You are on page 1of 333

Rajnandgaon Municipal Corporation

6.2 MLD Sewage Treatment Plant and Septage Management,


UNDER AMRUT MISSION
TENDER DOCUMENTS
Form “F”
(Lump-Sum Contract)

Name of Work:“ Design, Construction, Supply, Installation, Testing, Commissioning of Weir across nalla,
Sewage Pumping Station, Sewage Pumping machinery, Sewage Conveyance main and 6.2 MLD Sewage
Treatment Plant on SBR Technology with PLC and SCADA Automated monitoring and control System, septic
sludge management plant at Mohod, Rajnandgaon along with 18 months including Trial Run followed by
operation and maintenance for 5 year”

(PAC Rs. 1232.03Lacs)


COST OF TENDER DOCUMENT& BID PROCESSING FEE —Rs.15, 000.00

Office of the Commissioner


Municipal Corporation, Rajnandgaon
Chhattisgarh
Web site: www.mcrjn.com
E-mail: nigamrajnandgaon@gmail.com
Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

INDEX
1. ANNEXURE- "B": CONTRACTORS LABOUR REGULATIONS............................................... 33

2. ANNEXURE-"C": FORM OF INCOME TAX CLEARANCE CERTIFICATE ....................... 33

CONDITIONS OF CONTRACT...................................................................................................................... 40

3. SCOPE OF WORK– OPERATION & MAINTENANCE ....................................................................... 58

4. GENERAL CONDITIONS OF CONTRACT ...................................................................................................

5. SPECIAL CONDITIONS OF CONTRACT......................................................................................................

6. TECHNICAL SCHEDULES ........................................................................................................................ 305

7. TECHNICAL SPECIFICATIONS – GENERAL........................................................................................ 80

8. TECHNICAL SPECIFICATIONS – CIVIL WORKS& STP ................................................................... 87

9. TECHNICAL SPECIFICATIONS – PIPE LINE WORKS .................................................................. 120

10. TECHNICAL SPECIFICATIONS – PUMPING STATION CIVIL WORKS ................................... 136

11. TECHNICAL SPECIFICATIONS MECHANICAL WORKS............................................................... 191

12. TECHNICAL SPECIFICATIONS – ELECTRICAL AND INSTRUMENTATION WORKS ...... 204

13. INSPECTION, TESTING ERRECTION COMMISSIONING AND TRIAL RUN ......................... 246

14. APPROVED MAKES.................................................................................................................................... 255

15. BOQ .................................................................................................................................................................. 317

15. DRAWINGS ................................................................................................................................................... 332

Instruction to Bidders, Scope of Work & Formats 1|P age


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

OFFICE OF THE MUNICIPAL CORPORATION RAJNANDGAON(C.G.)

DETAILED NOTICE INVITING TENDER(3RD CALL)


NIT. No. /Amrut /STP/2017-18/1294 Rajnandgaon/Dated : 03/11/2017
Online tender for the works mentioned below are invited by the Commissioner, Municipal Corporation, Rajnandgaon for
the following work in Form “F” for Lumpsum Contract from the contractors registered with Unified Registration System
(Single Window) on GoCG PWD Department & e-Procurement System Portal (https://cgeprocurement.gov.in) through
sub portal https://uadd.cgeprocurement.gov.in as per the 'key Dates' mentioned below . All other conditions for
submission of tenders and criteria for prequalification etc. have been mentioned in the tender documents and
prequalification documents.
Grou Name of work Probable Earnest Time allowed Bid Submission Validity of Class of
p amount of money for fees offer Contractor
No. contract (in (in lacs) completion (opening
lacs) of
financial
offer)
1 2 3 4 5 6 7 8
1. “Design, Construction, 1232.03 Rs. 18 months Rs 15,000 /- 120 In
Supply, Installation, Testing, (PAC Amount 6.20 including DD at payble days Appropriat
Commissioning of Weir 1112.03 Lakh Lacs (monsoons) Municipal e Class A.
across nalla, Raw Sewage +0&M 120.00 & 3 months Croporation
Pumping Station, Raw Lakh ) of trial run Rajnandgoan
Sewage Pumping machinery, followed by
Raw Sewage Conveyance O & M of
main and 6.2 MLD Sewage five year.
Treatment Plant, septic
sludge management plant at
Mohod, Rajnandgaon
followed by operation and
maintenance for 5 year”
I) Wier at Nala.
II) Sump and Pump House at
Nala including Inlet, Coarse
Screen Chamber and wet
well pumping Station.
III) Raw Sewage Pumps :
Submersible (3 Nos : 45LPS
@ 20 M Head each)
including piping,Sluice
Valve,Reflex Valve, Valve
Actuator,Kinetic Double
Orifice, Air Valve, Pressure
Gauge, 3 Ton EOT,

Instruction to Bidders, Scope of Work & Formats 2|P age


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

Electromagnetic Flow meter


,Ultrasonic Level
Transmitter, Pressure
Transmitter and electric
Cable.
IV) Sub Station at Nala and
at STP (11/ 0.415 KV and 250
KVA Transformers).
V) 300 MM dia 3.6 kms rising
mains from Nala to STP
including valves specials,
trust blocks , RCC pedastals,
Laying and jointing with
EPDM rubber gasket,
Hydrostatic testing
complete, Installation and
commissioning including 3
months Trial Run.
VI) Provision of SBR and
Septage Treatment Plant
including all
electromechanical
Equipment, Instrumentation,
PLC SCADA Automation
System including all
treatment units and
equalization tank and
arrangement to recycle
treated effluent back to
equalization tank for mixing
and dilution of Septage
therewith facilities for
aeration followed by De-
Gritting of Sludge and
Septage. The STP capacity
including centrate and
dilution water is 6.2MLD
(Actual Raw sewage- 6MLD +
Qty of Centrate- 0.2MLD)
with peak consideration up
to 7.5 MLD
VII) 50m long 500mm HDPE
Gravity main from SBR-CCT
VIII) 50m long 450mm RCC
pipe from CCT-Canal.

Note:

Instruction to Bidders, Scope of Work & Formats 3|P age


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

1. Registration and subsequent empanelment for e-tendering website (https://eproc.cgsstate.gov.in) and


department’s sub-portal is mandatory.
2. The tender documents containing detailed terms & conditions are available for free download on GoCG e-
Procurement portal (http:/eproc.cgstate.gov.in) Bidders have to quote online their prices along with
Technical and Commercial bids in prescribed formats on the above mentioned portal only.
3. The Bidders intending to participate in this Tender are required to get enrolled on the above mentioned
website. Enrolment on the above mentioned Portal is mandatory. As the online Bids are required to be
digitally signed, Bidders are required to obtain Class – II Digital Signature Certificates (DSCs). The
Bidders may contact M/s Mjunction Service Ltd., on helpdesk Toll free number 18002582502 or through
Email ID – helpdesk.eproc@cgswan.gov.in or they may contact to Mr. Shailesh Kumar Soni, Sr. Manager,
Chhattisgarh Infotech and Biotech Promotion Society (CHIPS) on Tel. No. 0771-4014158 or email- pro-
chips@nic.in
4. Validity of offer - 120 days from date of opening of financial offer.
5. Pre-bid Meeting shall be held in the office of the Commissioner Rajnandgaon Municipal Corporation on Dated
13.11.2017 at 3.30 PM The contractors shall give their suggestions and conditions in writing based on which
Corrigendum/Amendments/ Clarifications shall be framed and uploaded.
6. The Technical offer shall be opened in presence of the Bidders or their authorized representatives, who
may choose to be present. The date and place of opening of financial offer will be intimated to the Bidders
subsequently after opening of technical offer.
7. The Tenderers are required to submit ‘Envelope “A& B” physically as per dates Indicated in Key Dates.
The Physical Envelope ’A’ should contain the following: -
i. The Earnest Money, of Rs. 6.20 Lacs (Rs.Six lacs and twenty thousand only) in the form of
FDR/TDR of a Nationalised /Scheduled bank of India in favour of the “Commissioner, Municipal
Corporation, Rajnandgaon”payable at ‘Rajnandgaon’ which will be returned to the unsuccessful
Bidders after the award of contract. The Earnest Money of the successful Bidders will be retained
as part of the Security Deposit.
ii. Also the technical Bid shall be submitted physically but the financial offer shall be submitted
online. In all cases the submission which is online shall prevail.

The Tender should be accompanied by the following Pre-Qualification Documents duly attested.

Proof of registration in commercial tax department.

Valid registration certificate of CG PWD Unifed Registration (Single Window) for similar work.

Experience certificate of successful completion of work of same nature in contractor’s/firm’s/company’s own name
indicating agreement no., work order no. and date, amount of contract, stipulated period of completion, actual period
of completion during last five year i.e. 2012-2013 to 2016-2017. The certificate should be issued by an officer not below
the rank of Executive Engineer and shall be countersigned by the officer not below the rank of Executive Engineer/
Commissioner.

The details of works in hand indicating name of work, Agreement no., work order no., and date, amount of contract,
period of completion, value of work and balance work in hand with details of work on the date of submission of Tender.

Financial turn over during last five years i.e. 2012-13 to 2016-17.

List of available tools and plants for successful completion of work.

Instruction to Bidders, Scope of Work & Formats 4|P age


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

The Department reserves the right to change the Key dates of the Tender Process.

Registration Certificate “___________________________________________”


Cess @ 1% (One percent only) shall be deducted at source, from every bill of contractor by Executive Engineer under
“Building and other Contraction for workers welfare, cess Act-1996”
It is mandatory for the contractor (s) to get himself/themselves registered with “Chhattisgarh Building and other
construction welfare Board” for work amounting to Rs. 10.00 lakhs (Rs. Ten Lakhs) and above and enclosed a true copy
of such registration certificate along with the tender, otherwise his/their tender shall not be considered for
qualification.

Note:-
(a) For details on tendering procedure through the electronic tendering system, please refer to “Instructions for
Using the Electronic Tendering System” document available along with the tender documents.
(b) Regarding above tender details information available in water supply section Municipal Corporation
Rajnandgaon (C.G.)

Commissioner
Rajnandgaon Municipal Corporation,
Chhattisgarh
Endt. NIT. No. /Amrut /STP/2017-18 Rajnandgaon/Dated :

Copy forwarded to :-
1. .......................................................................................
2. .......................................................................................
4. Notice Board.

Commissioner
Rajnandgaon Municipal Corporation,
Chhattisgarh

Instruction to Bidders, Scope of Work & Formats 5|P age


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

TECHNICAL PRE-QUALIFICATION CRITERIA

Sr. Pre Qualification


Particulars
No. Capacity
The bidder must have Completed the work of at least One (1)
STP of minimum 3.1 MLD capacity, Sewage Treatment Plant
1
for any Govt. Organisation, Municipal Corporation/ Councils,
State Water Supply & sewarage Boards within last Five Years.
Bidder must have experience of successful Operation &
Maintenance of at least one STP of Minimum 3.1 MLD capacity
2. in India for any Government organization, Municipal
Corporations / Councils, State Water Supply and Sewerage
Boards / Departments for at least 30 months.
Bidder should have experience of providing, lowering, laying,
3. jointing and testing of MS/DI/RCC/PSC/CI pipeline of minimum
diameter 150 mm and length of minimum 1.80 Km.
Bidder must tie-up with a technology provider for SBR
Technology and shall submit tie-up arrangement in form of an
MOU on a 100 Rs Stamp paper duly notarised as a part of their
bid.
The technology provider shall have the experience of providing
SBR/Cyclic Activated Sludge technology and technology
equipment for at least one (1) STP of 3.1 MLD capacity in India
4.
during last 5 years (FY 2012-2017) and is working satisfactorily
for at least two years as on date. The bidder should obtain &
submit the experience certificate of the Technical Provider.
The experience certificate should be from Government
organisations/ Municipal Corporation/ Councils, State Water
Supply & sewarage Boards issued by the officer not below the
rank of Executive Engineer.

Note:-
Joint ventures shall not be allowed for the bidding process.
The experience for last five years shall only be considered for prequalification criteria.

Instruction to Bidders, Scope of Work & Formats 6|P age


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

To qualify in the Tender each Tenderer must have in last Five years

FINANCIAL PRE-QUALIFICATION AS PER LATEST NORMS

Cost of Rs.
Rs. In
Package Details 1232.03
Lacs
I Lacs
Achieved in "any one financial year" a financial turnover (in all classes of Rs. In
Construction Works related to Sewerage Scheme) value of construction Lacs
work of at least 60% (Sixty percent) the amount equal to the probable
1 amount of contract for which bid has been invited.
AND

Satisfactorily completed at least one Sewage Treatment work equal in Rs. In


2 value 40% (Fourty percent) of the Probable amount of contract as on Lacs
date of submission of financial offer.

OR
Satisfactorily completed at least two similar works total costing equal to Rs. In
value 40% (forty percent) of the probable amount of contract for which Lacs
3 the tender is invited as on date of submission of financial offer.
OR

Satisfactorily executing at least one similar work having received Rs. In


payment of value not less than 40% (Fourty percent) Lacs
OR
4
Two similar works having received aggregate payment of value not less
than 40% (forty percent) of the value of probable amount of contract as
on date of submission of financial offer.
OR
One similar work completed & satisfactorily executing one similar work Rs. In
Total aggregate value in both the works shall be minimum 40%(forty Lacs
percent) of the value of probable amount of contract for which tender is
invited as on date of submission of financial offer.
Note: - 1) The turn over shall be indexed at the compounded rate of 10%
5 (Ten percent) for each earlier year.
Note (2) (1)The value of completed work shall be updated to the value of
current financial year @ compounded rate of 10% (Ten percent) per year
from completion year of work

Note:

Instruction to Bidders, Scope of Work & Formats 7|P age


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

“Similar work” means- Sewage schemes comprising of STP based on SBR technology, Raw Sewage Pumping
Main with PLC/SCADA Automation monitoring and control system).

Other condition including qualification and details of work can be seen in the office of the undersigned during office
hours and downloaded online directly from the portal http://cgeprocurement.gov.inthrough Urban administration &
Development Department sub portal and shall be submitted online on or before …………………. up to 17:30 P.M.

This NIT shall also form the part of agreement.The details can be viewed on the website
http://uadd.cgeprocurement.gov.infrom ………………….., 17:31 PM onwards.

Assessed Available Bid capacity = (A*N*M - B)


where,
A = Maximum value of all civil engineering work executed in “ any one financial year” during the last five year
(updated to the price level at the current financial year at the compounded rate of 10% (Ten percent)a year
taking into account the completed as well as work in progress.
N = Number of years prescribed for completion of the works for which tender is invited (period up to 6 months to
be taken as half-year and more than 6 months as one year). Any period beyond 18 months, the period actually
mentioned in the N.I.T. shall be considered.
M = 2.5
B = Value, of existing commitments and on-going works be completed during the period of completion of the
work for which tender is invited (period up to 6 months to be taken as half-year and more than 6 months as
one year). Any period beyond 18 months, the period actually mentioned in the N.I.T. shall be considered.
Note: The statements showing the value of existing commitments and on-going works, as well as the stipulated
period of completion remaining, for each of the works so listed should be countersigned by the Engineer-in-
charge, not below the rank of an Executive Engineer or equivalent.
a) No Joint ventures shall be allowed for the bidding process
b) The experience for last five years shall only be considered for prequalification criteria

9.0 Payment for Service Provider Fees: In addition to the Tender Document Fees payable to Municipal
Commissioner Rajnandgaon, the Contractors will have to pay Service Providers Fees of Rs. ……through online
payments gateway service available on Electronic Tendering System. For the list of options for making online payments,
the Contractors are advised to visit the link E-Payment Options under the section E-Tendering Toolkit for Bidders on the
Home Page of the Electronic Tendering System
Steps to be followed by Contractors to participate in the e-Tenders

I-.Registration in Class ‘A’ in Unified Registration with CG PWD Department (Single Window) System and
subsequent empanelment for e-tendering website (https://eproc.cgsstate.gov.in) and department’s sub-portal is
mandatory.

Instruction to Bidders, Scope of Work & Formats 8|P age


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

II--.Online viewing of Detailed Notice Inviting Tenders:


The Contractors can view the Detailed Tender Notice along with the Time Schedule (Key Dates) for all the Live
Tenders on the Portal (https://eproc.cgsstate.gov.in) and https://municipal corporationRajnandgaon.com

III--.Download of Tender Documents:


The Pre-qualification / Main Bidding Documents are available for free downloading. However to participate in
the online tender, the bidder must deposit Bid Processing and tender document fee physically in shape of DD
drawn in the favour of Commisioner, Municipal Corporation Rajnandgaon and the scanned copy of the same
shall be upoloaded online by filling up details of Demand Draft.

IV--. Online Bid Preparation and Submission of Bid Hash (Seal) of Bids:
Submission of Bids will be preceded by online bid preparation and submission of the digitally signed Bid Hashes
(Seals) within the Tender Time Schedule (Key Dates) published in the Detailed Notice Inviting Tender. The Bid
Data is to be prepared in the templates provided. The templates may be form based, extensible tables and / or
uploadable documents. In the form based type of templates and extensible table type of templates, the
Contractors are required to enter the data and encrypt the data using the Digital Certificate.
In the uploadable document type of templates, the Contractors are required to select the relevant document /
compressed file (containing multiple documents) already uploaded in the briefcase.
Notes:

A. Contractors upload a single document or a compressed file containing multiple documents against
each unloadable option.

B. The Hashes are the thumbprint of electronic data and are based on one – way algorithm. The Hashes
establish the unique identity of Bid Data.

C. The bid hash values are digitally signed using valid Digital Certificate issued any Certifying
Authority. The Contractors are required to obtain Digital Certificate in advance. The Bidders may
contact M/s Mjunction Service Ltd., on helpdesk Toll free number 18002582502 or through Email
ID – helpdesk.eproc@cgswan.gov.in or they may contact to Mr. Shailesh Kumar Soni, Sr.
Manager, Chhattisgarh Infotech and Biotech Promotion Society (CHIPS) on Tel. No. 0771-4014158
or email- pro-chips@nic.in

D. After the hash value of bid data is generated, the Contractors cannot make any change / addition in its
bid data. The bidder may modify bids before the deadline for Bid Preparation and Hash Submission as
per Time Schedule mentioned in the Tender documents.

V- Close for Bidding (Generation of Super Hash Values):


After the expiry of the cut – off time of Bid Preparation and Hash Submission stage to be completed by the
Contractors has lapsed, the Tender will be closed by the Tender Authority.
The Tender Authority shall generate and digitally sign the Super Hash

VI--Decryption and Re-encryption of Bids (submitting the Bids online):

Instruction to Bidders, Scope of Work & Formats 9|P age


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

After the time for generation of Super Hash values by the Tender Authority has lapsed, the Contractors have to
make the online payment of Rs. ------/- towards the fees of the Service Provider.
After making online payment towards Fees of Service Provider, the Contractors are required to decrypt their bid
data using their Digital Certificate and immediately re-encrypt their bid data using the Public Key of the
Tendering Authority. The Public Key of the Tendering Authority is attached to the Tender during the Close for
Bidding stage.
Note: The details of the Processing Fees shall be verified and matched during the Technical Opening stage.
At this time, the Contractors are also required to upload the files for which they generated the Hash values during
the Bid Preparation and Hash Submission stage.
The Bid Data and Documents of only those Contractors who have submitted their Bid Hashes (Seals) within the
stipulated time (as per the Tender Time Schedule), will be available for decryption and re-encryption and to
upload the relevant documents from Briefcase. A Contractor who has not submitted his Bid Preparation and Hash
Submission stage within the stipulated time will not be allowed to decrypt / re-encrypt the Bid data / submit
documents during the stage of Decryption and Re-encryption of Bids (submitting the Bids online).

10.0 Documents Comprising the Bid

I- Technical Bid – (Envelope ‘A’)


1) EMD---A Scanned Copy of FDR/TDR drawn in favour of “Municipal Commissioner Rajnandgaon”
payable at “Rajnandgaon” towards Earnest Money Deposit as specified in the Notice Inviting Bid.

2) Bid processing fee &Cost of tender ---- Scanned Copy of DD drawn in favour of “Municipal
Commissioner Rajnandgaon” payable at “Rajnandgaon” towards Bid processing fee & cost of tender
document as specified in the Notice Inviting Bid.

II--Pre-Qualification Details (Envelope ‘B’)


a) Registration in Class ‘A’ In Unified Registration System (Single Window) on GoCG PWD
Department, Chhattisgarh (https://cgeprocurement.gov.in) through sub portal
https://uadd.cgeprocurement.gov.in
b) Valid Commercial Tax Certificate of Chhattisgarh

c) Experience certificate of successful completion of work of similar worke in last 05 years i. e .,


2012 to 2017 as indicated in Technical PQ criteria.
d) Details of work in hand with their value.
e) Financial Turn Over for the last 5 years (upto 31/3/2017) certified by a Chartered Accountant.
f) ITR of last 05 years & PAN Card, TIN No.
g) List of Tools & Plants available with bidder
h) Power of Attorney/Letter of authorization to sign the bid
i) Partnership deed /MOA of company
j) Declaration for NOT BEING BLACKLISTED
k) BID CAPACITY
l) Undertaking for validity of bid for 120 days.

Instruction to Bidders, Scope of Work & Formats 10 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

Commissioner
Municipal Corporation
Rajnandgaon

III- Technical Details & Declaration


a) Proposed work programme (work method, time schedule and financial flow), description, and charts
as necessary (Duly to be signed digitally) to comply with the requirement of the Bidding Document.
b) Methodology to be used for carrying out this proposed Water Supply Scheme
.
IV – Financial Bid – (Envelope ‘C’)
i) Duly Quoted.

NOTE:- a) All the documents should be digitally signed.

11.0 Bid Opening and Evaluation


Bid Opening
(1) The Municipal Corporation Rajnandgaon will open the bids received (except those received late).
In the event of the specified date for the submission of bids being declared a holiday for Municipal
Corporation Rajnandgaon, the Bids will be opened at the appointed time and location on the next
working day.

(2) The files containing the technical bid shall be opened. The document marked “cost of bidding
document” will be opened first and if the cost of the bidding documents is not there, or incomplete, the
remaining bid documents will not be opened, and bid will be rejected.
(3) In all other cases, the amount of Earnest Money, forms and validity shall be announced. Thereafter,
the bidders' names and such other details as the Municipal Corporation Rajnandgaon may consider
appropriate, will be announced by the Municipal Corporation Rajnandgaon at the opening.

(4) The Municipal Corporation Rajnandgaon will prepare minutes of the Bid opening, including the
information disclosed to those present in accordance with relevant Clause of ITB.

(5) Evaluation of the technical bids with respect to bid security, qualification information and other
information furnished in Par t I of the bid in pursuant to relevant Clause of ITB, shall be taken up and
completed and a list will be drawn up of the responsive bids whose financial bids are eligible for
consideration.

(6) The Municipal Corporation Rajnandgaon shall inform, by email, telegram or fascimal, the bidders,
whose technical bids are found responsive, date, time and place of opening as stated in the Notice
Inviting Bid.

In the event of the specified date being declared a holiday for the Municipal Corporation Rajnandgaon ,
the bids will be opened at the appointed time and location on the next working day through they or their
representative, may attend the meeting of opening of financial bids.

Instruction to Bidders, Scope of Work & Formats 11 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

(7) At the time of the opening of the 'Financial Bid',(Envelope ‘C’) the names of the bidders whose bids
were found responsive in accordance with relevant clause of ITB will be announced. The financial bids
of only these bidders will be opened. The responsive bidders' names, the Bid prices, the total amount of
each bid, and such other details as the Municipal Corporation Rajnandgaon may consider appropriate
will be announced by the Municipal Corporation Rajnandgaon at the time of bid opening.

(8) Process to be Confidential (a) Information relating to the examination, clarification, evaluation, and
comparison of bids and recommendations for the award of a contract shall not be disclosed to bidders or
any other persons not officially concerned with such process until the award to the successful Bidder has
been announced. Any attempt by a Bidder to influence the Municipal Corporation Rajnandgaon’s
processing of bids or award decisions may result in the rejection of his Bid

(9) Clarification of Bids and Contacting the Municipal Corporation Rajnandgaon

(10) No Bidder shall contact the Municipal Corporation Rajnandgaon on any matter relating to its bid
from the time of the bid opening to the time the contract is awarded.

(11) Any attempt by the bidder to influence the Municipal Corporation Rajnandgaon’s bid evaluation, by
any means, bid evaluation, bid comparison or contract award decision may result in the rejection of his
bid.

12.0 Examination of Bids and Determination of Responsiveness


1) During the detailed evaluation of "Technical Bids"(Envelope ‘B’), the Municipal
Corporation Rajnandgaon will determine whether each Bid
(a) Meets the eligibility criteria as defined in relevant Clauses.
(b) Has been properly signed;
(c) Is accompanied by the required securities; and
(d) Is substantially responsive to the requirements of the bidding documents.
During the detailed evaluation of the "Financial Bids"(Envelope ‘C’), the responsiveness of the bids will
be further determined with respect to the remaining bid conditions, i.e., priced bill of quantities, technical
specifications and drawings.
2) A substantially responsive "Financial Bid" is one, which conforms to all the
terms, conditions, and specifications of the bidding documents, without material deviation or reservation.
A material deviation or reservation is one
(a) Which affects in any substantial way the scope, quality, or performance of the Works;
(b) Which limits in any substantial way, inconsistent with the bidding documents, the
Municipal Corporation Rajnandgaon 's rights or the Bidder's obligations under the
Contract; or
(c) Whose rectification would affect unfairly the competitive position of other bidders
presenting substantially responsive bids.

12.1Corrections of Errors

Instruction to Bidders, Scope of Work & Formats 12 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

(1) Bids determined to be substantially responsive, will be checked by the Municipal Corporation
Rajnandgaon for any arithmetic errors. Errors will be corrected by the Municipal Corporation Rajnandgaon as
follows:
a) Where there is a discrepancy between the rates in figures and in words, the rate in
words will govern; and
b) Where there is a discrepancy between the unit rate and the line item total resulting from
multiplying the unit rate by the quantity, the unit rate as quoted will govern.

