKANDPARTOF PANCHLA
DOMJURULUBERIAII ANDFOODPARKOFSANKRAIL.

DOCUMENTATIONREQUIREMENTS Page1 of26


SURFACEWATER BASED WATERSUPPLYSCHEMEFORSANKRAILBLOCKANDPARTOFPANCHLA,DOMJUR & ULUBERIAII BLOCKS
INCLUDINGSANKRAILFOOD PARK.

Eachdrawingshallcontainaspacewithinatitlestripforrecordingrevisionandaspaceforthe
Engineer's approval(a blankrectangle120 mmx 50 mm).

2.0 TENDERDETAILS

The descriptionofthemachineriesandequipmentrequiredforeachofcategory asshownin the


scheduleofpricesisinoutlineandintendedonly toprovideinformationon thecostofindividual
sections.Thecontractorshallsubmit the following.

2.1 Tenderer'sSpecification:

The contractorshallsubmitwith histender,detailedandsubstantialspecificationsin quadruplicate giving


fullparticularsof thevariousitemsoftheproposedwatersupply schemeincluding intakejetty
andtreatmentplant.Theparticularsprovidedtheretogetherwiththisspecificationwillbebinding
uponthecontractorandmustnotbedeparted from.Foranyshortfallfrom thecontractspecifications
andguaranteedperformance,thecontractorshallprovide theentireitem tocoverthoseshortfallsor rectifythe
deficiencyathisown expense.

The tenderer'sspecificationshallbefully comprehensiveandshalldescribeandspecify thefull


treatmentprocessandeach individual itemofschemealong withplantandequipmentoffered.Itshall
includetheelectricalplant,the cablingandinstrumentation.

Regarding treatmentplant, thesurfaceloading,capacities,velocities,throughput rates,inflowrates,


outgoingrates,levels,powerratings,voltages,currents,diametersandspecifiedasappropriatefor each
unitoftheprocess andeachitemofmechanical&electricalplant.

2.2 Calculation forVariousunits including Watertreatmentplant

QuadruplicatecopiesofLayoutofIntake,chemical,process&hydrauliccalculationsofWTP
andlayoutdrawing,LayoutofGLRand othercomponentsshallbesubmittedwith thetender
whichindicativeonly & thefinalcalculation,design&drawing willbeaccepetedonly afterissuance
offormalwork order. They shallfully embracethe rangeofflow ratesandrawwaterconditions that
arelikelyto occuronsite.

2.3 Schedule forwatersupplyscheme:

Thecontractorshallprepareandsubmitwithhis tenderacomprehensivesetofwork, performance,


technicaland costscheduleofwatersupplyscheme.

Performance schedulesshall give all permanent operationaldata for each assemblyof different
components i.e. intake,WTP (clarificationplant, filterinstallation, chemicaldosing and/orany other
unitsoffered.Individualdatashallalsobeprovidedinthe technicalschedulesforallmajor
equipment,i.e.pumps,airblowers,dosingpumps,andanysuchequipmentwithcostsdulygivenin

DOCUMENTATIONREQUIREMENTS Page2 of26


SURFACEWATER BASED WATERSUPPLYSCHEMEFORSANKRAILBLOCKANDPARTOFPANCHLA,DOMJUR & ULUBERIAII BLOCKS
INCLUDINGSANKRAILFOOD PARK.

the BillofQuantities/PriceSchedule.The technicaldata forallmajorunitandequipmentshallbe filled


intheblankscheduleprovidedinthis documentelsewhere.

Ascheduleshowingthe manufacturers oftheeach componentshallalso beprovided.

2.4 Tenderer’sDrawings:

2.4.1 DrawingssubmittedbytheTenderershallshowalltheessentialitemsoftheindividualitemsoffered
togetherwith sufficientdetails to enable the generalarrangementof the Intake Jetty,Treatmentplant,
clearwaterreservoircumpump house, substationsto bedetermined.

2.4.2 The drawings and documents to be provided bytheTenderer/Contractorshall


includethefollowing, butshallnotbelimitedtothoselisted:

(* Indicatesthedrawings/documentstobesubmitted)

Sr. Description To be submitted To be submitted


No. with the Tender after the award of
the Contract
Basic Engineeringdrawings
1. A planshowinglayout of fixed type * *
jettyover Pump house, Steel carriage
wayof Min 4m width 180m long
(Approx.)includingpilearrangement&
substation campus

Plans &schematic layout diagram * *


2. showingof 69 MLDconventional
watertreatment Plant includingCWR
cum Pump house, Sub Stationbuilding,
sludgelagoon&dryingbeds etc.
3. Plans showingthe layoutofGLRwith *
pumpingarrangements, Sub Station
building, SCADA room, guard room
with store room etc forwhole campus
ofSankrailfood park GLR cum BS.
4. Schematic diagram of raw waterrising *
main, Clear water rising main including
allvalve arrangement indicating all
crossing (i.erail, culvert,river,canal etc).

DOCUMENTATIONREQUIREMENTS Page3 of26


SURFACEWATER BASED WATERSUPPLYSCHEMEFORSANKRAILBLOCKANDPARTOFPANCHLA,DOMJUR & ULUBERIAII BLOCKS
INCLUDINGSANKRAILFOOD PARK.

Sr. Description To be submitted To be submitted


No. with the Tender after the award of
the Contract
5. Aschematiclinediagram(P&Idiagram) of * *
the complete works atWTPincluding
allchambers,structures,tanks, pumps,
pipelines, valves, standbyequipment,
controllines,etc.The diagrams shall
embrace chemicalfeeds, flushinglines,
drains, sample points,dosingpointsand
exhibitallcapacities anddiameters.

6. Hydraulic gradientsthrough the works * *


showingthedesign hydraulic levelat the
peakdesign flowrates:
Reference shallbe madeonthe drawings
to the source ofthe variouslosses
contributingto the fall in hydraulic level
throughout the plant.

7. A typical layout showing OHR with * *


chlorine room arrangement.

8. ElectricalSingleLine Diagrams indicating * *


entirepowerdistribution scheme and
instrumentation P&Iand logic diagrams.

Outline DimensionalDrawing
1. Axiallysplitcasingcentrifugalpumps *
2. Butterfly valve *
3. Sluicevalve *
4. Non-return valve *
5. Dismantlingjoint *
6. EOTcrane *
7. Knife gate valve *
8. AllTanks *
9. Allagitators *
10. CivilG.A. Drawingofallunits *
11. G.A. ofClarifier * *
12. G.A. ofR.G. Filters * *
13. G.A. ofallother functionalunits * *
14. Non-clogSludge Pumps *
Cross SectionalDrawingwith Materials ofConstruction
1. Both verticaland horizontalPumps *
2. Butterfly valve *

DOCUMENTATIONREQUIREMENTS Page4 of26


SURFACEWATER BASED WATERSUPPLYSCHEMEFORSANKRAILBLOCKANDPARTOFPANCHLA,DOMJUR & ULUBERIAII BLOCKS
INCLUDINGSANKRAILFOOD PARK.

Sr. Description To be submitted To be submitted


No. with the Tender after the award of
the Contract
3. Sluicevalve *
4. Non-return valve *
5. SluiceGate *
6. Dismantlingjoint, *
7. Pump curves foreachtypeand range ofall * *
pumps

8. Pump Performance curvesincludingiso- * *


efficiencycurve atrated speed :QVsH, P,
& NPSHRfordifferentimpeller
diameters includingthe higherand lower
diameterproposed.
8. AllTanks *
9. Allagitators *
10. CivilDesigns & Drawing ofallunits of *
Intake Jetty, WTP, CWR cumPump house
etc.
11. CivilScope & G.A. Drawings ofallunits of *
the Intake Jetty, WTP,CWR cumPump
houseetc.
Installation Drawings

1. Proposed GAdrawingofallpumping *
installation with crane
2. „As built‟ GAdrawings ofallpumping *
installations and crane
3. „As built‟ GAdrawings ofallother *
installations with hoists/cranesand other
accessories.

