Professional Documents
Culture Documents
Balachaur DNIT Volume II-1
Balachaur DNIT Volume II-1
Email- eeh.pwssb@punjab.gov.in
INDEX
Sr.No. DESCRIPTION Page No.
1 SCOPE OF WORK 3-26
2 DESIGN PARAMETERS, DESIGN & DRAWINGS 27-31
3 DESIGN DIMENSTION OF VARIOUS UNITS FOR EACH STP 32
4 DETAILS OF INTERCONNECTING PIPES & CHANNELS 33
5 CALCULATION OF POWER LOAD 34
6 FUTURE CAPACITY OF STP FOR THE YEAR 2044 35
7 CIVIL STRUCTURAL WORKS REQUIREMENTS 36-43
8 EARTHWORK, PCC, RCC, BRICK MASONRY & PLASTERING 44
9 PIPING 45-54
10 JOINTS 55
11 FLOOR FINISHES AND ALLIED WORKS 56-58
12 PAINTING, WHITEWASHING AND ALLIED WORKS 59-63
13 DOORS, WINDOWS, GRILLS & ROLLING SHUTTERS 64-66
14 STRUCTURAL STEEL FABRICATION WORK 67-72
15 WATER PROOFING AND DAMP PROOFING 73
16 GATES 74-75
17 ELECTRICAL REQUIREMENTS 76-79
18 INTERNAL WATER SUPPLY & SANITARY SYSTEM 80
19 ROADS AND PAVEMENTS 81-82
20 ACTIVITY SCHEDULE 83
21 GENERAL REQUIREMENTS FOR E&M WORKS 84-89
22 TECHNICAL SPECIFICATIONS FOR E&M WORKS 90-123
23 TECHNICAL SPECIFICATIONS FOR OLTC TRANSFORMER 124-131
24 SILENT GENERATOR SET 132-133
25 LIST OF MAKES & SPECIFICATIONS 134-140
26 SPECIFICATIONS FOR OPERATION & MAINTENANCE 141-145
27 CONDITIONS: LIQUIDATED DAMAGES FOR DEFICIENCIES IN 146-147
OPERATION & MAINTENANCE
28 SPECIFICATION FOR CHLORINE SYSTEM. 148-150
29 MINIMUM LAB. EQUIPMENT FURNITURE AND ADMINISTRATIVE 151-154
BUILDING FURNITURE AT STPOF 3.00 MLD CAPACITYBALACHAUR
AT SHAHEED BHAGAT SINGH NAGAR.
30 TECHNICAL SPECIFICATION FOR SUPPLY & INSTALLATION OF 155-161
REAL TIME CONTINUOUS SEWAGE, W/S MONITORING STATION.
31 TECH.DATA SHEET ON LED BASE LIGHTING (ANNEXURE-A,A1&A2) 162-167
32 DETAIL OF BOUNDARY WALL (PLAN) 168
Subject: - Detailed Project Report for the work of Water supply and providing Sewerage
lines and STP and MPS at Balachaur Town Distt. S.B.S.Nagar (Under BUCI
Punjab Phase-I & II)
DNIT for “Construction of 4 MLD STP Balachaur Town Distt. S.B.S.Nagar
based on any suitable, sustainable and proven technology including other
appurtenant works on turnkey basis as per DNIT. Including Operation &
Maintenance for a period 60 Months after stabilization period of 3 month or
more” (Under BUCIP)
App Cost Rs. Lump Sum
3. Boundary wall with MS gate as per department standard design 490 mtr.(Approximate)
approved by S.E. Jalandhar.
4. Storm water drain pipe system (Proper design) within campus
along the road including Kerb channel and Rain Water Harvesting 1 Job
Well (as per BIS code) with latest amendments and layout plan of
storm sewer/S system approved by S.E.Jalandhar
5. Fire fighting Extinguishers (as per BIS code ) with latest 10 Nos.
amendments
6. Guard room with toilet 1 No. Minimum 10 sq
mtr.
7. Display sign board 2 Nos.
8. The blower should be fixed in open and covered with shed/canopy.
The blower will be fixed on a plate form covered from top and all Yes
four side with sheets to prevent damage from rains etc. However,
proper ventilation should be provided in the enclosure/housing,
repair/ maintenance of blowers equipped with manual Hoist along
with Tripod/Girder arrangement and suitable capacity, The height
of the blower room (shed) shall not be less than 3.66 meter.
9. Small bore T/well for portable water 1 No.
10. Bye pass arrangement before inlet chamber near to drain but upto Yes
outlet of treated water D.I.Pipe K-9 as shown in Plan
Note:- The above quantity is tentative, it may be change as per availability of land.
· During the stabilization period of 3 months only (trial run) and operation & maintenance
period, electricity charges within guaranteed power consumption will be borne by the
department. Contractor will be responsible for providing operating & maintenance staff,
other consumable materials, such as chemicals, chlorine etc and necessary repair /
replacement of machinery/ equipments.
· Supply of approved drawings and as built drawings after completion.( 5 hard copies &
2soft copies)
1.1.6 The bidder is required to operate & maintain Sewage Treatment Plant created under this contract
bond for a period of 5 years including one year defect liability period at the price agreed upon
between the Department and the contractor as mentioned in the price bid of the tender. Security
deposit/ performance guarantee deposited with the work agreement shall be released as per
Volume-I clause-1 and in case of failure of the contractor to do so the security deposit/
performance guarantee deposited with the work agreement shall be forfeited.
1.1.7 Excavated earth or surplus earth will be the property of the Department and it will not be saleable.
Surplus earth will be levelled in STP premises including its proper compaction & dressing and/ or
disposal of surplus earth from STP site to other sites as per direction of the Engineer-in-Charge.
1.1.8 Minimum free board of all hydraulic structures shall be 500 mm except channels.
1.1.9 Maximum allowable bearing capacity for design shall be 8.6 tonne/ m2 . If it comes actually less
than 8.6 T/ m2 than actual value shall be considered.
1.1.10 Minimum 900 mm apron shall be provided around all civil structures/ buildings.
1.1.11 Anticorrosive/ Epoxy Paint shall be used for painting the inside of the structure in contact with the
sewage.
1.1.15 The shape of the reactor shall be circular .However the contractor /agency will be permitted to
construct rectangular reactor, if he so desires.
Note: - Contractor will have to do all works needed for completion of project whether it is
mentioned in the scope of works or not.
1.2 SCOPE OF WORK FOR OPERATION AND MAINTENANCE WITH ONE YEAR
DEFECT LIABILITY PERIOD.
· Waste water flow to operate and maintain the plant will be provided by the department free of cost
whereas the contractor will have to make his own arrangement with regard to safe and potable
water for the labourers working at site.
· The power charges will be borne by the department However, power charges beyond average
guaranteed power consumption shall be borne by the bidder.
· The operation of Sewage Treatment Plant shall be done under guidance of the department after
adopting the operation schedule which will be jointly signed by the representative of the contractor
and department. The similar procedure is to be adopted for its routine maintenance.
· A routine maintenance / shut down maintenance schedule are to be prepared for whole plant and
equipment which will clearly indicate the extent of work to be attended on each equipment /
system. After carrying out the above maintenance the chart is to be filled up jointly and signed by
contractor and department.
· If at any moment it is noticed that due to violation of any of above procedure and negligence of
contractor any of the equipment is damaged the action against contractor shall be initiated
immediately terminating the contractor / recovery of the cost of equipment / loss due to negligence
of the contractor from its security deposit its pending / movable and immovable assets of the
contractor will be made as per contract agreement. Therefore, the contactor is advised to be
cautious and vigilant for its successful and smooth operation.
· Contractor is advised to maintain the spare parts as per pre planned schedule.
· The tenderer will provide supervisory services for the operation and maintenance of STP. The
tenderer’s supervisor’s duties at site will include the following:
- Any other works assigned by the Engineer-in-charge for smooth operation and running of
the plant.
· The work also include the use of oil, grease, lubricants required for routine operation and
maintenance of the Plant which will be arranged by the contractor himself.
· The bidder shall hand over the charge of all machinery & plant including equipment on expiry of
the contract in original and good running condition. He will be responsible for safety of
equipment. In case of any theft/missing of equipments/parts the successful tenderer will be liable
to pay the cost including damages to the department.
· In case of handing over of the plant to local body or any other reason whatsoever the department
may terminate the contract bond at any moment after giving one month prior notice to the
contractor & without any compensation thereof.
· Epoxy painting of all mild steel structures shall be carried out by the tenderer in every 2nd year of
its maintenance period. Painting of electrical / mechanical equipments will be carried out by the
tenderer in every IInd year of its maintenance period. Bitumen paint to all RCC water retaining
structures shall be done by the bidder in every 2nd year of its maintenance period.
The contractor shall operate and maintain Sewage Treatment Plant, and all other allied works under
this contract, for a period of 5 years. Salient features of works are:
1) To Operate and maintain the sewage treatment plant, all instruments and
mechanical, electrical equipments in accordance with the aim and purpose of
treatment. The plant & equipments covered under the above contract will be
totally attended to, by the contractor including any “Troubleshooting” to ensure
smooth and trouble free operation.
2) The contractor will monitor the performance of sewage treatment plant; conduct
the analysis of the inlet sewage and water quality after treatment. Contractor shall
initiate and take adequate actions to ensure smooth and satisfactory performance /
running of the Plant on a 24 hours /round the clock basis.
5) The contractor should plan & procure all spares, Polyelectrolyte and all
consumables including chemicals, grease, lubricating oil, cleaning agents,
laboratory reagents etc. Further the contractor will plan about the requirement well
in advance (At least 4 months) and procure the material from the market.
7) The contractor shall maintain and update logbook, in which details of operational
parameters are recorded in every shift and at regular interval say hourly or as
decided mutually.
8) The contractor will prepare and submit a daily report of plant performance and
will assist the Department in preparing the necessary documents for their purpose
and records.
9) The contractor will be responsible to carry out day to day periodic maintenance, necessary to ensure
to smooth and efficient performance / running of all equipments / instruments comprising the sewage
treatment plant and maintaining the record of the same.
10) The contractor shall have to issue identity cards with photographs to all the staff employed for
Operation and Maintenance. The list of the same shall be submitted to the Department mentioning
qualification & experience as well as display on board.
12) The contractor will employ the staff for operation and maintenance of the Plant as per the list
mentioned in the detailed scope of work.
13) The above staff shall be distributed in three shifts as per mutual agreement between Contractor and
Department As per agreement the number of staff in each shift should always remain present otherwise
penalty towards absence of any staff shall be recovered from the Contractor as per liquidated damages for
deficiencies. The contractor shall make the arrangement of reliever for weekly off/holiday etc. Absence on
any ground like weekly off or holiday shall not be considered. The presence of staff in each shift should be
marked in muster to be maintained at office of shift in charge at Sewage Treatment Plant that shall be
considered as final. The Contractor’s staff must mark their presence in this muster. The Contractor may
maintain a separate register for his own purpose.
14) The staff of contractor will always remain in contact with the Junior Engineer, Sub Divisional
Engineer-in-charge of the Plant deployed by the Department and contractor shall follow their instructions.
15) Unsatisfactory and inefficient running of the plant and unnecessary and excessive usage of spare,
consumable, etc. supported by the reasons which are under control of contractor will be highly objected. In
such cases Engineer-in-charge’s decision will be final and binding to the contractor.
16) It is required that at least once in every month a technical expert other than the Monthly Staff of the
contractor will visit plant and will suggest if required, to improve the efficiency and working of the plant
etc. No separate payment will be made for such visits. The visit must be recorded and outcome of the
visit/minutes of the meeting should be got signed by Department authorities without which the visit shall
not be considered.
17) Contractor will comply with all safety rules and regulations and all inter disciplinary as followed by
the Department.
18) The Department will not be responsible for any accident /injury to the staff of the contractor. Further
the Department will not provide any insurance or medical facility to the staff of contractor. The
responsibility lies with the contractor.
22) The contractor should employ all the staff within two days of successful commissioning.
23) The contractor will provide the necessary tools and tackles required for day-to-day maintenance.
24) The scope of work also includes cleaning of complete plant area including floor, toilet block, railing,
door, windows, light fixtures and ceiling etc. The entire premises of the plant area shall also be cleaned and
maintained by the contractor regularly.
25) This work is inclusive of but not limited to operation, maintenance, housekeeping, cleaning,
removing sludge by its own carrier arrangement & dispose it off as per Department’s instructions.
26) The contractor will employ no offence guilty person or indiscipline man.
27) Right is reserved by Department for suspension, dismissal, termination of any officer / staff
employed by contractor. He shall take prior permission to employ or to terminate his personnel.
28) No watch and ward, safety insurance, security, storage, housing accommodation etc. will be provided
by Department. This will be responsibility of contractor.
29) Consumable items like rubber bush, graphite packing, rubber sheet, nut-bolts, material require for
cleaning and housekeeping etc. are to be brought by the contractor.
30) The contractor should provide all other consumables like chlorine, polyelectrolyte, oil & grease etc.
All formalities required from all Government authorities i.e. Forest, PSPCL, PPCB etc. for having NOC,
water consent, Hazard waste concern, approval etc. shall be got got by the contractor.
31) Monitoring should be done as per guideline given by Engineer-in-charge. Contractor has to maintain
all the parameter of effluent within stipulated limit or he will be penalized for not maintaining the
parameters given by PPCB and Department. All expenditure incurred for the same like, suite fee, court fee,
case fee, or the penalty as decided by Engineer of Department and penalty charged by PPCB will be
charged to contractor and deducted from his bills, etc.
32) No equipment shall remain ideal or un-attended or damaged for the period of 3 days. If any
equipment is not repaired, rectified and or replaced within 3 days, the contractor will be penalized with no
limit at the rate of Rs. 2000/- per day delay per each individual equipment of the plant.
33) The payment of O&M charges will be made as per the tender conditions. The other terms and
condition described in these complete tender documents, wherever applicable shall remain unchanged. In
case of any discrepancy the decision of Engineer-In-Charge will remain final & binding on the contractor.
34) During Operation & Maintenance period, contractor has to supply all the spares, at his cost during
preventive, major-minor breakdown, replacement and maintenance work. No extra payment will be made
for such maintenance on any ground. The payment for the same will be made strictly as per tender
document irrespective of the number of break down / minor, major repairs replacements. Contractor will
have to enter annual maintenance agreement with Manufacturers of all major Mechanical Equipments like,
Screens, Sludge Pumps, Chlorination System etc for the period of O&M i.e. 60 months.
35) Contractor will have to maintain required Power Factor as per PSPC Ltd. rules and regulations. In
case penalty is levied by PSPC Ltd. for not maintaining the Power Factor the same will be recovered from
the contractor.
36) Maintenance of Garden, Lawns, Plant, Bushes, Plantation of new Plant, Lawns complete
maintenance of STP is in the scope of the contract. No separate payment will be made for the same.
37) The Contractor during his O&M period will have to follow all the guidelines set by PPCB for
Operation & Maintenance of STP. In case of any action due to non-compliance of parameter of treated
sewage the agency will be legally responsible.
38) Operation and maintenance of all General facilities and utility services including all other
components of work done under this contract.
39) Operation and maintenance PLC based automation system and all instruments installed in the STP.
All repairs, replacements towards the entire instrumentation works during the O & M period shall be in the
scope of contractor.
40) Any other services required for smooth running of the scheme is also in the scope of work.