(2) The amount stated in the Bid will be adjusted by the Municipal Corporation Rajnandgaon in
accordance with the above procedure for the correction of errors and shall be considered as binding upon the
Bidder. If the Bidder does not accept the corrected amount, the Bid will be rejected, and the Earnest money shall
be forfeited in accordance with relevant Clause of ITB.
12.2 Evaluation and Comparison of Bids
(1) The Municipal Corporation Rajnandgaon will evaluate and compare only the bids determined to be
substantially responsive in accordance with relevant Clause of ITB.
(2) In evaluating the bids, the MUNICIPAL CORPORATION, RAJNANDGAON will determine for
each Bid the evaluated Bid price by adjusting the Bid price by making correction, if any, for errors pursuant to
relevant Clause of ITB.
(3) If the Bid of the successful Bidder is seriously unbalanced in relation to the Engineer's estimate/PAC
of the cost of work to be performed under the contract, the Municipal Corporation Rajnandgaon may require the
Bidder to produce detailed price analysis for any or all items of the Bill of Quantities, to demonstrate the internal
consistency of those prices with the construction methods and schedule proposed.
After evaluation of the price analyses, the Municipal Corporation Rajnandgaon may require that the amount of
the performance security set forth in relevant Clause of ITB be increased as described in relevant clause.

Commissioner
Municipal Corporation
Rajnandgaon, Chhattisgarh

Instruction to Bidders, Scope of Work & Formats 13 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

SUBMISSION OF TENDERS:
The Bidders shall also have to submit Bids online (decrypt the bids using their Digital Certificate and encrypt the
bids) as per mentioned key dates. There shall be three separate Online envelopes as under:-
ENVELOPE - A
The first online envelope shall contain the details of Earnest Money, scanned copy of the Physical Earnest Money.
The Physical Earnest Money which is to be submitted manually in Physical Envelope –A where it should be
clearly written on the envelope as under:-

ENVELOPE - A
EARNEST MONEY
From - (… Name of Contractor…)

and should reach Commissioner, Municipal corporation, Rajnandgaon. as per date and time mentioned in the key
dates
ENVELOPE - B
The Second Online envelope shall contain terms and conditions and all the technical details and specifications of
the proposed work. The Scanned copy of terms and conditions, along with technical specifications and drawings
etc.
i Experience certificate of successful completion of work of same nature in contractor's/firm's/company's own
name indicating agreement no., work order no. and date, amount of contract, stipulated period of completion,
actual period of completion during last five year i.e. 2012-2013 to 2016-2017. The certificate should be issued by
an officer not below the rank of Executive Engineer and shall be countersigned by the officer not below the rank of
Executive Engineer or equivalent.( The experience of subletted works shall not be considered )
lkoZtfud miØe {ks=ksa esa fd, x, dk;Z gsrq mPp Lrj }kjk tkjh izek.k i= dks lacaf/kr Bsdsnkj fufonk dh
izfØ;k esa dk;Z vuqHko izek.k i= ds :i esa izLrqr dj ldsaxs] ftls fufonk izfØ;k esa ekU; fd;k tkosxkA
iii The details of works in hand indicating name of work, Agreement no., work order no., and date, amount of
similar contract, period of completion, value of work and balance work in hand with details of work on the date of
submission of Tender.
iv Valid registration certificate in Class ‘A’.
v Financial turnover of similar works during last five financial years i.e. 2012-2013 to 2016-2017.
should be submitted online in Envelope “B”.
ENVELOPE - C
This Envelope shall contain only the Lump-sum offer. The tenderer shall have to duly fill their Lump-sum offer in
appropriate online form meant for it.
EARNEST MONEY
Tenderer will submit with the Earnest Money in the form of Fixed Deposit Receipt/Term Deposit Receipt in
favour of the “Commissioner, Municipal Corporation, Rajnandgaonpayable at “ Rajnandgaon,
Chhattisgarh”. This will be returned to the unsuccessful tenderer. The Earnest Money of the successful tenderer
will be retained as part of the Security Deposit.
FORM OF EARNEST MONEY

Instruction to Bidders, Scope of Work & Formats 14 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

In shape of FDR from Nationaliesd bank or scheduled bank drawn in the favour of “The Commissioner,
Rajnandgaon Municipal Corporation, Rajnandgaon” payable at Rajnandgaon will be submitted by the bidder.
EARNEST MONEY IN SEPARATE COVERS
The Earnest Money, in any one of the prescribed form should be deposited as mentioned under para 2.5. If the
Earnest Money is not found in accordance with the prescribed mode, the tender of the tenderer shall not be opened.
ADJUSTMENT OF EARNEST MONEY
The Earnest Money which has been deposited for a particular work will not ordinarily be adjusted towards the
earnest money for another work, but if the tender of a contractor for a work in the same Division has been rejected
and the Earnest Money has not been refunded to him due to some reasons it may be adjusted for this work by the
Executive Engineer, provided amount retained is equal or more than required Earnest Money for this work.
SECURITY DEPOSIT:-
(a) The Security Deposit to be taken for the due performance of the contract under the terms and conditions
printed on the tender form will be the earnest money plus an amount to make it equal to 5% (five percent) of
the accepted cost of the work, as per clause 1 of condition of contract of form “F”. The five percent Security
Deposit may be converted into Fixed Deposit Receipt of any Nationalised and Scheduled Bank. The security
deposit shall be recovered from the running bills @ 5 percent as per clause-1 of the agreement read with para
3.5 of the N.I.T.
(b) The amount of the E.M. shall not be adjusted when value of work done reaches the limit of the amount of
contract or exceeds the probable amount of contract.
(c )The five percent Security Deposit may be converted into Fixed Deposit Receipt .
IMPLICATION OF SUBMISSION OF TENDERS:-
Bidders are advised to visit the site sufficiently in advance of the date fixed for the submission of the tender.The
Tenderer shall be deemed to have full knowledge of all relevant documents and site conditions etc. whether he
inspects it or not.
The submission of a tender by a contractor implies that he has read the notice, conditions of the tender and all the
contract documents and has made himself fully aware of all the standards and specifications in this respect laid
down in the relevant IS specifications, IRC specifications, manual on water supply and treatment, and Annexure-
E having the scope and the specification of the work to be done. The contractor will be deemed to have seen the
site of works.
The contractor shall make his own arrangement for supply of water for construction, purposes. No lead and lift
for any material including water will be paid. The tender offer should be inclusive of all leads and lifts for the
materials.The contractor should himself verify the leads & Royalti Charges of different materials before
submitting his tender.
ESCALATION:-
The scope of work includes all costs, and no escalation will be paid on this account.
LIST OF WORKS IN PROGRESS :-
Tenders must be accompanied by a list of Contracts already held by the tenderer at the time of submitting the
tender, in the Department and elsewhere showing therein.the amount of each contract balance of work remaining
to be done and the amount of solvency-certificate produced by him at the time of enrolment in the department
RELATIONSHIP :-
The contractor shall not be permitted to tender for works in the Corporation, (responsible for award and execution
of contract) in which his near relative is posted. He shall intimate the names of his near relative working in
Chattisgarh. State and Municipal Corporation, Rajnandgaon. He shall also intimate the name of person working
with him in any capacity or subsequently employed by him and who are near relatives to any Gazetted Officer in

Instruction to Bidders, Scope of Work & Formats 15 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

the Chattisgarh. Any breach of this condition by the contractor would render him self liable to be removed form
the approved list of contractors.
NOTE: - By the term “near relative” is meant wife, husband, parents and son, Grand son, brothers, sisters,
brothers in laws, father in law and mother in law.
WITNESS :-
The tender for the works shall be witnessed by a contractor failure to observe this condition shall render the tender
of the contractor liable to Rejection.
OPENING AND ACCEPTANCE OF TENDERS :-
PLACE AND TIME OF OPENING :-
The tenders shall be opened at time and place stated in para 1. In the first instance, the Physical envelope
containing the earnest money shall be opened. If the earnest money is found proper, the online envelope -A
containing the Earnest Money details, its scanned copy and scan copy of documents required as minimum
qualification to bid shall be opened. If the tenderer found qualified as per minimum qualification, the online
Envelope B containing the terms and conditions will be opened in the presence of such contractors, who choose to
be present.
The tenders shall be opened at time and place stated in para 1.In the first instances, the
of documents required as minimum qualification to bid shall be opened. If the tenderer found qualified as per
minimum qualification, the online Envelope B containing the minutes of prebid meeting
(amendments/corrigendum/clarifications) will be opened in the presence of such contractors, who choose to be
present.
After short listing of prequalified contractors, their online financial offers shall be opened. The contractor having
quoted lump sum offer in prescribed online proforma and arrived at a minimum cost shall be declared as the
lowest bidder.
POWER OF THE COMMISSIONER/ EXECUTIVE ENGINEER :-
The Commissioner/ Executive Engineer does not bind himself to accept or recommend for acceptance to the
higher authority, the lowest or any tender or to give any reasons for his decision.
CONDITIONAL TENDER :-
Conditional tenders are liable to be rejected.
CANVASSING:-
Canvassing for support in any form for the acceptance of any tender is strictly prohibited. Any tenderer doing so
will render himself liable to penalties which may include removal of his name from the Register of approved
contractors of penal action under section 8 of M.P. Vinirdishta Bhrashtachar acharan Nivaran Vidheyak, 1982.

SUBMISSION OF TENDER :-
Sealed envelope of EMD and other sealed envelope stipulated in the NIT after pre-bid meeting shall only be
opened.

AUTHORITY OF EXECUTIVE ENGINEER :-


The authority competent to accept a tender, reserves the right for accepting the tender for the whole work or for a
distinct part of it, or distributing the work between two or more Bidders.
All works to be executed under this contract shall be executed under the direction and subject to the approval in
all respects, of concerning Engineer-in-charge of the Municipal Corporation Rajnandgaon under which the work
is being executed, for time being who shall be entitled to direct at what point or points and in what manner they
are to be commenced and from time to time carried out.

Instruction to Bidders, Scope of Work & Formats 16 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

VALIDITY OF OFFER :-
Tender shall remain valid up to 120 days from the date of opening of Envelope - C and in the event of the Bidders
withdrawing the offer before the aforesaid date for any reason whatsoever, Earnest Money Deposited with the
tender shall be forfeited to the Government.
TIME OF COMPLETION :-
The time allowed for carrying out the work i.e. 18 months including rainy season shall be strictly observed and
shall be reckoned from the date of issue of written order to commence the work. Delay beyond the specified time
limit will be subject to liquidated damages according to clause 13 of Form “F” of Item Rate Contract.
TIME SCHEDULE:-
The work shall be done by the contractor according to the schedule fixed in consultation with the competent
authority. BAR/PERT/CPM chart showing detailed programme shall have to be submitted and adhered to by the
contractor.
VEHICLES FOR CONSTRUCTION SUPERVISION
The contractor shall arrange one four wheeled vehicle (SUV, INNOVA or equivalent) including POL for field
Engineers of Municipal Corporation Rajnandgaon for the Project period which will be deployed on work for
supervision. The average run per-vehicles will be 2000 Km./ month.
TESTING LABORATORY AT CONSTRUCTION SITE
The contractor shall arrange a testing laboratory with all testing equipments and trained staff required for proper
testing of construction material likely to be used in execution of work. at his own cost.
SITE OFFICE
The contractor shall provide one site office at Proposed Sewage Treatment site consisting two rooms along with
one attendant for Municipal Corporation Rajnandgaon field Engineers. The contractor shall provide one site office, at
the proposed site of STP consisting one room with attached toilet and sanitary holding tank along with one attendant and a
sweeper for Municipal Corporation Rajnandgaon and PDMC field Engineers. Room should be able to acomodate 3 persons
and equipped with office furniture (table, chair, file rack, almirah ), electricity (light, fan etc.), water, sanitary facilities .

OFFICE EQUIPMENT ON SITE OFFICE


The contractor shall provide minimum two number desktop and four number Laptops with latest configuration
including two number laser printer to the staff for monitoring of execution and maintenance work.
FIXED LINE PHONE
One fixed Tele phone will also be provided in each site office for the Project period.
ACCESS ROAD TO SITE OF WORK: Access road has to be provided by the contractor at his own cost for
transportation of construction material and equipment and manpower.

LABOUR REPORT
Contractor will submit a report of daily labours engaged and copy of the same be attached with the running
account bill, failing which no payment will be made to the contractor.
The Contractors shall made his own arrangement at his own cost for housing his staff and stores for the work and
M.P. Model Rules relating to layout, water supply and sanitation shall be followed.
Observance of Law - The contractor shall conform to the regulations and by-laws of any local authority and/or
of any water or power (electricity) companies, with whose system the structure is proposed to be connectedfrom
work site, except with the written permission of the Engineer-in-Charge.

PAYMENTS BY CHEQUES/ ONLINE ACCOUNTING SYSTEM:-


The running payments shall be made in accordance with the Break up schedule of payment as per “Annexure G”
(As per Form “F”)

Instruction to Bidders, Scope of Work & Formats 17 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

SPECIFICATIONS:-
The detailed specifications for the work have been given in the enclosed Annexure-E. However, the following
order of priority regarding specifications shall be followed by the contractor.
Specifications given in the Annexure-E enclosed.
Specifications for pipes, valves, specials, rubber, gaskets RCC and other civil works and materials shall be
governed by the relevant latest IS codes, CPHEEO Manual and National Building code of India (latest revision).
Manual on water supply and treatment (latest edition) published by CPHEEO, New Delhi.
Any other specifications, not covered under the above said standards, as shall be decided by the Engineer-in-
Charge i.e. Executive Engineer.
CHANGE IN SPECIFICATIONS:-
Nothing in earlier clause shall, however, curtail the right of the Executive Engineer to alter the specifications for
any part or whole of the work if he considers it necessary in the interest of work. On all matters where there is
difference of opinion, between the contractor and the Executive Engineer, the matter will be decided by the
Commissioner, Municipal Corporation Rajnandgaon, which shall be binding to the bidders.
CEMENT:-
The Contractor shall procure minimum 53 grade, unless otherwise stated separately confirming to
BISSpecifications, ordinary Portland cement, as required in the work only, from reputed manufacturers such as
Ultra Tech, Grasim, Birla Uttam, ACC, Gujarat Ambuja, Cement Corporation of India. etc. of cement having a
production capacity of one million tones per annum or more, and as approved by Employer, Ministry of Industry,
Government of India and holding license to use BIS certification mark for their product, whose name shall be got
approved from Engineer-in-Charge. Supply of cement shall be taken either in silos or in 50 kg. bags bearing
manufacturer’s name and BIS marking. Samples of cement arranged by the Contractor shall be taken by the
Engineer-in-Charge and got tested in accordance with provisions of relevant BIS codes. Cost of such tests shall
be borne by the contractor. In case test results indicate that the cement arranged by contractor does not conform
to be relevant BIS codes the same stand rejected and shall be removed from the site by the Contractor at his own
cost within one week time of written order from the Engineer-in-charge.

The cement shall be brought at site in bulk supply of approximately 50 tonnes from the manufacturer direct, or as
decided and approved by the Engineer-in-charge, as the case may be.
The cement godown of the sufficient capacity should be constructed by the contractor and at all time it should
have a stock of minimum of 2000 bags. The contractor shall facilitate the inspection of the cement godown by the
Engineer-in-Charge at any time. Storage of cement shall be as per CPWD specification.
CEMENT BROUGHT AT SITE AND CEMENT REMAINING UNUSED AFTER COMPLETION OF
WORK SHALL NOT BE REMOVED FROM SITE WITHOUT WRITTEN PERMISSION OF THE
ENGINEER-IN-CHARGE.

MISCELLANEOUS CONDITIONS:-

SUBLETTING WORK:-
The contractor shall not without the prior approval of the competent authority, in writing, sublet or assign to any
other party or parties the whole, or any portion of the work under the contract. Where such approval is granted, the
contractor shall not be relieved of any obligation or duty or responsibility which he under takes under the contract.
BLASTING:-
In case limited/suppressed blasting resorted to by the contractor in excavation of trenches, it will be the
responsibility of the contractor to observe all rules and regulations permission licence, procurement, preservation
and storage of Explosive material etc.

Instruction to Bidders, Scope of Work & Formats 18 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

TAXES:-

The rates quoted by the contractor shall be deemed to be inclusive of all taxes [ namely GST on materials , works
contract etc.] , royalties and other levies payable under respective statues.

The tendered cost shall be deemed to be inclusive of all taxes directly related to the contract as prevailing on last
date for receipt of tenders.

No separate claim shall be entertained on this account by the department. In case there is any change in the
existing taxes [GST etc]of State/Central Government, the Contractor will be reimbursed the same or deduction
will be made from the contractor’s payment on production of document to this effect.The bidder shall assess the
financial implication of GST.In case the G.O.I/Govt of CG make any provision for issuance of any certification
for any exemption,the same shall be issued as per directions of Govt.

Note :- The Lump sum offer shall be based on the present rates of applicable Taxes & duties .All taxes shall be
deducted as per the latest rules & regulations promulgated by Stae/central Govt.

“.
ROYALTY:-
Minerals extracted for works carried out on behalf of the government, from the quarries in possession of and
controlled by the State Government or otherwise is subject to payment of Royalty by the contractor to whom it
shall not be refundable.

MODEL RULES RELATED TO LABOUR, WATER SUPPLY AND SANITATION IN


LABOUR CAMPS.
The contractor will be bound to follow the Model Rules, relating to layout Water Supply and sanitation in labour
camps, as per Annexure - A and the provisions of the National Building Code of India, in regard to construction
and safety.

FAIR WAGES:-
The contractor(s) shall pay not less than the fair wages to labour engaged by him on the work (copy of the Rules
enclosed as Annexure - “A”)
WORKS IN THE VICINITY:-
The Executive Engineer, reserves the right to take up Departmental work or to award works on the contract in the
vicinity without prejudice to the terms of contract.
BEST QUALITY OF QUARRIED MATERIALS:-
If the quarry material of more than one quality is found, the material approved by the Executive Engineer will
only used by the contractor. If the materials of required Specification is not available in the near by area/quarry,
the contractor shall have to arrange the same from the place where it is available.
REMOVAL OF UNDESIRABLE PERSONS:-
The contractor shall on receipt of the requisition from the Executive Engineer, at once remove any person
employed by him on the work who in the opinion of the Executive Engineer is unsuitable or undesirable.

Instruction to Bidders, Scope of Work & Formats 19 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

AMOUNT DUE FORM CONTRACTOR:-


Any amount due to Government from the Contractor on any account of concerning work may be recovered form
him as arrears of Land Revenue.
TOOLS & PLANTS:-
The contractor shall arrange at his own cost all Tools and Plants required for proper execution of work. Certain
plants, may however, be issued to the contractors by the Department, as special case as per provision of W.D.
Manual Vol. 1 if are available .
RIGHT TO INCREASE OF DECREASE OF WORK:
The competent authority reserves the right to increase or decrease any item of work during the currency of the
contract and the contractor will be bound to comply with the order of the competent authority without any claim
for compensation or higher rates for additions and alterations.
LABOUR REPORT:-
Contractor will submit a report on labour engaged to local employment office and copy of same may be attached with
the running account bill, failing which Rs.50/- will be deducted from each running bill. Total recovery on this
account may be effected on the final bill.
LABOUR LICENCE :-
Every contractor who employs on any day of the preceding 18 months, twenty or more workers on contract is
required to obtain license from the Licensing Officer or the Contract as per provision contained under Sub-section
4 (b) of section 2 of the Contract Labour ( Regulation and Abolition ) Act 1970 as per provision contained in
Section 12 of Act. No, contractor shall execute any work without obtaining licence, contravention of above is
punishable and contractor is liable to be prosecuted. The successful tenderer is liable to produce licence as and
when demanded by the Executive Engineer, obtained form labour Department as laid down in chapter 4 of
Contract labour ( Regulation and abolition) Act 1970. The labour license shall be insisted upon to be obtained by
the Contractor after the award of contract.

LABOUR HUTMENT :-
The contractor shall make arrangement, at his own cost, for housing his staff and stores for the work and Model
Rules relating to labour Water supply and sanitation shall be followed.
NOTICE TO BE GIVEN BEFORE WORK IS COVERED UP
The contractor shall give not less than five days notice in writing to the Engineer- in- Charge or his subordinate
in charge of the work before covering up or otherwise placing beyond the reach of measurement any work in
order that the same may be measured and correct dimensions thereof be taken before the same is so covered up or
placed beyond the reach of measurement and shall not cover up or place beyond the reach of measurement any
work without the consent in writing of the Engineer-in-Charge or subordinate-in-charge of the work, and if any
work shall becovered or placed beyond the reach of measurement without such notice having been given or
consent obtained the same shall be uncovered at the contractor's expense or in default thereof no payment or
allowance shall be made for such work or materials with which the same was executed.

SITE ORDER BOOK


An order book, to be called, as site order book shall be kept at the Site office of Municipal Corporation
Rajnandgaon. As far as possible, all orders regarding the work are to be entered in this book. All entries shall be
signed and dated by Municipal Corporation Rajnandgaon officers in direct charge of the work and noted by the
contractor or his accredited representative. The site order book shall not be removedfrom work site, except with
the written permission of the Engineer-in-Charge.
CONTRACTORS PROJECT MANAGER AND CONTRACTORS STAFF –

Instruction to Bidders, Scope of Work & Formats 20 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

The contractor shall,in his own absence keep constantly on the works a competent and well qualified and
experienced Project Manager, and any direction or explanations given by the Superintending Engineer or his staff
to Contractor’s Project Manager shall be held to have been given to the contractor. The contractor shall further
provide all staff that is necessary for the supervision, execution and measurement of the work to ensure full
compliance with the terms of contract.
INSURANCE
The Contractor shall take such insurance in connection with the work in accordance with the tender condition as
acceptable to the Municipal Commissioner Rajnandgaon.
The cost of the insurance premium paid by the Contractor.
PRODUCTION, SUBMISSION AND APPROVAL OF ENGINEERING DOCUMENTS-
The production, submission and approval procedure for design & drawings and documents shall comply with the
following requirements.
Meaning:

The following meanings shall apply:


"Preliminary drawings" means drawings which the Contractor submits to the Engineer-in -Charge through
PDMC for approval and any drawings returned by the Engineer-in-Charge marked "Preliminary" or not marked
"Approved".
"Approved Drawings" means drawings which the Engineer-in-Charge has marked
"Approved" and returned to the Contractor. Approval in this context means that the work described thereon
may proceed.
"Preliminary" and "Approved" as applied to designs and documents shall have the same meanings as applied
above to drawings. A drawing which forms part of an approved design or document shall not be considered as
approved drawing unless it has been marked "Approved".
Numbering and Titling :
The Contractor shall institute a reference numbering system for designs, drawings and documents so that each
number used is unique. The numbering and title information on designs, drawings and documents shall be
designed so that management, transmittal and communication therewith can be carried out expeditiously.
Submission Procedure :
Every drawing submitted by the Contractor to the Engineer-in-Charge through Project Development and
Management Consultants for checking and approval shall be based on previously approved designs or
documents. Interrelated drawings shall be submitted at the same time in a complete and self-sufficient set.
In the case of first submissions by the Contractor to the Engineer in charge for approval, each design, drawing
and document shall reach the Engineer's review office in time to allow 30 working days (excluding weekends and
national holidays) for checking by the Engineer-in-Charge before return to the Contractor.
Manufacture's and Contractor's Certificate:
Where certificates are required by the Specification or relevant Reference Standard, the original and one copy of
each such certificate shall be provided by the Contractor.
Certificates shall be clearly identified by serial or reference number where ever possible to the material being
certified and shall include information required by the relevant Reference Standard or Specification Clause.
The instruction manuals shall describe the installation as a whole and shall give a step-by-step procedure for any
operation likely to be carried out during the life of such item of Plant, including the erection, commissioning,
testing, operation, maintenance, dismantling and repair.

Instruction to Bidders, Scope of Work & Formats 21 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

Maintenance instructions shall include charts showing lubrication, checking, testing and replacement procedures to
be carried out daily, weekly, monthly and at longer intervals to ensure trouble-free operation. Where applicable,
fault location charts shall be included to facilitate tracing the cause of malfunction or breakdown.
A section dealing with procedures for ordering spares shall also be included in the instruction.
Three draft copies of the manual shall be submitted to the Engineer's Representative prior to commissioning the
works. Five final copies of the amended and corrected manuals and drawings shall be provided at the
commencement of the period of Maintenance.
All the electrical and mechanical equipments shall be subjected to approved third party inspection at place of
manufacture, at contractor's cost.
Transit insurance of all equipments shall be the contractor's responsibility.
Contractor shall have to take the certificate from the Electrical Inspector for regarding all electrical
equipments before commissioning of plant.
Important instructions charts shall be framed and fixed at appropriate and prominent places.
Maintenance Instructions:

A maintenance manual shall be provided as supporting documents to the equipment manufacturer's instructions.
(i) Maintenance Manual
Checking, testing and replacement procedures to be carried out on all mechanical and electrical plant items on a
daily, weekly and monthly basis or at longer intervals to ensure trouble free operations.
Fault location and remedy charts to facilitate tracing the cause of malfunctions or breakdown and correcting
faults.
A complete list of recommended lubricants, oils and their charts.
A spares schedule, which shall consist of a complete list of item wised spares for all electrical and mechanical
plant items with ordering references and part numbers.
A complete list of manufacturer's instructions for operation and maintenance of all bought-out equipment. The
list shall be tabulated in alphabetical order giving the name of the Supplier/Manufacturer, identification of the
plant item giving the model number and the literature provided including instruction leaflets and drawing
numbers.
Preventive maintenance details.
Record Drawings:
The Contractor shall provide record drawings including those drawings submitted by the Contractor to show
the whole of the plant as installed and all civil works as built. These shall include all such drawings, diagrams
and schedules as are necessary for a complete understanding of the works. Information given on record
drawings shall include tolerance, clearances, loadings, finishes, materials and ratings of Plant and associated
civil works. The Contractor shall ensure that the approved and completion drawings are marked up, to show the
condition of plant as installed and associated Civil Works, as built and two copies of such marked up prints
shall be submitted to the Engineer-in-Charge for approval prior to the preparation of Record Drawings.
Submission to and approval by the Engineer-in-Charge or Record Drawings shall be pre-requisite for the last
taking over certificate. All the Record Drawings shall be of A2 size, in five copies, out of which 3 sets shall be
plastic laminated for long-life. In addition, one set of Microfilm of all the Record Drawings also shall be
furnished. The text of all the reports shall be prepared on a widely used IBM compatible MS Word / MS Excel,
and all the Drawings shall be prepared using AutoCAD Software and in .pdf form. When reports, drawings are
furnished to Municipal Corporation Rajnandgaon, two copies of the processor files together with 2 copies of a
descriptive memorandum linking these files to the text, drawings etc., shall also be provided to the Municipal

Instruction to Bidders, Scope of Work & Formats 22 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

Corporation Rajnandgaon on CDs, Pen drive, data base preferable on MS office and AutoCAD latest versions
and in .pdf form.
Programme of Work:
The works to be carried out under this Contract form an important part of the execution of this Water Supply
Project, Satisfactory progress of the entire project as a whole depends upon the timely completion of these works.
For this reason, great importance needs to be attached for proper programming for the works with adequate
provision for guarding against all the delays normally encountered in execution of various activities.
The contractor shall include with his tender a critical path network diagram which commences from the date of
issue of Order of Commencement and includes inter alia the various activities as per the programme of works,
furnished as specified in Schedule.
 Activity duration in months and event times should be in months from the first event on the network and
event numbers:
 A tabulation of months from the starting date of the network to enable earliest and latest event dates to be
read off; duration in months to be the last day of the month and the monsoon months of 15th June to 15th
October to be specially indicated in the Table:
 The timing of events shown in the programme of work to be adhered to and shown in the network;
 The erection programme shall be shown in detail (with not more than 15 activities) with durations in weeks
shown in brackets behind the duration in months on the network diagram wherever considered necessary;
 The programme for setting-up, treating, delivery, storage (if necessary) and placing of filter media (where
appropriate) the
 Placing being a part of the erection programme referred to in (iv)
above; and
 Programme for submission of Instruction Manuals and Record Drawings;
As soon as practicable, and in any case not later than four weeks, after acceptance of his tender the Contractor
shall submit to the Engineer-in-Charge for his approval a programme showing the order of procedure in which he
proposes to carry out the works.
Particulars to be shown on the programme shall include:
 Submission of drawings;
 Placing of work orders;
 Stages of manufacture;
 Tests at place(s) of manufacture;
 Deliveries to Site;
 Construction of Civil works ready for erection of Plant;
 Mechanical completion of erection at site;
 Tests at site;
Finishing and completion of civil and electrical woks.