DOCUMENTATIONREQUIREMENTS Page5 of26


SURFACEWATER BASED WATERSUPPLYSCHEMEFORSANKRAILBLOCKANDPARTOFPANCHLA,DOMJUR & ULUBERIAII BLOCKS
INCLUDINGSANKRAILFOOD PARK.

2.5 Employer’sDrawings

2.5.1 ThedrawingsenclosedwiththeTenderdocumentaretheEmployer‟sdrawingsandareprovidedby
the Employerasillustrative of theSpecification.

2.5.2 AlldataandinformationfurnishedinthedrawingsbytheEmployerisgiveningoodfaithbutthe
Employerdoesnotaccepttheresponsibilityforthecompletenessandaccuracythereof.Thesame
shallbeverifiedby theContractorpromptly pointing outerrorsordiscrepanciesthereoftothe Engineer-in-
Charge.

2.6 Drawing SheetFormat

2.6.1 AlldrawingsprovidedbytheContractorshallbeonstandardsizesheets,preparedoncomputerwith
AutoCADandshallshow thefollowing particularsinatitleblock locatedin thelowerrighthand corner,
inaddition to the nameofContractorand equipmentmanufacturer, date, scale, drawing
number,revisionnumber(R0fordrawingssubmitted initially,R1,R2,etc.fordrawingssubmitted
subsequently)andtitle:

WestBengalPHED
SURFACE BASEDPIPEDWATERSUPPLYSCHEME FOR ARSENICAFFECTED BALAGARH
ANDPANDUA BLOCKS
ContractNo………
Ablankspaceof90mmx100mmshallbeprovidedfortheEngineer-in-Charge‟sapprovalstamp
and provisionshallbe made fordetailsofrevisionstoberecorded.

2.6.2 AlldrawingssubmittedbytheTenderer/ContractorshallusetheEnglishlanguageandpreferablySI
units. Alldrawings shallbeclearlyand fullycross-referenced to the otherdrawings asrelevant.

2.7 Submittals afterawardofContract

2.7.1 General

Submittalsmustbelimited tothosenecessaryforadequatequalitycontrol. Theimportanceofanitem


intheprojectshouldbeone oftheprimary factors indetermining ifasubmittalfortheitemshouldbe required
andthe generalprocedure shallbeasfollows:
 The Contractor shall furnish a detailed programme for submitting designs, drawings, and
documents to theEngineer-in-Charge/Consultantwithin15daysofawardofContractasperthe
submittalprocedureindicatedlaterinthissection.Aftersubmissionofdrawinganddesign (both
inhardandsoftcopies)apreliminary discussionwillbeheldandalldesign,drawings,
calculationswillsubmittedforvettingbythecontractor. Theremaybeoneormoretypesof vetting such
as the hydraulic designshould be vettedby aexpert in this field and structural
designshouldbevettedbyanotherexpertofinstitution/sasstatedabove.Thevettinginstitute
should be decided byEICafterreceivingwrittenrequestfromtheagency. 

DOCUMENTATIONREQUIREMENTS Page6 of26


SURFACEWATER BASED WATERSUPPLYSCHEMEFORSANKRAILBLOCKANDPARTOFPANCHLA,DOMJUR & ULUBERIAII BLOCKS
INCLUDINGSANKRAILFOOD PARK.

TheContractorshallsubmit6copiesofthedrawingsalongwitheditablesoftcopyofdrawings
&designsinpendrivesandDVDtotheEmployer.Allthedrawingsaretobesignedbythe
Contractororhis authorizedrepresentatives.

TheEngineer‟sRepresentativewillreviewthedrawingsand,iffoundfitforapproval,the
Employerwillreturn 2copies totheContractordulyapproved.

 Incasethedrawings/documentsarenotfitforapprovalbutworthforreview,theEngineer-in-
Charge‟sRepresentativewillmarkthecommentsonthedrawingsandreturn2 copiestothe Contractor.
In such case, theContractorshall resubmit the revised drawingswithin two weeks and the same
shallbe repeatedtillthedrawings are finallyapproved.

 Ifthesubmitteddrawings/documentsarenotworthforreview,theContractorwillbeinformed
accordingly.

 Afterapproval,theContractorshallsubmittotheEngineer-in-Chargeonenegativeandfive copies
ofallapproved drawings withthedate ofapprovalmarked on thenegative.

Aftercommissioning,theContractorshallsubmit,withinthe6monthstrialperiod,editablesoft
copies of the “As BuiltDrawings” totheEmployer.

 WhenthedrawingsarereceivedbytheEngineer-in-Charge‟sRepresentativeafterrevisionby
theContractor,hewillonly reviewtherevisionmadeandhence theContractorshallcarefully
identifyalltherevised details /dimensions and also describe the revisionsin the revisionblock.

No drawings, withcorrections madeaftertakingthe prints, willbeaccepted.

 Approval of drawings by the Engineer-in-Charge shall not relieve the Contractor of his
responsibilityin terms oftheContract.

2.7.2 Classification

Indicatesubmittalclassificationintheblankspacefollowing thenameoftheitem requiringthe


submittalbyusing"G"when the submittalrequires Governmentapproval. Submittals notclassified as
"G"willshow onthesubmittalregisteras "InformationOnly".

2.7.3 ScopeofSubmittals

2.7.3.1 Detailed Drawings, Design and other Documents,Certificates,Manuals:

IntakeJetty,Box Culvert, Substation:

Generalarrangement, Planandelevation.
Structuraldesign calculations anddrawings
Designs anddrawings forallelectricaland mechanicalitems
Shop Drawings forfabricateditems

DOCUMENTATIONREQUIREMENTS Page7 of26


SURFACEWATER BASED WATERSUPPLYSCHEMEFORSANKRAILBLOCKANDPARTOFPANCHLA,DOMJUR & ULUBERIAII BLOCKS
INCLUDINGSANKRAILFOOD PARK.

GeneralQuality AssurancePlan

 Manufacturers‟ QualityAssurancePlansforallmajorbought-out items priorto inspectioncall,along with:

oUn-pricedcopyofpurchaseorder
oRoutineTestCertificateascarried outatmanufacturer‟sworks
oTypeTestCertificatesofmajorequipmentofsimilarcapacity
oPerformance GuaranteeCertificate
WaterTreatmentPlant:
a) Processwrite-up with controlarchitecture.

b) Processdesigncalculationsandlayoutplanincorporatingallstructuresandequipmentforthe
systemfromraw waterinlet tothe treated waterdelivery.

c) Hydraulicdesign calculations and hydraulicflowdiagram.

d) Processand Instrumentation Diagrams, separatelyfor theWaterTreatment Plant andthe


Sludge/Residue Managementplant.

e) Complete DrawingList

f) EquipmentListwithnumberingsystem.

g) TechnicalDataSheetsandGA/Assemblydrawingsfrommanufacturersforallmajorbought- outitems
electricaland mechanicalequipment

h) Generalarrangementdrawings forallunits. i)

Structuraldesign calculations anddrawings.

j) Architecturaldrawingsforallbuildingsandlandscapingforentireplant(thisshallbeprepared and
dulysigned bya registeredArchitect)

k) Designs anddrawings forallelectricaland mechanicalitems l)

Shop Drawings forfabricateditems.

m) GeneralQualityAssurancePlan

n) Manufacturers‟QualityAssurancePlansforallmajorbought-outitemspriortoinspectioncall,
alongwith:

 Un-pricedcopyofpurchaseorder
 RoutineTestCertificateascarried outatmanufacturer‟sworks
 TypeTestCertificatesofmajorequipmentofsimilarcapacity
 Performance GuaranteeCertificate
.

DOCUMENTATIONREQUIREMENTS Page8 of26


SURFACEWATER BASED WATERSUPPLYSCHEMEFORSANKRAILBLOCKANDPARTOFPANCHLA,DOMJUR & ULUBERIAII BLOCKS
INCLUDINGSANKRAILFOOD PARK.