42) At the end of every 2 ½ year of operation & maintenance period, an assessment of the condition of
the plant has to be done by the contractor through third party inspection at his own cost and based on that
assessment the contractor shall, at no extra cost to the DEPARTMENT, repair and re-condition all the
mechanical equipments to a condition so that they are in running condition with regular preventive and
recommended maintenance as per manufacturer's recommendations or as per CPHEEO manual.
The contractor is fully responsible for treating all the Sewage reaching at the STP. The
performance of the contractor shall be treated as unsatisfactory, if he fails to treat the complete
sewage or does not maintain the guarantees listed in this clause or fails to fulfill other conditions of
the contract.
1.2.3 A Raw Sewage Quality (Reaching at Inlet)
The following characteristic of raw sewage be considered for the design. The tenderer may collect
additional data and get the sewage tested as required by him at his own cost. The sewage
characteristics may vary to certain extent.
RAW SEWAGE QUALITY CHARACTERISTCS
Note: Treated sewage quality shall be checked for composite samples with at least 95% compliance in
a month.
The sampling and testing schedule shall be carried out as detailed in the following table. The
Contractor’s schedule for tests and sampling shall also be maintained during the O&M period.
1.5 Laboratory Chemicals & Punjab Pollution Control Board Testing Charges:
Contractor should evaluate the results & different parameters stated above from accredited
laboratory.
He should get analyze the treated & untreated sewage samples for Fecal Coliform Count as per
schedule give in this DNIT.
The care of the whole of the permanent works shall remain with the contractor who shall be
responsible for all accidents or damages from whatever cause arising and chargeable for anything
that may be stolen, removed destroyed or damaged to whomsoever belonging and also for making
good all defects and damages to the said works or to any property adjoining or any cause whatever,
whether such damage or defects were occasioned by the negligence of the contractor or not or may
be or might have been recovered during the progress to be known after the completion whereof or
whether payment may wholly or partially have been made or the works approved as supposed to
have been properly done and no certificate of approval of any works by any officers or members of
the Board shall affect or prejudice the right of the PPCB against the contractor or to be considered
or held as at all conclusive as to the sufficiency of any work materials.
Adequate safety precautions against fire, flooding, lightening, electrical shocks, accident due to
moving/non-moving heavy/light equipments shall be strictly observed by the contractor at his own
cost. Suitable safety measures like gumboots, gloves, safety belts, ladders, safety lamps, gas masks,
Oxygen apparatus, insulated tools, alarms etc. shall be provided by the contractor. Necessary
medical first aid kit shall be made available all the time. In absence of observance of above safety
precautions, the contractor shall be responsible for any unforeseen loss of the equipments or
persons dealing with it. Special care shall be taken by the contractor while carrying out the work in
sewage gas zone. Any incidence of human life or accident will be totally contractor's
responsibility.
The contractor shall ensure that the staff employed takes all necessary precautions while carrying
out the work either in shift duties or any general shift as per Indian Electricity Rules/Factory
Act/CPHEEO Manual, or manufacturer's special instructions for safety / gas handling. The staff
should use Gas masks, Oxygen apparatus, Gum Boots, Safety Belts and Safety Lamps, etc. while
carrying out the work in Bar Screens, sumps, etc.
The contractor will make arrangement for all necessary safety equipments for persons working at
STP as per Factory Act/Safety Rules. In the event of any accident on or off site, in which the
contractor or his personnel are involved, in which an injury occurs to any person whether directly
concerned with the project or a third party, the contractor shall inform Department within 24 hrs.
of the occurrence of the event. The plant will be open to local/state/central agencies for verification
of safety/emission/acts compliance.
During night hours, the main gate should be locked. However, shift duty staff should be alert and
open the gate during surprise checking of Department staff or any other Government Authorities or
his nominee without any wait. Only bona-fide persons be allowed in the plant premises being a
prohibited area. Smoking and drinking are prohibited in the plant. The staff engaged shall wear
common uniform with name plate indicating name and designation during duty hours.
1.10 REPORTING
· Raw sewage quality and affluent quality as per the online monitoring programme and
other tests specified in point 1.2.3 of this section and print outs of the online monitoring
shall be submitted to Engineer -in-charge.
Contractor is required to maintain separate register/computerized records at all sites with following
information:
· Pumping register
· Quantity of sewage treatment and performance register
· Working hours register
· Electric break down register
· Maintenance register
· Staff attendance register
· Equipment breakdown, repair record and extent of repair
· Chlorination equipment and chlorine toner operating and using register
1.11 Site Order Book
Site order Book shall be kept by the representative of Engineer-in-charge at the plant site. Orders
entered in this Book by the Engineer-in-Charge or his authorised representative shall be held to
have been formally communicated to the contractor. The Engineer-in-Charge or his authorised
representative shall give instructions/ order on the site order book and will get noted from
contractor or his agent, who shall sign the original in acknowledgment of having received the
order and its compliance shall be ensured at site.
The records of effluent quality and other laboratory tests are kept in the record as per daily sample
collection and testing schedules.
The record with respect to flow shall be maintained by operators as per Table below. The operator
passes the daily log sheet to the representative of bidder on the subsequent day duly signed in the
first shift. All operators shall be responsible to fill up their part of observations and calculations.
The representative of bidder shall verify the daily record as well as the calculations and shall be
responsible to generate further data using there.
It is pertinent to mention that there shall be a requirement of drawing site-specific procedures and
formats/forms for keeping records. This shall be the responsibility of the bidder.
1.13 Hourly record of Flow as measured / recorded through the Notch / Weir / Flow meter:
Any dispute with the workmen shall be contractor’s responsibility as per Labour Laws / Govt.
Rules and Regulations. In no way the department shall be responsible for the disputes between
them.
The contractor shall follow the rules and regulations as per Factory Act as it is applicable.
The contractor shall arrange all necessary required tools, tackles and instruments in advance for
proper operation and maintenance of the entire plant.
The contractor shall operate and maintain all (E&M) equipment as per the recommendations of the
respective equipment manufacturer. He shall further maintain and operate the plant, as per
CPHEEO manual to obtain the treated effluent results as per approved norms specified in this
document elsewhere along with the Technical Bid. The contractor shall be free to follow
manufactures manual in this regard. However in case of any doubt, the Department shall refer to
best of the above standards and the contractor shall be bound to carry out the works accordingly.
The floating material/scum should be collected in bins and dispose off the same in open pits away
from the plant, machinery which should be dried and disposed off regularly at a location outside
the plant and approved by statutory authority. During rainy season, this should be buried after
using lime.
The treated effluent after the chlorination unit, should be disposed off to the adjacent stream or to
be recycled for using for any purpose within the plant. The conveyance of treated and chlorinated
sewage should be by means of closed conduit made of RCC or any RCC box channel.
The screened material, grit and the dried sludge cake from the centrifuge/ sludge drying beds
should be collected in trailers, trucks or tractor and the same should be disposed off at Municipal
Compost yard, Or as directed by Engineer -in-charge.the away from the plant at his own cost
within 5 km.
1.14 MAINTENANCE
Every part of the works and all the materials to be used therein shall be subjected to such tests from
time to time during the execution of the work as the Engineer-in-charge may direct and the whole
of such tests shall in all cases be made at the contractor’s sole expense.
The work shall be carried on and completed under the exclusive control direction and supervision
and to the satisfaction of the Engineer-in-charge. The Engineer-in-charge shall likewise have full
power to reject or condemn any work or material that he may deem unsuitable. In case of any work
The contractor shall use only the original and genuine spares of the original equipment as per
recommendations given in the maintenance booklet of the manufactures/as per directions of the
Engineer-in-charge. Adequate stock of such spares is to be maintained by the contractor. Test
certificate of manufacturer is required for bearings along with supplies. Test certificate of all major
equipment will be submitted from the manufacturer.
If any material brought upon the site of works or to the places where any Operations have been or
are being carried out in connection with or for the purpose of the works, be in the judgment of the
Engineer, of an inferior or improper description or improper be used in the works, the said
materials or workmanship shall where required by the said officer be removed or amended by the
contractor forthwith or within such period for every breach by the contractor in this clause, the
Engineer is hereby authorized to remove or cause to be removed the materials and workmanship so
objected to or any part thereof and replace the same with such other materials and workmanship as
shall be satisfactory to him and there upon the contractor shall on demand repay to the Board the
expenses incurred there by or to which the Board may be put or be liable in connection therewith,
the amount thereof to be certified by the Engineer-in-charge whose certificate shall be final.
He shall be responsible for civil maintenance of buildings and roads, changing of broken glasses,
white washing and painting every two years and watering along with application of manure of
lawns / Plant within the plant premises.
The contractor shall also be responsible to maintain cleanliness in all around the plant including
machineries, disposal of floating removed from the Bar Screens/reactors, etc. Grit and other
unwanted material.
All the steel structures and machines installed in open areas should be painted after painting every
monsoon period after cleaning the surface as per the instructions of the Engineer- in-charge.
Entire plant including all civil structures, mechanical equipments, HT panel and Transformers etc.
shall be repainted after every two half years as per original painting specifications. Surface drains
shall be cleaned every year before start of Monsoon.
All the valves/gates which are not used regularly should be operated at least once a week and make
sure that they are properly lubricated /greased.
All safety valves should be checked daily and ensure that they are working properly. In case of any
fault the same should be attended immediately without any wait. The maintenance of the plant shall
be as per maintenance manuals of the manufacturer for all equipments. Contractor shall keep all the
safety devices in working order.
The contractor should make sure that no unwanted material should float/grow in and around
different units. In case it is found the same shall be removed /cleaned immediately. He shall also be
responsible for cleaning/sweeping the plant buildings inside and outside, roads, foot path etc.
Launders/Weirs etc. of reactors etc to be maintained clean round the clock. During preventive/
breakdown maintenance, the contractor has to visit the unit/units as and when needed. The
pumping units or other machineries required if any shall have to be arranged by the contractor at
his own costs for completing the work. In case of battery operated auto system panels and also
system alarm etc., batteries are required to be maintained and replaced as and when needed by the
contractor.
The contractor has to make sure that proper fire extinguishers are used to cover any kind of fire
during any miss-happening within the total boundary area including plant machineries. The expiry
period of refills of various fire extinguishers should be watched and maintained in top working
conditions during the period of contract.
The Contractor shall maintain the PLC system in working condition for the 5 years of O&M
period.
The contractor shall not remove/shift any equipments/machinery even temporarily without written
permission of the Engineer-in-charge or authorized representative.
Though the contractor has to operate and maintain all the equipments/machineries, lighting (plant
area, boundary walls, gate lightening etc.) but the machine of the equipment under warranty should
not be dismantled without prior permission of the Engineer-in-charge. The list of such equipments
(Under warranty), if any, will be given by the contractor.
POL (petrol/ Diesel Oil & Lubricants) has to be arranged by the contractor as and when needed as
per manufactures recommendations for periodical maintenance of entire plant. The Department
will not provide such items. Only diesel for DG Set will be reimbursed to the agency upto the
extend of average guaranteed Power consumption.
The contractor shall have to carry out periodical testing of the installations/equipments as per
CPHEEO manual as amended up to date and shall have to maintain complete record in the
maintenance register. The contractor has to provide necessary protection systems wherever
necessary including alarms and fire extinguishers.
The Department will be at liberty to post its staff for surveillance/ inspection at the plant along with
access to all units, control room and records, log books, MIS (Management Information system),
data etc. round the clock as required. The logbooks and attested by the staff from authorized
Department Officials and this record shall be open for further inspection/checking by Department
and all other Government Agencies CPCB/PPCB etc. for further
action/improvements/rectifications. The staff in each shift shall mark their attendance on the log
sheet individually. The plant and equipments covered under the above contract shall be totally
attended by the contractor including any 'Trouble Shooting' to ensure smooth and trouble free
operation.
In case of major repair due to normal wear and tear/break down, the contractor should bring the
same to the notice of the Engineer-in-charge immediately and necessary measures for its repair
should be taken simultaneously. Breakdown, all repairs of any kind are to be attended by the
contractor. Any unit/equipment being irreparable in the opinion of the Engineer-in-charge will be
replaced by the contractor at no cost to Department. During 5 years O&M period, the
machinery/media to be replaced from time to time as per manufacturer's recommendations/
CPHEEO manual.
All relays and HT equipments shall be calibrated and tested atleast once a year and the report shall
be submitted to the Engineer-in-Charge.
The contractor shall give his telephone no., contact addresses, etc. to the Department to contact him
during emergency/odd hours etc.
The contractor will be responsible to carry day to day as well as periodic maintenance, necessary to
ensure smooth and efficient performance/running of all equipments instruments installed at the
Sewage Treatment Plant.
He shall be responsible for maintenance/replacement of street light poles and light etc. also. All the
plant, building land, Sewage treated / untreated, etc. shall remain the property of Department.
Silent DG set and Transformer of suitable capacity for STP is in the scope of this contract.
The scope covers Routine, Preventive, Minor & Major maintenance of all major minor equipments
and machines in the Plant like Submersible pumps, Coarse & Fine screens Grit Removal
Mechanism, Channel gates, Decanters, Sludge pumps, Centrifuge feed pumps, Centrifuges, All
dosing systems including Chlorine Dosing equipment, etc.
The scope also covers Routine, Preventive, Minor & Major maintenance of all the instrumentation
system installed like PLC, Actuators, Flow meters level indicators etc.
The Contractor should also carry out Routine, Preventive, Minor & Major maintenance of all major
minor electrical equipments like Electrical Panels, Switch Gears, Power Cables, Control cables,
Changeover switches DG set, transformer, etc. so as to ensure uninterrupted round the clock
operation of the Plant.
The Contractor should maintain all civil structures including Administrative building, Store room,
Storm Drains, fencing boundary Wall, Roads & Parameters etc in a neat manner. He should
maintain all civil structures of the plant sturdy to complete the natural/ designed lifetime.
The contractor should carry out the safety audit of the plant & obtain necessary certificate from the
competent authorities.
This item includes all types of Routine, Preventive, Minor & Major maintenance of all Civil,
Electrical, Mechanical, hydraulic machines & equipments of the plant covering supply erection test
&trial run of the part/machine to be repaired/replaced with material & labour expenses, necessary
hardware’s, sundry materials, lubricant oils, power oils, grease other materials plus machining
charges, etc.
The contractor should procure all the spares required for all types of maintenances in advance. The
part/ equipment/machine to be repaired /replaced should be as per the DEPARTMENT approved
list & as per the O& M manual or as per the existing manufacturer’s brand.
1.17 RELEASE OF HAZARDOUS SUBSTANCES OR HAZARDOUS WASTE
The Contractor, after first notifying the PPCB shall be responsible for fulfilling all requirements
associated with any release of any substance into the environment (from the facility or the site) as
required by Applicable law or by any Legal Entitlement including but not limited to the notification
or reporting of releases / Hazardous substances or Hazardous Waste. The Contractor shall prepare a
memorandum evidence such notification or reporting and provide copies thereof to the Board,
along with any documents provided to the relevant regulatory agency regarding such release.
The contractor shall process and obtain the clearance of all such agencies however necessary
support and help should be provided by PWSSB/M.C. as required for the purpose, including all
clearances during 5 years O&M period. He shall be fully responsible to comply with all
requirements of Laws including hazardous substances, emission standards for air, discharge
standards for effluent oil, sub-soil pollution.
The contracting agency shall not release any hazardous/toxic materials inside the premises.