Any approval of or consent to the Contractor's programme by the Engineer-in-Charge shall not relieve the
Contractor of his duties and responsibilities under the Contract.

PROGRESS :
The Contractor shall submit to the Engineer-in-Charge during the first week of each month a "Monthly
Progress Report" with weighted activities all in an approved format so that actual progress at the end of
the preceding month may be compared with the Contractor's programme.

Instruction to Bidders, Scope of Work & Formats 23 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

The progress report shall also include status report on the following approved individual formats:
 Drawings;
 Supplies of Plant Items;
 Construction programme;
 Construction Progress;
 Overall Progress Curve;
From time to time the Municipal Commissioner Rajnandgaon or Engineer-in-Charge will call meetings
in their office or at the Engineer's Site Office, as they deem necessary for the purpose of control of the
Contract, a responsible representative of the Contractor shall attend such meetings.
The Contractor shall regularly review his programme in the light of the progress actually achieved and
shall submit for approval updated PERT/CPM network and bar charts at intervals to be agreed with the
Engineer-in-Charge. If progress falls behind that needed to ensure timely completion of the various parts
of the works, the Contractor shall submit
proposals for improving his methods and pace of working to the satisfaction of the Engineer-in-Charge
shall carry out such measures as are needed to ensure that the works are completed on time.
LEGAL JURISDICTION
All the disputes regarding this contract will be subjected to the Chhattisgarh High Court Jurisdiction.

TECHNICAL SUPERVISION :-
The Contractor shall employ as per norms of PQ Document, Graduate Engineers during the execution of the
work:-
The technical staff should be available at site whenever required by the Executive Engineer to give instructions.
In case the contractor fails to employ a Graduate Engineer as aforesaid Deptt. Shall have the right to take suitable
remedial measures.
The contractor should give the names and other details of the Graduate Engineer/Diploma holder Sub-Engineers
when he intends to employ or who is under employment, before he commences the work.
The contractor should give a certificate to the effect that the Graduate Engineer is exclusively in his employment.
It is not necessary for the contractor (or partner in case of firm/company) who is himself an engineer to employ
engineer for the supervision of the work so long as the Contractor/partner works similar to what would have been
done by and Employed Engineer.
The retired Engineer who is holding Diploma in Civil Engineer or a Diploma holder having 5 years or more
experience will be treated as Graduate Engineer, for the operation of above clause.
In case of the contractor fails to employ the technical staff as aforesaid he shall be liable to pay to the government
a sum of Rs. 20,000/- (Rupees Twenty Thousand) for each month of default.

LEAD AND LIFT FOR WATER- The contractor shall make his own arrangementfor supply of water for
construction, testing and other purposes. No lead and lift for water will be paid.

LEAD AND LIFT OF MATERIALS- No lead and lift for any material will be paid.The tendered amount
should be inclusive of all lead and lift for the materials. The contractor should himself verify the lead of different
materials before submitting his tender.
The contractor will have to arrange for the temporary electric connection at site of work at his own cost for
dewatering, curing, vibrator, testing and internal and outside electric fittings, etc.

Instruction to Bidders, Scope of Work & Formats 24 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

DEWATERING- The lump-sum offer shall include dewatering, bailingfoundation water, river water and rain water if
any, which shall be required to be done by the contractor at his own cost and for which no payment will be
admissible under any circumstances. The tenderer shall assess the work of dewatering that may be required for
execution of work and include in his lump-sum offer. No dewatering shall be payable separately under any
circumstances whether natural, artificial or man-made.
Notes:
The tenderers will have to submit at the time of submitting the tender an outline plan elevation and section of
proposed civil works, equipment and hydraulic flow diagram, levels and all other works as detailed in attached
specification. He shall also submit with tender itself the approximate quantities of various items involved such as
cement, steel, stone or brick work for civil construction job, and the list of all pipes, equipments and installations
required for it with their specification, make, capacity etc. complete.
The layout plan and designs will be subjected to the approval of the department and can be altered to suit the
specific departmental requirement and the contractor shall have no extra claim on that account. The responsibility
for the Planning, design, construction, erection, commissioning and testing will however rest solely with the
contractor. He will have to rectify the defect immediately within a fortnight and when noticed either during
construction period or after construction till the end of defect liability period, at his own cost and risk.
The tender for works shall not be witnessed by a contractor or contractors who himself/themselves has/have
tendered for the same work. Failure to observe this condition shall render the tender of the contractor tendering
as well as of those witnessing the tender liable for rejection.
Detailed specification and leaflets giving make etc. for all components to be provided shall be submitted with the
tender.
Tender of any contractor who proposes any additions alternations to any of the conditions laid down here is liable
to be rejected.
Accident -Hoardings - Lighting Observations :

When there is any Likelihood of accidents, the contractor shall complywith any requirements of law on the
subject, and shall provide suitablehoarding, lighting and watchman as necessary or directed by Engineer-in
charge.
It shall be contractor's sole responsibility to protect - the public and his employees against accident from any
cause and he shall indemnify Municipal Corporation Rajnandgaon, against any claims for damages for injury to
person or property, resulting, from any such accidents; and shall where the provision of the workmen's
compensation Act apply, take steps to properly insure against any claims there under.
On the occurrence of an accident which results in the death of any of the workman employed by the contractor or
which is so serious as to be likely to result in the death of any such workman, the contractor shall, within 24 hours of
the happening of such accident, intimate in writing to PDMC AMRUT Mission C.G. of the Municipal Corporation
Rajnandgaon /Police the facts of such accident. The contractor shall indemnity Municipal Corporation Rajnandgaon
against all loses or damage sustained by Municipal Corporation resulting directly or indirectly from his failure to
give intimation in the manner aforesaid including the penalties or fines if any payable by Municipal Corporation
Rajnandgaon as consequence of failure to give notice under the Workmen's Compensation Act.
In the event of an accident in respect of which compensation may become payable under the workman's
compensation act VIII of 1923 whether by the contractor or by the Government as principal it shall be lawful for the
Engineer-in-Charge to entertain out of monies due and payable to the contractor such sum or sums of money as may
in the opinion of the said Engineer-in-Charge be sufficient to meet such liability. The opinion of Municipal
Commissioner Rajnandgaon shall be final in regard to all matters under this clause.

AGREEMENT :-
The Notes and specifications given in the detailed notice inviting tenders and its annexure are to be read in
conjunction with conditions given in the short notice inviting tenders and the conditions of Contract. These have

Instruction to Bidders, Scope of Work & Formats 25 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

been intended to supplement the provisions, in the NIT and the conditions of the Contract. All these will be
binding on the contractor and shall form part of the agreement. However, in case of any contradiction
betweenCorrigendum/Clarifications /Amendments and the NIT, the
CORRIGENDUM/CLARIFICATIONS/AMENDMENTS will supersede.
EXECUTION OF AGREEMENT :-
The Tenderer whose tender has been accepted shall have to execute the agreement with in a fortnight of the
communication of the acceptance of his tender by the competent authority. Failure to do so will result in the
Earnest Money being forfeited to Rajnandgaon Munciple corporation and tender being cancelled.
EXCISE EXEMPTION:-
Municipal Corporation Rajnandgaon will provide necessary certificate for exemption in Excise duty on pipe and
other materials covered under the circular issued by Finance Department Govt. of India.
ANNEXURE :-
Other than form ‘F’ and condition of contract documents appended as annexures with this N.I.T. and these shall be
part of Contract Agreement.
SPECIAL CONDITIONS:
(1) The contractor must have experience of executing nature of works.
(2) Joint ventures shall not be allowed in the bidding process.
(3) The experience of last five years shall only be considered for prequalification criteria.
(4) Project Development & Management Consultants (PDMC) & IRMA (Independent Review & Monitoring Agency)
engaged by SUDA C.G., will carry out complete supervision, quality control of activities carried out by contractor
including checking measurement, designs, drawings, contractorsbill, all deliverables till completion of the
contract & rectification of deliverables.
(5) APPPROVAL OF DESIGNS & DRAWINGS:
DRAWINGS All design calculations & detailed drawings of all components (Electrical, Mechanical & Structural) of the project
shall be got approved by Govt. Engineering College in Chattisgarh / NIT Raipur or VNIT Nagpur at the cost of contractor and
then submitted to Rajnandgaon Municipal Corporation.
(a)The successful bidder shall first submit General Arrangement drawing accommodating all the proposed units & submit the
same for approval by PDMC.
(b)Contractor shall also prepare & submit hydraulic designs & submit structural design & architectural drawings, get them
approved by Govt. Engg. College / NIT Raipur or VNIT Nagpur and finally submit them for approval of Engineer –in- charge
through PDMC. All costs shall be borne by the contractor.”
(6) THIRD PARTY INSPECTION of all items beyond procurement shall be carried out by DGSD/SGS/ RITES
based on Datasheets, Quality Assurance Plain & complete specifications as submitted by the Contractor to
Engineer –in- charge. Third Party Inspection charges will be borne by the Contractor.
Third Party Inspection (TPI) of all pipes, fittings and all kinds of valves , Elctro-mechanical equipment shall be
carried out based on the Quality Assurance Plan duly prepared and submitted by the contractor. These TPI
charges will be borne by the contractor. Further for witnessing the tests at works of the manufacturer by 2 No.
officials of the Rajnandgaon Municipal Corporation , the contractor shall arrange the same and bear the entire
cost.
(7) PERFORMANCE SECURITY: Performance Security in the form of Bank Guarentee is to be taken from the
contractor not later than the date specified in the contract and shall be issued in an amount specified in SCC, by a
Bank acceptable to the Employer and denominated in the types and currencies in which the total cost of securities
is payable.
The Performance Security shall be five percent of the work Oder amount and valid until 28 days from the date of
issue of the Certificate of Completion in the case of Bank Guarantee.

Instruction to Bidders, Scope of Work & Formats 26 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

REFUND OF PERFORMANCE SECURITY:- 50% performance security shall be refunded within one
month after completion of work as certified by Engineer in Charge. Remaining 50% performance security shall be
released after eighteen months of trial run is satisfactorily completed.
(8) RECEIPT FOR PAYMENT BY PARTNERS HAVING POWER OF ATTORNEY: All correspondence
with the Employer and receipts for payments made on account of a work when executed by a firm must be signed
in the name of the firm by one of the Partners holding Power of Attorney.
(9) MOBILISATION ADVANCE:Mobilization advance up to 5% (Five percent) of the contract value shall be
given if requested by the contractor with in one month of the date of order to commence the work. In such a case
the contractor shall furnish Bank Guarantee from schedule bank for the equal amount in favour of the
Commissioner before sanction and release of the advance. The advance shall be Interest free. The 5% (Five
percent) advance shall be given in two stages
Stage-1:2% (Two percent) of the contract value payable after signing of the agreement
Stage-2:3% (Three percent) of the contract value payable on receipt of the certificate from the contractor that he
has established complete central and field testing laboratories and has engaged workers/technicians and have
brought requisite plants and machineries at work site, and also that the work is physically started and only after
construction programme is submitted by the contractor and is duly approved by the Executive Engineer
(10) RECOVERY OF ADVANCE:The recovery of above advances (mobilizations, plants and
machineries) shall be recovered in equal monthly installments on pro- rata basis (after 15% (Fifteen
percent) of contract work is executed) from each of the further running bills. However all these advances
shall be fully recovered when 80% (Eighty percent) contract sum is complete or when 75% (Seventy Five
percent) of stipulated or validity extended period is over – which ever event is earlier.
(11) 3% of bill amount shall be deducted from each bill for hydraulic testing of pipe line work ( as stipulated
in relevant Annexure –E) and successful commissioning of the work. The same will be passed and paid when the
work get completed successfully.
(12) USE OF DI FITTINGS: Provision of laying & jointing of DI fittings P.N. 1.6 conforming to IS: 9523:2000
duly inspected and approved by RITES/SGS/DGS & D as per tender.DI specials shall be manufactured as per IS:
9523 and shall be ISI marked.In case of flanged joints, the flanges shall be at right angles to the axis of the pipe
machined on the face.The bolt-hole circle shall be concentric with the bore and bolt holes shall be located off the
centre lines as per IS: 9523. Fittings shall be tested as per IS: 9523.
(13) HINDRANCE FREE ALIGNMENT OF PIELINE ETC:RAJNANDGAON MUNICIPAL
CORPORATION will provide hindrance free alignment. The bidders should inspect the whole alignment and
should make himself conversant with site conditions, strata, nallah crossings, road crossings, railway crossings,
canal crossings etc completely. All permissions from Government/ Semi Government Authorities shall be taken
by Rajnandgaon Municipal Corporation for above works.
(14) DEPTH OF EXCAVATION FOR LAYING OF PIPELINE: The crown of the pipeline will be kept
minimum 1.0 m below the firm GL.
(15) ORDER OF PRIORITY :Order of priority as given below shall prevail: -
Specifications as per NIT.
Specifications as per S.O.R.
Specifications mentioned in CPHEEO Manual 1999 (current Revision) for various water supply and
treatment components.
Relevant IS Codes.
(16) STATUS OF ENVIRONMENTAL CLEARANCE:Since this being a Water Supply Project involves
neither displacement /rehabilitation of people nor any pollution of water body , hence no Environmental

Instruction to Bidders, Scope of Work & Formats 27 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

Clearance is required.
(17) VALVES WITH ACTUATORS:The valves should be compatible with actuators as mentioned in Annexure-
E.
(18) LAYOUT PLAN OF WATER TRANSMISSION AND DISTRIBUTION NETWORK:Location of valves
marked on the L-section will be prepared by the contractor for the approval of Engineer-in-Charge as mentioned
in ANNEXURE-E.
(19) Deleted
(20) PROCUREMENT OF PIPES & VALVES:Contractor shall take written procurement clearance for the
specified quantities of pipes, valves , specials etc from Engineer-in-Charge before taking procurement action.
(21) APPROVAL OF DESIGNS: The PDMC deployed by the Engineer-in-charge shall act as the representative
of the Engineer-in-charge to the Contract. Unless specified otherwise, the PDMC shall be involved in testing of
materials, supervision of works to ensure quality as per required (IS / Technical specifications) standards.
Contractor shall provide support and assistance in all field works, checking of measurements, bills, work done
(temporary / permanent) in the field, including all works to be carried out by the Engineer-in-charge. However,
written approval of designs of surge control devices, drawings, additions,alterations, omissions, substitutions,
approval for non-schedule items / rates as required shall be obtained from competent Authority of Municipal
Corporation .
(22) INTERCONNECTIONS OF RISING MAINS: The contractor is expected to visit the site of work and make
his own assessment of quantum of work required to be carried out,Further before actual implementation of work
the drawing of interconnections will have to be got approved from the Engineer-in-Charge.
(23) INTERIOR LIGHTING AND RECEPTACLES IN PUMP HOUSE & STP: Each panel shall be provided
with a LED lighting fixture rated for 20 watt, 230V, 1 phase, 50 Hz supply for the interior illumination of the
panel during maintenance. The illumination lamp shall be operated by door switch or manual switch. Each panel
section shall be provided with separate lighting. “
(24) DELETED.
(25) 15 MONTHS TRIAL RUN OF COMPLETE WORK AFTER COMPLETION OF WORK:(a) The
tender must be inclusive of operation of the plant for the twelve months trial run period free of charge by
contractor’s trained and qualified Engineers who should be completely familiar with the equipment supplied and
erected and they shall train the Departmental Staff in operation & maintenance of the plant within that period.
Detailed operation manual as well as the drawings of equipment supplied, should also be supplied by the
contractor free of cost. The cost of electrical energy, WILL BE PAID by the Department during O & M
period.Cost of chemicals shall be borne by the contractor, including replacement and warranty of any item
component/spares.Performance Guarantee must be demonstrated within the test run for this period of twelve
months.”
The period of completion shall be 18 months including 3 months trial run.
O&M: 5 years
(b) Period of construction shall be reckoned from date of issue of work order to time of completion. Defect
liabilities, tests, guarantee and trial run will be as per N.I.T.
After satisfactory completion of the complete work including testing, installation, commissioning, the Engineer-
in-charge will issue the Completion Certificate. After which 18 months of trial run at full load will be carried out.
Any non-compliance in terms of running, delivery and performance of each component of the complete work will
be maintained and recorded by the Engineer-in-Charge. Record of the incoming raw water quality (physical,
chemical and biological parameters) and that of the treated water rendered from the existing and proposed WTP
shall be maintained.

Instruction to Bidders, Scope of Work & Formats 28 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

Each day/part of the day when the STP does not deliver as per the norms of Contract Agreement and CPHEEO
Manual means that the trial run will be extended by that many days without any extra cost to Rajnandgaon
Municipal Corporation.
(26) LIST OF SPARES TO BE MAINTAINED DURING O &M period of STP:
The contractor shall operate and maintain the Sewage treatment plant including all the civil structures, electro-
mechanical equipment, pipes, pipe specials, instrumentation provided by him in STP. He will maintain spares
with stores for the proper upkeep of the STP. List of spares is given below.

LIST OF SPARES: To be Submitted by Bidder along with the BID.

For repairs and proper upkeep of the STP in case any repair to any equipment is required, no extra payment will
be paid to the contractor.

For non compliance of the water quality parameter a penalty of Rs. 5000/- for one event in a day shall be levied.

(27) DELETED

(28) GENERAL REQUIREMENTS FOR BUILDING WORKS:Unless otherwise specified, all


the building works shall generally comply with the following Employer’s Requirements:
(a) All buildings shall have reinforced concrete framework.
(b)75 mm thick PCC Damp Proofing Course in M15 shall be provided to all building walls.

(29) TOPOGRAPHIC SURVEY:The contractor will carry out the Topographic survey work by using Total
station of the entire site.This is mandatory to confirm the levels and the lengths . Only after this exercise is
carried out, contractor should prepare the detailed drawings, L-sections based on the design etc.

(30) DELETED.

33. SPECIAL CONDITIONS :-


(a) No Reimbursement/refund on variation in prices of D.I. Pipes/materials/POL and Labour wages shall be made in
this contract.
(b) The tenderer should quote his rates duly considering the excise exemption certificate. Department will issue
excise exemption certificate to the contractors on their request for pipes & fittings as applicable vide excise
notification no.12/2012-C.E. Dtd. 17.03.2012.The certificate for exemption of excise duty for items in Govt. of
India Notification 12/2012-C.E. Dtd. 17.03.2012 with all amendments upto date of issue of N.I.T. shall be
provided by the Department of applicable as per notification for notified items.
(c) In case, the shifting of any existing, water pipe line/sewage line is considered necessary by the
Deptt./Municipal Corporation, such service lines will have to be shifted by the contractor for which the
payment shall be made for the actual work done as per approved rate of this contract.
(d) Any other specials which do not appear in the schedule of work shall be fabricated with MS pipes for
execution of works. As per direction of the engineer-in-charge for which necessary provision has also been
made in the schedule of work.

Instruction to Bidders, Scope of Work & Formats 29 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

Instruction to Bidders, Scope of Work & Formats 30 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

FORM - F "LUMP-SUM CONTRACT"

ANNEXURE ‘A’ Model Rules relating to labour, water supply and sanitation
etc.
ANNEXURE ‘B’ Contractor’s Labour Regulations
ANNEXURE ‘C’ Form of Income Tax clearance certificate
ANNEXURE ‘D’ Statement showing the lead of materials
ANNEXURE ‘E-’ Silent Features & Technical Specifications
ANNEXURE ‘F’ Break -up schedule of payments
ANNEXURE ‘ GI & GII’ Proforma of Bank Guarrenty
ANNEXURE ‘H’ Special Conditions of NIT
ANNEXURE ‘I’ INFORMATION & INSTRUCTIONS TO THE BIDDERS FOR
ONLINE ELECTRONIC GOVERNMENT PROCUREMENT SYSTEM
(e-GPS).

Annexure – ‘J’ Pre contract Integrity Pact

Appendix ‘1’ Qualification Information


Appendix ‘2’ Experience of similar nature of work
Appendix ‘3’ List of other construction work
Appendix ‘4’ Existing Commitments
Appendix ‘5’ Machinery available with the tenderer
Appendix ‘6’ Technical Personnel available with the tenderer
Appendix ‘7’ Financial report
Appendix ‘8’ Current claims and arbitration
Appendix ‘9’ List of plants and machinery required
Appendix ‘10’ List of plants and machinery to be deployed
Appendix ‘11’ List of personnel to be deployed
Appendix ‘12’ Contact persons (Clients for whom the work has been carried out by the bidder)
Appendix ‘13’ Affidavit

Commissioner,
Municipal Corporation,
Rajnandgaon

Annexure- "A":

Instruction to Bidders, Scope of Work & Formats 31 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

Model Rules relating to Labour, Water Supply and Sanitation in Labour Camps

NOTE:
These model rules are intended primarily for labour camps which are not of a permanent nature. They lay sown
the minimum desirable standard which should be adhered to standards in permanent on semi permanent labour
camps should not obviously be tower than for temporary camps.

LOCATION:
The camp should be located in elevated and well drained ground in thelocality. Labour huts to be constructed for
one family of 5 persons each. The layout to be shown in the prescribed sketch.

HUTTING:
The huts to be built of local materials. Each hut should provide at least 20 sqm. of living space.

SANITARY FACILITIES:
Latrines and urinals shall be provided at least 15 mtrs. away from the nearest quarters separately for men and
women and specially so marked in the following scale.

LATRINES:
Pit provided at the rate of 10 user of families per seat. Separate are required as the privacy can also be user for
this purpose.

DRINKING WATER:
Adequate arrangements shall be made for the supply of drinking water. If practicable filtered and chlorinated
supplies shall be arranged when supply is from intermittent sources over head storage tank shall be provided with
a capacity of five liters a per son per day. Where the supply is to be made from a well is shall confirm to the
sanitary standard laid down in the report of the rural sanitation committee. The well should be at least 30 meters.
away from any latrine or other source of pollution. If possible the and pump should be installed for drawing the
water from well. the well should be effectively disinfected one every month and the quality of the water should be
got tested at the Public Health Institution between each work of disinfecting.

BATHING AND WASHING:


Separate bathing and washing plan shall be provided for men and women for every 25 persons in the camp. There
shall be one gap and space of 2 sq. for washing and bathing Proper drainage for waste water should be provided.

WASTE DISPOSAL:
Dustbin shall be provided at suitable places in camp and the residence shall be directed to throw all rubbish into
those dustbins. The dustbin shall be provided with cover. The contents shall be removed every day and disposed
off by trenching.

MEDICAL FACILITIES:
a) Every camp where 1000 or more persons reside shall be provided with whole time doctor and dispensary. If
there are women in the camp a whole time Nurse shall be employed.
b) Every camp where less than 1000 but more than 250 persons resides shall be provided with a dispensary and a
part time, Nurse/Midwife. If there are less than 250 persons in any camp a first aid kit shall be maintained in
charge of whole time persons trained in first side. All the medical facilities mentioned above shall be for the all
residents in the camp, including a dependent of workers, if any, free of costs. For each labour camp there should
be qualified sanitary inspector and sweepers should be provided in the following scales :-

Instruction to Bidders, Scope of Work & Formats 32 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

For camps with strength over 200 but not exceeding 500 persons - One sweeper for every 75 persons above the
first 200 for which 3 sweepers will be provided.

For camps with strength over 500 persons - One sweeper for every 100 persons above first 500 for which 6
sweepers should be provided.

Annexure- "B": Contractors Labour Regulations


The contractor shall pay not less than fair wage to labours engaged by him in the work:

EXPLANATION:
A. "FAIR WAGES" means whether for time of piece work as notified on the date of inviting tenders and
where such wages have not been so notified the wages prescribed by the competent authority for division in
which the work is done.

The contractor shall, notwithstanding the provision of any contract to the contrary, cause to be paid a fair to
labours indirectly engaged on the work including any labour engaged by his sub-contractor in connection with the
said work as if labourers had been immediately employed by him.
In respect of all labour directly or indirectly employed on the works or the performance of his contract, the
contractor shall comply with or cause to be complied with the labour Act. Enforce.
The Executive Engineer/Assistant Engineer shall have the right to deduct from the money due to the contractor
any sum required or estimated to be required for making good, the loss suffered by a worker or workers by reason
of non-fulfillment of the conditions of the contract for the benefit of the workers non payment of the wages or of
deductions made from his or their wages which are not justified by their terms of contract or non-observance of
regulations.
The contractor shall be primarily liable for all payments to be made under and for the observance of the
regulations aforesaid without prejudice to his right to claim indemnity form his sub-contractor.
The Regulations aforesaid shall be deemed to be a part of this contract and any breach thereof shall be deemed to
be a breach of this conduct.
The contractor shall obtain a valid license under the contract (Regulation & Abolition) Act, in force and rule
made there under by the competent authority from time to time before commencement of work and continue to
have a valid license until the completion of the work.
Any failure to fulfill this requirement shall attract the penal provisions of this contract arising out of the resulted
non execution of the work assigned to the contractor.
Special Additional Condition:-
 Cess@1% (one percent only) shall be deducted at source, from every bill of contractor by Executive
Engineer under "Building and other Construction for workers welfare, cess Act-1996"
It is mandatory for the contractor(s) to get him self/them selves registered with "Chhattisgarh Building and other
Construction Welfare Board" for work amounting to Rs. 10.00 Lacs (Ten Lacs) and above and enclose a true
copy of such registration certificate within one month of award of contract.