2.7.3.2 In no casewilldesign calculations/drawings beconsideredcomplete oracceptable,if

a) They are notapproved anddulysigned bythetenderer

b) TheyarenotthoroughlycheckedanddulysignedintheappropriateplacesbytheContractor and Sub


Contractor(ifany).

c) Designcalculationsarenotaccompaniedbysupportingengineeringdrawingsorappropriate sketches.

d) Designcalculationsareincompleteorareshabbilydoneorarewithoutadequatereferenceor
othernecessaryback-updata.

e) Anycomments previouslymadeare not incorporatedon revised drawings/calculations.

Such drawings/ designs as described above shall be summarilyrejected andContractor will be


informed.Contractorshallarrangetore-submitthesameduly checked,revisedandsigned.Noclaim from
Contactorforextensionoftimeorforextracostonthisaccountwillbeentertainedunderany circumstances.

2.7.3.3Nocheck willbespecifically carriedoutby theConsultant/Departmenttoverify arithmetical/numerical


accuracyofthecalculations,whichshallremainentirelytheContractor‟sresponsibility,irrespective
ofanyapproval thatmayhave been accordedthereto bytheConsultant/Department.

2.7.3.4Allvalues/dimensions/elevation,etc.withoutsupporting back-updataadopted/assumedby the Contractor in


hiscalculations/drawingsshallbetakenby theConsultant/Departmentto becorrect unless
theyarespecified.

2.7.3.5 As BuiltDrawings

Aftercompletion oferection, installation, contractorshallsubmitAsBuiltDrawings for:

a) Civil, Architectural,Mechanical&ElectricalGeneral Arrangementdrawings with sectionalviews


forallunits.

b) ElectricalSingle Line Diagrams, ControlSchematics,Cable Schedules &TerminationPlans.

2.7.4 Approval

Governmentapprovalisrequiredforsubmittalswitha"G"designation;submittalsnothaving a"G"
designation are for information only. When used, a designation following the "G" designation
identifiestheofficethatwillreviewthesubmittalfortheGovernment.Thefollowingtypically shown
asguidelines, shallbesubmitted forallunits,structuresand majorequipment:

CSD–01 Civiland StructuralDrawings

Intake Jetty,Box Culvert and WaterRetainingStructures;G, [ED, CE]

DOCUMENTATIONREQUIREMENTS Page9 of26


SURFACEWATER BASED WATERSUPPLYSCHEMEFORSANKRAILBLOCKANDPARTOFPANCHLA,DOMJUR & ULUBERIAII BLOCKS
INCLUDINGSANKRAILFOOD PARK.

Buildings;G,[]

PCS-01Preconstruction Submittals

InitialProjectSchedule;G,ED. PreliminaryProjectSchedule;[_CE ]..

Two copiesof the schedules showingcodes, values,categories, numbers,items, etc., asrequired.

Qualifications;[].

Documentation showingqualifications ofpersonnelpreparingschedulereports.

GAD-02 General Arrangement Drawings

IntakeJetty, Substation, Clear water Reservoir/GLR cum pump house:

Pile;G,[]

Detaileddrawingofarrangementofpileshowinglength, diameter, details ofcasingpipe to be


providedallalongup tofoundinglevel.

Pump Houseover Jetty;G,,[]

Detaileddrawingbothplanand elevation showingdetailed dimension ofthebuildingoverpile


Foundationrequired showingits stabilityagainsthigh floods. Drawings shallshowproposed layout,
foundation requirements, anchorage ofpumpingmachineries andotheraccessories, Installation/
connection details, andequipment relationshipto otherparts of the workincludingClearancesfor
installation, maintenance andoperation.

Substation Buildings; G,,[]

Detaileddrawingbothplanand elevation showingdetailed dimension ofthebuildingsuitable


foundation requiredshowingits stabilityagainsthigh floods. Drawings shallshowproposed
layout, foundation requirements, anchorage ofElectricalequipments andotheraccessories,
Installation/connection details, andequipment relationshipto otherparts ofthe workincluding
Clearancesforinstallation,maintenance and operation.

CWR/GLRcumpump house;G,,[]

Detaileddrawingbothplanandelevation showingdetailed dimension oftheciearwaterreservoircum pump


housewithpilefoundation required showingits stability. Drawings shallshow proposed layout,
foundation requirements, anchorage ofElectricaland Mechanicalpumping machineriesand
otheraccessories,Installation/connection details, andequipmentrelationshipto otherpartsofthe work
includingClearances forinstallation, maintenanceandoperation.

WaterTreatment Plant

Tanks;G,[]

Detaileddrawings ofeachunitshowingthe dimensions, nozzle orientations andelevations,


interconnectingpiping, equipment layout,hydraulicprofile, and anyotherdetailrequiredto

DOCUMENTATIONREQUIREMENTS Page10 of26


SURFACEWATER BASED WATERSUPPLYSCHEMEFORSANKRAILBLOCKANDPARTOFPANCHLA,DOMJUR & ULUBERIAII BLOCKS
INCLUDINGSANKRAILFOOD PARK.

demonstratethattheunithasbeencoordinatedandwillproperlyfunctionasapartofthewhole
system.Drawingsshallshow proposedlayout, foundation requirements,anchorageofequipmentand
accessories,installation/connection details,andequipmentrelationship tootherpartsofthework
includingclearancesforinstallation, maintenance andoperation.

PLATESETTLER;G,
[]

Detailed drawingsshowing the dimensions,nozzleorientationandelevations, interconnecting piping,


equipment layout,hydraulicprofile,andotherdetails requiredtodemonstrate thattheunithasbeen
coordinatedandwillproperly functionaspartof theoverallWTPsystem.Drawingsshallshow proposed
layout, foundationrequirements, anchorageofequipmentandaccessories,walkways,
handrails,andkickplates,installation/connectiondetails,andequipmentrelationshipto otherpartsof the
workincludingclearances forinstallation, maintenanceand operation.

Instrumentation and Control;G,[]

Electrical one-line diagrams illustrating all electrical components (motor controls, disconnects,
starters,selectorswitches,pushbuttons,pilotlights,conduit,wire,etc.), electrical loadanalyses,cable
andconduitschedules(includingconduitdesignation, materialsofconstruction,descriptionsforeach
conduitof theendpointsofeachconduitsegmentinarun,wirecountby number,typeandsize,wire
length,etc.),andcomplete controlladderlogicdiagrams.Allcontrolladderlogicdiagramsshallbe fully
coordinatedbetween componentsand ladderrungstoillustratecomponenttag namesforall
relays,timers,selectorswitches,pushbuttons,pilotlights,etc.Allwiresandterminalsshall be numbertagged.
Terminaldesignationsshalldistinguishbetween terminalscontainedwithindiffering
enclosuressuchascontrolpanels,equipmentenclosures,motorcontrolcenters,etc.Allauxiliary relay
contacts shallbe illustratedanddesignated. Allladderrungsshallbe numberedwith cross referencing
between allassociated rungs.Anarrative descriptionshallbe fully coordinatedwith the
ladderlogicdiagramssoastofully describeallcontroloperations,sequences, interlocks,alarms,and
shutdownsfortheWTPsystem including,butnotlimitedto,flowcontrolsystems,levelcontrol systems,
pH/turbidity/chlorine residual control systems, chemical addition control systems,
pump/valvecontrols,alarm andshutdownschemes,PLCinput/outputpoints,andallcomponent
interlocking.Locationsofallcontrolpanels,equipmentenclosures,motorcontrolcenters,etc.shall be
designated on anequipmentlayoutdrawing.

PD-03ProductData

TheCONTRACTORshallfurnishcompleteshopdrawingsforallequipmentspecifiedinthevarious
Sections,togetherwithallpiping, valves, and controlsforreview bythe ENGINEER-IN-CHARGE.

Mixers;G, []

Manufacturer'sdescriptivedata,specifications,technicalliterature,utility requirements,weights, torque


data,performance charts and curves, operatingand maintenance instructions, electric motor

DOCUMENTATIONREQUIREMENTS Page11 of26


SURFACEWATER BASED WATERSUPPLYSCHEMEFORSANKRAILBLOCKANDPARTOFPANCHLA,DOMJUR & ULUBERIAII BLOCKS
INCLUDINGSANKRAILFOOD PARK.

data, voltage,andelectricalcharacteristics, foundation, installation,andgrouting plans,listofspecial


tools,lubricating instructionsand lubricantsfortwoyearsoperationandcatalog cuts foreachmixer
supplied.