1.18 Technical Audit
The Department has the right to conduct a technical audit of the Facility and to perform any analysis
or inspection if deems necessary. The Contractor shall at his cost provide all assistance the
Department required to complete these inspections. Such audits may cover all or any of the
obligations of the Contractor, including without limitation,
· Verification of the system capacity and save for normal wear and tear during the O&M
Period
· Verification of the capacity of the Facility to meet Output Standards during the residual
life of the Facility and save for normal deterioration expected during such residual life
· Sampling, testing and verification of the Output Standards for treated sewage, sewage
losses
1.19 FACILITY VISITS
· At any time or at the end of each twelve month period, or at the initiative of the PPCB, a
visit shall be organized so that both parties can check the condition of the installations at
the facility.
· A report shall be drawn up to record the opinions of the both parties. The PPCB reserves
the right to call the equipment manufacturers or specialized technicians for these visits. All
expenses are to be borne by the contractor for the purpose.
a) The contractor shall prepare a detailed program (referred to as O&M Manual) covering the
operation and maintenance of the treatment Plant as a whole. This program shall include the work
and activities described in this Chapter, as relevant to the specific items and technology. Not
withstanding the program submitted and approved, the Contractor is deemed to have tendered for
and covered in his price, the responsibility for operating and maintaining the treatment plant for
the full period of the contract, thereafter handing it over as specified.
b) The contractor shall provide 6 copies of draft O&M Manual of STP to the DEPARTMENT, at the
time of the commissioning of the project and on approval of draft, 10 copies of operation &
maintenance manual (along with soft copy in triplicate) shall be supplied by the contractor.
c) The O&M Manual for STP shall include the daily, weekly, monthly, quarterly, half yearly and
annual checks and remedies if necessary to be performed for effective operation of the plant,
elaborate detail, all operating and maintenance procedures and policies which are required,
advisable and / or necessary for the Facility to achieve full compliance with the operational
guarantees and to achieve maintenance and repair standard for the Facility which will ensure
compliance with the maintenance specifications. The O&M manual shall include interalia full
explanation of plant procedures and processes.
d) Without limiting the generality of the foregoing the O&M Manual shall include descriptions,
procedures and shall comply with the requirements, set forth in the provisions of the Bid
Documents.
e) The draft of the O&M Manual shall be subject to the review and approval of Department, which
shall have the right to make any changes and revisions to the O&M Manual as it may deem
appropriate. The Contractor shall revise such draft O&M Manual prior to the commencement of
the O&M period.
f) At the end of the construction period, the contractor shall revise the draft O&M Manual to reflect
any updates, changes or revisions it deems appropriate, inter-alia based on its experience and as
necessary to reflect any modifications or adjustments to the plant. Without limiting the above, the
contractor shall annually review, revise, update and modify the draft O&M Manual as may be
necessary or appropriate. Any revision to the draft O&M Manual shall be subject to the review and
approval of Department.
h). During the term of this Agreement, the contractor shall promptly notify Department of any
revisions, additions or modifications which he, in his professional opinion, believes should be
made to the O&M Manual, whether as a result of additional experience in operating and
maintaining the Facility, changes in influent quality or volume, changes or modifications to any
equipment, part, component or structure incorporated in the Facility. Such notification shall set
forth the reason for the proposed revision. Any proposed revision shall be subject to the approval
of the Department. In addition, during the term of this Agreement, Department shall have the right
to have relevant changes, revisions, or additions to the O&M Manual as it, shall deem appropriate
to ensure full compliance with the O&M Standards.
i). The contractor shall submit 10 copies of the final O & M manual along with a soft copy in Microsoft
Word Format for STP.
The plant will be taken over by Department on satisfactory completion of the Operation &
Maintenance period of the plant provided that
If the actual energy consumption on account of reduced average actual treated effluent
during the energy consumption bill cycle period is more than average guaranteed power
consumption as per allotment on proportionate basis, then the excess energy consumption shall be
recovered from the agency as prescribed below.
Daily consumption may not be based on proportional discharge but will be considered in steps as
under:-
This clause shall not be applicable during the stabilization period of three month. However, the
agency shall bear the cost of electricity along with diesel expenses etc, If the stabilization period
goes beyond three months. Along with this agency will maintain the power factor as per PSPCL
norms at all times.
The Sludge available from Sewage Treatment Plants shall be property of the contractor and
suitable credit for the same shall be considered by the contractor while offering his price bid. The
wastewater will not be sold by the Contractor. However, department is at liberty to do so, and
retain the proceedings, if any.
All sorts of Tool & Plant, required for proper operation & Maintenance of the plant shall
be arranged by the contractor at his own cost.
i) Pipe upto Inlet chamber from existing MPS shall be provided by the bidder and vertical
pipe of required puddle collar, vertical CI/ DI Pipe of required size, CI duck foot bend
horizontal length from proposed inlet chamber upto existing MPS and electromagnetic
waste water flow meter shall also be installed by the bidder.
ii) Treated waste water out let upto Drain/Receiving Body is in the scope of work. However
outlet for irrigation purpose shall be provided on this pipe by the agency as per
requirement of site.
iii) Handling of sludge is in this scope of work. Sludge sale/disposal is the responsibility of
the bidder. It shall also be the responsibility of contractor to remove the sludge from STP
area in case accumulation more than the capacity of sludge storage capacity platform. It
shall be the responsibility of the contractor to dispose off excess sludge in a manner and
place which shall not cause any nuisance or obstruction to general public.
iv) If the actual energy consumption on account of reduced average actual treated effluent
during the energy consumption bill cycle period is more than average guaranteed power
consumption as per allotment on proportionate basis, then the excess energy consumption
shall be recovered from the agency as prescribed below.
“During Stabilization for three months only, Operation and maintenance period electricity
charges for electric energy supplied through PSPCL grid and gen set shall be borne by the
department to the extent of average guaranteed energy consumption quoted by the agency.
If the actual energy consumption exceeds average guaranteed energy consumption, the
charges for excess energy consumption shall be borne by the agency. Electric energy
consumption for PSPCL grid shall be charged as per bill raised by PSPCL, however
electric energy consumption for genset (as per energy meter to be installed by the agency)
shall be charged as per fixed by Engineer-In-Charge (as per actual consumption of diesel)
in writing. All other consumable material and required staff for operation and maintenance
will be provided by the bidder. Daily consumption may not be based on proportional
discharge but will be considered in steps as under:-
Discharge: Energy consumption
40% (des. Disc.) : 60%
50% (des. Disc.) : 70%
60% (des. Disc.) : 80%
70% (des. Disc.) : 90%
>70% (des. Disc.) : 100%
“This clause shall not be applicable during the stabilization period of three months.
However, the agency shall bear the cost of Electricity along with Diesel expenses etc.if the
stabilization period goes beyond three months. However, the clause will be applicable for
O & M Period. Along with this, Agency will maintain the Power Factor as per PSPCL
norms at all times.”
v) Water supply pipe line for STP for drinking and with general use i.e. Toilet/ Chlorination
and washing should be laid by the from the proposed small bore T/Well in STP complex.
Providing and installing small bores T/Well in also in scope of the work complete in all
respect as under
vi.) Collection & transportation of screening, Grit within 5 Km from STP site.
vii) Disposal of scour flow from various units & waste water from toilet upto proposed main
pump station.
viii) Contractor scope starts from outgoing of HT/LT energy meter.VCB & MCCB are not
interchangeable as they are used at different voltage level namely HT < respectively.
Assembly of 11 KV lightening arrestor, isolation and DO fuse shall be accepted in case of
HT panel upto 250 KVA load.
ix.) The Type of starter for motor shall be as under:-
x) Height of boundary wall shall be 1.75 m. above formation level of site to be decided by
Engineer – in - charge, keeping in view the site conditions. DPC level of boundary wall
shall be at road level outside adjoining .The X- section drawing of boundary wall shall be
subject to approval of Superintending Engineer PWSSC, Jalandhar prior to start of
construction.
xi) All the Filtrate from the centrifuge, sludge drying Beds, sludge plate-form, toilet primary
treatment unit shall be transferred to proposed main pumping station by Gravity.
(xii) Power factor shall be as per norms of PSPCL.
(xiii) Power required during construction work shall be arranged by the bidder itself.
(xiv) Internal Roads shall be of interlocking with defect liability period of 5 year.
(xv) O&M period shall be 60 Months including 1 year defect liability period.
(xvi) Testing of effluent sample other than conducted by PPCB shall be done from any NABL
accredited laboratory once in a month of the parameters prescribed by PPCB. Charges for
the same shall be reimbursed to the Agency.
(xvii) Minimum manpower for O&M shall be as under:-
-Plant manager cum chemist – 1 no.
-Pump operator-3 no. (One no. per shift) + rest reliever
-Sewerman-cum-Chowkidar-1No.
The projects have been formulated as a part of the Water Supply & Sewerage at Balachaur
distt.Shaheed Bhagat Singh Nagar under PIDB. Punjab Water Supply & Sewerage Board
Chandigarh is the implementing agency for the project. The objective of this project is to
enhance the Sewerage Facility & Water Supply in the Balachaur for improvement
environmental & hygienic conditions. The finance for execution of the works will be made
available by the Govt. of Punjab through PIDB/BUCIP.
Punjab Water Supply & Sewerage Board being implementing agency for this project, invites
tenders for the proposed works to implement this project on turnkey.
This tender document has been prepared for Survey Soil Testing, design, supply and
construction, installation, commissioning of one No.4 MLD Sewage Treatment Plants
capacity based on any suitable, sustainable and proven technology along with campus
development works including other appurtenant works ”on turnkey basis. Including
Commissioning & trail run & Stabilization for three months or more & 60 months Operation
& Maintenance.
The detailed design/working drawings shall be submitted in four copies by the successful
contractor within 15 days from issue of Letter of Intent (LOI) to Punjab Water Supply &
Sewerage Board which will be approved by Engineer-in-Charge before the start of execution
of work. Contractor is liable to provide 6 (Six) sets of approved design and drawings to
Engineer-In-Charge along with soft copies and tracings of STP.
If changes in the submitted design/drawings are required, Engineer-In-Charge may
either himself do so prior to approval or may request the contractor to submit the design /
drawings after making the required amendments.
(i) On submission these designs and drawing will be reviewed by the Department/
Engineer-In-Charge or his representative and he may suggest modification, alteration,
if any, which shall be promptly complied with by the contractor.
(ii) After satisfying himself the Engineer-In-Charge will accord approval to the designs,
detailed drawings and detailed specifications. The contractor shall then submit three
CD sets of final designs, calculations, detailed drawings and specification for all the
works duly bound for incorporation in the contract which will be incorporated and
form a part of the contract. Such approval shall however not relieve the contractor of
his responsibilities of the correctness of the designs, drawings and specifications and
he shall be fully responsible for that.
(iii) On completion of the contract he shall provide the Engineer-In-Charge with fully
dimensioned drawing of the whole installation and construction (5 quintuplicate sets)
along with 2 no of soft copy of STP embodying and alterations and amendments that
b. The site information in respect of different levels is given in the table below:-
(All levels are in meters)
Sr. Name of Site Av. G.L. Formation Worst PSL F.S.L of B.L. of HFL
No. Level spring drain drain
level
1. Balachaur 97.50 98.10 88.50 76.50 97.40 95.90 97.11
C. Contractor should note that treated water have to be discharged into nearby receiving body
through D.I. K-9 pipe / RCC already laid by PWSSB. So sufficient margin in rates be
kept for this. The distance from STP site to receiving body is minimum 100 mtr.
Approximately.
Effluents from the plant may be disposed off into the Beas Pind, Rehampur Drain, when not used
for land irrigation. The degree of treatment required stipulates the minimum quality of treated effluent
after biological treatment to be either equal or better than:
Sr.No. Buildings Min carpet area Minimum clear height above plinth
required, Sqm level with beam slab, mix
(4.00 MLD)
1 Operations Building
a. MEP Room Adm. Block PLC & 44 3.66 mtr (Shutter upto ceiling be
MCC Room provided the MCC room to
facilitate movement & shifting of
various machinery and equipments)
b. Operations Office (toilets + store) 3.66 m
2 Tonner roller 2
3 Auto changeover system (from working to standby unit) 1
Contractor will design the chlorinator system considering the scope of work & applicable safety
norms and will supply the complete chlorination system. Any safety approval from the regulatory
body, if required will be provided by the contractor on approval of Engineer-in-charge.
10
11
12
13
Note: Contractor should fill the above unit dimension sheets including standby arrangement as per his
process design.
_________________________________
(Signature & stamp of bidder/contractor)
Note: Contractor should fill the above interconnecting pipe/channel details sheets as per his process
design.
________________________________
(Signature & stamp of bidder/contractor)
Annexure 1
In the absence of any suitable provisions for live loads in IS Codes or as given above for any particular
type of floor or structure, assumptions made must receive the approval of the Engineer-In-Charge prior to
starting the design work. Apart from the specified live loads or any other loads due to material stored any
other equipment load or possible overloading during maintenance or erection/construction shall be
considered and shall be partial or full whichever causes the most critical condition.
7.1.4 Joints
Movement joints such as expansion joints, complete contraction joints, partial contraction joints
and sliding joints shall be designed to suit the structure as per relevant IS code provisions.
Expansion joints of suitable gap at intervals not more than 30 m shall be provided in walls, floors-
and roof slabs of water retaining structures.
Construction joints shall be provided at right angles to the general direction of the member. The
locations of construction joints shall be decided on convenience of construction. To avoid
segregation of concrete in walls, horizontal construction joints are normally to be provided at
every 2 m height, PVC water stops of suitable type and minimum 230 mm width, 6 mm thick
shall be used for walls and base slabs.
Ø The minimum depth of foundations for all structures, equipment's buildings and frame foundations
and load bearing walls shall be as per IS: 1094 latest edition with upto date amendments.
Ø The earth fill above virgin ground level till formation level shall be taken as a surcharge load and
shall be added in the loads coming on foundations appropriately
Ø Care shall be taken to avoid the foundations of adjacent buildings or structure foundations, either
existing or not within the scope of this Contract Suitable adjustments in depth location and sizes
may have to be made depending on site conditions. No extra claims for such adjustments shall be
accepted by the Department.
Ø Special attention is drawn to danger of uplift being caused by the ground water table
Ø Plinth level of all structures/top of tanks shall be atleast (500) mm above than the formation level.
7.1.7 DESIGN REQUIREMENTS
The following are the design requirements for all reinforced or plain concrete structures:
Ø Plain cement concrete for building including water retaining structures shall be as per IS: 456 &
IS: 3370 with latest amendments.
Ø All structural reinforced concrete shall be with a maximum 40 mm aggregate size for footings and
base slabs and with a maximum 20 mm aggregate size for all the Water Retaining Structures &
other structural members.
Ø All liquid retaining structures shall be designed as per IS: 3370. The minimum grade of concrete
shall be M30.
Ø All Buildings, Pipe Pedestals, Thrust Block, Pump Foundation & other structures shall be designed
as per IS-456. The minimum grade of concrete shall be M25.
The term" materials" shall mean all materials, goods and articles of every kind whether raw, processed or
manufactured and equipment and plant of every kind to be supplied by the Contractor for incorporation in
the Works.
Expect as may be otherwise specified for particular parts of the works the provision of clauses in
"Materials and Workmanship" shall apply to materials and workmanship for any part of the works. All
materials shall be new and of the kinds and qualities described in the Contract and shall be at least equal to
approved samples.