Annexure-"C": Form of Income Tax Clearance Certificate

TENDERING FOR WORKS COSTING Rs. 2.00 LAKHS OR MORE

1. Name & Style (of the company, firm, H.U.F., or Individual) in which the applicant assessed to Income Tax and
Address for purpose of assessment.
2. The Income Tax Circle/Ward/District in which the applicant is assessed to Income Tax.

Instruction to Bidders, Scope of Work & Formats 33 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

3. Following particulars concerning the last Income Tax Assessment made:-


(i) Reference No. (Or G. I. R. No.)of the assessment.
(ii)
(iii) Assessment year and Accounting year.
(iv) Amount of Total Income Assessed.
(v) Amount of Tax Assessed I. T., S. T., E. P. T.,B. P. T.
(vi) Amount of Tax paid I. T., S. T., E. P. T.,B. P. T.
(vii) Balance being tax not yet paid and reasons for such arrears.
(viii) Whether any attachment or certificate proceedings ending in respect of the arrears.
(ix) Whether the company of firm of H. U. F. on which the assessment was made has been of is being
liquidated, wound up dissolved, petitioned or being declared insolvent as the case may be.

4. The position about later assignment namely, whether returns submitted under section 22(1) or (2) of the IT Act
and whether tax. Paid under section 18(a) of the Act and the amount of tax so paid or in arrears.
5. In case there has been no Income Tax Assessment at all in the past, whether returns submitted under section 21(1)
or (2) and 18-A (3) and if so, the amount of Income Tax Return of Tax paid and the Income Tax
Circle/Ward/District concerned.
6. The name and address of branch (es) verified the particulars set out above and found correct subject to the
following remarks.

Dated ............................./2017 Signature of I.T.C.


Circle/Ward/District.

7. Bidders are required to submit their PAN details, Income Tax Return and financial statement of their firm of last
05 years’duly vetted by an approved/authorised Chartered Accountant.

Dated: Commissioner
Municipal Corporation
Rajnandgaon

SPECIAL CONDITIONS OF CONTRACT


1. The Addresses are : (i) “Employer” : The Commissioner Municipal Corporation, Rajnandgaon
Attention:
(2) Tax will be deducted at source as per prevailing Income Tax Rules
(3) The risk insurance coverage shall be as follows
a) Third party vehicle liability insurance as required under India’s Motor Vehicle Act, 1988 by the
Contractor or its personnelSub Contractor or their personnel foe the period of contract.
b) Third Party liabilities insurance, with a minimum contract of equal to amount of contract.
c) Professional liabilities insurance with a minimum coverage equal to amount of contract.
d) Employer’s liabilities & workers compensation insurance in respect of the Personnel of the Contractor, in
accordance with the relevant provisions of the Applicable Laws of India, as well as with respect to such
personnel any such life, health, accident, travel or other insurance as may be applicable
e) Any other laws / rule applicable in India.
(4) The arbitration proceedings shall take place in Rajnandgaon, Chattisgarh.

Instruction to Bidders, Scope of Work & Formats 34 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

(5) The performance Securities amount is 5% of the contract value

Binding Signature of
Commissioner, Municipal Corporation, Rajnandgaon
.............................................................
Binding Signature of
CONTRACTOR
.............................................................
(On behalf of)

ANNEXURE – “D”
Statement showing the Lead of Materials

S.No. Description Lead


1. ……………………………………………………………………………………
2. ……………………………………………………………………………………
3. ……………………………………………………………………………………
4. ……………………………………………………………………………………
5. ……………………………………………………………………………………

Instruction to Bidders, Scope of Work & Formats 35 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

Note - This statement is only for guidance of the contractor. The tenderer should satisfy himself regarding the
availability of the required quality and quantity of materials.

Instruction to Bidders, Scope of Work & Formats 36 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

NAGAR PALIK NIGAM RAJNANDGAON

6.2 MLD Sewage Treatment Plant and Septage Management,


UNDER AMRUT MISSION

(Online only)
Tender for a Lump - Sum Contract
FORM – F
ANNEXURE – C

“We do hereby tender to execute the whole of the work described in the Drawing Nos.----------------- and
according to the annexed specifications signed by -------------------------- -------------------- and dated --------
-------------- for the sum of Rs. --------------------------------------- (Rupess -----------------------------------) as
given below:

Lump – Sum
Sr.no. Particulars
Cost
Lump Sum offer for construction of Proposed Sewage Treatment Plant
with all other ancilliary and allied works as per the terms defined but not
1. Rs.
limited to the scope of work at Rajnandgaon including 1 year of Trial and
Run.
Lump Sum offer for 5 Year O & M of 6.2 MLD STP Works, Pumps,
2. PLC-SCADA monitoringand control system including replacement and Rs.
warranty.

Total = Sr.No.1 + Sr.No.2 = Rs.......................

(Rupees………………………………………………………………….)

and should this tender be accepted I/We do hereby agree and bind myself/ourselves to abide by and fulfil
all the conditions annexed to the said specification or in default thereof to forfeit and pay to the
Rajnandgaon Municipal Corporation, the penalties of sums of money mentioned in the said conditions, viz.
Dated: Tenderer`s Signature

Witness: Address:

Address:
The above tender is hereby accepted by me on behalf of the Rajnandgaon Municipal corporation.

The _______________/2017

Instruction to Bidders, Scope of Work 37 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

Signature of the authority by whom the tender has been accepted.”


(Note: Figures given by the bidder in sub para –C shall be considered for evaluation purpose.)

SECURITIES :

Name Address Occupation of Remarks


Profession

Instruction to Bidders, Scope of Work 38 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

APPENDIX 2.13 (See Paragraph 2.019)


FORM 'F'

NAGAR NIGAM RAJNANDGAON


Sewage Treatment Plant (Under AMRUT MISSION)

Issued to Shri/M/s. ………………………………………………...…………………………………


Class of Contractor. ..................Registration No.....................................Date.....................
Name of Work:“ Design, Construction, Supply, Installation, Testing, Commissioning of Weir across nalla, Sewage
Pumping Station, Sewage Pumping machinery, Sewage Conveyance main and 6.2 MLD Sewage Treatment Plant on
SBR Technology with PLC and SCADA Automated monitoring and control System, septic sludge management plant
at Mohod, Rajnandgaon along with 18 months of Trial Run followed by operation and maintenance for 5 year”

……………………………….

Amount of Contract Rs. 1232.03Lacs


Amount of E.M.D Rs Rs. 6.20 Lacs

Cost of Tender Form Rs. Rs. 15,000/-


Vide M.R. No. & Date ………………………………………………………………………
Time allowed for Completion: 18 Months along with 3 Months of Trial and Run and followed by
O&M for 5 years

Date of opening Tender -----------------

Instruction to Bidders, Scope of Work 39 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

CONDITIONS OF CONTRACT

Definitions

A. The contract means the documents, forming the notice inviting tenders and tender documents submitted
by the tenderer and the acceptance thereof including the formal agreement executed between the
RAJNANDGAON MUNICIPAL CORPORATION and the contractor.

B. In the contract the following expressions shall unless otherwise required by the context have the meanings
hereby respectively assigned to them:-

(a) The expression “works” or “work” shall unless thereby mean something either in the subject or context
repugnant to such construction be construed and taken to mean the works or by virtue of the contract
contracted to be executed whether temporary or permanent and whether original, altered, substituted or
additional.

(b) The “site” shall mean the land and/or other places on, into or through which work is to be executed under
the contract or any adjacent land path or street through which work is to be executed under the contract or
any adjacent land, path, or street which maybe allotted or used for the purpose of carrying out the
contract.

(c) The “Commissioner” means Commissioner of Rajnandgaon Municipal Corporation

(d) The “Engineer-in-Charge” means the Executive Engineer who shall supervise and be in charge of the
work and who shall sign the contract on behalf of the Commissioner.
(e) “Municipal Corporation Rajnandgaon” shall mean the RAJNANDGAON MUNICIPAL
CORPORATION. Competent Authority means Commissioner of RAJNANDGAON MUNICIPAL
CORPORATION.

(f) The term “Chief Engineer” means the Competent Authority from RAJNANDGAON MUNICIPAL
CORPORATION.
(g) The term "Superintending Engineer" means the Superintending Engineer of the concerned
RAJNANDGAON MUNICIPAL CORPORATION / UADD
(h) The term "Executive Engineer"/"Engineer-in-Charge"/"Divisional Officer" means the Executive Engineer
of RAJNANDGAON MUNICIPAL CORPORATION.
(i) The term "Assistant Engineer" means the Assistant Engineer RAJNANDGAON MUNICIPAL
CORPORATION.
(j) The word "Sub Engineer" shall mean "Section Officer" of the RAJNANDGAON MUNICIPAL
CORPORATION.

NOTE: “Words” importing the singular number include plural number and vice-versa,

Instruction to Bidders, Scope of Work 40 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

CONDITIONS OF CONTRACT

1. The person(s) whose tender may be accepted (hereinafter called the contractor(s), their EMD shall
be retained by RAJNANDGAON MUNICIPAL CORPORATION as an initial security deposit and
the remaining sum to make the security deposit to 5% (Five percents) shall be deducted from their
RA Bills. The security deposit shall be released to the contractor after one year of successful
completion of the performance and defect liability period. The RAJNANDGAON MUNICIPAL
CORPORATION at any time can forfeit the security deposit if it seems to their opinion that the
contractor is making any prejudice with the essence of the contract. The dicision of the
Commissioner in this regard shall be final and binding on the contractor.

2. The Contractor(s) is/are to provide every-thing of every sort and kind (with the exception noted in
the schedule attached) which may be necessary and requisite for the due and proper execution of
the several works included in the contract according to the true intent and meaning of the drawings
and specifications taken together, which are to be signed by Executive Engineer/ Commissioner,
Municipal corporation, Rajnandgaon. and the contractor(s) whether the same may or may not be
particularly described in the specification or shown on the drawings, provided that the same are
reasonably and obviously to be inferred there-from and in case of any discrepancy between the
drawings and the specification the Executive Engineer/ Commissioner is to decide which shall be
followed.

2 (a) The Contractor(s) is/are to set out the whole of the works in conjunction with an officer to be
deputed by the Executive Engineer/ Commissioner and during the progress of the works to amend
on the requisition of the Executive Engineer/ Commissioner any errors of which may arise therein
and therein and provide all the necessary labour and materials for so doing. The contractor(s) is/are
to provide all plant, labour and materials (with the exceptions noted in the schedule attached) which
may be necessary and requisite for the works. All materials and workmanship are to be the best of
their respective kinds. The contractor(s) is/are to leave to works in all respects clean and perfect at
the completion thereof.

All inspection charges will be payable by the contractor

3. Complete copies of the drawings and specification signed by the Executive Engineer are to be
furnished by him to the contractor(s) for his/their own use, and the same or copies thereof are to be
kept on buildings incharge of the Contractor(s) agent who is to be constantly kept on the ground by
the contractor(s) and to whom the instructions can be given by the Executive Engineer/
Commissioner. The Contractor(s) is/are not to sublet the works or any part there of without the
consent in writing of the Executive Engineer/Commissioner.

4. The Executive Engineer/ COMMISSIONER is to have at all times access to the works which are to
be entirely under his control. He may require the contractor(s) to dismiss any person in the
Contractor(s) employ upon the works who may be incompetent or misconduct himself and
contractor(s) is/are forthwith to comply with such requirements.

5. The Contractor(s) is/are not to vary or deviate from the drawings or specifications or execute any
extra work of any kind whatsoever unless upon the authority of Executive Engineer to be
sufficiently shown by any order in writing by any plan or drawings expressly given and signed by
him as an extra or variation or by any subsequent written approval signed by him. In cases of daily
labour all vouchers for the same are to be delivered to the Executive Engineer / Commissioner or
the Officer-In-charge at least during the week following that in which the work may have been
done and only such day work is to be allowed for as such as may have been authorized by the

Instruction to Bidders, Scope of Work 41 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

Executive Engineer/Commissioner. to be so done unless the work cannot from its character be
properly measured and valued. The drawings in respect of which this contract is drawn up provide
for a minimum depth of foundations for good soil. Any extra depth will not be measured as an
extra when the foundation trenches have been opened up and will not be paid for in addition to the
sum contracted for the completed work. The contractor has to ascertain the foundation strata in
advance and shall prepare the designs as per actual site conditions.

6. Any authority given by the Commissioner for any alterations or additions in or to works is not to
vitiate the contract, but all additions, omission or variations made in carrying out the works are to
be measured and valued and certified by the Executive Engineer /Commissioner and added to or
deducted from the amount of the contract, as the case may be, at rates in force in the
CGPWD/UADD/CGPHED Department. In such cases in which rates do not exist, the Municipal
Corporation, will fix the rates to be paid.

7. All work and materials brought and left upon the ground by the Contractor(s) or his/their orders for
the purpose of forming part of the works are to considered to be the property of Rajnandgaon
Municipal corporation and the same are not to be removed or taken away by the Contractor(s) or
any other without the special license and consent in writing of the Commissioner/ Executive
Engineer of RAJNANDGAON MUNICIPAL CORPORATION is not to be in any way answerable
for any loss or damage which may happen to or in respect of any such work or materials either by
the same being lost or stolen or injured by weather or otherwise.

8. The Commissioner has full power to require the removal form the premises of all materials which
in his opinion are not in accordance with the specification and in case of default the Commissioner
is to be at liberty to employ other persons to remove the same without being answerable or
accountable for any loss or damage that may happen or arise to such materials. The Commissioner
is also to have full power to require other proper materials to be substituted and in case of default
the Commissioner may cause the same to be supplied and all costs which may attend such
removal and substitution are to be borne by the contractor(s).

9. If in the opinion of the Executive/Commissioner any of the works are executed with improper
materials or defective workmanship, the contractor(s) is/are when required by the Commissioner
forthwith to re-execute the same and to substitute proper materials and workmanship and in case of
default of the contractor (s) is so doing within a week the COMMISSIONER is to have full power
to employ other persons to re-execute the work and the cost thereof shall be borne by the
contractor(s).

10. Any defects, shrinkage or other faults which may appear within 24 months performance period,
from the completion of the work arising out of defective or improper materials or workmanship are
upon the direction of the COMMISSIONER/Executive Engineer to be amended and made good by
the contractor(s) at his/their own cost unless the COMMISSIONER/Executive Engineer shall
decide that he/they ought to be paid for the same and in case of default the Commissioner
Rajnandgaon Municipal corporation may recover from the contractor(s) the cost of making good
the works.

11. From the commencement of the works to the completion of the same they are to be under the
contractor's(s) charge. The contractor(s) is/are to be held responsible for and to make good all
injuries, dameges and repairs, occasioned or rendered necessary to the same by fire/ Natural
Calamity or other causes and they are to hold the Rajnandgaon Municipal corporation harmless
from any claims for injuries to persons or for structural damage to property happening from any
neglect, default, want of proper care of misconduct on the part of the contractor(s) or any one in

Instruction to Bidders, Scope of Work 42 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

his/their employ during the execution of the works

12. The COMMISSIONER is to have full power to send workmen upon the premises to execute
fittings and other works not included in the contract for whose operation the contractor(s) is/are to
afford every reasonable facility during ordinary working hours, provided that such operations shall
be carried in such a manner as not to impede the progress of the work included in the contract but
the contractor(s) is/are not to be responsible for any damage which may happen to or be occasioned
by any such fittings or other works.

13. The works comprised in this tender are to be commenced immediately upon receipt of the order of
commencement given in writing by the COMMISSIONER when possession of the site can be had.
The whole work including all such additions and variations as aforesaid (but excluding such if any
as may have been postponed by an order form the COMMISSIONER) shall be completed in every
respect within 18 months from the date of issue of the aforesaid order and if from any cause
whatever other than will full obstruction or default, on the part of COMMISSIONER or his staff
and except as hereinafter provided the whole of such work shall not be finished to the satisfaction
of the COMMISSIONER within the said period, the contractor(s) shall forfeit to the Rajnandgaon
Municipal corporation from his/their security deposit by way of ascertained and liquated damages
for each defaults and not by way of penalty the sum of Rs. 10600/- (Rs. Ten Thousand and Six
hundred only) per day for every completed day of such default provided that the entire amount of
damages to be forfeited under the provisions of this clause shall not exceed ten percent on the
estimated value of the whole work as shown in the tender.

Provided nevertheless that if the contractor to that effect from the COMMISSIONER himself
which orders COMMISSIONER is the hereby e(s) shall be of the opinion that he is/they are
entitled to any extension of time on account of the works being altered, varied or added to or on
account of any delay by reason of any inclement whether or causes not under the control of the
contractor(s) in consequence of orders mpowered to give them in any or either of the such cases it
shall by competent for the COMMISSIONER by an order in writing to extend the aforesaid period
for final completion by such period or periods as he shall deem reasonable and the contractor(s)
is/are to complete the works within such extended period or periods as aforesaid. Provided that the
contractor(s) shall not be entitled to any extension of time unless he/they shall within 3 days after
the happening of the event in respect of which he/they shall consider himself/themselves entitled to
any extension give to the COMMISSIONER written notice of such claim to any extension of time
and of the ground or grounds and of the amount thereof unless in any case the COMMISSIONER
shall in his direction dispense with such notice and certify for an extension of time. Nevertheless
and in case of any extension of time, the aforesaid provisions with amount for damages in defaults
of due completion shall apply in case of non completion of the works within the extended time.
Provided that the contractor(s) shall not be entitled to any extension of time in respect of the extra
work involved in the extra depth of foundation mentioned in clause 5.

14. If the contractor(s) shall become bankrupt or compound with or make any assignment for the
benefit of his/their creditors or shall suspend or delay the performance of his/their part of the
contract (Except on account of causes mentioned in clause 13 or in consequence of not having
proper instructions for which the contractor(s) shall have duly applied.) The COMMISSIONER
may give to the contractor (s) or his/their assignee or trustee, as the case may be, notice requising
the work to be proceeded with and in case of default on the part of the contractor(s) or his/their
assignee or trustee for a period of 7 days, it shall be lawful for the COMMISSIONER to enter upon
and take possession of the works and employ any other person or persons to carry on and complete
the same and to authorise his/them to use the plant, materials and property of the contractor(s) upon
the works and the costs and the charges incurred in any way in carrying on and completing the said

Instruction to Bidders, Scope of Work 43 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

works are to be paid to the COMMISSIONER by the Contractor(s). The COMMISSIONER shall
be the final authority to determine the amount spent to complete the unfinished work. The
certificate of COMMISSIONER as to the value of the balance work done shall be final and
conclusive against the contractor.

15. The Contractor(s) shall be paid on the completion of each calender month commencing from the
Date of issue of work order a sum of 90% of total value of work done since the last payment
according to the certificate of the Executive Engineer when the works shall be completed the
contractor(s) is/are to be entitled to receive one moiety of the amount remaining due according to
the best estimate of the same that can be made and the contractor(s) is/are to be entitled to receive
the balance of all moneys due or payable to him/them under or by virtue of the contract within
twelve months from the completion of the works. Provided always that no final or other certificate
is to cover or relieve the contractor(s)from his/their liability under the provision of clause 10
whether or not the same be notified by the COMMISSIONER at the time or subsequently to the
granting of any such certificate.

16. A certificate of the COMMISSIONER or an award of the referee hereinafter referred to, as the case
may be showing the final balance due or payable to the contractor(s) is to be conclusive evidence
of the works having been duly completed and the contractor(s) is/are entitled to receive payment of
the final balance, but without prejudice to the liability of the contractor(s) provision of clause 10.

17. Provided always that in case any question, dispute of difference shall arise between the
COMMISSIONER and the contractor(s) as to what additions if any, ought in fairness to be made
to the amount of the contact by reason of the works being delayed through no fault of the
contractor(s) or by reason or on account of any directions or requisitions of the COMMISSIONER
involving increased cost to the contractor(s) beyond the cost properly attending the carrying out of
the contract according to the true intent and meaning of the signed drawings and specification, or as
to the works having been duly completed or as to the construction of these presents or as to any
other matter or thing arising under or out of this contact, except as to matter left during the progress
of the works to the sole decision or requisition of the COMMISSIONER under clauses No.1,4,8
and 9 or in the case the contractor(s) shall be dissatisfied with any certificate of the
COMMISSIONER under clause 6 or under the provision in clause 13 or in case he shall with hold
or not give any certificate to which he/they may be entitled, or as to the right of the contractor(s) to
receive any compensation or as to the amount of such compensation payable to him/them under
clause 18, then such question, dispute or difference or such certificate of the valve or matter which
should be certified as the case may be, is to be from time to time submitted to the arbitration of a
tribunal composed of one arbitrator nominated by the contractor(s) and one arbitrator nominated by
the RAJNANDGAON MUNICIPAL CORPORATION. In the event of a disagreement between the
arbitrators on any matter of matters, such matter or matters shall be referred to an umpire to be
nominated by the Director, UADDand the award of such arbitrators or the umpire is to be final and
where necessary to be equivalent to a certificate of the Director, UADD and the contractor(s) is/are
to be paid accordingly.

18. If at any time before or after the commencement of the work, Commissioner RAJNANDGAON
MUNICIPAL CORPORATION shall for any reason whatsoever:-

18.1 Cause Alterations, omissions or Variation in the drawings and specification involving any
curtailment of the works as originally completed; OR

18.2 Not required the whole of work as specified in the tender to be carried out,

Instruction to Bidders, Scope of Work 44 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

The contractor(s) shall have no claim to any payment or compensation whatsoever on account of any profit
or advantage which he/they might have derived from the execution of the work in full as specified in the
tender but which he/they did not derive in consequence of the curtailment of the works by reason of
alterations, omissions or variations or in consequence of the full amount of the work not having been
carried out.
But the contractor(s) shall be entitled to compensation for any loss sustained by him/them by reason of
his/their having purchased or procured any materials or entered into any engagements or made any
advances to labour or taken any other preliminary or incidental measures on account of or with a view to
the Execution of the works or the performance of the contract.

19. Death or permanent invalidity of the contractor-If the contractor is an individual or a proprietary concern,
partnership concern, dies during the currency of the contract or becomes permanently incapacitated, where the
surviving partners are only minors the contract shall be closed without levying any damages/ compensation as
provided for in clause 3 of the contract agreement.However, if the competent authority is satisfied about the
competence of the surviving, then the competent authority shall enter into a fresh agreement for the remaining
work strictly on the same terms and conditions, under which the contract was awarded.

20. Penalty for Breach of Contract- On the breach of any term or condition of this contract by the contractor,
the RAJNANDGAON MUNICIPAL CORPORATION shall be entitled to forfeit the security deposit or the
balance thereof that may at the time be remaining, and to realize and retain the same as damages and
compensation for the said breach but without prejudice to the right of the RAJNANDGAON MUNICIPAL
CORPORATION to recover further sums due or which may become due to the contractor by RAJNANDGAON
MUNICIPAL CORPORATION or otherwise howsoever.

21. Form the commencement of the work to the completion of the same they are to be under the contractor’s
charge. The contractor(s) is/are to be held responsible for and to make good all injuries, damages and repairs,
occasioned by or rendered necessary to the same by the fire/ natural calamity or any other causes and they are to
hold the corporation harmless from any claims for injuries to persons or for structural damage to property
happening from any neglect, default, want of proper care or misconduct on the part of the contractor(s) or anyone
in his/their employ during the execution of the works.

Dated: Signature of the Contractor

Dated: Executive Engineer


Municipal Corporation
Rajnandgaon

Instruction to Bidders, Scope of Work 45 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

Out Line of the Proposed Scheme


Rajnandgaon is the primary town of Rajnandgaon District, in the state of Chhattisgarh, India. Rajnandgaon
district came into existence on 26 January 1973, as a result of the division ofDurgdistrict. The district
headquarters town, Rajnandgaon is on the Bombay-Howrah line of the South-Eastern Railways. National
Highway 53 (old NH 6, Great Eastern Road) also passes through the town. The nearest airport is at Raipur, about
80 Km away. Rajnandgaon is considered as one of the major places where Hindu Literature prospered.

The Rajnandgaon Municipality is one of the oldest in Chhattisgarh state. The town has population of 1, 63,122 as
per the 2011 census with a literacy rate as 76.97%. Hindi and Chhattisgarhi are the main spoken languages in
Rajnandgaon.

City Rajnandgaon
Coordinates 21.10°N 81.03°E
Elevation 307 m above MSL
Population (2011 census) 1,63,122
Official language Hindi, Chattisgarhi, English

The city is situated at a very comfortable position where both agriculture and industry can grow. As the land is
on the planes, it has good yield farming land for agriculture. The city is situated on banks of river Sheonath, a
tributary of Mahanadi.

Rajnandgaon witnesses normal tropical wet and dry climate. The temperature here remains moderate and
bearable throughout the year. However sometime the temperature here can be extremely hot during summer.
The city has average annual rainfall of 1274 mm.

Rajnandgaon does not have underground sewerage system at present. The sewage through septic tanks and
other grey water is directly discharged into the surface drains without any treatment. The surface drain meets
the local nallas in the town. The slope of the town is on two sides, one to north and other to south. Majority of
the sewage is discharged in the nalla on south side. This nalla meets Sheonath river upstream of the drinking
water source of the town upstream of weir. This causes contamination of the river and is potential threat to
drinking water quality. The primary objective is therefore to prevent the water pollution of Sheonath River and
help preserve the drinking water quality of Rajnandgaon and simultaneously provide the treated sewage water
for agriculture in the canal.

The objective of the Municipality is treat the sewage water to the required quality standards by constructing the
Sewerage Treatment Plant and discharge it into the canal, which is presently being discharged in to the river
without any treatment causing health hazards.

Instruction to Bidders, Scope of Work 46 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

1.1 Location of Project


The proposed project consists of design, construction of a weir on the Mohara nalla to divert its sewage
waste water in to the pumping station, the pumping station, the pumps, the rising main, and the STP of 6.2
MLD capacity (Actual Raw sewage- 6MLD + Qty of Centrate- 0.2MLD) The contractor is required to get the septage
tested for its physical. Chemical and biological characteristics to decide about the extent dilution required without impairing
the efficacy of the proposed sewage treatment plant.) at village Mohara near Rajnandgaon based on the Sequential
Batch Reactor (SBR) Technology. The project also consists of constructing facilities for treatment and
disposal of the septage from Rajnandgaon town brought through tankers. The location of the STP is at
Rajnandgaon and a plot size of 9000 Sqm has been acquired for the construction of ST P. It is expected that
the contractor shall construct 400m length of compound wall for security purposes.
The Scope of Work includes but not limited to the following Units:

 Weir across nalla.