Clarifiers;G,[].

Manufacturer's descriptive data, specifications, technical literature, utility requirements, weights,


torquedata,performancechartsandcurves, operating andmaintenance instructions, electricmotor
data,voltage,and electricalcharacteristics,foundation, installation,andgrouting plans,listofspecial tools,
lubricatinginstructions andlubricants fortwo years operation and catalog cutsfortheclarifier.

Instrumentation and Control;G,[]

Manufacturer'sdescriptivedata,specifications, technicalliterature,utility requirements,performance


chartsand curves, andcatalogcuts foreachinstrumentand controlcomponentsupplied.

Pumps;G,[]

Manufacturer'sdescriptivedata,specifications,technical literature,utility requirements,pumpname,


identification numberandspecificationnumber,performancecurveandpumpdata,pumpdetailed
descriptionandspecification,electricaldataincluding controlandwiring diagrams,assembly and
installation drawings includingshaftsize, seal, coupling, anchorboltplan, partnomenclature, material
list, outlinedimensions andshipping weights(afterorder),bearinglifecalculations (afterorder).

Note:TheCONTRACTORshallrequirethemanufacturertoindicatepointsontheH/Qcurves,and
thelimitsrecommendedforstableoperationbetweenwhichthepumpsmaybeoperatedwithout
surge,cavitationandvibration. Thestableoperating rangeshallbeaswideaspossiblebasedonthe pumps
actualhydraulic andmechanicaltests.

AirBlowers;G,[]

Sameasabove,except„Note‟

DewateringMachine;G,[] Same

as above, except„Note‟

Valves;G,[]

TheCONTRACTORshallsubmitforapprovalshop drawingsofallvalvesabove50mm.diameter comprising


arrangement,partdetails, torque foropening/closing with calculations,specificationsand
data,technicalmanual, shippingweights, spare parts list, etc.

PipesandSpecials;[]

DOCUMENTATIONREQUIREMENTS Page12 of26


SURFACEWATER BASED WATERSUPPLYSCHEMEFORSANKRAILBLOCKANDPARTOFPANCHLA,DOMJUR & ULUBERIAII BLOCKS
INCLUDINGSANKRAILFOOD PARK.

A.The CONTRACTORshallsubmitfor approvalshop drawingsof allpipe fabricationmaterials, welding


procedures,fabricationprocedures,coating system,lining system,fittings,accessories,
supports,hangers,embeds, reactionanchorage,andallothermaterialsorequipmentrelatedto the fabrication
and installationofsteelpipe.

B.TheCONTRACTORshallsubmitforapprovallayoutdrawingsofallpipelines. Drawingsshall
include,butnotbe limited tolineandgrade,elevation,hangers,supports,anchorage,embeds,andall other
information regardinginstallation ofsteelpipe.

C.TheCONTRACTORshallprovidesurveyed"as-built"drawingsforallpiping installed. "Asbuilt"


drawingsshallbeprovided forburiedpipeinstallationsaswellaspipeinstalledintunnels,galleries,
insidebuildings,orabove groundtunnels.Forburiedpipe installations,surveyed"as-built"shall include the
elevation and location of pipe, valves, and all other pertinent information of the
installation,aswellasallexisting piping orstructures intheimmediatearea.Forburiedpipe
installations,survey shallbetakenoflocationand elevationsofallpiping installedpriortoany
encasementorbackfill.Forburied,encasedpiping,surveyshallbetakenbothpriortoencasement,
andaftertheencasementis inplace.Drawingsshallbeforwardedto theENGINEERforreviewand
approvalwithinfive days afterinstallationiscomplete.

SluiceGates/Penstocks;G,[]

Completeshopdrawingsofallgates, frames,slides,andoperators,aswellasdesignloadcalculations
fordeflectionatthemaximum expectedhead,andcalculationsforthelifting forcerequiredto liftthe gate
with20Kgs. effortonthe handwheelorcrank.

SpareParts; [][]

Alistofsparepartswith themanufacturer'spartnumber,acurrentunitpriceandsourceofsupply for


eachdifferentmaterial or equipmentspecified, after approval of the relatedsubmittals andnot later than
[three]monthspriortothesystem startup.Listshallincludepartsrecommendedby the
manufacturertobereplacedduringthefirst[3]yearsofservice.Alistofspecialtoolsrecommended by
themanufacturer foreachtypeofequipmentfurnished including special toolsnecessary for adjustment,
operation, maintenance,and disassemblyshallbe provided.

TTR-05 Testing and TrialRun

Pre-startupTesting/TrialRun;G,[].

Apre-startuptestplanidentifying theproceduresand methodsthatwillbeused toverify the integrity,


calibration,andoperability oftheequipment,piping, electricalwiring,andinstrumentsandcontrol
systems.Theplanshallspecifyacceptancecriteriaandtolerancestobeachievedduringthepre- startuptesting.

DOCUMENTATIONREQUIREMENTS Page13 of26


SURFACEWATER BASED WATERSUPPLYSCHEMEFORSANKRAILBLOCKANDPARTOFPANCHLA,DOMJUR & ULUBERIAII BLOCKS
INCLUDINGSANKRAILFOOD PARK.

Startupand Operation;G,[]

ListoftheWTP system andspecifying itsrequiredperformancecriteriawhenoperatedusingwater


havingmaximum turbidityandworstmonsoonconditions. Thetestplanshalldescribetheoperating
procedures tobe followed during the testperiod including detaileddescriptions ofthemeasurements,
recordkeeping,sampling andanalyses tobeperformed todocumentthatperformancecriteria hasbeen
achieved.Theplanshalladdress full-scaleoperation ofallequipment,piping,electricalwiring,and
instrumentsand controlsystems includedinthe WTP system.

ProofofPerformance;G,[]

Listof theproposedoperating conditions forprocess parameters to be continuously monitoredand


recorded.Detaileddescriptionsoftheproofofperformanceschedule,operating conditionsand
parameters,influentsources, andrequired samplingand analyses shallbeincluded.

WaterTreatmentSystem;G,[]

Installationinstructionsandframed,typedoperatinginstructionsforpostingwhichexplainmethods
ofchecking thesystem forstartupandnormalsafeoperations,normalandemergencyshutdown
operations,and proceduresforsafelystartingandstoppingeach piece ofequipmentwithinthesystem.

Qualifications;[],[]

[Three]copies]ofqualifiedproceduresandlistofidentificationsymbolsandnamesofcertified welders and


weldingoperators priorto the commencementofweldingoperations.

TR-06 Test Reports

Tests;[],[].

Testreports showingthe results offactorytests performed.

Field QualityControl;G,[]

Testreportsinbookletform showingfield testsperformedtoadjusteachcomponentandtoprove


compliancewiththespecifiedperformancecriteriauponcompletionandtestingoftheinstalled system.
Testmethodsused shallbe identified andtest resultsshallbe recorded.Eachtestreportshall
indicatethefinalsetpointofeach controldevice. Testreportsshallbeprovidedforpre-startup testing and
startup performancetesting.

C-07 Certificates

EquipmentCertificate ofConformance;[],[]

DOCUMENTATIONREQUIREMENTS Page14 of26


SURFACEWATER BASED WATERSUPPLYSCHEMEFORSANKRAILBLOCKANDPARTOFPANCHLA,DOMJUR & ULUBERIAII BLOCKS
INCLUDINGSANKRAILFOOD PARK.

a. Manufacturer'scertificatesattestingthattheequipmentmeetsthespecifiedrequirements.The
statementshallbedated after the award of thecontract,shallstate the Contractor'snameand address,
shall name the project and location, and shall list the specific requirements which
arebeingcertified. Certificate shallindicate the methods oftestingused.

b. WherecertificatesarerequiredbythespecificationorrelevantReferencestandard,theoriginal and
onecopyofeachsuchcertificate shallbe providedbytheContractor.

c. Manufacturer‟sandsupplier‟stestcertificatesshallbesubmittedassoonasthetestshavebeen completed
and inany casenot lessthansevencalendardayspriortothetimethatthematerials represented bysuch
certificateareneededforincorporation intotheworks.

d. Certificatesoftestcarriedoutduring theconstructionoroncompletionofparts of theworksshall be


submitted within 7 days of the completionofthetest.