As soon as practicable after receiving the order to commence the works, the Contractor shall inform the
Engineer-In-Charge’s of the names of the suppliers from whom he proposes to obtain any materials but he
shall not place any order without the approval of the Engineer-In-Charge’s which may be withheld until
samples have been submitted and satisfactorily tested. The Contractor shall thereafter keep the Engineer-
In-Charge’s informed of orders for and delivery dates of all materials. Materials shall be transported
handled and stored in such a manner as to prevent deterioration damage or contamination failing which
such damaged materials will be rejected and shall not be used on any part of the Works under this contract.
7.1.11.1 Cement
v ISI Marked, Ordinary Portland cement shall be of Grade 43 as per IS:8112 or Portland pozzolona
cement (fly ash based ) as per IS 1489 (Part-1), in Bags of 50 Kg each (net)
v Each Bag should bear ISI certification mark.
v The bidder shall submit attested photocopies of license granted by BIS authority for marking the
cement with ISI certification mark. The license should clearly indicate the validity & class covered
in it.
v Cement manufactured in mini cement plants shall not be accepted.
v Ready mixed concrete (R.M.c)/ Automatic concrete batching plant to be used with the approval of
Enguineer-in-Charge.
The Contractor shall submit samples of such materials as may be required by the
Engineer-In-Charge and shall carry out the specified tests directed by the Engineer-In-Charge at the site or
at the supplier's premises or at the laboratory approved by the Engineer-In-Charge. Approved laboratory
for material testing are any public funded institution of National reputation or any other laboratory
approved by Punjab Water Supply & Sewerage Board.
Samples shall be submitted and tests carried out sufficiently early to enable further samples to be
submitted and tested if required by the Engineer-In-Charge’s.
The Contractor shall give the Engineer-In-Charge’s seven days' notice in writing of the date on
which any of the materials will be ready for testing or inspection at the supplier's premises or at a
Laboratory approved by the Engineer-In-Charge’s. The Engineer-In-Charge’s shall attend the test at the
appointed place within seven days of the said date on which the materials are expected to be ready for
testing or inspection according to the Contractor, failing which the test may proceed in his absence unless
instructed by the Engineer-In-Charge’s to carry out such a test on a mutually agreed date in his presence.
The Contractor shall in any case submit to Engineer-In-Charge’s within seven days of every test such
number of certified copies (not exceeding six) of the test results as the Engineer-In-Charge’s may require.
Approval by the Engineer-In-Charge’s as to the placing of orders for materials or as to samples or tests
shall not prejudice any of the Engineer-In-Charge’s Powers under the Contract. The provisions of this
clause shall also apply to materials supplied under any nominated sub-contract.
The works shall be carried out in order to be compatible with the existing infrastructural facilities, inlet and
outlet pipe work/channels and nearby water bodies. Underground services requiring to be relocated in
order to accommodate the proposed site layout shall be relocated by the Contractor to alignments approved
by the Engineer-in-charge’s.
Cables and pipe work trenches shall generally be constructed in reinforced concrete. However, 500mm x
500mm size or small trenches, not on fill may be constructed in 350mm thick brick masonry (1:5). The
trenches will be plastered internally and externally in cement mortar (1:4).
Trenches within the buildings or Plant areas shall be covered with MS chequered plates, suitably painted
and that outside the buildings shall be covered with M20 pre-cast RCC covers. The trenches shall be
suitably sloped to drain rainwater. Layout of trenches outside the buildings shall allow space for
construction of future trenches where necessary with due consideration for planning for future
developments. This aspect shall be brought to the notice of the Engineer-in-charge’s while planning the
works.
7.1.15 PIPES AND DUCTS
RCC ducts for drainage shall have adequate cover while laid under roads. Access shafts, where required
shall not be of size less than not less than 600 mm x 1000 mm. All drains (except storm water drains
adjacent to roads and effluent channels) shall be covered and designed structurally for appropriate loads.
· P.C.C. plinth protection aprons of width not less than 900mm should be provided all around of all
Civil Structures.
· Colour scheme for RCC structure and pipes shall be as per letter No. PWSSB-2015Q.C/6296-99
dated 24.04.2015.
· Annexure “CC” Note:- Filling of this form is mandatory for the contractors
All the works pertaining to Earthwork, Plain Cement Concrete, Reinforced Cement
Concrete , Brick Masonry & Plastering shall be carried out strictly as per Punjab PWD
Specifications, latest relevant ISI Codes, Manual of Sewerage & Sewage Treatment &
Manual of Water Supply & Treatment Published by Central Public Health & Environmental
Engineering Organization (CPHEEO), all of latest editions and specifications contained in
8.1 All surplus soil/earth shall be transported and disposed off as directed by the Engineer-in-charge
within 5 kms. In case the excavated material falls short of requirement, the backfill soil/earth
shall be taken from the other site/ borrow pits approved by the Engineer in charge. The rates
quoted by the contractor shall be deemed to be inclusive of all such works
8.2 A permanent baseline, cross lines & bench marks shall be established to serve as reference.
8.3 All excavated materials obtained from excavation shall be Departments property.
WHEREVER, REFERENCE TO VARIOUS ISI CODES HAS BEEN MADE IN THE TECHNICAL
SPECIFICATIONS, IT SHALL MEAN THE LATEST EDITION OF THE RELEVANT CODE.
v ISI marked as per IS 458 spigot and socketed type reinforced cement concrete pipes
with rubber ring joints as per Indian Standard. Rubber ring chord shall confirm to type-
2 as per IS 5382. The Pipe shall be lined with 3mm thick HDPE lining.
v The bidder shall submit attested photocopy of license granted by BIS authority to the
manufacture for marking the pipes with ISI certification mark. The license should
clearly indicate the validity & class covered in it.
v Manhole step shall be of co-polymer polypropylene coated over a 12mm dia, Tor Steel
Bar and having dimensions as mentioned in CSR-2010 item No. 29.37 (b).
v The step shall be tested at a load of 225 Kg as per IS: 5455.
The transportation of pipes to the site of works has to be done in such a way that pipes are not
damaged while handling.
Light pipes and pipes of smaller diameter shall be handled manually. Heavy pipes shall be loaded and
unloaded using lifting tackles like chain pulley blocks and shear legs. The pipes shall be protected against
impact, shocks etc. Pipes shall not be allowed to fall freely on to the ground and hard surfaces so as to
cause cracks in pipes.
Transportation of pipes and stacking by the side of the trenches shall also be done in such a way that it
causes minimum inconvenience to the traffic.
Lowering of the pipes into the trenches shall be done equally carefully so that the pipes are not damaged
and also the trenches and bedding for pipes are not disturbed and damaged. Smaller and lighter pipes can
be lowered using rope slings and shall not be dropped on to the trench bottom.
9.7.2 Transfer of levels to trench bottom
Permanent bench marks shall be established at convenient and frequent intervals all along the pipe
alignment for carrying the levels to the place of laying of the pipes. The levels shall be transferred by using
11.4.3 Laying
The under-bed mortar shall be evenly spread and brought to proper grade and consolidated to a smooth
surface. The surface shall be roughened for better bond. Before the underbed has time to set and while it is
still fairly moist but firm, cement shall be hand dusted over it or a cement slurry applied and the tiles shall
immediately be placed upon and firmly pressed by wooden mallet on to the under-bed until it achieve the
desired level. The tiles shall be kept soaked for about 10 minutes just before laying. The joints in tiles shall
be as closed as possible and not more than 1.5 mm wide.
Special care shall be taken to check the level of the surface and the lines of the joints frequently so that
they are perfect. When tiles are required to be cut to match the dimensions these shall be sawn and edges
rubbed smooth.
At the junction of horizontal surface with vertical surface the tiles or the former shall enter at least 12 mm
under the latter. After fixing, the floor shall be kept moist and allowed to mature undisturbed for 7 days.
Heavy traffic shall not be allowed for a further period of 14 days.
11.4.4 Finishing
The joints shall be cleaned and flush pointed with white cement or cement mixed with pigment for
coloured tiles and cured for 7 days by keeping in wet. The surface shall be cleaned with soap or suitable
detergent, washed fully and wiped with soft cloth to prevent scratching before handing over.
11.5.1 Thickness
The total thickness of the floor shall be as given in the approved drawing including the under bed.
Stone slabs will come from specific regions and in specified quality with top surface fine chisel dressed.
All sides shall also be fine chisel dressed to the full depth to allow for the finest possible joints.
Stone slabs shall be delivered to the site well protected against damage and stored in a dry place under
cover.
11.5.3 Mix : Under-bed
The mix for the under-bed shall consist of 1 part cement and 3 parts coarse sand by weight mixed with
sufficient water or any other mixed as specified.
11.5.4 Laying
The sides and top surface of the slabs shall be machine polished and washed clean before laying.
The under bed mortar shall be evenly spread and brought to proper grade and consolidated to a smooth
surface. The surface shall be roughened for better bond. Before the under-bed has time to set and while it is
still fairly moist but firm, cement shall be hand dusted over it or a cement slurry applied and the slab shall
immediately be placed upon and firmly pressed by wooden mallet on to the under bed until it achieve the
desired level. The slab shall be kept soaked for about 10 minutes just before laying. The joints in slab shall
be as closed as possible and not more than 1.5 mm wide.
Special care shall be taken to check the level of the surface and the lines of the joints frequently so that
they are perfect. When slab are required to be cut to match the dimensions these shall be sawn and edges
rubbed smooth.
After fixing the floor shall be kept moist and allowed to mature undisturbed for 7 days. Heavy traffic shall
not be allowed for a further period of 14 days.
12.1 Materials
12.1.1 Materials shall be highest grade products of well known approved manufacturer and shall be
delivered to the site in original sealed containers, bearing brand name, manufacturer’s name, and colour
shade, with labels intact and seal unbroken. All materials shall be subject to inspection & approval by the
Engineer-in-Charge. It is desired that the materials of one manufacturer only shall be used as far as
possible and paint of particular shade be obtained from the single batch. All paints shall be subjected to
analysis from random samples taken at site from painter’s bucket, if so desired by the Engineer-in-Charge.
All prime coats shall be compatible to the material of the surface to be finished as well as to the finishing
coats to be applied.
All unspecified materials such as shellac, turpentine or linseed oil shall be of the highest quality available
and shall conform to the latest I.E. Standards. All such materials shall be made by reputable recognised
manufacturers and shall be approved by the Engineer-in-Charge.
All colours shall be as per painting/finish schedule and tinting and matching shall be done to the
satisfaction of the Engineer-in-Charge. In such cases, where samples are required, they shall be executed in
advance with the specified materials for the approval of the Engineer-in-Charge.
12.2 Storage
The contractor shall arrange for safe and proper storage of all materials and tools. Paints shall be kept
covered at all times and mixing shall be done in suitable containers. All necessary precautions shall be
taken by the Contractor against fire hazards.
i. Mildew
All mildewed surfaces shall be treated with an approved fungicide such as ammonia wash consisting of 7g.
of copper carbonate dissolved in 80 ml liquid ammonia and diluted to 1 litre with water, or 2.5 per cent
magnesium silico fluoride solution and allowed to dry thoroughly before paint is applied.
ii. Efflorescence
All efflorescence shall be removed from affected surfaces with a solution of muric acid in water (1:6 to
1:8), washed fully with clear water and allowed to dry thoroughly.
12.3.2 Metal
All metal surfaces shall be absolutely clean, dry and free from wax, grease and soap films. All steel and
iron surfaces in addition shall be free from rust. All galvanised iron surfaces shall be pre-treated with a
compatible primer according to the manufacturer’s direction. Any abrasion in shop coat shall be touched
up with the same quality of paint as the original coat.
12.4 Application
General
The method of application shall be as recommended by the manufacturer. In case of selection of special
shades and colour ( not available in standard shades) the contractor shall mix different shades and prepare
test panels of minimum size 1 meter square as per instruction of the Engineer-in-Charge and obtain his
approval prior to application of finishing paints.
Proper tools and implements shall be used. Scaffoldings if used shall be independent of the surface to be
painted to avoid shade differences of the freshly repaired anchor holes.
Painting shall be done by skilled labours in a workmanlike manner. All materials shall be evenly applied,
so as to be free of sags, runs, crawls or there defects. All coats shall be of proper consistency.
In case of application by brush, no brush marks shall be visible. The brushes shall be clean and in good
condition before application of paints. All priming undercoats for painting shall be applied by brush only,
and rollers, spray equipments etc. shall not be used.
No work shall be done under conditions that are unsuitable for production of good results. No painting
shall be done when plastering is in progress or is drying. Application of paint which seals the surface to
moisture shall only be done after the moisture on and below the surface has dried out.
All coats shall be thoroughly dry before being sand papered or before the succeeding coat is applied. Coats
of painting as specified are intended to cover surfaces perfectly. In case the surface is not covered properly
12.7.2 Painting
1. In general, painting work shall be in accordance with IS:1477 (Part I & II)
12.8 Protection
Furniture and other movable objects, equipments, fittings and accessories shall be moved, protected and
replaced upon completion of the painting work. All stationary items of equipments shall be well covered so
that no paint can fall on them. Work finished by other agencies shall be well protected. All protection shall
be as per instruction of the Engineer-in-Charge.
12.9 Cleaning Up
The Contractor shall upon completion of painting etc. remove all marks and make good surfaces, where
paint has spilled, splashed or splattered, including all equipments, fixtures, glass furniture, fittings, etc. to
the satisfaction of the Engineer-in-Charge.
IS:124 (parts I, Ready mixed paint, brushing, finishing II,III) semigloss, for general purposes.
IS:157 Ready mixed paint, brushing, acid and alkali resistant, lead free for
general purposes.
IS:158 Ready mixed paint, brushing, bituminous, black, lead free, acid alkali,
water and heat resistant for general purposes.
IS:159 Ready mixed paint, brushing, acid resisting for protection against acid
fumes, colour as required.
IS:168 Ready mixed paint, air drying, semi-glossy/matt, for general purposes.
The Contractor shall provide and fix anodized aluminium doors with partly glazing. The frame / chowkhat
of the door shall be of 45.0 mm x 100.0 mm x 3 mm thick Aluminium section. Openable leaf frame
section, top rail shall be of 48mm x 48 mm x 2.5 mm, lock rail shall be of 84 mm x 45 mm x 2.5 mm,
bottom rail shall be of 115 mm x 45 mm x 2.5 mm shall be provided. Snap beading for holding glass shall
be of 0.18 kg/m with natural anodizing handle lock and tower bolt. Corner shall be fixed with heavy duty
extended aluminium cleats. Inclusion of neoprene gaskets etc complete in all respects shall be provided.
The Contractor shall provide and fix 5 mm thick plain float glass for glazing.
The Contractor shall provide and fix both side prelaminated particleboard 12 mm thick of approved make
and colour, in the blind section of the door.
The Contractor shall provide and fix floor spring, of required size ISI Marked.
13.1.2 Windows
The Contractor shall provide and fix anodized aluminium hollow ‘Z’ windows partly fixed and partly
openable with extended aluminium section equivalent to 44 series of approved make. The Snap beading for
holding the glass shall be of Wt. 0.18 kg/m
The corners shall meet at 45 degrees and fixed by heavy duty extended aluminium sheets inclusive of 4 bar
Stainless Steel friction hinges, The Contractor shall provide window locking handle and hardware to match
with framing glazing gaskets and polysulphide sealant between building members and framing etc.
complete and fully finished in all respects.