 Raw Sewage Pumping Station of 6 MLD Capacity Comprising connecting pipe between the
submergence of weir and wet well, Receiving Chamber, Coarse Screen Channels, Wet Well & Pump
House.
 Supply, erection, commissioning of Pumping machinery and allied electrical requirements except
the electrical connection but including the transformer CT PT units at proposed SPS.
 Rising main from proposed SPS to Proposed STP, DI K-9 350mm dia, 3.6 km long
 Sewage Treatment Plant of 6.2 MLD capacity (Actual Raw sewage- 6MLD + Qty of Centrate-
0.2MLD) including following;
o Equalization tank
o Primary Treatment Units comprising Inlet Chamber, Fine Screen and its Channels and Grit
Chambers.
o Biological Treatment Units based on Cyclic Activated Sludge/ Sequential Batch Reactor
(SBR) technology.
o Disinfection (Chlorination) Unitscomprising Chlorination Tank and Chlorinator cum
Chlorine Tonner House
o HDPE gravity main from SBR to CCT
o Discharge pipe line for treated sewage through RCC pipe in to Canal.
o Sludge Dewatering Units comprising Sludge thickener, filtrate sump & Pump House,
Centrifuge House and Dewatering Polymer Dosing System. ( The bidder shall also suggest
best practices considering easy of operation and maintenance.)
o Buildings including SBR Air Blower cum Admin cum MCC & Control Building, Electrical HT
Substationetc.
o PLC/ SCADA based Automation System for the entire Plant as detailed in Specifications
o Other Ancillary Structures including Roads & Pathways, Plant Drains & Storm Water Drains,
Boundary Wall etc.
o Landscaping.

Instruction to Bidders, Scope of Work 47 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

 Septic sewage treatment plant consisting of thickener, centrifuge, polymer dosing, filtrate sump, and
pumps and required pipelines and buildings to house centrifuge etc.
 O&M for including defect liability period of 5 years

The Bidders are to adopt the same nomenclature used for various treatment units in their design report as
used in theTender documents. Bidder is required to fillup/complete the data sheets presented inTechnical
Bid as apart of Tender submission. Any Bid without filled in the data sheet shall be considered as non-
responsive and will be summarily rejected.

1.2 SCOPE OF WORK:


1.2.1 Brief Scope of Work
The Contractor shall ensure the technical feasibility of his Offer submitted after visiting the Site. It must be
clearly understood that as the Contract is a “Turnkey Contract”, the Contractor shall design and execute every
such Item(s) of Work(s) which are considered required or necessary for the satisfactory completion,
commissioning and functioning of the entire Plant including Operation & Maintenance of the plant even if
such Item(s) of Work(s) are not specified in the Bid documents, but are essential as part of contract.

The contractor shall consider in his offer:

(i) Weir across Mohara nalla.


The scope of the work shall include but not be limited to the following:
 Hydrological studies, Topographical and Geotechnical Survey including d e t e r m i n i n g h i g h
w a t e r / f l o o d l e v e l , Sub soil Investigation for Water Table and Safe Allowable Bearing Capacity.
Subsoil Investigation shall be carried out by the Contractor through a reputed and specialist firm
approved by the Executive Engineer for confirmation of Geotechnical data.
 Design the weir which can divert the non-monsoon flow in the nalla to the STP. To achieve this the
weir shall be gated RCC weir. Operationally the gate shall be removed during floods and the highest
flood shall also pass safely without any unduly high afflux. The nearby field shall not be flooded due to
introduction of the weir. The dry weather sewage and waste water flow coming from the town shall be
accommodated within the banks of the nalla without encroaching the private land.
 construction, supplying, erection, testing and commissioning of Kolhapur type gated weir including MS
gates across Mohara Nalla

(ii) Pumping Station near the weir to pump sewage waste water
The scope of the work shall include but not be limited to the following:
 The pipe connecting submergence connected to weir to the receiving chamber of wet well along with
the required gate.
 Receiving chamber in RCC
 Coarse screen channel with SS 304
 Wet well of 4.6 m clear internal diameter in RCC. The well shall accommodate min. three nos. sewage
submersible pumps. The diameter indicated may have to be modified and the quoted cost shall consider
the same.

Instruction to Bidders, Scope of Work 48 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

 Overhead pump house on the well of the same diameter and of minimum clear 5m height.

(iii) Pumping Machinery and allied electrical works


The scope of the work shall include but not be limited to the following:
 The design, procurement, installation, testing and commission of pumps for lifting raw sewage to STP.
This shall be submersible sewage pumps.
 The required electrical accessories like starters, panels, capacitors, cables, measuring instruments,
transformers (if required), transformer structure, electricity metering device etc. the transmission line
from the sub-station of DISCOM to the transformer is not in the scope of the Bidder.

(iv) Raw Sewage Conveyance Main


The scope of the work shall include but not be limited to the following:
 Providing 350 mm dia DI K-9 pipe rising main from SPS to STP of a length of 3.6 km including all fittings.

(v) Sewage Treatment Plant of 6.2 MLD capacity and septage treatment facility for 300 m3/day
 The STP of 6.2 MLD capacity (Actual Raw sewage- 6MLD + Qty of Centrate- 0.2MLD) shall be based on
SBR technology and shall include primary treatment consisting of equalization tank, inlet chamber,
screen channel and fine screen of SS304, grit chamber and grit separation and removal mechanism, SBR
tanks, air blowers and diffuser system, RAS pump, piping system, decanters, chlorination room,
chlorinator, chlorine cylinder, chlorine contact tank, and treated sewage conveyance pipe to canal.
 The sludge handling process for SBR sludge consisting of sludge pumps, thickener, supernatant piping
and sump, supernatant pump house and sump, thickened sludge pumps and rising main, centrifuge and
allied electrical equipment’s, chemical dosing equipment’s, filtrate piping to the sump and dewatered
sludge trolley etc.
 The septage sludge treatment consisting of sludge thickener, supernatant pipes, thickened sludge pumps
and rising main, centrifuge and chemical dosing systems, allied electrical works, filtrate piping and dry
sludge handling trolley etc.
 Topographical and Geotechnical Survey including Sub soil Investigation for Water Table and Safe
Allowable Bearing Capacity. Subsoil Investigation shall be carried out by the Contractor through a
reputed and specialist firm approved by the Executive Engineer for confirmation of Geotechnical data.
 Site Development including but not be limited to the followingworks:
o Cutting of smaller girths Tress, Plants, Bushes and Shrubs etc. and removing the same form
Site. However, necessary approval for the same shall be arranged by the Employer.
o Demolishing the existing old Structures if any and removing the debris from Site.
o Shifting of Pipe Lines, Cables and Poles etc. if necessary.
o Levelling and grading to improve the aesthetics and to facilitate the vehicular movement.
o Construction of Site Offices (One for Employer’s Staff and one for Contractor’s Staff) with
required Furniture, Air-conditioners, Personal Computers and Printers, Telecom facility etc.
o Arranging necessary Power Connection & Water Connection at Sites of work.
o Pilling boring works if necessary.
o Construction of temporary Labour Shelters with basic facility like sanitation and water supply
etc. near by Site.

Instruction to Bidders, Scope of Work 49 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

 Preparation and obtaining approval of Process, Hydraulic, Civil, Mechanical, Piping, Electrical and
Instrumentation Design and Drawings including Construction, Architectural and As-built Drawings.
 Construction of Civil Engineering Works for all the Process Units, Buildings, Roads & Pathways, Plant
Drains, Storm Water Drains, Boundary walls etc. as detailed in Technical Specifications of tender
document. Layout shall be made in such way that all Process Units and Buildings are interconnected and
can be accessed from one Point.
 Providing Plinth Protection along the periphery of all the Process Units & Buildings as detailed in
Technical Specifications.
 Providing Internal and External Plaster to Buildings as detailed in Civil Specifications.
 Providing Internal Black Anti Corrosive Bitumastic Paint and External Water Proof Cement Paint to all
Process Units.
 Providing Internal Acrylic Washable Paint and External cement based Paint to all Buildings.
 Providing Rolling Shutters, Doors, Windows and Ventilators in all Buildings.
 Providing External Epoxy Paint to all Steels Works made of MS or GI.
 Providing SS Hand Railing along all the Stairs and Walkways of all Process Units
 Providing FRP Sheet Roofing over all the Stairs and Walkways of all Process Units.
 Supply, Erection, Testing & Commissioning of all the Mechanical Equipment as detailed in Mechanical
Specifications.
 Providing and constructing boundary wall in BB masonry to the plots.
 Obtaining incoming HT/LT Power Supply from State Electricity Authority from nearby Source to the STP
Site, necessary Deposits and Documents shall be arranged by the Employer.
 Supply, erection, testing & commissioning of all the Piping, Gates & Valves as detailed in Tender
Document.
 All Nuts and bolts shall be of stainless steel confirming to IS 1367.
 Supply, Erection, Testing & Commissioning of all the Electrical Equipment’s including HTand LT
Equipment’s as detailed in Electrical Specifications.
 Supply, Erection, Testing & Commissioning of all the Instrumentation Equipment’s as detailed in
Electrical & Instrumentation Specifications.
 PLC/ SCADA based Automation System for the entire Plant as detailed in Specifications.
 Supply, Erection, Testing & Commissioning of Safety Equipment’s at required locations including Safety
Showers, Sand Buckets, Fire Extinguishers, and Fire Alarms etc.
 Providing Laboratory with necessary Laboratory Equipment’s, Instruments, Chemicals & Reagents and
Furniture.
 Planting of Trees and Plants / Landscaping.
 Trial Run of the constructed & hydraulically tested Plant along for a period of One (1) Year and Operation
& Maintenance (O&M) of Pumping Stations & STP for 1 year after Trial Run as per Tender specifications.
 Supply of all Spares, Tools & Tackles required during Performance Run and O & M Period.
 Repairing & reconditioning of all the Equipment’s in the concluding year of the Operation &
Maintenance Period to such a condition that they are in running condition with regular preventive and
recommended maintenance.

Instruction to Bidders, Scope of Work 50 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

 Providing “on the job” training to the Employer’s personnel.


 Defects Liability Period of 18 months from the date of successful completion of Performance Run.
 Preparation and submission of As- Built Drawings and Operation & Maintenance Manuals for
Mechanical, Electrical & Instrumentation Items.

Any other Items which have not been specifically mentioned in specifications but are necessary for
construction of the Plant as per good engineering practices, safety norms and success ful operation and
guaranteed performance of the entire Plants hall be deemed to be included within Scope of Work and shall
be provided by the Contractor without any extra cost to the Employer.

The bidder shall make their own arrangement to visit the proposed sites of work before submitting the bid.

1.3 Proposed Project & Treatment Scheme


1.3.1 Weir across Mohara Nalla
The weir across Mohara nalla shall be designed considering the past flood data at the site and Inglis formula for
calculating the flood based on rainfall and catchment area. The weir shall be of Kolhapur type and with gates
made up of M.S. plates. The water is to be stopped at non-flood time to arrest the sewage waste water at the
weir and pump it to STP and during flood the gates shall be removed so that flood can pass. The construction of
obstruction in the path shall not cause a high afflux during flood. At no time the water shall enter the private
lands. The water shall be within the banks only. The structure shall be in RCC and the gate guide in MS channels.
The weir shall be founded on a substantial bearing capacity and below scouring depth.

1.3.2 Raw Sewage Pumping Station of 6.2MLD Capacity


a) Pipe connecting the weir submergence and receiving chamber
The pipe connecting submergence of the weir and the receiving chamber is meant to convey the waste water in
the submergence to the pumping station. It shall flow by gravity with non-silting and non-scouring velocity. The
pipe shall be RCC with CI gates in front of it to isolate the pumping station and make it dry for any maintenance.
The invert level of the pipe shall be such that the water at lowest level in the submergence of weir can be drawn
inside the pumping station.

b) Receiving ofRawSewage
The pipe connecting the submergence of the weir and the pumping station shall discharge into receiving
chamber of pumping station. From Receiving Chamber, it will be taken into downstream screens. The function
of the Receiving Chamber is to reduce the incoming velocity. Receiving Chamber shall be of adequate size to
meet the requirements of workability inside it. The Receiving Chamber shall be water tight to prevent seepage
of the sewage.

(vi) Coarse Screening


Coarse Screen of manual and mechanical type are to be provided upstream of Wet well for removal of floating
and oversized material coming with the sewage.The coarse screens should be capable to screen out most of
the medium & large floating and over sized material m o r e t h a n 1 0 m m d i a m e t e r such as plastic bags,
debris, weeds, paper, cloth etc. which could clog the waste water pump impellers. The coarse screen shall be

Instruction to Bidders, Scope of Work 51 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

inclined bar screen.It should be of sturdy design to take care of all sorts of materials envisaged in the gravity
sewer.The screenings shall be dropped on convey or above the top of the screen channel. A convey or system
of suitable width shall be provided which shall be adjacent to the screens.The screening material as collected
will drop automatically into a wheel barrows for its disposal. For this the automatic screen, shall be high
enough to bring the cleanings above ground level at sufficient height to accommodate wheel barrows.

(vii) Raw Sewage Pumping Station, pumps and electrical requirements


Screened sewage after coarse screening enters into wet well of the pumping station.Wet well is to be provided
with two compartments so thatgrit/sandcoming along with sewage can be settle in the first compartment,
necessary arrangement such as screw conveyor, de-silting pump etc. for removal of grit/sand from well with
motor andother accessories for periodical clearing should be provided with standby arrangement. The
capacity of the wet well should be kept such that adequate detention time is available during average and peak
flow conditions. The effective liquid volume shall be provided below the invert level of the incoming sewer
after leaving provision for freeboar.The capacity of the sump is to be soke ptth at with any combination of
inflow and pumping the operating cycle for any pump will not be less than 5minutes. In addition to the above
liquid depth, an additional depression shall be provided to ensure adequate submergence of the pump as per
the manufacturer’s recommendations. The pump floor level shall be 1 m above the highest flood level. The
diameter of the well shall be to accommodate minimum 3 submersible sewage pumps of required duty
condition for peak and off-peak conditions in nalla flow. It shall in no case be less than 4.6 m clear diameter.
The pump house shall be such that it accommodates the deliveries from pumps, electrical accessories etc and
in no case, shall be less than 4.6 m minimum clear internal diameter and 5 m clear internal height with 1 m
cantilever walkway outside.
Suitable combination of submersible pumps is to be provided in the sumps to cater the pumping requirements
at average and peak flow conditions. Based on incoming flow conditions, adequate no. of pumps shall operate
automatically to cater the pump in grequirements. The electrical accessories as required for the pumps to
operate and the electric connection and the transformer substation and CTPT is included. The transmission
line from the substation of the electricity authority to the site is not in the scope and will be the responsibility
of Municipal Corporation.
Suitable arrangement should be provided for lifting of pumps. Electrical panel of the Pump House shall be
placed in such a manner to avoid corrosion fromg ases.Either,it can be club bed with MCC panel or necessary
protection can be given.
The pumped flow from the pumping station shall be taken to the elevated head works Inlet chamber of the
STP from where sewage will gravitate to fine screen channels.
For protection against clogging, the suction and delivery openings of the pumps shall not be less than
100mm and the pumps shall be capable of passing a ball of atleast 50mm dia.

1.3.3 Raw sewage rising Main


Raw sewage rising main of 350 mm dia DI K-9 pipe shall be provided to carry the discharge to STP. It shall include
all the fittings and vertical flanged DI piping, fittings, sluice / knife and air valves for sewage application required
from the header of the pumps to the inlet chamber of STP.

Instruction to Bidders, Scope of Work 52 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

1.3.4 Sewage Treatment Plant Of 6.2 MLD Capacity at village Mohara near Rajnandgaon
a) Inlet Chamber
Inlet Chamber of STP shall receive the average flow of 6.2 MLD capacity (Actual Raw sewage- 6MLD + Qty of
Centrate- 0.2MLD) fromRawSewage Pumping Station of 6MLD Capacity located on Mohara nalla. FromInlet
Chamber, it will be taken into down stream Fine Screen Channels. The function on the Inlet Chamber is to
reduce the incoming velocity.It shall be of adequate size to meet ther equirements of workability inside it. It
shall be water tight to prevent seepage of the sewage outside.

(viii) Fine Screening


Fine Screens Channels shall be provided upstream of Grit Removal Units. Fine Screens should be capable to
screen out most of the small floating materials above 6 mm size. It shall be of Mat type. The screenings shall be
droppe don the conveyor be lt installed at the top of the Fine Screens Channels.The screening material as
collected will drop automatically into wheel Barrows forits disposal.

(ix) De-gritting
Screened sewage shall gravitate to Grit Separator Tanks for removal of grit and small in organic particulate
matter of specificgravity above 2.65 and particlesize above 100microns. The Grit Separator Tanks shall be of
RCC complete with Detritus Mechanism comprising Scraper, Classifier and Organic Return Pumps. The grit
separated shall be properly collected and transferred for disposal.

(x) Flow Measurement


Flow measurementshallbedone online usingan ultrasonicflowmeterontherising main.

(xi) Sequential Batch Reactor(SBR)Units


Primary treated sewage shall be fed in to the Sequential Batch Reactor(SBR)Process Basins for biological
treatment to remove BOD,COD, Suspended Solids, Biological Nitrogen and Phosphorous. Sequential Batch
Reactor (SBR) shall work in Cyclic /Batch mode in single step.It shall perform biological Organic Removal,
Nitrification, De-nitrification and Biological Phosphorous Removal and shall be capable of simultaneous sludge
stabilization. The oxygen required shall be supplied through fixed type Fine Bubble Diffused Aeration System
without control of oxygen level in the Basins. The system shall havea SVI<120 for higher settling rates and
should be designed in such away that growth off ilamentous bacteria is restricted. The complete operation
including Filling of Sewage, Aeration,Sludge Recirculation, Decanting and Wasting of Excess Sludge shall be
controlled by SCADA &PLC. Treated sewage from Sequential Batch Reactor (SBR) Units shall be collected in
Chlorination Tank for its disinfection.

(xii) Chlorination Units


Treated sewage from Sequential Batch Reactor (SBR) Units shall be collected in a Chlorination Tank where
disinfectant will be added for disinfection at suitable dosing rate. Baffle walls shall be provided in the Tank to
facilitate hydraulic mixing of treated sewage. Adequate reaction time shall be provided to ensure proper
disinfection of treatedsewage.

Instruction to Bidders, Scope of Work 53 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

(xiii) Sludge Dewatering Units


Excess Sludge from SBR Basins shall be with drawn through Sludge Withd rawal pump and discharged in sludge
thickener. Sludge thickener shall be equipped with suitable scraper mechanism to ensure homogeneous
mixing.
The sludge shall be then pumped to centrifuge for dewatering using positive displacement type Screw
Pumps.Dewatering Polyelectrolyte Dosing System comprising one Solution Preparation and One Solution
Dosing Tank equipped with slow speed Agitator and mechanically actuated diaphragm type Metering Pumps
shall be provided to dose Dewatering Polyelectrolyte Solution online.
The dewatered sludge from centrifuges shall be collected whereas Centrate shall be recycled back to the STP.

(Filtrate may also be conveyed to Raw sewage sump by gravity, if design permits, then pumping shall not be considered
upon)
Flow of the sewage from one unit to the other unit shallbe made through RCC Pipes of Class NP3 or RCC
Channels as per approved designs.
Indicative Process Flow Diagram,Piping & Instrumentation Diagram and Equipment Layout for the proposed
STP are attached attheend of Volume–I. These Drawings are indicative and for tendering purpose only. Bidders
need to develop their own drawings based on his design and site conditions, conforming to the specifications
given in theTender documents.

The processe slected is a well-established process for treatment of raw sewage. The Bidders are to adopt the
same nomenclature used for various Treatment Units in their design documents as used in the Tender
documents. Also ,the Bidders are required to fillup/ complete the Data sheets presented in Technical Bid as a
part of Tender submission. Any Bid without filled in Datasheets shall be consideredas non-responsive and will
be summarily rejected.
The attention of the bidder is also drawn to Para no. 9 .9. 1 pretreatment of Septage (page 9-44) of CPHEEO
manual Part A engineering wherein lime stabilization of the Septage has been proposed. Please also refer to
para 9.8.1
(A) To ensure a flow equalization tank for the Septage flow so that it can be loaded on to the STP at a uniform
flow as much as possible through the 24 hours.
(B) A De-gritting facility to segregate the grit content and prevent it to getting into Aeration units and pumps.
© Separate the liquid and sludge stream. The equalization tank may be a relatively deeper tank equipped with
sub-surface mixers to maintain the contents in suspension and not surface aerators or diffused air systems
which will create odour problems.
The Pumps can be submersible pump sets with Open Impellers.
Septage characteristics
The septage characteristics as taken from “Septage management in Urban India” as prepared by WSP is reproduced below for
design purpose.”

Instruction to Bidders, Scope of Work 54 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

1.4 Detailed Scope of Work

1.4.1 Design Basis:

Sr. No. DesignParameters


Capacity
A Gated Weir at Nalla
1 Width of nalla The be measured by
contractor
2 Average dry weather Flow 6 MLD with peak of 2.50
3 Design flood To be assessed by

Instruction to Bidders, Scope of Work 55 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

contractor and approved by


Engineer
4 Geotechnical data for foundation To be assessed by
contractor and approved by
Engineer
B RAW SEWAGEPUMPINGSTATION
1 Average Flow 6.00 MLD
2 Peak Factor 1.25
3 Peak Flow 7.5 MLD
C SEWAGE TREATMENT PLANT
1 Average Flow 6.00 MLD
2 Peak Factor 1.25
3 Peak Flow 7.5 MLD
4 Dia. Of Incoming Rising Sewer Line (DIPipe) 350 mm
5 Natural Ground Level (NGL) at Site 274.675 m
6 Proposed Finished Ground Level (FGL) at Site 275.4 m
7 Approximate length of Disposal Pipe 750.0 m

Note: It is emphasized to have a soil improvement by way of Stone column /piling to support all the civil
structure sand to improve soil bearing capacity suitably if required. The bidder shall carry out necessary soil
investigation to ascertain the type of foundations.The same shall be approved by the Executive Engineer.
Contractor will also carry out Plate Load Test at the proposed site of sump and STP to determine SBC..

1.4.2 RawSewage Quality:


An abstract of Raw Sewage Characteristics is indicated in the following Table:

Sr. No. Parameters Actual Raw sewage Unit


Values as parameter to be
measured considered for
design
1 pH 6.0 to 8.5 6.0 to 8.5
2 Bio chemical Oxygen Demand 80 to 100 250 mg/l
(BOD5)
3 Chemical Oxygen Demand (COD) 250 to 300 500 mg/l
4 Total Suspended Solids (TSS) 290 to 320 350 mg/l
5 Total Kjeldahl Nitrogen (TKN) 3 to 8 45 mg/l
6 Total Phosphorous (TP) 5 5 mg/l
7 Chloride 25 to 30 25-30 mg/l

Instruction to Bidders, Scope of Work 56 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

Sr. No. Parameters Actual Raw sewage Unit


Values as parameter to be
measured considered for
design
8 Total Hardness 140 to 160 140-160 mg/l
9 Criteria to be considered for
Septage
i. BOD - 4500 mg/l

ii. TDS - 7000 mg/l

The Bidder shall carry out the sampling tests of raw sewage by themselves to as certain the raw sewage quality
for treatment process. The Employer will not be responsible for the above and no relaxation will be givento the
guaranteed conditions of desired treated sewage quality. For design purposes the lower parameters than the
above-mentioned parameter will not be allowed.

1.4.3 Treated Sewage Quality


The Contractor shalldesigntheprocess in such away that the treated sewage quality attains the following
guaranteed limits oreven better:

Treated effluent standards as prescribed by CPCB given below shall be achieved by the proposed STP:--

Instruction to Bidders, Scope of Work 57 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

1. SCOPE OF WORK– OPERATION & MAINTENANCE

The Bidder shall operate and mainta in the Raw Sewage Pumping Stations, Sewage Treatment Plant and all
other allied components of works under this Contract for a period of 18 months including defect liability
period. During this period, the scope of work shall include, but not be limited to the following:
 Operation and maintenance of weir and its gates, Raw Sewage Pumping Station, rising
mainandSewageTreatmentPlantatR a j n a n d g a o n includingalltheCivilUnitsandElectro-Mechanical
Equipment’s as per the Bidder's Proposal to ensure tha tall the output conditions are met and no raw
sewage goes into the river in non-monsoon period and the treated sewage is disposed into the
channel adjoining to STP.
 Receiving septage from tankers and treating it in 300 m3/day Septage treatment plant
 GeneralFacilitiesand UtilityServices.
 All other facilities listed in the detailed Scope of Work
 Reporting about the water quantity and quality at inlet and outlet of STP to the Rajnandgaon Municipal
Corporation daily, weekly and monthly and providing the data / samples to the Pollution Control Board if
ordered by the Corporation.