OMD-10Operation andMaintenance Data

OperationandMaintenance ManualUpdates;[],[]

[Six]copiesofoperationandmaintenancemanuals foreachprincipalsectionofthewatersupply
schemecontaining themanufacturer'soperating andmaintenanceinstructionsforeachpieceof equipment.
One complete set shall be provided prior to the performance of the field test (see Paragraph
Tests);theremainingsetsmustbesubmittedpriortostartup.Eachsetshallbefurnishedin loose leafring
binders.Thefollowing identification shallbe inscribedonthecovers:thewords
"OPERATINGANDMAINTENANCEINSTRUCTIONS,"nameofequipment,nameandlocation of
theunit/building, nameof theContractor, and contractnumber. Coversheetsshallbeplacedbefore
instructions identifyingeachsubject.Instructionsheetsshallbeapproximately216by279mm (8-1/2 by
11inches,)8-1/2by 11inches,withlargesheetsofdrawingsfolding in.Instructionsshallinclude,
butshallnotbelimited to, thefollowing:

Descriptive overview ofthewhole oftheWorks.

Systemlayoutdetailingpiping, valves, and controlsofallinstallations.

 Descriptions ofallsystems installed,includingmechanical, electrical,instrumentation, control


systems with relevantdesign and operatingparameters.

 Descriptions ofallequipmentsuppliedincludingmanufacturer’sleaflets, whichshallbe


scheduledforeasyreference.

 Schedulesandmanufacturer’scatalogues forallequipmentsupplied, givingduties, electrical


load,etc.

 Schedulesofallequipmentsuppliers(andtheirlocalagents)includingnames, addresses,
telephone, fax ande-mailnumbers

DOCUMENTATIONREQUIREMENTS Page15 of26


SURFACEWATER BASED WATERSUPPLYSCHEMEFORSANKRAILBLOCKANDPARTOFPANCHLA,DOMJUR & ULUBERIAII BLOCKS
INCLUDINGSANKRAILFOOD PARK.

 Start-up,operationandshutdowninstructionsforallpartsofthesystem.Theseshallincludestep- by-
stepdirectionsonsetting thesystem towork listing alladjustmentsandsettingsnecessary for the
current functioning..

 Instructionsonmonitoringofperformanceandsamplelogsheetsforeachpreciselocations,tobe filled
byoperators ona routinebasis.

“Dos”and“Don‟ts”inoperation.Operator‟sattention shallbedrawntoalloperationsconsidered
to bedangerous tooperators orlikelytocausedamage..

Procedures todealwith breakdown andemergencies

Safetyrequirements

 Checking,testing andreplacementprocedurestobe carriedoutonalllocationson adaily,weekly and


monthlybasis or atlonger intervals to ensure trouble free operation. Full maintenance
instructions forallequipmentincluding preventivemaintenanceschedulesorchartsgiving daily,
weekly,monthly, quarterly, halfyearly, annualand overhaul instructions, togetherwith
recommendedlubricantsandspares. Theseshallalsoincludedetailsofroutinemaintenancework that
will be within the competence of the normal maintenance staff and notification of
maintenancework thatwillhavetobedoneby the manufacturer,hisagentorother specialist operator.

 Faultfinding/troubleshootingandremedychartstofacilitatetracingthecauseofmalfunctions
orbreakdown andcorrectingfaults.

Complete listofrecommended lubricantsandlubricationscharts.

A„sparesschedule‟whichshallconsistofacompletelistofitemwisesparesforallE&M
equipments withordering referencesand partnumbers.

 Acompletelistofmanufacturer‟sinstructionsforoperationandmaintenanceofallboughtout equipment.
The listshallbetabulatedinalphabeticalordergivingthenameof supplier/manufacture, identificationof
theeachitem giving themodelnumberandtheliterature provided including instruction leaflets and
drawing numbers. These shall also be submitted earlier,
i.e.,afterapprovalofdetaileddrawings,andnotlaterthan [2]monthspriorto delivery of thesystem.

Step bystep procedureforthe dismantling, repairand re-assemblyofallitems ofequipment.

 Part-listanddrawingsorexplodeddiagramsforeachitemwithconstructionparticulars,materials
ofconstruction,matingcomponents,clearancesandtolerances,maximum wearpermittedbefore
replacementsare tobe done,etc

 As builtdrawings offorallinstallations layout and all systems installed,includinggeneral


arrangements,conduitandwiringtruckingsystems,wiringdiagrams,controlschematicsand valve
charts, etc.,to areducedscale.

DOCUMENTATIONREQUIREMENTS Page16 of26


SURFACEWATER BASED WATERSUPPLYSCHEMEFORSANKRAILBLOCKANDPARTOFPANCHLA,DOMJUR & ULUBERIAII BLOCKS
INCLUDINGSANKRAILFOOD PARK.

 Detailedarrangementofallelectro mechanicalinstallations andschematic diagrams of the"as


installed"controlpanels.

"As Wired" diagrams ofallelectricalconnections, between the controlpanelandinstalledloads.

Comprehensive cableschedulesshowingallcablesandcoreallocationsincludingspares.

 Testcertificatesfortestsat works forallmajorelec.and mech. equipmentand site


tests/transformers/electricalinstallation andotheritems, whereappropriate.

Pump performance curvesaspertenderandastested.

Paralleloperation curve superimposedon systemheadcurve forallpumps

 Schedule ofrecommendedlubricantsandtheirequivalents which mustbe readily


availableinIndia.

PS-01ProjectSchedule

This guidespecificationcovers therequirements forthe preparation and maintenanceof the project


schedule.

DD-05 Design Data

NarrativeReport;[]. ScheduleReports;[].

Two copiesof the reports showingnumbers, descriptions, dates,float, starts,finishes, durations,


sequences,etc., as required.

PeriodicSchedule Updates; G.

Two copiesof the schedules showingcodes, values,categories, numbers,items, etc., asrequired.

2.8 PART 1QUALIFICATION

TheContractorshalldesignatean authorized representative who shallbe responsibleforthe


preparation ofallrequiredprojectschedule reports.

2.9 PART2PRODUCTS (NotApplicable)


2.10 PART3EXECUTIONS
PursuanttotheContractClause,aProject Scheduleasdescribedbelowshallbeprepared.The scheduling
ofconstruction shallbetheresponsibility oftheContractor.Contractormanagement personnelshallactively
participateinitsdevelopment.Subcontractorsandsuppliersworking onthe project shall also contribute in
developing and maintaining an accurate Project Schedule. The approved ProjectScheduleshallbe
usedto measure the progress of the work, to aid in evaluatingtime extensions, and to provide the basis
ofallprogresspayments.

2.10.1 BASISFORPAYMENT
ThescheduleshallbethebasisformeasuringContractorprogress.Lackofanapprovedscheduleor
schedulingpersonnelwillresultin aninabilityof the Engineer-in-Charge to evaluate Contractor's

DOCUMENTATIONREQUIREMENTS Page17 of26


SURFACEWATER BASED WATERSUPPLYSCHEMEFORSANKRAILBLOCKANDPARTOFPANCHLA,DOMJUR & ULUBERIAII BLOCKS
INCLUDINGSANKRAILFOOD PARK.

progress for the purposes of payment. Failure of the Contractor to provide all information, as
specifiedbelow, shall result in thedisapprovalof theentireProjectSchedule submission and the inability
of theEngineer-in-Chargeto evaluateContractorprogress forpaymentpurposes.Inthe
absenceofanapprovedschedule,theContracting Officermaywithholdapprovalofrequestsfor progress
payments.Inthecasewhere theEngineer-in-Chargehasdirected ProjectSchedule revisions andthose
revisionshavenotbeen included in theProjectSchedule, theEngineer-in-Chargemay hold
retainageuptothemaximum allowedbycontractforeachpaymentperiod,untilrevisionstothe
ProjectSchedulehave beenmade.