The Contractor shall provide and fix 5 mm thick plain glass for glazing
13.2 Fittings
They shall be provided with all necessary fittings like hold fasts, hinges, locking arrangements stoppers,
eyes and hooks, tower bolts, handles, fixing lugs etc., of sizes and quality grade as approved by Engineer-
in-charge.
All doors shall be provided with handles on both sides and all windows with handles on the inner side. One
of the doors of each room shall be provided with outside locking arrangement. Smooth finished handles,
tower bolts, sliding bolts (for locking) of approved sizes and makes shall be provided.
They shall be provided in complete form including painting, glazing, fixing in position true to level and
plumb.
13.3 Rolling Steel Shutters / Grills
Scope
The specification covers the design, supply of materials, fabrication, delivery and erection of Rolling
Shutters/grills crank & gear operated (manually operated) including all accessories as hereinafter specified.
All Electrical work shall be in strict accordance with the latest Indian Electricity Rules. This shall conform
to IS:6248.
13.3.1 Components
Ø Slates for rolling shutters shall be made from tested bright cold rolled, annealed M.S. strips, not
less than 0.9 mm thick for shutters upto 3.5m width and above, machine rolled at 75 mm rolling
centres, interlocking with each other. The profile will be such as to prevent excessive deflection
under specified wind load.
Ø End lock shall be heavy type MC/CI and shall be provided at each end of alternate slates.
Ø Guides shall be of such depth as to retain the shutter under a wind pressure of 150 Kg/sqm. The
minimum thickness of guide to be of 12 G.
Ø Shafts shall be of steel pipe of sufficient size to carry the torsional load with a maximum deflection
of 1/360 of span. Grease packed ball bearings or bushings shall be provided for smooth trouble
free operation.
Ø Bottom bars shall be finished with two angles not less than 6 mm thick external shutters when
shown on drawings. A flexible weather strip shall be applied to make tight contact with the floor.
Ø Hoods shall be formed of not less than 20 gauge steel, suitably reinforced to prevent sag.
Ø Locks shall be slide bolt and hasp or cylinder lock operatable from one or both sides. Provision to
securing hand chain with pad-lock, provision for immovable handle for hand cranks etc. shall be
made as desired by the Engineer-in-Charge.
13.3.2 Manually Operated Shutters/Grills
Manually operated shutters shall be easily operatable by one person. Shutter shall be crank & gear
operated. The crank handle shall be removable. All shutters shall be lockable from one or both sides as
desired by the Engineer-in-Charge.
13.3.4 Inspection
After installing the shutters, the Contractor shall test the performance of the shutter in the presence of the
Engineer-in-Charge. The doors shall be smoothly operable under all ambient conditions. All control and
locking devices shall give fault free performance.
13.3.5 Guarantee
The contractor shall give one year guarantee for the successful operation and manufacturing defect of the
shutters including aluminium doors, windows and their accessories.
13.4 IS Codes
All relevant IS codes with latest amendments shall be referred to.
IS:6248 Metal rolling shutters and rolling grills
IS:1081 Code of practice for fixing glazing of metal (steel and aluminium) doors, windows
and ventilators.
In case of gantry girders the bottom of the knife-edge support shall be accurately ground to provide
effective bearing on the column bracket with a clearance not exceeding 0.2 mm locally at any place. The
Matching holes for rivets and black bolts shall register with each other so that a gauge of 1.5 mm or 2.0
mm (as the case may be, depending on whether the diameter of the bolts is less than or more than 25 mm)
less in diameter than the diameter of the hole will pass freely through the assembled members in a
direction at right angles to such members. Finished holes shall not be more than 1.5 or 2.0 mm (as the case
may be) larger in diameter than the diameter of the black bolts passing through them unless otherwise
specified by the Engineer-in-Charge.
Holes for bolts shall not be formed by a gas cutting process, except in special cases with specific
permission of the Engineer-in-Charge. Wherever a horizontal member is likely to collect water, suitable
holes for drainage shall be provided.
[ 14.9 Notches
For columns which are fabricated in two or more parts, controlled assembly shall be carried out before
dispatch to the erection site.
14.11 Bolting
Every bolt shall be provided with a washer under the nut so that no part of the threaded portion of the bolt
is within the thickness of the parts bolted together.
Flat washers shall be circular of a diameter 2.5 times that of bolt and of suitable thickness. Where bolt
heads/nuts bear upon the bevelled surfaces they shall be provided with the square tapered washers of
suitable thickness to afford a seating square with the axis of the bolt.
All bolts and nuts shall be of specified steel, with well-formed hexagonal heads unless specified otherwise,
forged from the solid and shall be dipped in hot boiled linseed oil as soon as they are made. The nuts shall
be good fit on the bolts and clear threads shall show through the nut when it has been finally tight end up.
Not withstanding anything to the contrary contained in IS:1363, IS:1364 and IS:1367, the unthreaded
length of the bolt shall be equal to total thickness of metal being bolted together plus 2 mm. The threaded
length shall be equal to at least the diameter of bolt plus 6 mm.
[
Necessary jigs & fixtures and rotation of structures shall be so arranged that vertically down-hand position
of welding becomes possible.
Open-Arc welding process employing coated electrodes shall be employed for fabrication of welded
connections and field welding. The cost of electricity for arc welding shall not be charged extra. The lump
sump rate quoted for the item shall be inclusive of cost of electricity.
Wherever welding is done for assembling the components of structures, the job shall be so positioned that
down hand welding is possible. In cases where down hand positioning of job is not possible other manual
welding positions could be resorted to.
Any structural joint shall be welded only by those welders who are qualified for all welding procedures
and positions required in such joint that is welded.
14.16 MS Stair
The Contractor shall provide MS staircase where ever required. The MS staircase shall be 1000 mm wide
and the tread shall be 200 mm made of MS chequred plates. Rise of steps will be 150 mm. The main
supporting beams shall be made of ISLC 200. The hand rail of the staircase shall be of MS 75 mm x 10
mm with PVC cover on it.
This specification covers furnishing, installation, finishing, curing, testing, protection, and maintenance till
handed over of water proofing and allied works.
15.1 General requirements
The contractor shall furnish all skilled and unskilled labour, plant, equipment, scaffolding materials etc.
required for complete execution of the work in accordance with the drawings and as described herein and
or as directed by the Engineer-in-Charge.
15.2 Damp Proofing
Damp proof coarse shall consist of cement, coarse sand and stone aggregate of 1:2:4 proportion with
standard water proofing compound (1 kg per bag of cement). The DPC shall be applied at the plinth level
in the horizontal layer of 40 mm thickness. The DPC shall be properly cured as per specifications. Two
coats of bitumen of 20/30 penetration at 1.65 kg/cm2 spread shall be applied uniformly on the surface when
the concrete is dry. 20mm thick cement plaster damp proof course 1:3 with two coats of bitumen at 1.65
kg. per sqm. Laid hot and sanded shall be applied as vertical DPC on all the external walls of the buildings.
15.3 Tile Terracing for roof water Proofing
Terracing consisting of tiles 22.86 cm x 11.43 cm x 3.83 cm laid over 25 mm mud plaster, 75mm
mud filling on another layer of 25mm mud plaster including two coats of bitumen laid hot @ 1.65 kg. per
sqm. On top of R.C.C. slab including grouting with cement sand mortar 1:4 and top surface to be left clean
after wire brushing etc. Flush Cement pointing in 1:2 will be done over the grouted joints. Cement
Concrete 1:2:4 gola 10 cm x 10 cm quadrant along junction of roof with parapet wall finished smooth,
where specially specified.
Indicate number of hand wheel revolutions required to fully open the gate.
MATERIAL OF CONSTRUCTION :
PART MATERIAL
Gate frame, shutter/Door : Aluminium Alloy 6061-T6
Side Guides : Ultra High Molecular weight polyethylene
Seating faces : Aluminium
Rubber Seals : EPDM Rubber
Rubber seal retainer bar : Stainless Steel AISI-304
Drive Nut : Leaded Tin Bronze to Is : 318 LTB-2
Assembly bolts, nuts and : Stainless Steel AISI-304
fasteners
Stem & connecting pin : Stainless Steel AISI-304
Yoke : Mild Steel to IS : 2062
Headstock : Cast Iron
Pipe hood : Transparent Polycarbonate
PAINTING :
Paint for gate assembly : Epoxy primer and finish paint.
Paint for yoke and : Epoxy primer and finish paint. Minimum coating thickness to be 250
headstock microns.
SHOP TESTING : : Following shop tests at manufacturer site will be conducted as per
procedure mentioned hereunder.
Movement Test : Movement test should be conducted in assembled condition using
stems & headstock. The gate should be operated once from full close
to full open and back to full close condition with a max. force of 135
Newton-meter on the crank or hand wheel.
: Important Dimensions shall be checked with reference to approved
drawing.
: With the gate in closed condition 0.1 mm thick feeler gauge should
Dimensional Check
not pass through the sealing faces.
: Material test certificates for important components such as Frame,
Seat clearance check Side guides, Shutter, Rubber seals & Fasteners to be furnished at the
time of inspection.
Water Supply system consists of providing water pipe lines, connections, taps etc. complete with
all the fittings to Operations Building. The water pipe lines include excavation, laying, refilling,
jointing etc. Fittings such as stop cock, bib cock, valves, taps, etc. of various capacities are to be
provided as complete work. The service connections and internal pipe line shall be of GI (Class-
B) having diameter of 15 & 20 mm. Peet Valves, Bib cock, stop cock etc. shall be of Chromium
plated brass as per relevant IS Code. Sufficient no. of taps, stop cock, bib cocks etc. should be
provided in MCC/PLC building. The schedule/plan and make of all fixtures of building will be
got approved from Engineer-in-charge before execution of works. One number water tank of 1000
Litres capacity on the roof shall be provided (As per PWSSB approved make).
Sanitary works consist of water closet, wash basin / sink, footrest, flushing cistern, mirror,
flushing pipe, tower rail, etc. Gulley traps, floor traps and inspection chambers shall be provided
wherever required. In the toilet, one water closet (European Type), along with ablution jet one
wash basin, three urinals, one towel rail, flush cistern, footrest shall be provided. Additional tap
for bathing shall also be provided. The scope of work also includes provision of floor traps, gully
traps, manhole chamber, vent pipe and interconnections required thereof. Carriage & disposal
system beyond manhole chamber is included in this contract. The sanitary wares shall be first
quality of Hindustan / Hind ware/Johnson / Parry ware make I.S.I marked and other fittings shall
confirm to relevant IS code. White glazed tiles shall be provided in bath room, kitchen and
laboratory as approved by Engineer- in- Charge before execution of work.
Kerb
The Contractor shall provide Plain cement Concrete M-20 grade precast kerb 250mm high with
bottom width 165mm and top width 115mm fixed in position on earth base including carriage to
site of work complete as per technical clause 408 of MORT&H specification.
Channel:
The Contractor shall provide Plain cement concrete M-20 grade precast Channel 300mm wide and
75mm thick fixed in position on earth base including carriage to site of work complete as per
technical clause 408 of MORT&H specification.
Dowel
Dowel shall be provided on both side of the road earth filling in proper slope and compaction as
shown in the Drawings. Dowel
Note: All the road work will be executed as per the PWD specification, as per technical clause
408 of MORT&H specification and approval of Engineer in charge. The section of road shall
be as per the drawing given & approved by Engineer in Charge before execution.
1 Construction of
STP
2. Stabilization
period
3. Operation &
Maintenance 60 months
Period 60 months
4. Equipment
Guarantee
5. Validity of
Performance
Bank Guarantee
6. Security Refund
(60%)
7. Security Refund
(Balance 40%)
8. Validity of Bank
Guarantee for
O&M
This section covers mainly the job requirements before and after the supply of Electrical & Mechanical
equipment at site and before / after start of work. This section also covers the liabilities of the contractor
and the quality standards that the contractor has to maintain for the work to be carried out by him.
21.1 Prerequisites before the supply of equipment
21.1.1.1 The Contractor shall submit the following detailed drawings for review and approval of the
Engineer- in -Charge.
(i) Detailed Design Calculation sheets for electrical and mechanical works / equipment.
(ii) General arrangement drawings for all electrical works/equipments to be supplied.
(iii) Technical Specification sheets showing rating, make and quantity of various components used in
a specific mechanical/electrical item.
This requirement shall conform to the conditions given in volume 1 of the tender document. Unless
specified otherwise elsewhere, the Contractor shall furnish and replace at no cost to the Department any
component of the equipment that is defective or shows undue wear within guaranteed period of twelve
months from the date of stabilisation of STP. In addition to performance guarantees, processes or systems
shall comply with the requirements stipulated in the relevant sections of the specifications.
21.6 Liability of the contractor
The contractor shall obtain and pay for the required bonds, insurance's, licenses, permits and inspections
and pay all taxes, fees and utility charges that shall be required for the mechanical/electrical works.
If during the period of erection, Contractor or his workmen damage willingly or accidentally any part of
the building structure or materials without written permission of Engineer-in-charge, the contractor shall
be completely responsible for the damages and he will have to make rectification /replacement at his own
cost.
Incidental items not included in the tender drawing and specifications, that can legitimately and
reasonably be inferred to belong to the electrical work shall be provided by the Contractor at no
additional cost to the Department. The decision of the Engineer-in-charge in this matter shall be final.
All equipment and materials shall be of latest design, and standard products of established manufacturers.
The equipment approval at the factory only allows the manufacturer to ship the equipment to the project
site. The contractor shall be responsible for the proper installation and satisfactory start-up operation of
the equipment in accordance with the manufacturer's requirement and to the satisfaction of the Engineer-
in-charge.
Inspection of the equipment at the factory by the Engineer-in-charge will be made after the manufacturer
has performed satisfactory checks, adjustment tests and operations.
Contractor shall make arrangement of all power required during the construction period and tests
performed during erection of equipment.
The contractor shall be absolutely and solely responsible for damages due to accidents, injuries or losses,
occurring to any person and property by his sub- contractors, agents or employees involved on his behalf
in the execution of the work.
Mechanized step screen having 6mm spacing between bars and suitable for installation at an inclination
of 40 degrees in channel.
Material of construction:
The fixed as well as movable bars of 3mm. thickness, mechanism, support frame, fixings discharge chute
shall be manufactured from stainless steel for long life in the aggressive sewage environment. No
component of the screen assembly shall be made of carbon steel or any other material, which can get
corroded in sewage environment.
Screen Construction
The step screen shall be a complete unit comprising of main frame with an integral mechanism
containing movable bars located in between fixed bars with out engagement of external mechanism/rake
mechanism for pulling out the screened material ensuring minimum movement of the mechanism.
The mechanism comprising of movable bars located between fixed bars shall gradually move the
screened material upward in the form of a mat and deliver on the up to the discharge chute.
The fixed as well as movable bars shall contain a series of steps to prevent the screenings from falling
back into the main flow.
The mechanism shall be mechanically operated by Electro-motor or hydraulic system and shall be
suitable for automatic operation controlled by a level sensor.
The screen shall operate automatically when the upstream water level of the screen increases beyond a
pre-set limit and it shall stop when the upstream level decreases to a preset low level due to upward travel
of screened material.
The fine bar screen shall be capable of being tilted out of the sewage flow up to horizontal position for
the purpose of cleaning & maintenance.
The base of the screen shall be fitted with a specially profiled stainless steel plate to direct any grit that
may be present towards the screen and taken out along with other screened material thus reducing the
possibility of building up of grit in front of the screen.