The contractor is to maintain guarantee parameters for treated effluent quality during defect liability
period and O&M period as listed above. The treated effluent quality parameters shall be demonstrated
as follows
a) Using Online Monitoring Instruments for ( pH , TSS , BOD indicative , NH4 –N )
The measurement incidentfor Online Sampling s hall be 30minutes i.e. 20 incidents per hour
i.e. 48 incidents per day. In case the online probes output is more frequent, the average value
over the past 30 minutes shall be calculated by the PLC for reporting the “online measurement
incident”.For the purpose of online reporting a variance of+/-20% shall be permitted as an
acceptable variance, however ifany parameter of any “online measurement incident”is beyond
20% ofguaranteed values, theincidentshall be considered as “non-compliant”.
Penalty for non-conformance shall be applicable on “Online Samples” shall beas per rate
mentioned elsewhere in the bid documents
b) “8 Hourly Composite Sampling “ and analyzing in the plant Laboratory testingOil & Grease, TSS
, BOD, NH4 –N , Dissolved Phosphorous and Fecal Coliform

Composite Sample : There shall be a 8 Hourly and a daily 24 hourly compositesample The
numbers of composite sample shall be 3 samples per day ie 90 samples per month. The
acceptable reliability shall be98 % of for reporting on “8 hourly composite sample “with in an
acceptable variation of+/- 10 %with analysis being done in the laboratory .
Acceptable variation :If any parameter of“8 hourly composite sample”is beyond the +/- 10 % of
stipulated valuesie more than 2 two times in a month comprising of 90 samples . , the samples
shall be considered as “non-compliant”,

Instruction to Bidders, Scope of Work 58 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

For regulatory and plant operation purposes “8 hour composite samples “shall be applicable.
In case of variance between on line sampling and 8 hourly composite sampling the results of 8
Hour composite laboratory prevail.Penalty for non-conformance shall be applicable on “On
Line Samples” the contractor shall be panelized as per rate mentioned elsewhere in the bid
documents
c) Non Conformance of Online and 8 hourly GrabSamples

In case of non-conformancethe penalty for non-conformance shall be applicable on “On Line


Samples” shall beas per rate mentioned elsewhere in the bid documents for all parameters
except for fecal coliform and dissolved phosphorous which shall be monitored by laboratory .
d) Penalty for Non Conformance of the treated wastewater quality

The penalty for each “incident” of non compliance has been indicated elsewhere in Volume 3
Section 13 Service Level Agreement shall be reckoned as follows
S No Parameter Reference Incidence per day
1 pH Online 48
2 Oil & Grease Online 48
3 Total Suspended Online 48
Solids
4 BOD 5 ( indicative ) Online 48
5 COD ( indicative ) Online 48
6 Ammonical Nitrogen Online 48
7 Dissolved 8 Hr Composite 3
Phosphorous Sample
8 Fecal Coliform 8 Hr Composite 3
Sample

The Bidder shall also dispose-off the sludge, screenings, gritandany other material, asper specifications and
to the satisfaction of the EngineerIn-charge. It is to be noted that all costs during the O&M period excluding
cost of power and diesel for DG setis to be borne by the Contractor.Within his quoted cost, the Bidder is to
ensure that the following guarantee esare maintained:

 Guarantee for Quality parameters of Treated Sewage.


 Guarantee for Power Consumption.
 Guarantee for Automation System.

The Bidder shall provide on job training to the Employer staff as per the Tender clauses.
The Bidder shall, at no extra cost to the Employer, repair and re-conditionall the required mechanical
equipment’s in the concluding year of the O&M period and Handover the plant operation to the Employer in
proper & healthy working condition.

Instruction to Bidders, Scope of Work 59 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

1.1 Operation and Maintenance Cost


All the cost for Operation and Maintenance including periodical testing of raw and treated sewage of the Plant
such as Chemical sand Consumables, Disposal of Screenings, Grit and Dewatered Sludge, Manpower, Spares,
Repair and Maintenance of Civil, Mechanical, Electrical, Instrumentation Items including all other major / minor
repairs, breakdowns, replacements etc. excluding Cost of Electricity and Diesel for DG shall be in the scope of
the Bidder. No extra payment other than whatever has been quoted in Price Schedule will be entertained
by the Employer.

1.2 Contract Period


The total Contract Period shall be as follows:
Construction Period : 18 months (Including Monsoon)
Stabilization & Trial & Run Period : 18 months
Defect Liability & O&M Period: : 18 months

1.3 General Obligations


The Bidder shall during the O&M Period, under take all services relating to operation and maintenance of the
Project Facilities in conformity with O&M Requirements.
a. The Bidder shall submit to the Engineer-in-charge a plan for operation and maintenance of the Project
Facilities (“O&M Plan”) in conformity with the Construction Requirements, O&M Requirement sand
Performance Standards as set out in Tender Document after the completion of the construction period.
b. The O&M Plan shall set out in detail the standards, schedules, procedures, type, periodicity and other
details of the operation and maintenance activities to becarried out for the Project during the O&M
Period so as to meet the O&M Requirements as well as details of the management information system
to be incorporated, reports to be submitted and procedure for reviews, including developing a
mechanism for corrective actions.
c. Engineer-in-charge shall review the same and convey its comments / observations to the Bidder on the
O&M Plan, including the need, if any, to modify the same. If the comments / observations of the
Engineer-in-charge require the O&M Plan to be modified, the Bidder shall suitably modify the O&M Plan.
The O&M Plan shall be finalized with mutual consent.
d. Not with standing any review or failure to review by the Engineer-in-charge or the comments /
observations ofthe Engineer-in-charge, the Bidder shall be solely responsible for the adequacy of the
O&M Plan and the conformity there of with the Performance Standards, Construction Requirement sand
O&M Requirements and shall not be relieved or absolved in any manner what so ever of any of its
obligations here under.
e. The Bidder shall inform engineer-in-charge details of it skey personnel responsible for O&M and
subsequent changes, if any, from time to time. How ever minimum manpower as given in the tender
document shall be provided for the Operation and Maintenance of the project at all times.
f. The Bidder shall under take operation sand maintenance of the Project Facilities by itself or through
Contractor possessing requisite technical / financial / managerial expertise / capability, but in either
case, the Bidder shall remain solely responsible to meet the O&M Requirements.

Instruction to Bidders, Scope of Work 60 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

g. The Bidder shall in corporate good management practice sand appropriate technologies required for
meeting the Performance Standards.
h. The Bidder shall, during the Agreement Period;
i) have requisite organization and designate and appoint suitable officers / representativesas it
may deem appropriate to supervise the Project, to deal with the Engineer-in-charge and to be
responsible for all necessary exchange of information required pursuant to the tender provisions;
Minimum Manpower as required for the plant operation and maintenance as per the Tender
Document shall be providedat all times.
ii) For the purposes of determining that the Project Facilities are being maintained in accordance with
the Construction Requirements and O&M Requirements, the Bidder shall with duedilige ncecarry out
all necessary and periodical Tests in accordance with the instruction sand under the supervision of
the Engineer-in charge Bidder shall maintain proper record of such Tests and the remedial measures
taken to cure the defects or deficiencies, if any, indicated by the Test results.
iii) Conduct all Tests / guaranteed trial run so as certain compliance with Construction Requirements
and O&M Requirements.
iv) Suspend forth with the whole or any part of the O&M activities upon receiving a written notice from
the Engineer-in-charge who may require the Bidder to suspend the activities in whole or part if in the
reasonable opinion of the Engineer-in- charge, the operations are being carried on in a manner that
is not in conformity with the O&M Requirements.
v) be responsible for the security of the Project facilities and comply with all applicable laws, statutory
requirements as may be applicable from time to time.
vi) be responsible for the routineaswellasany capital replacement that may be required either to meet
the agreed specifications and performance of the Project facilities.
vii) The Bidder shall as per pre-agreed format record the system performance and periodically provide
the same to Engineer-in-charge.

1.4 Other Obligations during O&M stage


The Bidder shall:
a. from the Date of commissioning, undertake all Services relating to Development, operation and
maintenance of the plant in conformity with O&M Requirements.
b. And shall meet its Performance Standards as per the Tender Document and all statutory laws as
applicable.
c. From the Date of commissioning, carryout the following activities in the Project Area:
i) Ensure that treated sewage is recycled and used with in the plant battery limits for various non-
human consumption activities to the extent possible.
ii) Obtain the desired Performance parameters from the plant, such that it is necessary that each
unit’s treatment process is operated and maintained to function at optimum level and the process
parameters to be maintained at each unit of treatment plant is closely monitored.
d. The Bidder Shall Operate & Maintain the Project facilities with the following scope of work:
i) For a period of 12 (Twelve) months from the date commissioning.

Instruction to Bidders, Scope of Work 61 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

ii) Treat Raw Sewage to desired treatment standard sand with thetreatment process specified in the
Tender Document.
iii) Supply of necessary chemical sand consumables as required for treatment specified in theTender
Document under functions and responsibility of the Bidder.
iv) Provide the qualified staff required including security for watch and ward, necessary skilled and
trained men for preventive and break down maintenance of all the equipment’s and components
of the Project facility.
v) Cost of all repairs i.e., major and minor to all the equipment’s, plant and machinery, electrical and
mechanical equipment’s, instrumentation and civil works etc.
vi) Cost of all spares / replacements to all the equipment’s, plant and machinery, electrical and
mechanical equipment’s, instrumentation and civil works etc.
vii) Cost of all labor, materials, special tool sand ordinary tools and parts required for maintenance of all
equipment’s.
viii) Cost towards disposal of screenings, grit and dried sludge within 2.0 KM radius of the STP site.
ix) Supply of engine oil, lubricants, necessary spare parts.
x) Cost towards salary of staff, guidance and training of staff, monitory of the treatment process by
Public health engineer as specified.
xi) Carrying out Rawand Treated sampling, testing, according to the standard test procedures.
xii) Cost of necessary chemicals reagents, and glassware for testing the samples by the chemist
employed including monitoring and control of treatment process and ensuring that the raw sewage
is treated in accordance to the performance standards prescribed in Schedule-7.
xiii) Maintaining logbooks / registers for daily inputs and outputs, flowrates, quality test results,
chemicals consumed, energy used, staff attendance, preventive and breakdown maintenance
works done for each equipment and other plant O&M dataetc.
xiv) Maintaining gardens, trees, roads and drains in the plant premises and keep the Project Facility /
Project Area and equipment’s in good working conditions conforming to all the requirements
setout under this Agreement.
xv) Any other item leftout and necessary as per guidelines of statutory agencies will be carried out
with in scope of above work.
xvi) Take necessary action as may be appropriate and in accordance with Prudent Utility Practices in
the event of an emergency or risk of danger or damage to persons or property (including the
Project Facilities).

1.5 O&M Cost Obligations


The Bidder rate quoted by him in the Price Bid BOQ shall include following O&M Cost obligation with other
contractual obligation within the Project Area.
a. Water usage cost
b. Establishment cost
c. Chemicals & other consumables cost
d. Manpower for Plant operation
e. Maintenance & repairs / replacement of Project facility.
f. O&M obligation under this Contract unless excluded by this Contract.

Instruction to Bidders, Scope of Work 62 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

g. All expenses to wards Statutory permissions


h. Any other expense required for up keep and smooth operation of the Project Facility.

1.6 General activities during O&M period


During O&M Period of 12months, contractor shall perform, not limited but including, following general activities:

1.6.1 Operations

a) Daily Operations of Facility


The Contractor shall carry out all facility operation and waste water conveyance, treatment & disposal
operations indicated below; in accordance with Good Operating Practices, asset out in this Contract. The
Facility operation and waste water disposal operations shall include, but not be limited to the following:
 Operating & Maintaining Raw Sewage Water Pumping Stations at Mohara nalla and Conveyance of
Raw Sewage to STP site at village near Rajnandgaon.
 Operating and maintaining the pumps and electrical installations
 Operating and maintaining the raw sewage rising main
 Operating & Maintaining Sewage Treatment Plant to maintain the quality of treated sewage within
the standards prescribed in the Tender, operate electrical equipment during power failures by
operating generators and operate Sludge Handling & Drying Facility.
 Removal and Disposal of screening, gritand sludge on regular basis at the designated place.
 Carrying out continuous flow measurement soft reated & untreated sewage and recording the
same online / offline.
 Collecting samples of influent and effluent and analyzing them daily to determine the quality of
sewage and performance of the treatment plant and
 Providing security for facilities and system at all times.
 Reporting the daily, weekly and monthly operations and maintenance report to the Rajnandgaon
Municipal Corporation.

Additionally, Sewage of Septic Tanks from the residential localities of Rajnandgaon will be treated along with
sewage. The proposed quantity of this septic sewage would be around 300 M3/day with solid consistency of
around 2-3%. Sludge of this septic sewage is biologically digested with BOD and COD concentration of 30000
ppm- 35000 ppm and 90000 ppm-100000 ppm resp. TSS concentration is in range of 20000 ppm-30000 ppm.

This septic sewage would be collected from residential localities using vacuum emptier and transferred by
tankers of around 5000 lit capacity to the proposed treatment facility on daily basis. This collection and
transfer of septic sewage may take time of 8-9 hours.

This septic sewage will be having high BOD & COD concentration as mentioned above, so if it is mixed with
raw sewage coming to STP, that will increase concentration levels of BOD, COD and TSS. These
concentrations will be beyond the treatment capacity of SBR. Hence it is proposed to have sludge dilution
treatment system as separate unit. These units will include receiving sump with diffused aeration system,
along with dilution of the same with the help of treated sewage water from STP (Approx 35 time’s dilution).

Instruction to Bidders, Scope of Work 63 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

Once diluted to desire levels, it shall be sent to SBR basin for further treatment as per the process. (Septage
is proposed to be treated in this STP thereby achieving the treated effluent standared as prescribed by
CPHEEO Manual on Sewage and Sewarage treatment.)

(xiv) Contingency Plan

Developing and implementing contingency plans in respect of responses to natural disasters, periods of
power failure, storm water in flow into sewers during monsoon, de-silting of units of treatment plants,
constraint operations or other similar emergencies to maintain the quality of treated sewage.

(xv) Energy Audit


The Operator shall take all necessary measures to minimize the power consumption in carrying out its
operations. The energy aud it operations shall include, but not be limited to the following.
 Reducing electricity consumption by regulating equipment operation through suitable
modifications to the operatingschedules.
 Maintaining power factor and demand to avoid penalty and earn incentives if any.
 Installing more efficient pumping equipment and following better maintenance practices for
electrical in stallation.

(xvi) Repairs and Maintenance


The Contractor shall carry out preventive, routine maintenance and break down maintenance Operations for
proper up keep of plant inaccordance with good operating practices. The following items shall be included in
such maintenances.

(xvii) Machinery and Treatment Plant Equipment


 Dewatering and de-silting of sludge Sump, chlorination Tank, chemical dosing tanks atleast twice a
year as per approved programs and disposal of silt.
 Cleaning and maintaining all rising mains / sewers in the plant area atleast four times a year.
 Repairing and replacing damaged pipes, fittings and valves for suction and delivery pipe.
 Repairing and replacing pump impellers, body, bearings shafts column pipes.
 Repairing and replacing motors
 Repairing and replacing starters, circuit breakers, capacitors
 Repairing and replacing vanes and / or gears of agitators
 Repairing and replacing transformer.
 Repairing of blowers, decanter, diffusers, chlorinator, chemical dosing equipment’s & Centrifuges.

(xviii) Building and Civil Structures


 Water proofing of leaking roofs of the Buildings.
 The preventive and routine maintenance shall include all repairs and provision of spares material
and tools required for these repairs. The Contractors shall also carry out break down maintenance
and repairs. The labour, tools and plant, spares shall be arranged by the Contractor.

Instruction to Bidders, Scope of Work 64 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

The following spares shall be there spective responsibility of the Contractor and the Employer during preventive
routing and breakdown maintenance.

1.6.2 Advice Early Warning:


The Contractor is to warn the Engineer at the earliest opportunity of specific likely future events or
circumstances that may adversely affect the operations or the condition of the facilities and / or system. The
Contractor shall cooperate with the Engineer in making and considering proposals for how the effect of such
an event or circumstances can be avoided or reduced and in carrying out any resulting instruction of the
Engineer.
The Contractor shall also advise the Employer from time to time, on improving the quality of operations,
reduction in water / energy losses and betterment practices.

1.6.3 Reporting
The Contractor shall utilize the office space, provided by the Employer to establish its monitoring and reporting
office along with computer and peripherals. It shall also obtain a telephone connection and maintain the same
through the Contract period. All data transfers and updates made to the Employer shall be affected through
the said telecommunications medium.
The Contractor shall carry out all reporting indicated below and as set out in this Contract. The reporting
shall include, but not be limited to the following:
 Daily summary of Operations at Sewage Treatment Plant – A daily report of operation of the
diffuses, agitators, decanter and other equipment at the sewage treatment plants providing
information on the quantity of sewage treated, hours of operation of equipment,
energyconsumed and use of chemicals.
 Sewage Quality Monitoring – A daily report monitoring the quality of raw and treated sewage
through the analysis of samples.
 Sewer / Storm Water Drains / wet well & other units etc. Monthly cleaning report sewer / storm
water drain de-silted and record of silt disposed at disposal sites.
 Continuous flow measurements of Raw & Treated Sewage and recording the same.

1.6.4 General Responsibilities


The Contractor shall maintain properly and keep intact all assets / works/facilities / system of the Employer
throughout the Contract period and shall hand over the same in good working condition at the end of the
Contract. The Contractor shall not modify or alter any operations regarding thefacilities and / or system
without prior written permission of the Employer or its representative.
The Contractor shall procure all spare parts required for the maintenance of equipment excluding those to
be supplied by the Employer. The Contractor shall warrant to the effect that all the spares shall be procured
from the authorized sources and be of the best quality and fit for the purpose for which it is being used.
The Contractor is expected to carry out the work in such a manner as not because any damage to public
property on account of negligence or otherwise. The Contractor shall be fully responsible for making good
the damages so caused by him entirely at his own cost.
The assets / works / facilities / systems of the Employer shall be at the risk and in the sole charge of the
Contractor and it shall be responsible for making good any loss or damage there to arising from any cause
whatever including that due to a theft or robbery.

Instruction to Bidders, Scope of Work 65 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

The Contractor shall provide adequate engineering equipment, maintenance staff, inventories plant and
machinery and all other things, whether of a temporary or permanent nature required for carrying out
operations under the Contract.
The Contractor shall carry out its Operations, so far as compliance with the requirement of theContract
permits, so as not to interfere unnecessarily or improperly with:
 The convenience of the public
 The access to use and occupation of public or private roads and footpaths to or of properties.

Permissions:The Contractor shall obtain all required permissions, sanctions clearances and permits for
carrying out its Operations, including Contractors clearances and shall be fully responsible for carrying out
the operations in a safe and secure manner, consistent with the law of the land, laws and regulations
regarding such facilities and / or System and directives of any Authority and planning permissions.

Safety:The Contractor shall be responsible for the safety of all activities on the site and shall be absolutely
and solely responsible for any and all kinds of injuries or damages to persons and property of any
description whatever may be caused by or result from the operations carried out, whether these may have
been carried out skillfully and carefully and strictly in conformity with the provision of the specifications or
not.

Discoveries: All fossils, coins, articles of value or antiquity and structures and other remains or things of
geological or archaeological interest discovered on the Site shall as between the Employer and the
Contractor, be deemed to be the absolute property of the Employer. The Contractor shall take reasonable
precautions to prevent its workmen or any other persons from removing or damaging any such article
or thing and shall, immediately upon discovery thereof and before removal, acquaint the Engineer of such
discovery and carry out the Employer instructions for dealing with the same.
The Contractor shall be responsible for payment of reinstatement charges for roads, footpaths andland as
per the Employer’s rates.
The Contractor shall take full responsibility for the adequacy stability and safety of all Site operations.

1.6.5 Staff & Labour:

(xix) EngagementofStaff&Labour
The Contractor shall employ skilled, semi-skilled and unskilled labour in sufficient numbers tocarry out
its operations at the required rate of progress and of quality to ensure workmanship of the degree
specified in the Contract for timely fulfilling of the Contractor’s obligations under the Contract and to
the satisfaction of the Employer.
The Contractor shall not employ in connection with the operations any child who has not completed
his/her fifteenth year of age. It shall also not employ an adolescent who has not completed his / her
eighteenth year unless he/she is certified fit for carrying out operations as an adult as prescribed under
clause b) of such section (2) (of Section 69 of the factories Act 1948.

Instruction to Bidders, Scope of Work 66 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

The Contractor shall provide its staff, a minimum of two sets of uniforms with the titles the Employer
inscribed on the back and subject to approval of the Employer. Each worker on duty shall wear a clean
uniform whenever on duty.
The Contractor shall be required by the Engineer deliver to it, to such forms and at such intervals as the
Engineer may prescribed a return showing the numbers of the several classes of staff employed by the
Contractor on the site and such other information as the Engineer may require.
If the Employer asked the Contractor to remove a person who is a member of the Contractor’s staff
stating the reasons, the Contractor shall ensure that the person leave the site within seven (7) days and
has no further connection with operations under the Contract.
At all times during continuance of the Contract, the Contractor and its sub-contractors shall abide by all
existing and future labour enactment and rules made there under, regulations, notifications and bye-
laws of the Central, State or Local Government. The Contractor shall keep the Employer indemnified in
case any action is taken against the Employer by any Authority on account of contravention of any of
the provisions of any Act or rules made there under, regulations or notifications including amendments.
If the Employer is caused to pay or reimburse such amounts as may be necessary to carry or observe, or
for non-observance of the provisions stipulated in the notifications/bye- laws/acts/rules/regulations
including amendments if any, on the part of the Contractor and in connection with labour enactment,
the Engineer shall have the right to deduct any money due to the Contractor including its amount of
security deposit. The Engineer shall also have the right to recover from the Contractor, any sum
required or estimated to be required for making good the loss or damage suffered by the Employer.

(xx) Contractor’s Superintendence


The Contractor shall provide all necessary superintendence while carrying out its operations and as long
thereafter as the Employer may consider necessary for the proper fulfilling of the
Contractor’sobligations under the Contract. The Contractor shall nominate a competent and
authorized representative (Contractor Representative) approved of by the Engineer which approval may
at any time be withdrawn. The Contractor’s Representative shall give its whole time to
thesuperintendence of the operations. The Contractor’s Representative shall receive, on behalf of
theContractor, instructions from the Engineer which shall be deemed received by the Contractor.

1.6.6 Repairs and Maintenance Schedules


The contractor shall prepare the repair and maintains schedule as part of operation maintains and repair
manual for the works executed by him as per the daily, weekly, monthly, quarterly and annual activity to be
carried out. The schedule shall be as given in the guidelines in the CPHEEO manual on O & M of Sewage
Systems and Water Supply System as applicable. He shall get it approved from Engineer-In-charge and work
according to it.

Instruction to Bidders, Scope of Work 67 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

PROGRAM FOR EXECUTION OF RAJNANDGAON SEWERAGE SCHEME

Rajnandgaon Municipal Corporation, Rajnandgaon

Name of Scheme: -Design, Construction, Supply, Installation, Testing, Commissioning of Weir across nalla, Raw
Sewage Pumping Station, Raw Sewage Pumping machinery, Raw Sewage Conveyance main and 6 MLD Sewage
Treatment Plant, septic sludge management plant at Mohod, Rajnandgaon along with trail and run for one year
and followed by operation and maintenance for 1 year

PROGRAM OF CONSTRUCTION (Applicable for operation of time limit of works)

Sr No Name of Sub work Q-1 Q-2 Q-3 Q-4


1 Weir
Sewage Pumping
2
Station
Pumping
3
Machinery
4 Pumping Main
5 STP
Septic Sludge
6
Management Plant
Electrical
7.
Connections
Trail run &
8.
Commissioning

Instruction to Bidders, Scope of Work 68 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

ENVIRONMENTAL MANAGEMENT PLAN

1.0 The Contractor shall comply with all applicable national, provincial, and local environmental laws
and regulations.
2.0 The Contractor shall (a) establish an operational system for managing environmental impacts (b)
carry out all of the monitoring and mitigation measures set forth in the [Initial Environmental
Examination ("IEE")] or [Environmental Management Plan ("EMP")] and (c) allocate the budget
required to ensure that such measures are carried out. The Contractor shall submit semi-annual
reports on the carrying out of such measures to the Employer.
3.0 More particularly, the Contractor shall comply with (i) the measures and requirements set forth in the
initial environmental examination and the environmental management plan attached hereto as
Appendix [1 & 2]; and (ii) any corrective or preventative actions set out in safeguards monitoring
reports that the Employer will prepare from time to time to monitor implementation of the initial
environmental examination and the environmental management plan.The Contractor shall allocate a
budget for compliance with these measures, requirements and actions.

POTENTIAL NEGATIVE IMPACTS MITIGATION MEASURES


Pre‐ Construction Activities by
Contractor
Construction Camps – The construction camps will be located at
Location, Selection, Design least 500m away from habitations at
and Layout identified sites.
Locate in barren / waste lands and not
fertile agricultural land
All fuel oil / lubricants loading and
unloading areas shall be paved; and have
separate storm water collection system fore
separation of oil / lubricants prior to
discharge.
Provide adequate water supply, sanitation,
septic tanks, soak pits of adequate capacity.
Restore the site to its original state after
Use.
Proper training of labourers and
management of waste, if any
Prepare a waste management plan for the
camps, including an appropriate sanitation
and drainage system
Approval should be taken from PWD‐ PHED
for contractors location, selection design
and layout of construction camps.
Drinking water availability The contractor shall be responsible for
and water arrangement arrangement of water in every workplace at
suitable and easily accessible place for the
whole construction period. Sufficient
supply of cold potable water (as per IS:
10500) to be provided and maintained. If
the drinking water is obtained from an
intermittent public water supply then,
storage tanks will be provided.