2.10.2 PROJECTSCHEDULE
Thecomputersoftwaresystem utilizedby theContractortoproducetheProjectScheduleshallbe
capableofproviding allrequirementsofthisspecification.FailureoftheContractortomeetthe requirements
of this specification shall result inthe disapprovalof the schedule.Manualmethods used to produce
anyrequiredinformation shallrequireapprovalbythe Engineer-in-Charge.

2.10.2.1 UseofCPM

TheCriticalPath Method (CPM)ofnetworkshallbe used to generatethe ProjectSchedule.

2.10.2.2 LevelofDetailRequired

TheProjectScheduleshall includeanappropriate levelofdetail.Failure todeveloporupdatethe


ProjectScheduleorprovidedatatotheEngineer-in-Chargeattheappropriatelevelofdetail, as specifiedby
theEngineer-in-Charge,shall result in thedisapprovalof theschedule. TheEngineer-in-
Chargewilluse,butisnot limitedto,thefollowing conditionstodeterminetheappropriatelevelof detailto be
used in the ProjectSchedule:

2.10.2.3 ActivityDurations

Contractorsubmissionsshallfollow thedirectionoftheEngineer-in-Chargeregarding reasonable


activitydurations.

2.10.2.4 ProcurementActivities

Tasksrelated to theprocurementof long leadmaterials orequipmentshallbeincludedasseparate activities


intheprojectschedule.Long leadmaterialsandequipmentarethosematerialsthathavea
procurementcycleofover120days.Examplesofprocurementprocess activities include,butare not
limitedto:submittals, approvals, procurement, fabrication,and delivery.

2.10.2.5 CriticalActivities

Thefollowingactivitiesshallbe listed as separate lineactivitiesonthe Contractor's projectschedule:

a. Submission and approvalofmechanical/electricallayoutdrawings. b.


Submission and approvalofO&Mmanuals.
c. Submission and approvalofas-builtdrawings.
d. Submission and approvalofequipmentdata and installed equipmentlists.

DOCUMENTATIONREQUIREMENTS Page18 of26


SURFACEWATER BASED WATERSUPPLYSCHEMEFORSANKRAILBLOCKANDPARTOFPANCHLA,DOMJUR & ULUBERIAII BLOCKS
INCLUDINGSANKRAILFOOD PARK.

e. Submission and approvalof inspection, testingandQAP.


f. Submission and approvalof testingand trialrun ofequipmentplus commissioningplans anddata. g.
Systemtestingand trialrundates.
h. Equipmentcommissioningdates. i.
Controlstestingplan.
j. Controlstesting.
k. PerformanceVerificationtesting. l.
Othersystems testing, ifrequired. m.
Pre-finalinspection.
n. Final inspection.
2.10.2.6 Government(WBPHED)Activities

Governmentandotheragency activitiesthat couldimpactprogress shallbeshown. These activities include,


butarenotlimited to:approvals, inspections, utility tie-in,GovernmentFurnishedEquipment (GFE)and
Noticeto Proceed(NTP)forphasingrequirements.

2.10.2.7 Responsibility

Thepartyresponsible toshallidentifyallactivities in theprojectschedule toperform thework.


Responsibility includes,butisnotlimited to, the subcontracting firm,contractorwork force, or
governmentagency performingagiventask.Activitiesshallnotbelong tomorethanoneresponsible
party.Theresponsible partyforeach activityshallbeidentified bythe ResponsibilityCode.

2.10.2.8 Work Areas

Allactivitiesshallbe identified intheprojectschedule by thework area inwhichthe activity occurs.


Activitiesshallnotbeallowedtocovermorethanoneworkarea. Theworkareaofeachactivityshall be
identifiedbythe WorkAreaCode.

2.10.2.9 BidItem

Allactivitiesshallbeidentified intheprojectschedule by theBidItem towhichtheactivity belongs.


Anactivityshallnotcontainworkinmorethanonebiditem.Thebiditemforeachappropriate activityshallbe
identified bythe Bid ItemCode.

2.10.2.10 Category ofWork

AllActivitiesshallbeidentifiedin theprojectscheduleaccording tothecategory ofwork whichbest


describestheactivity.Categoryofworkrefers,butisnotlimited,totheprocurementchainof activities
including such items as submittals, approvals, procurement, fabrication, delivery,
installation,start-up,andtesting.Thecategory ofwork foreachactivity shallbeidentifiedby the
CategoryofWorkCode.

DOCUMENTATIONREQUIREMENTS Page19 of26


SURFACEWATER BASED WATERSUPPLYSCHEMEFORSANKRAILBLOCKANDPARTOFPANCHLA,DOMJUR & ULUBERIAII BLOCKS
INCLUDINGSANKRAILFOOD PARK.

2.1.0.2.11FeatureofWork

Allactivitiesshallbeidentifiedintheprojectscheduleaccordingtothefeatureofwork towhichthe
activitybelongs.Featureofwork refers,butisnot limitedto,awork breakdownstructureforthe
project.Thefeature of workforeach activityshallbeidentified bythe Feature ofWorkCode.

2.10.2.11 ScheduledProjectCompletion

Theschedule intervalshallextend fromNTP tothecontractcompletion date.

2.10.2.12 ProjectStartDate

The scheduleshallstartno earlierthanthedateonwhichtheNTPwasacknowledged.TheContractor


shallincludeas the firstactivity intheprojectscheduleanactivity called "StartProject". The"Start
Project"activityshallhaveadatum dateequaltothedatethattheNTPwasacknowledged,andzero
dayduration.

2.10.2.13 Constraint ofLastActivity

Completionofthe lastactivity inthe scheduleshallbeconstrainedby the contractcompletion date.


Calculation onprojectupdates shallbesuchthat if theearly finishofthelastactivity fallsafterthe
contractcompletiondate,thenthefloatcalculationshallreflectanegativefloatonthecriticalpath.
TheContractorshallincludeasthelastactivityintheprojectscheduleanactivitycalled"End
Project".The"EndProject"activityshallhavean"LF"constraintdateequaltothecompletiondate forthe
project, and zero dayduration.

2.10.2.14 EarlyProjectCompletion

Intheeventtheprojectscheduleshowscompletionoftheprojectpriortothecontractcompletion
date,theContractorshallidentifythoseactivitiesthathavebeenacceleratedand/orthoseactivities thatare
scheduledin parallelto support the Contractor's "early"completion.

Contractorshallspecifically addresseach ofthe activitiesnoted in the narrative reportatevery project


scheduleupdateperiodto assisttheContracting Officerinevaluating theContractor'sability to
actuallycomplete priorto the contractperiod.

2.10.3 DefaultProgressDataDisallowed
ActualStartandFinishdatesshallnotbeautomatically updatedby defaultmechanismsthatmaybe
includedinMSprojectssoftwaresystems.ActualStartandFinishdatesontheMSprojectsshall
matchthosedatesprovidedfrom Contractor QualityControlReports.FailureoftheContractorto
documenttheActualStartandFinishdateson the Monthly Quality Control report foreveryin-
progressorcompletedactivity,andfailuretoensurethatthedatacontainedon theMonthlyQuality Control
reports is the sole basis for schedule updating shall result in the disapproval of the
Contractor'sschedule and theinability of the Contracting Officer to evaluate Contractorprogressfor
paymentpurposes.

DOCUMENTATIONREQUIREMENTS Page20 of26


SURFACEWATER BASED WATERSUPPLYSCHEMEFORSANKRAILBLOCKANDPARTOFPANCHLA,DOMJUR & ULUBERIAII BLOCKS
INCLUDINGSANKRAILFOOD PARK.

2.10.4 Out-of-SequenceProgress
Activitiesthathavepostedprogresswithoutallpreceding logic being satisfied(Out-of-Sequence
Progress)willbeallowedonly onacase-by-caseapprovaloftheEngineer-in-Charge.TheContractor
shallproposelogiccorrectionstoeliminatealloutofsequenceprogressorjustify notchanging the
sequencingforapprovalprior tosubmittingan updatedprojectschedule.