Level Controller
The level controller shall be upstream type Ultrasonic level switch.
Electrical Motor
The motor shall be TEFC type with IP 55 protection and shall be suitable for operation on 415V + 10%
and frequency of 50Hz + 5%.
TESTING
The Fine bar screen shall be Factory assembled and subjected to following tests at the manufacturer’s
premises.
Dimensional Check: The overall dimensions of the screen shall be conforming to the approved drawings.
Operational Test: The complete screen including its mechanism, Electro-motor/hydraulic operating
mechanism level probing system and control panel shall be integrated and mechanically operated to
verify free movement and satisfactory working.
22.3 Return Activated Sludge Pumps & Surplus Activated Sludge Pumps
Return sludge pumps shall pump the return sludge from the Reactor (main) to Selector Zone. Surplus
Activated Sludge Pumps shall pump the sludge to sump. Pumps shall be submersible type of non –clog
design. They shall be suitable for pumping soft solids of size 80 mm. Only pumps with maximum 960
rpm shall be provided. In addition to this, the pumps shall be fitted with a special tearing system on the
suction side for tearing soft solid material. The impeller shall be of a non-clog design with smooth
passage and solid handling capability of 80-mm size. Maintenance-free anti- friction bearing, deep
grooved permanently greased filled ball bearings shall be provided to take care of all the axial and radial
forces at any point of operation. The pump installation design shall be such as to facilitate automatic
installation and removal of the pumps without having to enter into the sewage pit. The motor shall be
squirrel cage type, suitable for three phase supply continuous duty with class ‘F’ insulation. Motor shall
have integral cable parts and the cable entries shall be sealed. The cables must be leak tight with respect
to liquids and firmly attached to the terminal block. The motor shall be designed for non-overloading
characteristics. There shall be thermal protection against overheating of the motor winding. The pump
design shall ensure that seal does not come directly in contact with the liquid being pumped as well as
cooling/lubrication by oil is provided. The moisture sensor of the tripping unit shall be located inside the
oil chamber.
The pump unit shall be supplied along with the special duck foot bend, flanged elbow, lifting chain with
shackles, enough guide wire/pipe, sufficient tough rubber sheeted water proof cable, as well as stainless
steel foundation bolts and nuts. Alternatively pump unit can be with SS wire rope guiding system and
pedestal cart integrated with the discharge head.
Reverse Rotation
The pump shall be designed to operate safely in the reverse direction of rotation, due to wastewater
returning through the pump.
Executive Engineer Witness Contractors 93
PUMP CONSTRUCTION
(a) Pump Casing
The pump casings shall be of cast iron and conform to IS: 210 Gr FG 260. The internal surfaces shall be
free of rough spots. The casing shall have centre line discharge.
(b) Impellers
The material of impellers shall be as specified and they shall be of the single vane type. They shall be
dynamically balanced. The leading edge of the vanes shall be rounded and cut back to prevent rags,
stringy material etc. from impinging on the impeller vanes.
The motor shall be integral part of the pump. The enclosure for motor shall be IP-68. Each phase of the
motors shall be provided with thermistor. The motor winding shall be suitable for star delta/soft starter.
The motor shall be designed for minimum 10 starts/stops per hour, irrespective of whether it is DOL start
or otherwise.
Materials of construction:
Pump casing : CI IS: 210 Gr FG 260
Discharge casing : CI IS: 210 Gr FG 260
Impeller : CI IS: 210 Gr FG 260
Shaft : SS AISI 431
Mechanical Seal : Silicon Carbide
Fasteners : SS AISI 304.
Protective Coating:
The pumps shall be epoxy painted.
22.4 Air blowers (Aeration Tank)
The blowers shall be provided for providing adequate oxygen into the reactor tank for aeration. The air
requirements shall be calculated for summer and winter as well as mixing power at 15 Ncum / minute per
1000 cum of tank volume and the higher duty installed. The summer sewage temperature shall be taken
as 38 degrees C and that in winter at 15 degrees C.
The blowers shall be capable of developing the required total pressure at the rated capacity for
continuous operation. The blowers shall be Twin lobe type. One number VFD drive shall be provided
with each set of blower. Directly coupled design shall be preferred. VFD motors shall be suitably derated.
The blowers shall be provided with suction air filter, silencer, dead weight pressure relief valve and
pressure gauge and the air delivered shall be clean, dry and oil free. The blower noise level and velocity
of vibration shall be within 90 dB (A) and less than 4.5mm/s at a distance of 1.86 m respectively. The
blower shall be driven by squirrel cage induction motor
The speed of the blowers shall be below 1000 rpm. The power rating of motor shall be at least 10%
above the maximum power requirement
by the blower. The kW of single blower shall not exceed 220 kW. The blowers shall be mounted at a
level necessary to avoid back flow or siphoning of sewage into the blower. The accessories shall be
complete with common base plate for blower and motor, suction and discharge connection, non return
valve, safety valve, pulley and V- belt guard, eye bolts etc.
Executive Engineer Witness Contractors 95
Material of construction:
Casing : C I conforming to IS: 210 Gr FG 260
Rotor : Alloy steel
Shaft : Carbon steel C40/EN 24/19
Timing gear : Cast alloy steel
Pulley and gear side plates and cover: CI conforming to IS 210 Gr FG 260
Parameter:
Type Twin lobe
Discharge pressure To suit process requirement
Power transmission direct drive preferred
Cooling Air cooled
Code BS 1571
Tests
Sr. Tests Specs
No
1 Hydrostatic tests Twice the maximum working pressure
2 Performance test As per BS : 1571
3 Strip test Clearances with tolerance limit
4 Mechanical balancing ISO 1940 Gr. 6.3 or better
5 Visual Inspection Before painting
These pumps shall be used for pumping sludge to centrifuge. The pumps shall be designed to operate
satisfactorily without detrimental surges, vibration, noise, or dynamic imbalance. Over the required head
range, the head-capacity curve of the pump shall have a continuously rising head characteristic with
decreasing capacity over the whole range of total head. The pump shall have the maximum efficiency at
the specified duty point. The unit shall be designed to operate safely at the maximum speed attainable in
the reverse direction of rotation due to sewage returning thro the pump at times when power supply of the
motor is interrupted. The first critical speed of the pump set shall be at least 30% above the operating
speed.
The pumps shall run smooth without undue noise and vibration. The velocity of vibration shall be within
4.5 mm/sec. The noise level shall be limited to 85 dBA at a distance of 1.86m.
All rotating parts shall be statically and dynamically balanced as per ISO standards.
A stationary coupling guard shall be provided for the coupling conforming to all relevant safety codes
and regulations. Guards shall be designed for easy installation and removal. They shall be complete with
necessary support accessories and fastener.
The pumping unit shall be provided with a common base plate. The base plate shall be of sufficient size
and rigidity to maintain the pump and motor in proper alignment and position.
The pump design shall be as per IS 6595 and pump performance shall be as per IS 9137
The power rating of the pump motor shall be the larger of following
(i) 115 % of power required by the pump at the duty point
(ii) 110 % of maximum power required by the pump from zero discharge to the runoff point total
head
Material of Construction
Type Screw
Rotor Alloy Steel / SS 316
Casing CI
Stator Synthetic Rubber
Shaft SS 316
Base plate CI / MS Epoxy painted
Fastener SS AISI 304.
Parameters of Pump
Capacity As per bidder
Head To pump to Centrifuge
Efficiency Minimum 30 %
Pump speed 960 rpm (maximum)
Ball passing size 40 mm minimum
Applicable code
Design IS 6595
Performance IS 9137
Executive Engineer Witness Contractors 98
Testing
Material test certificate Casing, Impeller, Shaft
Hydrostatic test 1.5 times shutoff head or twice the rated
discharge head whichever is greater
Performance test IS 5120 and IS 9137 at full speed
Mechanical balancing As per ISO 1940, Gr. 6.3 or better
Visual inspection Pump shall be offered for visual inspection before
shipment. The pump components shall not be
painted before inspection
Field Tests Field performance tests required for satisfactory operation
Type Horizontal,
Capacity of each unit to suit 50% requirement of digested sludge
Number of working hours/day 16 hours (maximum)
Mixing arrangement of
Polyelectrolyte and sludge: online-mixing
22.10 Chain Pulley Block
Geared Chain Pulley Blocks shall be adopted. The monorail and trolley and the chain pulley block shall
be provided for lifting various equipments in the Pump House. The trolley and chain pulley block shall
be hand driven. The capacity of the trolley and the chain pulley block shall be for the maximum weight to
be lifted during erection and maintenance of the equipment but should not be less than 1 tonne.
The travelling trolley shall run on the lower flange of the rolled steel joist. The trolley shall have two
wheels on both sides of the joist web. The trolley wheels shall be single flanged with treads machined to
match the flange of the beam. The wheels shall be of carbon steel casting conforming to IS 1030. The
trolley shall have an arrangement for the fixing chain pulley block and sling. Pushing the load shall move
the trolley. Suitable arrangement shall be provided on the joist to prevent over travelling. The chain
pulley block shall have frame housing gears load sheave, brake unit, hand chain wheel and load chain
The gears shall be of spur type incorporating high grade hardened carbon steel pinion and heat treated
carbon steel wheels. The width of the gear shall be adequately sized for long life. The driving pinion shall
be integrated with the driving shaft. The load hook (bottom hook) shall rotate on the ball bearing. The
chain shall be electrically welded, accurately calibrated, pitched and polished. The length of the load
chain shall be sufficient for taking out the blower/pumps from their location. The hand chain wheel shall
be provided with roller type guarding to prevent slipping the chain. The hand chain wheel shall hang to
cleat of the hook. The braking shall be automatic, the screw and friction disc type and shall offer no
resistance. The load shall be sustained in any position of lift when effort for hoisting or lowering is
removed. Each chain pulley block shall be supplied with one set of 1 tonne sling with galvanized
D- shackles and clamps. The slings shall be about 3 m long. The monorail shall be ‘I’ section.
The exposed mild steel surfaces shall be enamel painted. The fasteners shall be GI or Cadmium plated.
The chain pulley block shall be tested for 150% overloads through a length of lift which will be ensure
that every part of the block mechanism and every teeth of gears come under load.
General
All actuators shall be motorized type and local controls shall be protected by a lockable cover.
Each actuator shall be adequately sized to suit the application and be continuously rated to suit the modulating
control required. The gearbox shall be oil or grease filled, and. capable of installation in any position.
All operating spindles, gears and head stocks shall be provided with adequate points for lubrication.
The valve actuator shall be capable of producing not less than 1½ times the required valve torque considering
valve spindle jamming and shall be suitable for at least 5 continuous operation.
The actuator starters shall be integrally housed with the actuator in robustly constructed and totally enclosed
weatherproof housing. The motor starter shall be capable of starting the motor under the most severe
conditions. The entire electrical system shall be tropicalised.
The starter housing shall be fitted with contacts and terminals for power supply, remote control and remote
positional indication, and shall also be fitted with internal heaters so as to provide protection against damage
due to condensation. Heaters shall be suitable for single phase operation. The heaters shall be switched “ON”
when the starters are “OFF” and shall be switched “OFF” when the starters are “ON”.
Each actuator shall be equipped as follows:
(a) AC electric motor with engage/disengage clutch mechanism of the dry type.
(b) Reduction gear unit (with thrust bearing if required)
(c) Torque switch mechanism
Executive Engineer Witness Contractors 101
(d) Limit switch mechanism
(e) Geared hand wheel for manual operation of valve.
(f) Valve position indicator – open/closed
(g) Auto-Manual lever with suitable locking arrangement
(h) Valve position transmitter
(i) Reversing contactor starter complete with overload relays of suitable range and adequately rated
control fuses
(j) Actuator with integral starter shall have selection between local/remote operation
(k) Local control switch/push buttons
(l) 415 V/110 V AC control transformer
(m) A white lamp for supervision of main supply to be provided locally.
(n) A potential free contact shall be provided to annunciate over-load trip/main supply failure on
remote panel
(o) Provision for local as well as remote operation
Special Features
(a) Two (2) nos. interposing relays for matching the control voltage of remote commands.
(b) The motor shall be specially designed for valve operation, combining low inertia with a high
(c) All motor actuators shall be provided with visible local valve position indicators mounted on the
(d) The torque switch shall function to stop the motor on closing or opening of the valve, on
actuation by the torque when the valve disc is restricted in its attempt to open or close. A minimum of
two (2) torque switches, one for closing direction and one for opening direction shall be provided.
(e) The non-adjustable limit switches shall stop the motor and give indication when the disc has
attained the fully open or close position. Provision shall be made for indication of stuck or jammed valve.
(f) All wiring connections from the various switches shall be brought out on to separate terminal box
mounted on the valve, having liberal space for wiring and making connection.
(g) The terminal box shall be suitable for outdoor use and shall be weather-proof and dust tight.
The Relays will have to assure protection of the connected equipment in case of overload and partial
single phase as per the characteristics.
Correct operation of over load relay contacts will be checked by pressing the test button on the relay. A
trip indicator. Will indicate the relay status. Reset following tripping would be automatic or manual.
This is selected by the user by toggle switch on relay. For ratings greater than 45 KW reset will be
manual & auto both.
The Over Load Relay will have potential free contact for indication / alarm purpose.
In combination with a contactor and a short circuit protective device the resulting motor starter will be
Type 1 or Type 2 co-ordinated conforming to IEC 947-4-1. Co-ordination will be in accordance with
tables tested and certified by the manufacturer of the respective switchgear.
22.12.7 Air Circuit Breaker
The ACB will conform to IEC 947-2 1989. The Service Short Circuit Breaking Capacity will as
specified and equal to the Short circuit Withstand values. The ACB will be provided for controlling the
in coming supply feeder or as required and specified in schedule. Shall be available in 3 or 4 Pole with
left aligned mechanism, fixed or draw out, manually or electrically operated versions as specified. ACB
will be capable of providing short circuit, over load and earth fault protection (30-40-50%), Zone
Selective Interlocking, thermal memory thru microprocessor based control unit sensing the true RMS
values to ensure accurate protection as per standards.
The breaker would have at least 3 distinct positions from – Service/Test/ Isolated/ Maintenance within
cradle. It should be possible to withdraw the breaker for testing while fitted on cradle. Safety interlock
must be provided to prevent the ACB from Falling out in a fully withdrawn position. The ACB will be
provided with a Door interlock. The contact would be copper and silver plated alloy only with a feature
of replacing the arcing contacts for enhancing the life of main contacts. The ACB will have proper
insulation as per the standards. All 4 pole ACBs should have fully rated Neutral pole.
All electrical closing of breaker would be with Electrical motor wound stored energy spring closing
Mechanical indicator to provide. ON/OFF status of ACB.
For all ACB’s the Operating handle would be provided for charging the spring in continuous action. The
spring will be released with ON/OFF Push Button command in one operation at the correct speed
independent of operator speed. A direct Mechanical coupling would indicate the ACB in ON to OFF
position thus qualifying to disconnection as per the IS/IEC indicating the true position of all the contact.
One Set of NO/NC potential free contacts to be provided for operation on building Management System.
Only PLC based automation system with application software based on Rockwell to control all
pumps, valves, blowers, VFD, decanting mechanism, limit switches and probes as per bidder’s
design including I/Os with 20 % spares, power supplies, UPS, etc. complete.