Instruction to Bidders, Scope of Work 69 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

Identification of disposal sites Location of disposal sites shall be


finalized only after the Engineer shall
certify that these are not located
within designated environmentally
sensitive zones and confirm that:
Disposal of the material does
not impact natural drainage
courses
No endangered / rare flora is
impacted by such material
Not in the vicinity of settlements and
sensitive landuses.
Quarry Operations It has to be ensured that materials are
obtained from licensed quarries
having environmental clearance.
Quality and legality to be examined by
the Contractor and copies of
environmental clearances for these
needs to be submitted prior to
sourcing of material.
Construction
Excavation will produce large Utilize surplus soil for following activities in
quantity of waste soil, which order priority:
needs proper disposal. Utilise for filling deep borrow‐ pits
Description. Laying of along roads section.
pumping mains and Utilize for raising the ground‐ level
distribution network is of STP
estimated to produce about Provide waste soil to local people
19,500 m3 of waste soil, for filling up low laying areas.
which needs proper disposal.
This soil shall be disposed off
in the borrow‐ pits of the road
section
Water accumulation in Avoid scheduling of excavation
trenches during rains and work during the monsoon months
related impacts Complete pipe laying work in
excavated stretches and refill before onset
of monsoon
In unavoidable circumstances,
protect open trenches from entry of rain
water by raising earthen bunds with
excavated soil and ensure that drains are
not blocked with excavated soil
Sign Boards, Name boards Put up visible signs showing
showing project details at site duration of construction activities, contact
details of focal persons from HSRDC and
contractor, contact numbers in case of
complaints/grievances
Dust nuisance due to Cover or damp down by water
construction spray on the excavated mounds of soil to

Instruction to Bidders, Scope of Work 70 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

Description. Earthwork control dust generation;


excavation, refilling, handling Apply water prior to leveling or any
and transportation of other earth moving activity to keep the soil
construction materials (like moist throughout the process;
sand and aggregate), and Bring the material (aggregate) as
handling, transportation and and when required;
disposal of waste soil will Ensure speedy completion of work
produce dust if it is not done – trench excavation, laying of pipe and
properly. refilling, to remove surplus soil as soon as
possible;
Use tarpaulins to cover loose
material that is transported to and from the
site by truck.
In case of surplus soil is provided
for other departments or private persons, it
will be the responsibility of contractor to
ensure that it proper handling, transport
&utilization
Use tarpaulins to cover loose
material/soil that is transported to and
from the site by truck
Control dust generation while
unloading the loose material (particularly
aggregate) at the site by sprinkling water
and unloading inside the barricaded area
Clean wheels and undercarriage of
haul trucks prior to leaving construction site
Stabilize surface soils where
loaders, support equipment and vehicles
will operate by using water and maintain
surface soils in a stabilized condition where
loaders, support equipment and vehicles
will operate
Don't allow access in the work area
except workers to limit soil
Generation of Pollution/noise Provide prior information to the
and vibrations from excavation local public about the work schedule
Description. High noise/vibration Do not conduct noise generating activities
activities like in the night
rock blasting/pile construction are not Ensure that there are no old and sensitive
anticipated. However, activities like buildings that may be in risk due to use
breaking of pneumatic drills
CC/BT road surface using pneumatic Employ manual methods, whererequired
drillers for laying pipelines may creates Clean up the affected area immediately at
noise & vibration own cost of contractor andto the satisfaction
of the PWD‐ PHED, andshall pay full
compensation to any affected parties.
Loss of fertile top soil Remove the top soil for a depth of 0.3 m (1
feet) and stock separately
This may be used within the site or on
demand it may be provided to local farmers

Instruction to Bidders, Scope of Work 71 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

Cutting of trees. No trees shall be cut/pruned for laying


Pipelines will be laid avoiding pipeline
trees; alignment will be altered slightly to Plant and maintain
save the trees, wherever possible
Impacts due to improper Ensure that construction materials (sand,
mining for construction aggregate and gravel) are obtained from
materials quarries licensed by GoH (Directorate of
Description. Large quantities of Geology and Mining).
construction material like sand and
aggregate will be
required for STP and reservoir
constructions. As the excavated soil will
be used for refilling trenches, pipeline
construction will require minor
quantities.
Shops and other business may loose Consult local people: inform them
income if of work in advance
costumer’s access is impeded,sites of Leave spaces for access between mounds of
social/cultural importance and residential soil
areas Provide walkways and metal
sheets to maintain access across trenches
for people and vehicles where required
Increase workforce in these areas to finish
work quickly
Informing all residents and businesses
about the nature and duration of any work
well in advance so that they can make
preparations if necessary
Storage facilities and other
temporary structures on‐ site shall be
located such that they have as little visual
impact as possible
Special attention shall be given to
the screening of highly reflective materials
on site
In areas where the visual environment is
particularly important or privacy concerns for
surroundings exist, the site may require
screening. This could be in the form of shade
cloth, temporary walls, or other suitable
materials prior to the beginning of
construction.
The signs and barriers shall be adequately
illuminated at night and kept clean and legible
at all times
For the duration of the works the contractor
shall at all times provide convenient access to
paths, steps, bridges, crossings or drives for all
entrances to
property abutting the site and maintain them
clear, tidy and free from mud and

Instruction to Bidders, Scope of Work 72 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

objectionable matter and


Before setting out for the work the
contractor shall inform the inhabitants of the
area through appropriate means (bill board
display, leaflet distribution, announcement on
radio and TV, publishing in the widely
circulated daily newspapers) atleast 7 days (or
as directed by the PWDPHED) before
commencement of any work.
Water scarcity for the residents during During replacement of pipe work the
replacement of pipe line disconnected
Description: During replacement of consumers have to be provided with
existing pipe lines, residents will be alternative water source sufficient to meet
intimated about the work and supply their daily requirement.
necessary water for 2 The consumers have to be well informed
days storage capacity about the arrangement.
Excavation could damage existing dentify the services to be affected
infrastructure in each zone
Description. Water supply lines will be Coordinate with respective agencies
laid along/within the road avoiding (telephone & electricity department) in
telephone/electricity infrastructure. As in shifting those infrastructure
most of the areas, water supply lines Provide prior public information about the
already exist, and therefore there is no likely disruption of services
major interference Provide alternate arrangements for services
with the other infrastructure. But it like water supply in the event of disruption
cannot be altogether avoided. beyond reasonable time, for instance, through
tankers
Traffic, people and activities could be Provide information to the public
disturbed due to laying of water supply through media – daily news papers and local
lines cable television (TV) services, about the work
Description. No alignment of (nature & schedule) likely disturbances, and
the pipes is passing through the town need and schedule of road closure if any, and
area. It is to be laid along road network alternative routes This shall provide
leading to locality/village ‐ wise information (where
various villages, which does not have &when the work will be taken up and when it
much of Commercial activity. Yet, will be completed)
construction Ensure that the work is completed as
work will affect the people, activities and scheduled; ensure that well experienced
business for a small period. contractors are engaged and discourage delays
by suitable penalties built into the Contracts
Plan work such that trench excavation, pipe
laying, and refilling including compacting, at
a stretch is completed in a minimum possible
time
Avoid complete closure of road;
ensure that work is conducted onto edge of
the road; allow traffic to move on one line
Do not deploy heavy/large equipment,
which will occupy & disturb traffic/people
movement; if necessary use only during light
traffic hours (6 AM – 10 AM)

Instruction to Bidders, Scope of Work 73 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

In unavoidable circumstances of road


closure, provide alternative routes, and ensure
that public is informed about such traffic
diversions
At all works sites public
information/caution boards shall be provided
(name of the project, cost,
schedule, contractor name, implementing &
executing agency, schedule of work at that
locality, details of traffic diversion,
responsible officer for implementation and
receiving complaints)
Increase in traffic due to Plan routes to avoid narrow streets, congested
trucks carrying construction roads, and places of religious importance
material &waste Plan work to avoid peak traffic hours
Site of social/cultural avoid work at sensitive times, such
importance (schools, as religious and cultural festivals
hospitals and religious places) Remove waste quickly, cover/spray
may be distributed by noise, stockpiles, cover soil/sand on trucks
dust, and impeded access Increase workforce to finish work
during laying of pipelines. quickly
Use wooded planks and metal
sheets to allow access (people/vehicles)
Use modern vehicles/machinery &
maintain as specified to reduce noise and
exhaust emissions
Workers and public at risk Follow standard and safe
from accidents on site procedures for all activities – such as
Description. Excavations for provision of shoring in trenches of 2 m or
distribution lines will be more
mostly limited to 1.1 m Consulting the town authorities to
except few which may 1.4 m identify any buildings at risk from vibration
deep. Rising main – 1.3 m to 2 damage and avoiding any use of pneumatic
m. Excavations for drills for cutting roads;
foundations (STP) may go to a depth Excluding the public from the site –
of 5‐ 10 m. Public will be at enclose the construction area, provide
risk as trenches for pipelines warning/sign boards
will be located along the Ensuring that all workers are
roads. provided with and use appropriate Personal
Protective Equipment (helmet, hand gloves,
boots, masks etc);
Report accident and maintain
records
Economic benefits for people Ensure that most of the workforce
employed in workforce is from local communities

Instruction to Bidders, Scope of Work 74 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

Environmental Monitoring Plan

Mitigation Location Monitoring Monitoring Responsible


measures Method & Frequency for
Parameters monitoring
Pre‐ Construction
Air Quality SPM and Once prior AMC-PHE
RSPM, NOx, construction
CO
Noise At two Decibels Once prior AMC-PHE
locations construction
along the rising
main
alignment and
two
locations where
STP is
proposed
and networks to
be
developed
Water Quality At water source Surface Once prior to AMC-PHE
water construction
quality
Site for quarries All sites The site Once prior to AMC-PHE
and identified situation‐ for construction
borrow pits for quarries, rehabilitatio
borrow n,
pits, waste and photographs
construction
labour
camps and
offices
Vegetation Locations that Vegetative Once prior to AMC-PHE
removal are to survey to construction
be cleared off identify type
trees and amount
for construction of
activities vegetation
that requires
to be
replaced
Construction
Air Quality along the rising SPM and RSPM, Thrice annually AMC-PHE
main NOx,CO
alignment and The monitoring
two results shall be
locations – at compared with
STP baseline
and where values (prior

Instruction to Bidders, Scope of Work 75 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

networks to start of
to be developed construction
) of respective
parameters; this
will be threshold
and any
increase of value
requires a
corrective action
by
contractor
Noise At two locations Decibels Thrice annually AMC-PHE
along the rising The
main monitoring
alignment and results shall
two be
locations – at compared
STP with
and where baseline
networks noise levels
to be developed (prior to
start of
construction
); this will be
threshold
and any
increase of
value
requires a
corrective
action by
contractor
Water Quality At two water Surface Thrice annually AMC-PHE
body water
locations along quality
the The
rising main monitoring
results shall
be
compared
with
baseline
values (prior
to start of
construction
) of
respective
parameters;
this will be
threshold
and any

Instruction to Bidders, Scope of Work 76 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

increase of
value
requires a
corrective
action by
contractor
Site for borrow Quarries, Post After AMC-PHE
pits, borrow construction completion
construction pits, labour – After of construction
camps camps construction activities at site
and office sites activity over
– if
rehabilitated
following Rising main, Observation Weekly AMC-PHE
activities in Supply s
order priority: & distribution on‐ site/offsite;
Utilise for network sites
filling
of deep
orrow‐ pits of
road section.
Utilize for
raising the
ground‐ level
of construction
sites
Provide to
local
people for filling
up lowlaying
areas.
Water All construction Observation Weekly AMC-PHE
accumulation in sites s
trenches during on‐ site/offsite;
rains and related
impacts
Avoid
scheduling of
excavation work
during monsoon
Complete
work
in excavated
stretches
before monsoon
Regulate
drainage by
earthen
bunds, if
required
Cover or

Instruction to Bidders, Scope of Work 77 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

damp
down soil
mounds to
control dust
Apply water
prior to leveling/
any earth
moving activity
Bring the
material
(aggregate) as
and when
required
Ensure speedy
completion of
work
Use tarpaulins
to cover loose
material in
transport
In case of
surplus soil is
provided for
other
departments or
private persons,
it will be the
responsibility of
contractor to
ensure that
it proper
handling,
transport &
utilization
Use tarpaulins
to cover loose
material/soil that
is
transported to
and from the site
by truck
Control dust
generation while
unloading the
loose
material
particularly
aggregate) at the
site by
sprinkling water
and unloading

Instruction to Bidders, Scope of Work 78 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

inside the
barricaded area
Clean wheels
and
undercarriage of
haul trucks prior
to leaving
construction site
where loaders,
support
equipment and
vehicles will
operate by using
water and
maintain
surface soils in a

Instruction to Bidders, Scope of Work 79 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

ANNEXURE – “E”

TECHNICAL SPECIFICATIONS – GENERAL

(i) Survey Work


The Contractor shall carryout nece ssar y detailed survey work b y est abl i shi ng t e mpor ar y
bench mar ks andt o submit both soft and hard copies of contour drawings with spot levels with
5m x5m grid to the Employer .Necessary in formation such as reference to the location as proposed
for the treatment plant by him with respect to site boundary. Contractor shall also to conduct survey
on underground utility falling in the proposed pipe line alignment. The contractor should carry out
topographical survey along the existing Nala covering atleast 100 mtrs Upstream of the proposed
location of raw sewage Sump cum pump House. He will also cover 50 mtrs from either side of the
central line of the Nala as directed by Engineer In charge. Total Station Survey will be carried out
along the proposed 3.6 Kms alignment of Raw Sewage Pumping Main. Grit Survey of the proposed
6.2 MLD capacity (Actual Raw sewage- 6MLD + Qty of Centrate- 0.2MLD) STP and Raw Sewage
Sump cum pump house will also be covered by him including the proposed site of Disposal of
treated effluent of the Canal.
Geotechnical Investigation
The Contractor shall carry our Geotechnical Investigation work at the proposed location of weir,
SPS& sewage treatment plantsites. The no. of bore holes to be taken, depth of boring etc. shall be
decided in consultation with the Engineer In-charge. The Contractor has to provide the hard and
soft copies of the test reports. Based on the results of the soil investigation the designs of the
structures shall properly ascertained by the bidder and suitably recommendations shall be
submitted by the bidder for the approval.

(ii) Hydrologic and structural design of weir


The hydrologic design of the gated Kolhapur type weir shall be carried out from the rainfall
series of last 100 years or available data and the catchment area with highest observed flood. The
structural design shall be carried out to ensure that the structure stands and has a safety factor as
per robust engineering practices at the highest design flood. There shall be no breach of banks.
The afflux shall not exceed the permissible limits as laid down by the water resources
department. The foundation shall be designed and laid down for the safe bearing capacity arrived
at after the geotechnical survey carried out by the contractor. The depth of foundations shall be
below scour depth.

(iii) Process / Hydraulics Design


 The Contractor shall provide his own design system and equipment’s based on Sequential
Batch Reaction process to treat the raw sewage up to the sewage quality as said in Tender
Document oreven better.

Instruction to Bidders, Scope of Work 80 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

 Bidder shall design the plant with SBR technology for 6 MLD capacity and during O & M
Period the bidder can consider 30% of the capacity as the minimum sewerage flow. (in
case of non-availability of sufficient sewage at the time of commissioning, the plant)

(iv) Treatment Objective


Considering the raw sewage quality and the required treated sewage quality, the Contractor shall
furnish a process design to achieve the following objectives –
 To achieve guaranteed treated sewage quality or even better.
 To ensure that the offered treatment process is the most appropriate and state of the artin terms
of both efficacy of treatment and cost (the Contractor shall have to produce the performance
records with the same treatment systems executed elsewhere in India.)
 To ensure that the process is cost effective from both capital and running cost consideration.
 To ensure that the sludge produced is dewatered to a “spadeable” or “open body truck able”
consistency – so that it can be easily disposed of.
 The process preferably should be free from utilization of chemical / any organic chemicals except
for sludge removal process. No toxic chemical shall be used by the Contractor. He will submit the
toxicity test report from any govt. recognized laboratory at his own cost before using such
chemical.
 Oils / lubes / fuels / media / chemicals etc. to be used will be defined by Bidder.
 The final treated sewage is to be disinfected through chlorination before its disposal.

(v) Structural Design


The Contractor shall have to carry out the structural design based the topographical survey details
and geotechnical investigation details like safe bearing capacity, seismic forces, depth of water
table and hydraulic flow diagram. Rock anchoring shall be carried if required wherever uplift is
considered. The design of plant units and Buildings – if any, shall be submitted by the Contractor
in soft and hard copies to the PDMC and seek for their Approval within 15 days of receipt of
Work order from Rajnandgaon, with General Arrangements and detail RCC drawings. He will
also submit the activity wise work schedule for the implementation of complete project. The
design of units shall be finalized in consultation with the Engineer – in – Charge. The design of
units shall be as per relevant BIS or other Indian/international standards in absence of BIS or
sound engineering practice. The requirements to be fulfilled by the Contractor are described in
detail in the general civil specifications and particular specifications for civil work for sewage
treatment plant. Pressure releasing valve to release sub soil water pressure shall be allowed at
appropriate locations. The general water table in Rajnandgaon is 15m deep. The HFL 286.98m.
however the contractor is required to reconfirm the required design data.

(vi) Construction Works


The Contractor shall construct the civil units of the plant (including intermediate process
pumping stations wherever required) to accommodate the mechanical units to fulfill the
requirement of process design. There shall be adequate working space, accessibility
considerations like RCC staircase or ladders, walkway with proper width, hand railing,
etc.wherever needed. For Buildings, there shall be additional items like ventilation and lighting
requirements, flooring and finishing (hard flooring like granite for machine bearing floors) etc.

Instruction to Bidders, Scope of Work 81 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

The civil units shall be constructed such that there is proper accessibility for repair or
replacement of mechanical equipment’s. Any concreting shall be done only after approval of
Engineer – in – charge. All construction work shall be carried out as per the provision ofCPWD
specifications unless otherwise mentioned in the document.

(vii) Equivalency of Standards and Codes


Wherever reference is made in the Contract to specific standards and codes to be met by the
goods and materials to be furnished, and work performed or tested, the provisions of the latest
current edition or revision of the relevant standards and codes in effect shall apply, unless
otherwise stated in the Contract. Where such standards and codes are, national or related to a
particular country or region, other authoritative standards which ensure an equal or higher quality
than the standards and codes specified will be acceptable subject to the Engineer's prior review
and written approval. Differences between standards specified and the proposed alternative
standards must be fully described in writing by the Contractor and submitted to the Engineer at
least 28 days prior to the date when the Contractor desires the Engineer's approval. In fee event,
the Engineer determines that such proposed deviations do not ensure equal or higher quality, the
Contractor shall comply with the standards specified in the Bid Documents.

(viii) Project details Boards


The Contractor at his own cost, shall provide sign boards at approved locations, in English
andHindi at the site of the Works of approved size and design which provides:
i. The name of the Project,
ii. The name and addresses of the Employer, the Contractor and the Consultant;
iii. The name and short description of the Project and
iv. The starting and completion dates. Contractor shall take care of sign board and re-doitin
case of loss, damage, theft etc., as desired by the Engineer In-charge.

(ix) Quality Assurance Programme/Sample Tests


Contractor shall be responsible to develop a quality assurance program (QAP) and to all
necessary materials, apparatus, instruments, equipment, facilities and qualified staff for sampling,
testing and quality control of the materials and the under the Contractor. Without limiting the
generality of the foregoing, the actor shall either (i) establish a testing laboratory at the site of
Works which be adequately equipped and staffed to carry out all sampling and testing in
accordance with the requirement set out in the Tender document specifications provide all field
equipment and apparatus as necessary to conduct all in-situ tests and/or any Tests on Completion,
or (ii) arrange for routine sampling, testing and reporting, as required, through a certified
independent laboratory acceptable to the Engineer In-charge. The Contractor shall obtain the
approval of the Engineer In-charge for the quality control programme developed by him and
incorporate any modifications suggested by the Engineer In-charge at no extra cost.
The materials and stores to be incorporated in to the works likes pipes, valves, air valves , pumps
, motor, equipment’s for treatment, CI gates, sensors, transformers etc. shall be third party tested
through approved third party inspection agency by the Municipal Corporation. The inspection
charges shall be borne by the contractor and the same shall be considered in the tender quote.

Instruction to Bidders, Scope of Work 82 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

All costs of such sampling, testing and reporting of test results will be borne the Contractor, and
the Contractor shall include sufficient provisions in his; tendered rates to allow for independent
sampling and laboratory testing under the direction of the Engineer In-charge. The Contractor
shall furnish certified copies of all test reports to the Engineer In-charge within 3 days of
completion of the specified tests.
The Contractor shall, within 14 days after the date of the issue of Letter of Acceptance, submit to
the Engineer In-charge for his consent a detailed description of the arrangements for conducting
the quality assurance programme during execution of the Work, including details of his testing
laboratory, equipment, staff and general procedures. If following submission, or at any time
during the progress of Works, it appears to the Engineer In-charge that the Contractor's quality
assurance programme is not adequate to ensure the quality of the Works, the Contractor shall
produce a revised programme, as desired by the! Engineer In-charge, which will be adequate to
ensure satisfactory quality control, in case of the Contractor will fail to ensure quality control
program the action deem fit will be taken against the Contractor. The Employer shall carry out
supervision and quality control and monitoring the progress of works.
The Site Laboratory to be established by the contractor will have compressive testing machine,
Sieve Analysis set, Six sets for casting of Concrete cubes, Slump test, Frustum of a cone with a
tamping rod. Testing of all Building materials whenever procured at site will be carried out in the
site laboratory or Government Approved Lab namely Sand, Gravels, Brick, Steel Reinforcement,
DI and HDPE Pipe, Cement. Test Certificates as obtained by the Manufactures will also be
submitted to PDMC. QAP for all electro mechanical equipments including motor pumps will be
prepared and submitted to PDMC for their approval and before procurement of these equipment
will be carried out by SGS / RITES. Contractor will also make arrangement and bear the
expenses for arranging inspections at Manufactures works for two officials of RMC for
witnessing the testing and Inspection of electromechanical equipment before procurement.

(x) Protection of Utilities


The Contractor is required to carefully examine the location of the Works and their alignments
and to make special enquiries with all authorities concerning utility lines such as water supply,
sewers, gas pipe, telephone (underground and/or overhead) lines, electric cable (underground
and/or overhead) etc., and determine and verify to his own satisfaction the character, sizes,
position and lengths of such utilities from authentic records. The Contractor shall be wholly
responsible for the protection and / or facilitating relocation of such utilities as may be required
and shall not make any claim for extra work or extra time that may be required to protect or
facilitate relocating such utilities. If any major shifting realignment of water supply, sewers, gas
pipes, electric and telephone lines is necessary due to their interference with the proposed Works,
the same may done by the Contractor. The cost of such relocations will be borne by the
Contractor.

(xi) Erection
Bidders have to note that various major items shall be procured / executed under this Contract
subject to inspection by the Employer or their authorized representatives at manufacturer’s
premises. All Cost of inspection shall be borne by Contractor.

Instruction to Bidders, Scope of Work 83 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

(xii) Testing of Concrete


Testing of Concrete shall be carried out as per IS4926: 1976. The contractors shall send three
flexural beams to the laboratory for every ten slabs, or part thereof, for testing flexural strength.
The admixture used shall conform to IS 9103-1979 reaffirmed on 1990 or AS1 C-494 of 92. All
taxes/duties etc. will be borne by the contractors and not by the Employer. No extra payment will
be made for the use of admixtures. Contractor shall procure RMC from a Approved Batching and
mixing plant for heavy concreting for Structures like Raw Sewage Sump cum pump house
various civil works for treatment units.

(xiii) Disposal of Sludge / Screenings / Debris


The screenings / debris / dried sludge cakes from the centrifuge of the STP shall be disposed of
by the Contractor to a suitable location which is away from the residential area. The place of
sludge disposal shall be as per the decision of the Engineer In-charge, within a radius of 2-5Kms
from the plant. The responsibility of sludge withdrawal and disposing off lies with the Contractor
within the operation and maintenance period. The Contractor should explore the possibility
promoting it as manure.

(xiv) Disposal of Excavated Stuff


It will be the responsibility of Contractor to dispose all the excavated stuff within the Employer
limits as directed by Engineer In-charge.

(xv) General Utilities


For the proper functioning of the proposed works of sewage treatment plant, connection for rising
mains, sewage channel, the other general utilities necessary for the proper functioning of the
proposed works which shall be included under this Contract are:
 Internal & outdoor lighting, plant water supply and sanitation, waste disposal, etc.
 Electric substations and distribution of power supply to all necessary points
 Street and yard lighting and fire hydrant system for the STP.

(xvi) Safety Equipment:


Safety Equipment’s should be provided at SPS, STP as per the recommendation of Engineer In-
Charge. Contractor shall also take care of safety compliance as applicable from time to time as
per safety rules / Factory act / Indian Electricity regulations / manuals / manufacturer's special
instructions.
While executing the work, it is necessary to provide informatory and caution sign boards for any
diversion of traffic required, barricading along road site, deep excavations and other major
works. Also, provide safety necessary item to the personnel executing the worklike safety helmet,
gumboot, reflecting jacket etc.

(xvii) Model of the Project:


A 3D Model of the Plant and SPS shall also be submitted by the Contractor. The size of the
Model shall not be less than 1.5 m x 2.5 m. The Model shall be within a wooden Box having
glass on its top and kept over a Table fir display.

Instruction to Bidders, Scope of Work 84 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

(xviii) Security Cabins


Security Cabin of size 3.00 m x 3.00 m shall be provided at each entry Gate of the Plant. It shall
be RCC (M25) Frame and Brick Masonry Structure equipped with Doors, Windows/Ventilators,
etc. complete. Also, it shall be provided with Flooring, Internal and External Plaster with
Painting and Plinth Protection along the periphery as per specifications.

(xix) Schedule of Finishes

Sr. Unit Flooring Doors Windows/


no. Ventilators
Administrative Block, Marbonite flooring Solid Core Flush Aluminumofapprov
Laboratory, MCC ofapproved make. The Doorwith ed make
1 Room,PLC&Control size ofMarbonite tiles heavydutyBrass
Room,SecurityCabins shallbe min 600 Fittings ofapproved
mmx600 make
mm&thicknessmin 10
SBRAir IPS Flooring MS Rolling Aluminumofapprov
– 12 mm
BlowerHouse,Workshop&Too withabrasionResistan Shutter(See ed make
l Room, Chlorinator cum t Additives of ThroughType)of
2 Chlorine TonnerHouse, approved make approved make
SludgePump Houses,
ElectricalHT Substation,Gas
Engine House
CentrifugePlatform Anti-SkidTile Flooring -- -
3
of approved make - -
VehicleParkingArea ColoredPreastHeavy -- --
4 DutyPaving Blocks - -
with Lacquer Finish -
ToiletBlocks ColoredGlazed Tiles UPVCof UPVCof
5 approvedmake approvedmake
Staircase:Inside GreyGraniteFlooringof -- -
6 approved make - -
Building
-

(xx) Roads, Pathways & Vehicular Parking Area


All internal Roads shall be provided with Drainage and constructed to prevent stagnation of
water. All Roads shall be 5.00 m wide of WBM with asphalting BM+AC. WBM shall be
constructed with 80 mm metal (150 mm thick), 40 mm gravel (100 mm thick) with hard murum
casing. BM shall be75 mm thick (4% bitumen content) and AC shall be 40 mm thick with (6.25%
bitumen content). Pathways shall be constructed interconnect the entire Plant with Roads.
Minimum width of pathways shall be 3.00 m. Pathways shall be in colored Pre-cast Heavy Duty
Paving Blocks with Lacquer Finish.
Vehicle Parking Area shall be provided to permit the parking of Vehicles in colored Pre- cast
Heavy Duty Paving Blocks with Lacquer Finish covered with MS angels and colored fiber sheets.

Instruction to Bidders, Scope of Work 85 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

The entire system of Roads, Pathways and Vehicle Parking Area shall be designed such that
Vehicles involved in the delivery of Materials, Chemicals, Consumables and Residual Disposal
can continuous route through the Works and get out again.

(xxi) StormWater Drainage


Adequate Storm Water Drainage shall be provided adjacent to the Internal Roads considering
local rainfall intensity with 100% runoff. It shall be in RCC Class NP 3 pipe of min 600 mm dia.
with necessary Chambers at appropriate locations. These Chambers shall be covered with CI
Gratings. This Storm Water Drainage shall be connected to the nearby Storm Water Drain or
Channel of City Network.