2.11 PROJECTSCHEDULESUBMISSIONS
TheContractorshallprovidethesubmissionsasdescribedbelow. Thedatadisk,reports,andnetwork diagrams
required foreachsubmissionare containedinparagraph SUBMISSIONREQUIREMENTS.

2.11.1 PreliminaryProjectScheduleSubmission
The Preliminary Project Schedule, defining the Contractor's planned operations for the first[60]
[]calendardaysshallbesubmitted forapprovalwithin[15] []calendardays after the NTP is
acknowledged.Thispreliminary scheduleshallpreferably beinBarChart form,tobeultimately
convertedtoMSprojectin allsubsequentsubmissions.Theapprovedpreliminary scheduleshallbe
usedforpaymentpurposesnotto exceed[60][]calendardays afterNTP.

2.11.2 InitialProjectScheduleSubmission
The InitialProjectScheduleshallbesubmittedforapprovalwithin[40] [] calendardaysafter NTP.
Thescheduleshallprovideareasonablesequenceofactivitieswhichrepresentworkthroughthe
entireprojectandshallbeatareasonablelevelofdetail. TheContractorshallparticipateinareview and
evaluationoftheproposednetworkdiagrams and analysis bytheEngineer-in-Charge. Any
revisionsnecessary asaresultof thisreviewshallberesubmittedforapprovaloftheEngineer-in-
Chargewithinten(10)calendar daysafter the conference. Theapprovedscheduleshallthenbe the
scheduletobeusedbytheContractorforplanning,organizinganddirectingtheworkandfor
reportingprogress.IftheContractorthereafterdesirestomakechangesinhismethodofoperating
andscheduling he shallnotify theEngineer-in-Chargeinwriting stating the reasonsfor the change.If the
Engineer-in-Charge considers these changes to be of a major nature, he may require the Contractor
toreviseandsubmitforapproval,withoutadditionalcostto the Government,allor the
affectedportionofthedetaileddiagramsandmathematicalanalysisandthesummarydiagramto
showtheeffectontheentireproject.Achangemaybeconsideredofmajornatureifthetime
estimatedtoberequiredor actuallyusedforanactivityorthelogicofsequenceofactivitiesisvaried from
theoriginalplantoadegreethatthereisareasonabledoubtastotheeffectonthecontract
completiondateordates.Anychangebeyond30daysinscheduleorexecutionofworkwhich
changestherelationshipof any activitiesonMSprojectshallbeconsideredamajorchange.Changes
whichaffectactivitieswith adequateslack timeshallbeconsideredasminorchanges,exceptthatan
accumulationofminorchangesmaybeconsideredamajorchangewhentheircumulativeeffect mightaffect
the completiondate.

DOCUMENTATIONREQUIREMENTS Page21 of26


SURFACEWATER BASED WATERSUPPLYSCHEMEFORSANKRAILBLOCKANDPARTOFPANCHLA,DOMJUR & ULUBERIAII BLOCKS
INCLUDINGSANKRAILFOOD PARK.

2.11.3 Periodic ScheduleUpdates


Based on the resultof progress meetings, specified in "Periodic Progress Meetings," the Contractor
shallsubmitperiodic schedule updates. These submissions shallenable the Engineer-in-Charge to
assessContractor'sprogress.IftheContractorfailsor refusestofurnishthe informationandproject schedule
data,which in the judgmentof the Engineer-in-Chargeorhis authorizedrepresentative, is necessary
forverifying the Contractor'sprogress, theContractorshallbedeemednotto haveprovided an estimate
upon which progress paymentmaybe made.

2.11.4 SUBMISSIONREQUIREMENTS
The following itemsshallbesubmittedby theContractorforthepreliminary submission, initial
submission,andeveryperiodicprojectscheduleupdatethroughoutthelifeoftheprojectinaddition to the
requirementsforsubmission ofschedulesand reports inparagraph PS-01"SUBMITTALS".:

2.11.5 DataDisks
[Two][]datadisks containingthe projectscheduleshallbe provided.

2.11.5.1 DiskLabel

Apermanentexterior labelshallbeaffixed toeach disk submitted.The labelshallindicate the typeof


schedule (Preliminary, Initial, Update, or Change), full contract number, project name, project
location,datadate,nameandtelephone numberor personresponsible for the schedule, and the
WINDOWS-10 version used to format the disk.

2.11.5.2 File Name

Eachfilesubmittedshall haveanamerelated tothescheduledatadate,projectname,orcontract number.


TheContractorshalldevelopanaming conventionthatwillensure thatthenamesofthefiles submitted
areunique. The Contractorshallsubmitthefilenaming convention totheEngineer-in- Charge forapproval.

2.11.6 NarrativeReport
ANarrativeReportshall beprovidedwiththepreliminary,initial,andeachupdateoftheproject schedule.
Thisreportshallbeprovidedas thebasis of theContractor'sprogress paymentrequest. The
NarrativeReportshallinclude:adescriptionofactivitiesalong the[2][]mostcriticalpaths,a
descriptionofcurrentandanticipatedproblem areasordelaying factorsandtheir impact, andan
explanationofcorrective actions taken orrequired to be taken.

2.11.7 Approved ChangesVerification


Only projectschedulechangesthathavebeenpreviously approvedby the Contracting Officershallbe
included intheschedulesubmission. TheNarrativeReportshallspecifically reference,onanactivity by
activity basis,allchangesmadesince thepreviousperiod and relateeach changetodocumented, approved
schedulechanges.

DOCUMENTATIONREQUIREMENTS Page22 of26


SURFACEWATER BASED WATERSUPPLYSCHEMEFORSANKRAILBLOCKANDPARTOFPANCHLA,DOMJUR & ULUBERIAII BLOCKS
INCLUDINGSANKRAILFOOD PARK.

2.11.8 Schedule Reports


The formatforeachactivity forthe schedulereports listedbelowshallcontain:Activity Numbers,
ActivityDescription,OriginalDuration,RemainingDuration,EarlyStartDate,EarlyFinishDate,
LateStartDate,LateFinishDate,TotalFloat.ActualStartandActualFinishDatesshallbeprinted forthose
activitiesin progress orcompleted.

2.11.8.1 ActivityReport

Alistofallactivitiessortedaccordingto activitynumberasappropriate.

2.11.8.2 Earnings (PaymentReceipts)Report

AcompilationoftheContractor'sTotalEarningsontheprojectfrom theNTPuntilthemostrecent Monthly


ProgressMeeting. ThisreportshallreflecttheEarningsofspecificactivitiesbasedonthe
agreementsmadeinthefieldandapprovedbetweentheContractorandEngineer-in-Chargeatthe most recent
Monthly Progress Meeting. Provided that the Contractor has provided a complete
scheduleupdate,thisreportshallserveasthebasisofdeterminingContractorPayment.Activities
shallbegroupedbybiditem andsortedbyactivitynumbers.Thisreportshall:sum allactivitiesina biditem
andprovideabid item percent;andcompleteandsum allbiditemstoprovideatotalproject percentcomplete.
Theprintedreportshallcontain,foreachactivity:theActivity Number,Activity
Description,OriginalBudgetedAmount,TotalQuantity,QuantitytoDate,PercentComplete(based on
cost),and Earnings toDate.

2.11.9 NetworkDiagram
Thenetworkdiagram shallberequiredontheinitialschedulesubmission/secondsubmissionandon
monthlyscheduleupdatesubmissions. Thenetworkdiagramshalldepictanddisplaytheorderand
interdependence of activities and the sequence in which the work is to be accomplished. The
Engineer-in-Chargewilluse,but isnotlimited to,the following conditionsto reviewcompliancewith this
paragraph:

2.11.9.1 ContinuousFlow
Diagramsshallshowacontinuousflowfromlefttorightwithnoarrowsfromrighttoleft.The activitynumber,
description, duration, and estimated earned value shallbeshownon thediagram.