- HMI Panel to comprise of up-to-date standard PC with monitor, printer, mouse, internet
connection, RS-view, RS-links (gateway version), entire process and operator software with
dynamic flow charts, pictures, screens, alarms, historical trends, reports etc.
- SCADA based Automation system to monitor continuously in each tank the followings:
(a) Filling volume
(b) Discharge quantity
(c) DO-level
(d) Temperature
(e) Oxygen Uptake Rate
(f) Blower speeds
(g) Decanting mechanism
The components of Automation are
1 PLC-Cum-Control Panel
2 Online 2 KVA UPS with 1/2 Hours Battery Back-up
3 PC with SCADA, Printer & Desk
22.15.1 Scope
This specification covers design, manufacture, testing and supply of Medium Voltage PVC
Cables and High Voltage XLPE Cables.
22.15.2 Standards
The cables shall conform to latest edition of the relevant Indian Standard Specifications with
amendment upto the date of issue of Enquiry, particularly the following Standards: -
IS 1554 : PVC insulated (heavy duty) electric cables for working voltages upto
and (Part 1) including 1100 Volts
IS 1554 : PVC insulated (heavy duty) electric cables for working voltages from
3.3kV (Part 2) upto & including 11kV
IS 7098 : Cross – linked polyethylene insulated PVC sheathed cables for working (Part
1) voltage upto and including 1100 V.
IS 7098 : Cross – linked polyethylene insulated PVC sheathed cables for working (Part
2) voltage from 3.3kV upto and including 33 kV
IS 7098 : Cross – linked polyethylene insulated thermoplastic sheathed cables for (Part
3) working voltages from 66 kV upto and including 220 kV
IS 8130 : Conductors for insulated electric cables and flexible cords
IS 5831 : PVC insulation and sheath of electric cables
IS3975 : Mild Steel wires, formed wires and tapes for armouring of cables
IS2633 : Methods for testing uniformity of coating of zinc coated articles
IS 3961 : Recommended current ratings for cables PVC insulated and PVC (Part 2)
sheathed heavy duty cables
IS 10418 : Drums for Electric Cables
A. General
1. This specification covers wires and cables for general construction.
2. Provide new wire and cable manufactured within one year prior to installation. The wires &
cables shall be ISI marked and fulfil the standards mentioned here .The manufacturers name,
conductor size, insulation type, volt rating shall be as per IS standards.
3. Where not otherwise specified or indicated, wire sizes are referenced to a capacity of 98 percent
conductivity copper conductors. Do not install wire and cable having conductors of other metal
unless approval for any such changes is obtained in writing.
B. Products
1. Provide stranded conductors for 16 mm2 and larger, and solid conductors for 10 mm2 and
smaller. Stranded conductors in wire size smaller than 16 mm2 may be used where subject to
vibration or frequent flexing, and shall be used for control systems wiring.
A. Products
1. Sleeves for General Use
Use galvanised steel pipe
B. Execution
1. Provide openings, chases, cutting, patching, sleeves and other products, necessary to permit the
electrical raceways and cables to pass through the structure.
2. Establish locations for openings, chases and sleeves sufficiently in advance of construction to
avoid cutting and patching. Perform any required cutting and patching for electrical work and
obtain approval for cutting prior to work being done.
3. Repair damages to finished work and surfaces caused by cutting, to the satisfaction of the
Engineer-in-charge.
4. Install sleeves wherever raceways of any type pass through walls or floors.
Earthing
A. General
1. Unless otherwise indicated, ground each single or poly-phase system neutral conductor at source.
2. Unless otherwise indicated earth, ground exposed non-current carrying metal components
of electrical equipment, cable trays, raceway system, cable grounding conductors armour
or shielding and enclosures shall be earthed.
3. Maintain continuity of system and equipment grounds throughout the electrical installation.
Provide grounds, bushings and jumpers where normal metallic ground paths are interrupted.
4. Grounding shall comply with the Engineer-in-charge drawings and specifications, and with the
requirements of State and local Code enforcement bodies.
5. Alternate grounding methods in accordance with good accepted practice for this type of work
which cover conditions not indicated on the approved drawings or described in these
specifications and which meet with the approval of the Engineer-in-charge shall be used in order
to secure a good substantial and permanent grounding system. Under no conditions shall the
maximum ground resistance exceed five ohms when measured in accordance with recommended
standards.
The ON LINE UPS shall be incorporating a six-pulse rectifier and pulse width modulation
inverter technology with 100% microprocessor control with built in static and manual bypass switch.
The UPS shall incorporate a DC under voltage trip circuit to electrically trip the UPS in order to protect
the battery.
The noise level of the unit shall not exceed 60dB (A) at 1m from the UPS cabinet.
The UPS shall provide a volt free contact output to indicate:
The efficiency at full load and 0.8 power factor shall be greater than 88%.
Indicators to indicate
• UPS status
• UPS alarm conditions
The UPS shall provide a volt free contact output to indicate:
• Warning. i.e. low battery capacity
• Fault
• Static bypass in use.
The UPS shall have an overload capacity of 150% for 30 seconds and shall be protected in the event of a
short circuit of the output.
The batteries shall be housed, either within the UPS enclosure or within a separate matching battery
cubicle suitable for location adjacent to the UPS.
The batteries shall be maintenance free lead acid type sealed for life.
Terminals shall be shrouded to prevent accidental contact. The battery enclosure shall be corrosion
resistant and ventilated to prevent the build up of gases.
Warning notices shall be provided for wall mounting to warn of the presence of charge gases. The
battery supply of the UPS shall be via a fused load break switch dis-connecter circuit breaker.
The battery recharge time to 90% of full charge shall be approximately ten times the discharge
time at full load.
The UPS battery shall have a back up of 30 minutes at full load and supported with inverter of suitable
capacity.
Upon completion of instrument calibration and system validation, all systems shall be tested under
process conditions.
The testing shall include, but not limited to all specified operational modes, taking process
variables to their limits (simulated or process) to verify all alarms, failures, interlocks and
operational interlocks between systems and/ or mechanical equipment.
Any defects or malfunctions shall be immediately corrected using approved methods and materials
and the tests shall then be repeated.
Upon completion of final operational testing, a report shall be submitted, indicating that the total control
system provided meets all the functional requirements specified herein. This report shall be made in
the format approved by the Engineer. The Engineer shall certify this report and it shall constitute final
acceptance of the control system.
22.19 Fire Extinguishers
The Contractor shall provide 10 Kg CO2 fire extinguishers duly ISI marked of suitable capacity and
numbers at the treatment plant STP at different locations after consultation with the Employer’s
representative. These shall be provided as adhoc at the start itself and replaced fully up to date before
handing over of the work.
Materials of Construction
Casing M S as per IS 2062
Impeller Cast Aluminium
Test As per IS 2312
SI- Integral type weather proof streetlight fitting with LED light having output greater than 4600 Lumen,
with snap starter have been provided. The lantern shall be one piece cast Aluminium body with lamp and
control gear compartments. Lamp compartment shall be fitted with a pair of anodized Aluminium-faceted
reflector. The fixture shall have adjustable cut-off and semi-cut off light distribution. The cover shall be
of clear acrylic and of one piece and shall be held to the canopy by means of stainless steel toggle hook
or latches. LED light having output grater than 3900 Lumen for roads and pathways.
12. Following is the minimum requirement of street light/flood light 4 MLD STP at
Balachaur distt.Shaheed Bhagat Singh Nagar.
To reduce overall electricity bills for all smaller capacity STPs Solar Lighting arrangements must be
installed with auto cut system. In case of emergency for one or two days LED Light having output
greater than 4600 luminous and LED lighting output greater than 3900 luminous will be used.
Specifications for Solar System should be accordance to PEDA (Punjab Energy Development
Agency), Chandigarh and also approved by Engineer-In-Charge Solar System with minimum one
day backup should give equal illumination with respect to LED lights running on electricity also.
Core
The core shall be constructed from cold rolled grain oriented silicon steel laminations of grade
41, at least one side of each lamination shall be coated with hot oil proof insulating material
such as oxide silicate. A steel framework shall hold the lamination rigidly. The core shall be
provided with lifting lugs for lifting the complete core and coil assembly of transformer without
transmitting the stresses to the, laminations. The flux density should not be more than 1.6
tasle/m2. Laminations used should be free from burns and rust at the edges and finally assembled
core is free from distortion.
The main tank of the transformer shall be made of good quality tested rolled steel sheet and
painted outside with IP55 protection, inside of the tank should be painted with 2 coats of
Zincromated primer.
Lock Nuts
Bolts and nuts shall be provided with lock washers or lock nuts, split pins shall be used for the
purpose of lock nuts.
The manufacturer will ensure that the noise level is not more than 5DB above the NIMA
standard publication
Transformer Oil
The transformer oil used in the transformer shall conform to IS-335 / latest edition with up to
date amendments.
The temp. rise shall not exceed the limits of 50 0 C for transformer windings and 400C (measured
by thermometer) in top oil when tested in accordance with IS 2026 Part II-1977. Hot spot temp.
not to exceed 950C when calculated over an annual weighted temp. rise mentioned above will
have to be satisfied by the manufacturer by carrying out heat run test at the lowest tap by feeding
loses corresponding to rated current at this tap proportional to guaranteed max. loss at normal
tap
The No Load Losses and No Load Current shall not exceed the values given in the following
table
kVA No load losses Load losses at No load
Rating (Fixed Loss) 750 C(Watts) current
Watts
The above losses are max. allowable without any tolerance on positive side.
Impedance: - the %age impedance at 750 C shall be 6.25% (without any +ve tolerance).
Over flux in the core shall be limited to 12.5%.
The current density on H.V. side should not be more than 3 A/mm2 and that on LV side 3.2
A/mm2. The current density in the tow windings should as for as possible be equal in order to
have min. copper loss.
Schedule of Technical Particulars should also be given along with bid Fitting should be provided
as per Appendix ‘B1 & Appendix B2’.
B-2. The additional fittings per transformer as given below may be provided, along
with offer:
On load Tap changer suitable for application at all locations of 11 kV, 3 phase, Star or Delta connected
transformers. It is a linear gear, requiring a potentiometric tapping arrangement with a Wander lead. The
Tap Changer has a max. of 9 positions so that it can be applied to a winding of 8 steps, to give 9 different
voltages. The functions of the tap selector and diverter Switch are combined in a selector switch. The
Selector Switch and its integrally mounted stored energy type Driving Mechanism are housed in a sheet
steel tank, with a Flange suitable for mounting on a port on the Transformer tank. Leads can be brought
out of the transformer through a Port Flange mounted, oil tight, Terminal Barrier Board, which is part of
the Tap changer supply. The Tap changer must be connected to a conservator, through an Oil Surge
Protective Relay. The Oil Surge Protective Relay forms part of Tap changer Supply. The Transformer
Manufacturer must fill the Tap changer with oil. The Tap changer must conform to Type tests and
Routine tests as per IS: 8468.
Technical Data:
Automatic Voltage Regulating Relay designed for maxm. Operational simplicity for regulating the
secondary voltage of power transformers with On Load Tap Changer. The dead band (band width)
can be set by setting the nominal8790 value adjustment (NVA) to the required value (110V+10%)
& then setting the L & R Limits around the NVA within 0.5v to 5v.
The desired time delay can be set up on the front panel and the control action will take place only if the
voltage continues to remain outside the dead band after the time delay has elapsed. For voltage
HT Metering Panel, shall be free standing, made out of 5 SWG thick sheet steel, with IP 55
protection.
The Design of the Control Panel would be optimized and synchronized with safety and
control features & change over facility as specified at sr. no.2 in table in chapter No.1. Material
specifications are given here below and bill of quantity as per table given above. It shall be the
responsibility of the bidder to match the rating of Electrical Equipment. Under no circumstances
will the rating of the Electrical Equipment be less than that specified in the table.
The Control Panels would be fabricated from 5SWG CRCA sheet, cubical type, floor
mounting and free standing, suitable for indoor installation with a separate base rolled channel
of 40 x 75 x 40 mm section. All gland plates shall be of 3.15 mm thick. Adequate bus bar
supports should be provided for better fault withstanding.
The Panel will be made dust and vermin proof by providing good quality gaskets on
doors, removable covers, gland plate etc. It will have a compartmental design, where in
the incoming and outgoing feeders, bus bars etc. will be mounted in separate
compartments having its own front door. The Panel will be made extensible type. All
the live parts inside the panel would be covered with perforated sheet from the rear and
with fibreglass / acrylic from the front as per the degree of protection specified.
The Panel will be completely wired internally with terminals brought out, terminal
blocks for external wiring. Due to heavy corrosive atmosphere in the surroundings, the
sheet metal work of Panel will be Powder coated of 60 Micron after going through 7-
tanks treatment with shade of RAL-7032 OF IS-5. The construction method would
conform to Indian Standards. Cabinet doors will be equipped with concealed or
detachable type hinges and with flush or semi-flush., spring catch type, flush cylinder
locks.
24.1 ALTERATION:-
The water cooled engine should conform to IS- 10002 -1981 at 1500
RPM and should be capable of running the above alternator under condition specified
The makes & specifications as per approved tender document shall be adopted for
the items appearing in the proposed technology by the bidder. However, makes &
specifications for items other than mentioned in the approved tender document shall be
Jalandhar.
26.2.1 To get test from Board’s Laboratory nearby STP, all chemicals and reagents will be arranged by
the Bidder from his own sources. However the department will be at liberty to get random
sampling & testing done on Board’s Laboratory or from any other agency, to the entire
satisfaction of Engineer-in-charge. In case of testing from other agency, charges will be borne by
Punjab Water Supply & Sewerage Board.
26.2.2 Plant and equipment covered under this Contract shall be totally attended to by the Contractor
including any “Trouble Shooting” to ensure smooth and trouble free operation.
‘ During Stabilization, Operation and maintenance period electricity charges for electric energy supplied through
PSPCL grid and gen set shall be borne by the department to the extent of average guaranteed energy consumption
quoted by the agency. If the actual energy consumption exceeds average guaranteed energy consumption, the
charges for excess energy consumption shall be borne by the agency. Electric energy consumption for PSPCL grid
shall be charged as per bill raised by PSPCL, however electric energy consumption for genset (as per energy meter
to be installed by the agency) shall be charged as per fixed by Engineer-In-Charge (as per actual consumption of
diesel) in writing. All other consumable material and required staff for operation and maintenance will be provided
by the bidder.
Daily consumption may not be based on proportional discharge but will be considered in steps as
under:-
Discharge : Energy consumption
40% (des. Disc.) : 60%
50% (des. Disc.) : 70%
60% (des. Disc.) : 80%
70% (des. Disc.) : 90%
>70% (des. Disc.) :100%
“This clause shall not be applicable during the stabilization period of three months. However, the agency
shall bear the cost of Electricity alongwith Diesel expenses etc, if the stabilization period goes beyond
three months. However, the clause will be applicable for O&M Period Along with this Agency will
maintain the Power. Factor as per PSPCL norms at all times.”
The operation & Maintenance cost approved by the Department shall be payable on monthly
basis on completion of every month on submission of bill by the Contractor. The Contractor
shall maintain the attendance record of the staff employed by him, which can be checked by the
department any time. The Contractor will also submit copy of all the data sheets every month for
evaluation.
26.3.1 The Sludge available from Sewage Treatment Plant and screenings from STP shall be property
of the Contractor and suitable credit for the same shall be considered by the Contractor while
offering his price Bid. The waste water will not be sold by the Contractor. However, deptt. is at
liberty to do so, and retain the proceedings, if any.