2.11.9.2 ProjectMilestoneDates
Datesshallbeshownonthediagramforstartofproject,anycontractrequiredinterimcompletion dates,
andcontractcompletion dates.

2.11.9.3 CRITICALACTIVITY

Thecriticalpathshallbe clearlyshown which mayaffectcompletion date.

DOCUMENTATIONREQUIREMENTS Page23 of26


SURFACEWATER BASED WATERSUPPLYSCHEMEFORSANKRAILBLOCKANDPARTOFPANCHLA,DOMJUR & ULUBERIAII BLOCKS
INCLUDINGSANKRAILFOOD PARK.

2.11.9.4 Banding
Activitiesshallbegroupedtoassistintheunderstandingoftheactivitysequence. Typically,thisflow
willgroup activities bycategoryofwork, workareaand/orresponsibility.

2.11.9.5 S-Curves
Earnings curvesshowingprojectedearlyandlate earnings and earnings to date.

2.11.10 PERIODICPROGRESSMEETINGS

Progress meetings to discuss payment shall include a monthly onsite meeting or other regular
intervalsmutuallyagreedtoatthepreconstructionconference.DuringthismeetingtheContractor
shalldescribe, onanactivity byactivity basis,allproposed revisionsandadjustmentstotheproject
schedulerequiredto reflect thecurrentstatusof theproject. TheEngineer-in-Chargewillapprove
activityprogress, proposedrevisions and adjustments asappropriate.

2.11.10.1 Meeting Attendance


TheContractor's ProjectManagerandSchedulershallattendtheregularprogressmeeting.

2.11.10.2 Update SubmissionFollowingProgressMeeting


Acompleteupdate oftheprojectschedule containing allapprovedprogress,revisions,and
adjustments,basedon theregularprogressmeeting,shallbesubmittednotlaterthan4working days afterthe
monthlyprogressmeeting.

2.11.10.3 ProgressMeeting Contents


Update information, including ActualStartDates, ActualFinishDates,Remaining Durations, and Cost-
to-Date shall be subject to the approval of the Engineer-in-Charge. As a minimum, the
Contractorshalladdress thefollowing itemsonan activity by activity basis during eachprogress meeting.

2.11.10.4 StartandFinishDates
TheActualStartand ActualFinishdatesforeachactivitycurrentlyin-progress orcompleted.

2.11.10.5 Time ofCompletion


TheestimatedRemainingDurationforeachactivityin-progress.Timebasedprogresscalculations
shallbebased on RemainingDurationforeach activity.

2.11.10.6 CostofCompletion
The earningsforeachactivity started. Paymentwillbebased on earningsfor each in-progress or
completedactivity. Payment forindividualactivitieswillnotbemade forwork thatcontainsquality defects.
Aportion oftheoverallprojectamountmaybe retained based on delaysofactivities.

DOCUMENTATIONREQUIREMENTS Page24 of26


SURFACEWATER BASED WATERSUPPLYSCHEMEFORSANKRAILBLOCKANDPARTOFPANCHLA,DOMJUR & ULUBERIAII BLOCKS
INCLUDINGSANKRAILFOOD PARK.

2.11.10.7 Logic Changes


All logicchangespertaining toNTP onchangeorders, changeorders tobeincorporated into the schedule,
contractor proposedchanges inwork sequence, corrections to schedule logic forout-of-
sequenceprogress,lag durations,and otherchangesthathavebeenmadepursuant tocontract provisions
shallbespecificallyidentifiedand discussed.

2.11.10.8 OtherChanges
Otherchanges requireddueto delaysin completion ofanyactivity orgroupofactivities include:1)
delaysbeyondtheContractor'scontrol,suchasstrikesandunusualweather.2)delaysencountered dueto
submittals,GovernmentActivities, deliveriesorwork stoppageswhichmakere-planning the work
necessary.3)Changesrequiredcorrecting aschedulewhichdoesnotrepresent theactualor planned
prosecutionand progress ofthework.

2.11.11 Requestsfor TimeExtensions


IntheeventtheContractorrequestsanextensionof thecontractcompletiondate,orany interim
milestonedate,theContractorshallfurnishthefollowing foradeterminationastowhetherornotthe Contractor
isentitled toan extensionof timeunderthe provisionsofthecontract: justification,project
scheduledata,andsupportingevidenceastheEngineer-in-Chargemaydeemnecessary.Submission
ofproofofdelay,basedon revised activity logic,duration, andcosts (updated to thespecificdate that the
delayoccurred)isobligatorytoanyapprovals.

2.11.11.1 Justification ofDelay


Theprojectscheduleshallclearly display thattheContractorhasused, infull,all thefloattime
availablefortheworkinvolvedwiththisrequest. TheEngineer-in-Charge‟sdeterminationastothe
numberofallowabledaysofcontractextensionshallbebasedupon theprojectscheduleupdates in effect
forthe timeperiod in question,and other factual information.Actualdelaysthatarefound to be causedby
theContractor'sownactions,which result in theextensionoftheschedule,willnotbea causeforatime
extension to thecontractcompletion date.

2.11.11.2 SubmissionRequirements

TheContractorshallsubmitajustificationforeachrequestforachangeinthecontractcompletion
dateofunder2weeksbasedupon themostrecentscheduleupdateat the timeoftheNTPor
constructivedirectionissuedfor thechange.Such arequestshallbeinaccordancewiththe
requirementsofotherappropriate ContractClauses andshallinclude,asa minimum:

a. Alistofaffectedactivities,withtheirassociatedprojectschedule activitynumber.

b.Abriefexplanation ofthe causesof thechange.

c. An analysis oftheoverall impactof the changesproposed.

d.Asub-networkof theaffectedarea.

DOCUMENTATIONREQUIREMENTS Page25 of26


SURFACEWATER BASED WATERSUPPLYSCHEMEFORSANKRAILBLOCKANDPARTOFPANCHLA,DOMJUR & ULUBERIAII BLOCKS
INCLUDINGSANKRAILFOOD PARK.

Activitiesimpactedineachjustificationforchangeshallbeidentifiedbyauniqueactivitycode contained inthe


required datafile.

2.11.11.3 Additional SubmissionRequirements

For anyrequestedtime extensionofover2weeks, theEngineer-in-Chargemay

Requestaninterim updatewith revisedactivitiesforaspecificchangerequest.TheContractorshall


providethis diskwithin 4 days ofthe Engineer-in-Charge‟s request.

2.11.12 DirectedChanges
IftheNTP isissued forchangespriortosettlementofpriceand/ortime,theContractorshallsubmit
proposedschedule revisionsto theEngineer-in-Chargewithin2weeksoftheNTPbeing issued. The
proposedrevisionstotheschedulewillbeapprovedby theEngineer-in-Chargepriortoinclusionof
thosechangeswithin theprojectschedule.IftheContractor fails to submittheproposed revisions, the
Engineer-in-ChargemayfurnishtheContractorwithsuggestedrevisionstotheprojectschedule. The
Contractorshallincludethese revisions in theproject scheduleuntilrevisionsaresubmittedandfinal
changesandimpactshavebeennegotiated.IftheContractorhasanyobjectionsto therevisions furnishedby
theEngineer-in-Charge,theContractorshalladvise theEngineer-in-Chargewithin 2
weeksofreceiptoftherevisions.Regardlessof theobjections, theContractorshallcontinuetoupdate
theschedulewiththeContracting Officer'srevisions untilamutualagreementintherevisions is
reached.IftheContractor failstosubmitalternativerevisionswithin2weeksofreceiptofthe Engineer-in-
Charge‟sproposedrevisions,theContractorwillbedeemedtohaveconcurredwith the Engineer-in-
Charge‟sproposedrevisions. Theproposedrevisionswill thenbethebasisforan equitable
adjustmentforperformance ofthe work.

Executive Engineer,
ResourceDivision
P.H. Engineering Dte.,
Govt. ofWestBengal

Signature Not Verified


Digitally signed by DEBAJIT KUNDU
Date: 2022.05.02 18:49:03 IST
DOCUMENTATIONREQUIREMENTS Location: West Bengal-WBPage26 of26

You might also like