26.3.2 All sorts of Tool & Plant, required for proper operation & Maintenance of all Sewage Trématent
Plant shall be arranged by the Contractor at his own cost.
However the agency will be responsible for upkeep of the Plant as per DNIT provisions and shall
arrange additional staff whenever required at his own cost in case of any crisis.
“Non-employment of the personnel during O&M as per the Bid will lead to imposition of penalty
as mentioned in Volume-I. However the Contractor shall mention the personnel required for
O&M in his bid.”
There will be no provision for establishing laboratory. For compliance requirements with central
pollution control Board & Punjab pollution control board, sampling & testing shall got be done
through Accredited laboratory & test result shall be monitored & maintained at the plant.
26.5 Operation and Maintenance Activities:
1. The concrete works/brick works/other civil works shall be checked regularly and repaired as and
when required.
2. All metal works e.g. railing, staircase, chequered plates, valves, rungs etc shall be painted as and
when required as directed by Engineer-In-Charge.
3. Overflowing of various units shall be checked regularly.
4. It shall be checked daily that all the units/ equipments are operational.
5. Disposal of screened waste, scum, grit removed and any other waste shall be done to the
earmarked dumping site.
6. It shall be checked regularly that all Sluice valve and gates are functioning properly.
7. All pipes and bends shall be checked regularly for chokage and cleaned if required.
8. Lubrication of all the moving parts of equipments/gates/valves regularly as per instructions of
manufacturer or earlier if required shall be done.
9. Greasing and glanding of equipment/ gates/valves regularly as per instructions of manufacture or
earlier if required shall be done.
10. All equipments/unit shall be cleaned and repaired regularly.
11. Weir plates shall be cleaned regularly and their levels shall be kept proper.
12. Electric connections to all the machinery/equipment shall be checked/repaired regularly.
13. Level switches shall be checked/repaired regularly for their proper functioning.
14. Power factor shall be maintained as per PSPC Ltd. rules. If any penalty is imposed by PSPC Ltd.
due to nun maintenance of power factor the same shall be recovered from the contractor.
Deficiency in manpower
Plant Operator Not present on duty Double per day D.C rate
(Jalandhar).
Sewer man Not present on duty Double per day D.C rate
(Jalandhar).
Watchman cum Gardener Not present on duty Double per day D.C rate
(Jalandhar).
Deficiency in Service
Power Consumption Exceeding the guaranteed The Excess power cost will
power Consumption be recovered from the
calculated for the quantity of Contractor.(see contract
sewage treated for the month limits Sr. no.iv)
based on the power
consumption furnished by
the bidder.
Note:- @ Double per day note of DC jalandhar has means double of present D.C rate Jalandhar by
which salary is currently drawn by concerned O&M staff.
Non conformance with BOD Per MLD for every day of non
Standards [ conformance
Rs 200.00
Non conformance with TSS Per MLD for every day of non
Standards conformance
Rs 200.00
Non conformance with faecal Per MLD for every day of non
coliform conformance
Rs 200.00
Non conformance with other Rs. 200.00 Per MLD per parameter for every
parameter as per DNIT day of non conformance per MLD
per parameter.
The list of equipment as well as, the detail of components, is indicative only, the contract
shall be required to provide complete chlorination system along with safety devices as approved by
Engineer-in-Charge.
NOTE: - The above items are indicative only. Bidder shall provide all other items, if
required as per site requirement.
Bye pass arrangement with provision of suitable valve shall be installed in the rain water drain
pipe just before every filter chamber to reject the first shower.
1.1.1.1. General
Proposed CCTV system shall be an open standard based integrated system with IP network
centric functional and management architecture aimed at providing high-speed
manual/automatic operation for best performance.
System shall use video signals from various types of indoor/outdoor CCD colour cameras
installed at different locations, process them for viewing on work stations/monitors at Central
Control Room/local control rooms and simultaneously record all the cameras after compression
using MPEG 4 or better standard. Joystick or Mouse-Keyboard controllers shall be used for
Pan, Tilt, Zoom, and other functions of desired cameras.
System shall have combination of Digital CCD Colour video Cameras with individual IP
address, analog CCD Colour Video Cameras with Fixed or P/T/Z Lens, encoders/ decoders,
Network Video recorders (NVR/CAMERA SERVER), Network attached storage (NAS) / Raid
backup device for recording, Application software, Colour Video Monitors, Keyboards with
Joystick controllers / Mouse-Keyboard, software based Video Matrix Switcher, work station for
System Administration / Management / Maintenance etc.
The NVR / CAMERA SERVER can be embedded type or server based. However the NVR /
CAMERA SERVER software shall run on common off the shelf available servers (Camera
server & Database server). Each NVR / Camera Server shall be able to handle 12 or more
cameras.
Network Video Recorder shall offer both video stream management and video stream storage
management. Recording frame rate & resolution in respect of individual channel shall be
programmable.
System should ensure that once recorded, the video cannot be altered, ensuring the audit trail is
intact for evidential purposes. System shall provide sufficient storage of all the camera
recordings for a period of 30 days or more@ 25 FPS, at 4 CIF or better quality using necessary
compression techniques for all cameras (extended capacity of cameras i.e. present capacity +
25%).
System shall use a combination of IP enabled cameras & analog CCD cameras with external
encoder. The video shall be compressed using MPEG-4 or better standard and streamed over
the IP network.
Encoders shall digitize analog video, compress the digital video using various compression
algorithms for outdoor installations, shall be suitable to work from (-) 10o C to (+) 50o C with
RH up to 90% non-condensing.
1.1.1.5. Retrieval
The CCTV application should allow retrieval of data instantaneously or any date / time interval
chosen through search functionality of the application software. In case data is older than 30 days
and available, the retrieval should be possible. The system should also allow for backup of specific
data on any drives like CD/DVD/ Bluray Recorders or any other device in a format which can be
replayed through a standard PC based software. Log of any such activity should be maintained by
the system which can be audited at a later date.
1.1.1.5.8. Cables
Sr.No. Connectivity CableType
1 Camera to Video Encoder CoaxialRG6/U/CAT6/Fibre Optic
2 Video Encoder to Switch in control room UTPCAT6/Fibre Optic
3 Switch to Video Wall Switches UTPCAT6/Fibre Optic
4 From switches to NAS Box Fibre Optic
5 Hardware Decoder to monitor Composite signal cable
1.1.1.6. General
The contractor shall execute all works related to lighting system of all STP buildings, plant area
and roads. The contractor shall provide all indoor &outdoor LED lighting fixtures complete
with driver, high mast for plant area lighting, ceiling fans complete with speed controlling
device, exhaust fan, receptacles, MCB, main lighting panel, lighting panels for each building,
earthing, ACs for control room & office and all other miscellaneous works required to fulfil the
lighting system as per site requirement and as decided by Engineer-in-charge.
Illumination levels shall be maintained as per IS 3646 (Part-1)- 1992 and as below:
Sr. Description Intensity required
No. ( Lux)
1. Pump House/ Blower House/ MCC Room/ Guard 200 lux
Room/ Meter Room/ Bedroom/ Pantry & Kitchen
2. Workshop/ Store Room/ Centrifuge Building/ Chlorine 150 lux
Room/ Tonner Room/
3. Office/ PLC Room/ Laboratory 300 lux
4. All other indoor areas 150 lux
5. switch yard 50 lux
6. outdoor plant/Street lighting 20 lux
All indoor-outdoor lighting fixtures shall be LED type suitable for operation on a nominal
supply of 240 V, single phase, 50 Hz, AC with a voltage variation of +/- 10 %. Outdoor lighting
fixture shall be weather-proof and rain proof type. All lighting fixtures shall be designed for
continuous trouble free operation and supplied with driver and all necessary accessories for
their satisfactory operation. The fixtures shall be designed so as to facilitate easy maintenance
including cleaning, replacement of component.
LED flood light shall be IP-66 protected with extruded aluminum housing, toughened glass
diffuser with suitable lenses on LED to achieve various beam angles, 240 volts, 50 Hz of high
power LED lamps supplied with pre wired cable of 1 mtr. Integrated driver shall be high
efficiency (>85%) and in compliance to IEC standards. System life of 50000 burning hours
with 70% of initial lumen be maintained. Fixtures shall be CE compliance.
1.1.1.14. Fixture
(i) Provide material required for complying with code requirement. Install in perfect vertical and
horizontal alignment.
(ii) Support surface fixtures with a minimum of 2 fastenings per fixture, located near each end of
fixture.
Executive Engineer Witness Contractors 164
(iii) Locate fastening for all surface-mounted fixtures to provide maximum fixture support and
optimum fixture alignment.
(iv) Individually mounted, suspended fixtures shall have a minimum of two supports per fixture.
(v) Fastening for suspended fixture supports attached to concrete slab shall consist of a minimum
of 10mm screws fastened to concrete inserts for each individual fixture support.
(vi) Provide canopies on stems fitting to and concerning outlet boxes and support devices.
(vii) Cable entries shall be sealed with cable compound.
1.1.1.16. Receptacles
The Contractor/ bidder shall provide suitable number of indoor receptacles as per requirement
of site conditions.
General
(i) Protective metallic plug and deeply recessed contacts in the sockets shall be provided such that
it gives very high degree of safety for operating personnel against risk of accidental exposure of
live contacts.
(ii) Earthing connection of plug while inserting and removing shall be made first and broken after
the main circuit connections.
(iii) Plug shall be provided with compression gland to grip the cable firmly.
(iv) Casting of plug, sockets and conduit boxes shall be of non-corroding Die-cast Aluminium alloy.
(v) Guide pin shall ensure the non-reversibility.
(vi) Receptacle Type Z-2
Receptacle Z-2 shall be 15 or 20-Ampere single phase metal clad totally enclosed wall-
mounting type, interlocked switch, socket and plug unit shall conform to the relevant Indian
Standards. Switch shall be interlocked with plug such that plug cannot be inserted or removed
while the switch is in `ON' position. Plug and sockets shall be Crompton make ASSP 20 type.
(vii) Office Receptacles Type Z1
Receptacle shall be single phase 15 Ampere multi-pin, plus ground plastic moulded with
switch, fuse and plug mounted in common enclosure. Receptacle shall conform to IS 1293 and
switch shall conform to IS 3854.
1.1.2.1. GENERAL
The offered Panel shall be brand new with state of the art technology and proven field track
record. Vendor shall ensure availability of spare parts and maintenance support services for the
offered equipment at least for 10 years from the date of supply.
The panel shall be free standing floor mounted with complete front access for operation and
maintenance. The panel shall be fixed type (draw out type for ACB feeder) in single front
execution, assembled in single line up, metal enclosed, fully compartmentalised, totally
segregated compartments for feeders, cables and bus bar, dust and vermin proof suitable for
indoor installation.
All hardware shall be corrosion resistant. All joints and connections of the panel members shall
be made of galvanised or zinc passivated cadmium plated high quality steel bolts, nuts and
washers secured against loosening. All openings, covers and doors shall be provided with
gaskets around the perimeter to make the switchboard dust and vermin proof. Suitable lifting
hooks shall be provided for each shipping section for ease of lifting of panel.
The panel shall comprise of incoming ACB and Bus-coupler ACB with required protection,
digital multi-function meter, surge protection device, indication lamps. Outgoing shall consist
of Soft Starters/ Automatic Star-delta Starters, DOL Starters, MCCBs, digital multi-function
meter, L/R selector switch, start-stop push button, indication lamps, suitable rated heavy duty
MD/APP bank of capacitors with MCCB, capacitor duty contactor, APFC relay etc. complete
with required protections. Panel shall also comprise control supply transformer, both power and
auxiliary/control bus bars, cable termination compartments etc. The incomer of the panel shall
be electrically & mechanically interlocked so that only one incomer (main or DG supply) is On
at a time.
All feeders shall be of modular design with height in multiples of standard unit size. All
auxiliary devices for control, indication, measurement and protection except the bimetallic
relays shall be mounted on the front side of the respective compartment. Components requiring
frequent inspection during operation shall be easily accessible. Panel shall be SCADA
compatible.
Metal clad cubicles/modules shall be provided with hinged doors in the front, with facility for
padlocking door handles. More than one module may be arranged in the same vertical section.
Circuits shall be of the fixed type. The switchboard enclosure shall conform to “Form - 4” as
per IS-8623. It shall be possible to extend the switchboard on both sides.
Panel shall also be fitted with a label indicating its title. Each cubicle shall be fitted with a label
on the front and rear of the cubicle. Each relay, instrument, switch, contactor and MCCB/MCB
shall be provided with a separate label. One metal sheet shall be provided between two adjacent
vertical sections running to the full height of the switchboard except for the horizontal bus bar
compartment. However, each shipping sections shall have metal sheets at both ends. After
isolation of the power and control connections of a circuit, it shall be possible to carry out
maintenance in a compartment safely, with the bus bars and adjacent circuits alive.
1.1.2.5. Quantification:
· Instrument Calibration: The following frequency has to be used for calibration of
analyzer. This calibration can be done in the laboratory of the industry and data should be
submitted online to CPCB.
· pH – once every week or as specified by manufacturer whichever is earlier
· COD – once every week or as specified by manufacturer whichever is earlier
· BOD – once every week or as specified by manufacturer whichever is earlier
· TSS – once every week or as specified by manufacturer whichever is earlier
· Others – once every week or as specified by manufacturer whichever is earlier
The software must keep all calibration data points in memory for interpretation of matrix
change adaption.
1.1.2.10. Reporting:
The suppliers have to provide central server at cloud operational on 24x7 basis and to provide
online data connectivity with PPCB and PPCBs servers. Beside data connectivity they need to
provide login credential to respective PPCBs/PCCs and PPCB to view the data in graphical/
tabular format and also to compare the data features.
One minute data average must be transmitted /retrieved to servers every 30 minutes. In the
event of transmission loss the time stamped data in the data logger memory must be transmitted
to fill from the last transmission break with a stamp of time delay. The software should
have two way communication, so that data from the system can be seen whenever
desired and remote of controller/data logger can be taken to visualize the immediate status of
the system.The data along with diagnostics and calibration details should be transmitted to
CPCB and SPCBs servers.
a. Data Generator
b. PPCBs
c. CPCB
· Change Request Management: window for requesting data changes due to actual field
conditions shall be provided in line to SPCB to consider the request or not.
· The site surrounding environmental conditions shall also be recorded along with other
environmental parameters, as these have the potential to affect the system adversely and
corrupt the data generated.
· System should have capability to depict data at the actual location of industry over the map.
CPCB and or PPCBs shall develop a map based system for data integration at a
single location.
The software should be capable of analyzing the data with statistical tools and shall have
the following capabilities:
a) Statistical data analysis (customizable) for average, minimum, maximum, diurnal
variation.
ii) Capability of comparison of data with respect to standards/threshold values.
iii) Auto report and auto mail generation etc.
iv)Providing calibration database for further validation/correction of data.
v) Providing data in export format on continuous basis through central/station computer
system to other system.
· Data Storage for next five years.
· System should be connected to a backup power source with adequate capacity (min. 2 hrs.)
to avoid any power disruption.
Compliance of statutory guidelines issued time to time and issued by PPCB/CPCB are applicable
for compliance up to the date of tendering. Signature Not Verified
Digitally signed by SANJEEV KUMAR
Executive Engineer Witness Contractors15:45:55 IST
Date: 2020.02.14 172
Location: Pubjab-PB