(xxii) Boundary Wall with Gate


Boundary Wall shall be constructed all around the STP plot. Boundary Wall having architectural
and elegant view shall be provided along entire periphery of the Plot. Height of boundary wall
should not be less than 1.20 m from finished average ground level. It should be able to bear wind
pressure up to 80 Km/hr. At least two Entry Gates, 4.20 m wide each shall be provided. Each
Entry Gate shall be provided with a Wicket Gate.

Instruction to Bidders, Scope of Work 86 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

TECHNICAL SPECIFICATIONS – CIVIL WORKS& STP

A. Weir across the Mohara nalla


Sr. Description Requirements
No.
a Weir at Mohara nalla, Raipur The weir will be of appropriate size to be accurately
surveyed and designed and layout by the contractor. The
following is an indicative size and contractor to assess
before bid.
Length =15.5m
Height = 3 m
The weir shall be in RCC M30.
Excavation in all types of strata to required depth.
PCC of M15 Grade.
Providing MS gates as per approved drawing with erection,
fabrication for smooth operation.

B. RawSewagePumping Station of6MLD Capacityat village Mohara near Rajnandgaon.


Raw sewage from nalla at Mohara shall be collected into the SPS through pipe line designedfor
average flow of 6 MLD with peak factor of 2.25.

1 . C o n n e c t i n g p i p e a n d Receiving Chamber
The connecting pipe of suitable designed diameter and depth such that the lowest water in the
submergence of weir can be gravitated to the wet well shall be designed and provided in RCC
with a gate at the mouth of the pipe. The c o n n e c t i n g p i p e will discharge ethe raw sewage
into a Receiving chamber. The function of the Receiving chamber is to distribute the flow for
process units. The Receiving Chamber shall be designed for peakflow .The Receiving chamber shall
consist of sluice gates on upstream for flow regulation. In the side wall of the Receiving chamber,
sluice gates shall be installed such that it is possible to operate them manually, inspection as well as
operation by standing on aplatform constructed at asuitable elevation adjoining and circumventing
the receiving chamber. The receiving chamber shall be of adequate size to meet the requirement sof
workability inside it. The receiving chamber shall be open to sky and shall be water tight to prevent
seepage of the sewage out of the receiving chamber. The entire construction is in M30 grade
concrete and as per IS3370. RCC access platform minimum 1000mm wide with railing as per
specifications shall be provided on one side of the chamber:

Instruction to Bidders, Scope of Work 87 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

Total Average flow 6.2 MLD


Peak factor 1.25
Design Flow 7.5 MLD
Number of Units 1(One)
Detention period 30 Sec
Min Freeboard 0.50m above FGL

There shall be a provision of one plant by pass before pumping station.

2. Coarse Screen Channels


One mechanical screen working and one manual screen stand by of 10mm clear spacing and each
screen shall be provided of 100% peakflow capacity.
The mechanical and manual barscreens shall be made of 10mm thick Stainless Steel(SS304) flats
respectively.The mechanical coarse screens shall be of Inclined Rake Type of 10 mm opening asper
the specifications detailed elsewhere in the tender. Screw Compact or and chute arrangement shall
be provided to take the screenings to the screenings dropped from chute will be collected in a wheel
burrow. Manually operated CI gates are provided at the upstream and downstream end stor egulate
the flow.
Adequate RCC Platforms shall be provided at the upper level to enable operation. Railings shall be
provided around the entire periphery of the platform .The entire structure is to be M30 concrete and
as per IS3370 including the platform. RCC staircase 1000mm wides hall be provided for access
from the ground level to the top of the unit & to the operating platform.

Total Average flow 6.2 MLD


Peak factor 1.25
Design Flow 7.5 MLD
Number of Units 1 Mechanical (Working) +1 Manual
(Standby) each of 100 % PeakFlow
capacity
Approach Velocity at Average Flow (m/sec) 0.3
Velocity through Screen at Average Flow (m/sec) 0.6 maximum
Velocity through Screen at PeakFlow (m/sec) 1.2 maximum
Min Freeboard 0.50 mabove FGL
Conveyor belt mechanism 1 No.

All other accessories, whether specified or not, but required for completeness of contract shall be in
contractor’ sscope.

3. Raw Sewage Pumping Station


3.1 Sump and Pumps
Sewage enters into wet well of the pumping station after screening. The wet well shall be circular /
rectangularin shape and shall be designed for an average flow of 6.0 MLD. The capacity of the wet well
should be kept such that the detention time in the wet well shall be minimum 5 minutes of peakflow
and the maximum detention time shall not exceed 30 minutes at average flow. The entire structure is to

Instruction to Bidders, Scope of Work 88 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

be M30 concrete and as per IS3370 including the platform. Following criteria shall be considered to size
the sump:
 That the pump of the minimum duty / capacity would run for atleast 5minutes considering
no inflow or
 The capacity of the sump is to be so kept that with any combination of inflow and pumping
the operating cycle for any pump will not be less than 5minutes and
 The arrangement of the submersible pumps as per pump manufacturer’s data i.e. spacing
between pumps, minimum space between pump and wall etc.
 The side water depth (livel iquid depth) shall be minimum 2.0 meter. In addition to the
above liquid depth an additional depression shall be provided to ensure adequate
submergence of the pump as per the manufactures recommendations Pumping station
should have aroomadequate for installing electrical panels. Suitable arrangement should be
provided for lifting of pumps.
 The effective liquid volume shall be provided below the invert level of the screen chamber
after leaving provision for a minimumof 0.3 m.

Wet well shall be provided with two compartment i.e. baffle wall inorder to prevent sand/ grit
depositnear the pump. Necessar ybypass arrangement shall be provided to be used during the
shutdown of the plant.

The wet well shall be equipped with a screw convey o rand desilting pumps to remove deposit of any
grit in the wet well. The screw convey or shall be designed for continuous duty and shall be made of SS
304 construction. The desilting pump shall lift the grit to the screw convey orlocated at grade slab level
and shall be collected in aWheeled Trolley at FGL.

IS: 3370 and IS: 4111 (part4) shall be followed for the design and construction of wet well. Pumping
machinery shall be designed for present 6.0MLD average flow and a peak factor of 1.25.Adequate
space shall be provided for the pumps that need to be installed in the wet well for future 6.0MLD flow.
The pumps shall be Submersible raw sewage pumps with centrifugal, non- clog type design.The speed
of pump shall not be more than 1500 rpm. The impeller should be of a non-clog design with smooth
passage and solid handling capability of 50 mmsize.

The pumps will have automatic coupling arrangement at discharge end for removal and a guide pipe
and chain in SS 304 will be provided for removal and lowering of pumps.Pump shall run smooth
without un due noise and vibration.Vibration shall be limited as per BS 4675 Part I.

The motor shall be squirrel cagetype, suitable for three phase supply continuous duty with class ‘F’
in su lation . Motor shall have integral cable part sand the cable entries shall be sealed.

Complete rotor shall be balanced dynamically.

Design Flow 6.2 MLD


Minimum RetentionTime 5 minutes minimum at peak flow.
No. of Pumps for present Flow 250 m3/hr with 20m Suitable Head (2W+ 1S)
Type of Pumps Submersible type non-clog design
Solid passage size 50 mm max. Through Pumps

Instruction to Bidders, Scope of Work 89 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

Insulation Class F
Protection IP-68

Wet well Specific Requirement, Material of Construction and Accessories:


i. Number of Units :One designed for peak flow
ii. Pumping Station Material of Construction: RCC We twell /Sump

The size of the sump shall be suitable toaccommo date the number of pumps required for operation
with easy maneu verability.

Electrical panel of the Pump House shall be placed in such a manner to avoid corrosion from gases.
Either, it can be clubbed with MCC panel or necessary protection can be given.

The Pump House shall be suitably sized to house the Electrical cum Control Panel I frequired, space
for spare parts and amaintenance area, etc .and becomplete with the following accessories:

i. Electrical Hoist-comprising of I-Girder and a 1½ tonor more chain pulley (the chain pulley
block capacity to be 1½ Tonor 1.5 times the maximum single unit / weight that may be
required to be removed for maintenance) with horizontal travel on the I-beam.
ii. The room shall be so covered from sides to protect it from the element sand be suitable for
protection from the natural elements. Ventilation in the sheds shall be as per NBC norms
specified in the Civil Construction manual.
iii. The room shall be suitably designed to avail of natural lighting and ventilation.
iv. Internal Illumination at levels suitable for proper lighting.

Pumps Configuration As mentioned above


Liquid Raw Sewage
Specific gravity 1.05
Temperature Min.20oC
Efficiency more than 70%
Installation Fixed
Casing Cast Iron IS 210 Gr. FG260
Impeller Cast Iron IS 210 Gr. FG260
Shaft AISI 410
Cable gland Cast Iron IS 210 Gr. FG260
Motor Body Cast Iron IS 210 Gr. FG260
Seal cover Cast Iron IS 210 Gr. FG260
Fasteners MS with GI coating

Testing of Pumps at Manufacturers Premises:


a) Hydrostatic Testing: All pressure parts of pumps prior to assembly, shall be subjected to
hydro statictests to the satisfaction of Executive Engineer at 1.5 times the maximum
pressure obtained with the delivery valve closed and suction pressure at maximum, ortwice
the working pressure whichever is higher for a duration of 10 minutes.
b) Balancing Test: Impeller and pump rotating assembly shall be dynamically balanced.

Instruction to Bidders, Scope of Work 90 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

c) Performance Test: Each pump shall be tested for full operating range in dividually to
BS:5316:
Part2.Test shall be carried out for performan ceatrated speed with minimum RMCSH as
available at site.
d) Pump performance shall be within the tolerance limits specified in BS:5316: Part2.

3.2 Pumped Waste Water Conveyance


The pumped flow from the pumping station to the elevated head works inlet chamber of the plant shall
be taken through a DI – K-9 pipeline. The rising main shall be designed for 6.2 MLD average flow
with a peak factor of 1.25.

a) The pipeline shall be adequately sized to have a minimum velocity of at least 1.2 m/s at
minimum flow conditions and not more than 2.5 m/sec at pumped peak flow. The
minimum size shall not be less than 350 mm diameter.
b) The pump head shall be adequately sized to give a residual discharge head as per
CPHEEO manual.

Sno. Description Requirements


350 mm dia DI pipe of length about 3.6Kmsshall be provided and
Rising main from laid for transmission of raw sewage from nalla to proposed inlet of
1
SPS to STP STP.
Pipes as per IS - 8329 and K-9 class.

C. Sewage Treatment Plant of 6MLD Capacity at Mohad, Rajnandgaon.


1.0 Primary Unit
1.1 Primary TreatmentUnits
Primary Treatment Units comprising Inlet Chamber, Fine Screen Channel sand Grit Chambers shall be
designed for PeakFlow.

1.2 Inlet Chamber


Inlet Chamber of STP shall receive the equalized flow from raw sewage pumping station. Inlet
Chamber shall be designed for peak flow. The entire construction shall be in M30 grade reinforced
cement concrete and as per IS 3370. RCC Platform/Walkway, minimum 1.20 m wide with Hand
Railing as per specifications shall be provided. RCC Staircase, minimum 1.20 m wide with Hand
Railing as per specifications shall be provided for access from Finished Ground Level to the top of the
Unit & to the Operating Platform / Walkway.

Average Flow 6.0MLD


PeakFactor
1.25
Number of Units 1 No.
Hydraulic Retention Time 30 Sec of peak flow
Free Board 0.50 m minimum.

Instruction to Bidders, Scope of Work 91 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

All other accessories, whether specified or not, but required for completion of Contract shall form the part
of Bidder’s Scope.

1.3 Mechanical & Manual Fine Screen Channels


One Mechanical Fine Screens (Working) and one Manual Fine Screen (Standby) shall be provided in
Fine Screen Channels. Each Fine Screen Channel shall be designed for 100% of Average Flow. The
entire construction shall be in M30 grade reinforced cement concrete and as per IS 3370. RCC Platform
/ Walkway, minimum 1.20m wide with Hand Railing as per specifications shall be provided. RCC
Staircase, minimum 1.20m wide with Hand Railing as per specifications shall be provided for access
from Finished Ground Level to the top of the Unit & to the Operating Platform / Walkway.

The clear opening shall be 5mm for Mechanical Fine Screen and 6mm for Manual Fine Screen. The
Mechanical and Manual Screens shall be made of SS304flats (2mm for Mechanical and 8mm for
Manual Screen). Screw Conveyor and Chute arrangement shall be provided to take the screenings.
Screenings dropped from Chute shall be collected in a wheel Burrow. Manually operated CI Sluice
Gates shall be provided at the upstream and downstream end storegulate the flow.

Average Flow 6.2 MLD


PeakFactor 1.25
PeakFlow 7.5 MLD
NumberofUnits 1 Mechanical(Working)+1 Manual (Stand
by)eachof50%ofPeakFlow capacity.
Approach VelocityatAverage Flow 0.30 m/s
Velocitythrough Screen at Average Flow 0.60 m/s max
Velocitythrough Screen atPeakFlow 1.20 m/s max.
Free Board 0.30 mmin.
WheelBarrow 1 No. min.

All other accessories, whether specified or not, but required for completion of Contract shall form the part
of Bidder’s Scope.

1.4 Grit Chambers


One Mechanical Grit Chamber (Working) along with one Manual Bypass Channel (Standby) shall be
provided after Fine Screen Channels. The Grit Chamber shall be designed for 100% of Peak Flow and
the Bypass Channel shall be designed for 100% of PeakFlow. The entire construction shall be in M30
grade reinforced cement concrete and as per IS 3370. RCC Platform / Walkway, minimum 1.20m wide
with Hand Railing as per specifications shall be provided. RCC Staircase, minimum 1.20m wide with
Hand Railing as per specifications shall be provided for access from Finished Ground Level to the top
of the Unit & to the Operating Platform / Walkway.

Each Grit Chamber shall have the following features:


 One tapered Inlet Channel running along one side with adjustable Influent Deflectors for entry
of sewage into the Grit Chamber.

Instruction to Bidders, Scope of Work 92 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

 One tapered Outlet Channel for collecting the de-gritted sewage, which overflow over an
adjustable Weir in to the Outlet Channel. It shall be designed in such away that no settling takes
place in it.
 One sloping Grit Classifying Channel in to which the collected grit shall be classified.
 The grit from Classifier shall be collected in a Wheeled Trolley.
 A Grit Scraping Mechanism.
 Screw Classifier or Reciprocating Rake Mechanism to remove the grit.
 One Organic Matter Return Pump

Manually operated CI Sluice Gates shall be provided at entrance of the Inlet Channel of the Grit
Chambers as well asBypass Channel to regulate the flow.
Average Flow 6.00 MLD
Peak Factor 1.25
Peak Flow 7.5MLD
No. of Units 1 Mechanical (Working) each of 100% of Peak Flow
capacity
Type Mechanical
Size of grit particle 0.10mm
Specific gravity of grit 2.65
Maximum Surface Overflow Rate 630 m3/m2/day
Free Board 0.30 m min. Side
Water Depth 0.90 m min.
Wheel Barrow 1No. minimum

All other accessories, whether specified or not, but required for completion of Contract shall form the
part of Bidder’s Scope.

1.5 Flow Measurement


Flow measurement shall be done online using an ultrasonic flow meter on the rising main.

2.0 Sequential Batch Reactor (SBR) Units


2.1 General
The Sequential Batch Reactor (SBR) Process shall be an advanced activated sludge process with in-built
nitrification, de-nitrification and biological phosphorous removal. The process shall utilize a Fill-and-
Draw Reactor with complete-mix regime and operating in true-batch mode. The complete process shall
be divided into Cycles with each Cycle is of duration of 2–4hours . All the subsequent treatment
Steps– Fill / Aeration, Settling and Decanting must take place sequentially and independently without
overlapping. During Fill / Aeration phase, these wage shall be filled into SBR Basin sand part of the
treated sewage along with activated sludge shall be recycled with the help of Recycle Pumps. Air shall
be supplied for aeration with the help of Air Blowers. During settling phase, the Filling / Aeration shall
be stopped and the mixed content shall be allowed to settle under perfect settling conditions. During
Decanting phase, the supernatant shall be removed form top with the help of Decanter sand excess
sludge shall be wasted with the help of Waste Pumps.

Instruction to Bidders, Scope of Work 93 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

The Bidder shall provide the most advanced and proven SBR technology being insuccessful operation
and meeting Standards of the Treated Sewage / Sewage Quality as mentioned vide Clause 2.3.3 above
in Indian conditions. The performance of the same shall be demonstrated by providing necessary
Authenticated Certificates issued by the competent authority.

2.2 Process Design


 Sequential Batch Reactor (SBR) Units shall be installed and equipped for average flow of
6MLD.
 The SBR Process shall have following independent steps without overlapping each other:
o Fill & Aeration
o Settling (Sedimentation / Clarification)
o Decanting (Draw)
 Filling, during Settling or Decanting will not be acceptable.
 The complete biological system shall be designed for handling peak flow.
 Suitable Nos.of SBR Basins with adequate volume shall be provided. In addition, 0.50m free.
 Board shall be provided to each Basin.
 The entire construction shall be in M30 grade reinforced cement concrete and as per IS3370.
 RCC Plat form / Walkway, minimum 1.20 m wide with Hand Railing as per specifications
shall be provided. RCC Staircase, minimum 1.20 m wide with Hand Railing as per
specifications.
 shall be provided for access from Finished Ground Level to the top of the Unit & to the
Operating Platform / Walkway. Plinth protection along periphery shall be provided as per
technical specifications.
 The system should work on agravity influent condition. No influent / sewage Equalization.
 Tanks or flash filling is accepted.
 The system should be designed for maximum F/M ratio of 0.15 Kg BOD /Kg MLSS day.
 MLSS maintained in the Basin should range from 3000 to 4500 mg/l.
 Cycle times shall be selected adequately by the Bidder considering min.12 hrs. / day Basin of
aeration and not exceeding decanting of 2.40m liquid depth at any time with preferred cycle
times containing max. 50% not aerated portion.
 The excess sludge produced shall be fully digested. Sludge production (including percipients).
 rate shall be about 0.60 – 1.20 Kg / Kg of BOD removed.
 A minimum total SRT of15 days shall be maintained to ensure digested sludge. The SBR design
shall be as per CPHEEO manual on Sewarage and Sewage treatment.

2.3 Decanting Device


 The Decanting Device shall be Moving Weir Arm Device of SS304 with top mounted Gear
Box, Electric Drive,S cum Guard, Down comers, Collection Pipe, Bearings. The following type
of decanter assemblies are not acceptable:
o Rope Driven Decanters.
o Floating Decanters.
o GRP Products.
o Valve Arrangement.

Instruction to Bidders, Scope of Work 94 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

 The maximum design travel rate shall be 60 mm/min with proven hydraulic discharge
capacity of the decanter proportional to the selected Basin area.
 There should be maximum one (1) Decanter per Basin.
 The hydraulic design based on design flow rate as given above shall not exceed flow speed of
1.30 m/s.
 Flexible rubber hose kind of decanter sealing is not acceptable.

2.3 Aeration System


 The aeration facility shall be installed for 6MLD average flow.
 Only Fine Bubble Type, EPDM / PU Membrane Diffusers shall be acceptable with minimum
Membrane Diffusers to Floor Coverage Area of 5%. Combination of aeration techniques using
Aerators/Submersible Mixers etc. is not acceptable. Diffusers shall be submerged, fine bubble /
fine pore, high transfer efficiency, low maintenance and non-buoyant type. Diffusers shall be
panel / tubular type. In case tubular type Diffusers are used, only top half surface area of the
Diffuser shall be considered for supply of air. Material of construction for entire under water
system including accessories shall be of non-corrosive. Complete Diffuser as a unit shall be
assembled at the manufacturing factory level. The grid supports shall of adjustable type made of
SS 304.
 The Air Blower Arrangement shall be capable of handling Total Water Level and BottomWater
Level operation conditions controlled by process sensors such as DO, Temperature and Level.
 Each set of Air Blowers shall have dedicated standby. Each blower shall operate
throughVariableFrequencyDrive.
 Air Blowers shall be Single Stage, Direct Drive, CE/UL certified, Centrifugal type Turbo Blower
consisting of Air Bearings, Impeller, high-speed Motor, Inverter, Controller and Cooling System.
It shall be capable of operating within a range of 20,000 – 30,000 RPM with normal operating
speed being 25,000 RPM. It shall be able to operate under varying Pressure and Flow conditions
as per process requirement. Minimum turndown ratio should be 50%. The maximum idle time
between OFF and ON shall not exceed 30 seconds.
 There must be at least 500 installations worldwide of such Turbo Blowers to be provided by the
Bidder.
 It shall be composed of Casing, Suction Filter, Reducer, Acoustic Hood, Blow-Off Valve,
Inverter, Electrical Panel and Controller etc. Noise level should be less than 85 dBA at 1.00 m
from Blower whereas Vibration level should be less than 1 mm/sec.
 Casing shall be of high-quality Aluminum Alloy and able to resist thermal expansion,
vibration and air leakage.
 Air Bearings shall be non-contact type, bump type foil air bearings with oil free lubrication, low
noise and no vibration. The wearing surfaces shall be made of Inconel. Air Bearings should be
able to withstand minimum of 20,000 On/Off in its life time.
 Impeller shall be of high strength Aluminum Alloy (A7075). It shall have high compression
efficiency, high surge stability and wide flow range. It shall be capable to keep dynamic balance
in high speed revolution and shall be suitable for transmission of power and safety factor at
critical speed. It shall be directly connected with the motor shaft without any coupling. The inlet
to the Impeller Compartment shall be open without any restrictions like fins etc.
 Inverter shall be high-speed Inverter equipped with Electrical Filter, AC Reactor and LC Filter.

Instruction to Bidders, Scope of Work 95 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

 Motor shall be high-speed Permanent Magnet Synchronous Motor (PMSM). The Shaft of the
Motor shall be of Titanium and shall be directly connected to the Impeller.
 Motor, being high-speed, shall be provided with the best suited Cooling System to ensure
consistent motor output and longevity. Motors up to 150 HP shall have Air Cooling and above
 150 HP shall have Integrated Water Cooling. In Air Cooled System, cooling shall be achieved by
connecting a fan to the motor shaft to push air through the cooling fan and into the motor and by
discharging the heated air out of the Blower Enclosure through the Impeller or Blow- Off Air
Discharge Hole. In Water Cooled System, cooling shall be achieved by suction air through the
Radiator.
 Blow-Off Valve shall be located within the Blower Enclosure and shall be equipped with
aSilencer.
 Controller shall have 16-bit color touch screen with convenient user interface to support
various operation modes such as Auto Flow Mode, Auto power mode, Auto RPM Mode, Auto
Pressure Mode, Proportional Mode, DO-Link Mode and Failure, Check and Reset Option.
Following measurements and operating data are shown on the Controller Screen:
(a) Operating state of the turbo blower
- Run
- Stop
- Error
(b) Measurement and display data
-Suction Filter Differential Pressure
-Suction Temperature
-Discharge Temperature
-Discharge Pressure
-Suction Flow Rate
-Revolution
-Power
(c) Warning and Error message
-Filter Differential Pressure Over
-Motor over heating
-Inverter Error

 Material of construction of various parts ofBlowersshallbe as follows:


Bearing : Nickel alloyor stainless steel
Casing : Aluminum Alloy
Impeller : Aluminum Alloy(A7075)
Shaft : Titanium Alloy

 Head for blowers shall be decided on the basis of S.O.R. of diffuser sand maximum liquid depth
in Basin duly considering the losses governing point of delivery (diffusers) and the blowers
 The operation of Aeration System shall include PLC based control. The operationand speed of
Air Blowers shall be automatically adjustedusing parameters like Oxygen Up take Rate,

Instruction to Bidders, Scope of Work 96 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

Dissolved Oxygenand Temperature and Liquid Level in the Basin such that the DO issupplied as
per demand and power utilization for operation of Air Blowers iso ptimized.
 The main Air Header / Ring Main shall be in MS as per relevant IS Code, painted with corrosion
resistant paint as per Manufacture's recommendations. The Air Header / Ring Main shall be
supported on saddlesat suitable intervals or shall be protected against external corrosion in case
laid be low ground. The Sub-header shall haveAutoValves to facilitate switch over of Aeration
Cycle from one Basin to other by PLC. The Sub-header shall supply air to fixed type Diffuser
Grid through vertical Air Supply Pipes. These Air Supply Pipes above water level shall be in MS,
painted with corrosion resistant paint and below water shall be in SS304. All under water Lateral
Pipes shall be of UPVC. Junctions be tween horizontal Sub-header and vertical Air Supply Pipes
shall be suitably protected against corrosion due to dissimilar materials.
 The Air Blower House shall have Rolling Shutter, Windows, Exhaust Fans, Safety Equipment
with sufficient Ventilation, Lighting and Working Space. It shall be equipped with Fork lift of
suitable capacity or Electrical Hoist with Travelling Trolley to facilitate lifting / removal /
transportation of Air Blower for repairand maintenance, ifrequired.
 All other accessories, whether specified or not, but required for completeness shall form part of
Contractors scope.
 Other reputed comparable makes of Turbo blower shall be accepted as per direction of Engineer in
charge.

2.5 Return Sludge and Excess Sludge Pumps


Dedicated Return Sludge and Excess Sludge Pumps shall be provided in each SBR Basin. The Pumps
shall be of submersible / horizontal centrifugal type suitable for handling biological sludge of 0.8–
1% solids consistency. Capacity and Heads shall be decided based on process requirements. Each
Basin shall be provided with suitable lifting arrangements to facilitate lifting of these Pumps
ifrequired for maintenance.

a. ReturnSludgePumps

Capacityand Head : As per requirements


Type : Submersible / Horizontal Centrifugal
Liquid : Biological Sludge of 0.8 –1% solids consistency
Specific gravity : 1.05
Solidsize : 50 mm (Maximum)
Temperature : Min. 250C
Efficiency : more than 50%
Quantity : 1 No. per Basin + 1 No. Store Standby (or as per design
requirement)

Instruction to Bidders, Scope of Work 97 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

b. Excess Sludge Pumps


Capacity and Head : As per requirements
Type : Submersible / Horizontal Centrifugal
Liquid : Biological Sludge of 0.8–1% solids consistency
Specific gravity : 1.05
Solidsize : 50 mm(Maximum)
Temperature : Min.250C
Efficiency : more than 50%
Quantity : 1 No. per Basin + 1 No. Store Standby

2.6 Automation and Control


 PLC based Automation System with application software based on Rock well or equivalent to
control SBR System including all Gates, Air Blowers, Pumps, Valve sand Decanters as per
Bidder’s / Technology Provider’s own design including I/Os with 20 % Spares and UPS.
 HMI Panel shall comprise latest Personal Computer with 22” LCD Monitor, Multi Media Kit,
Printer, Internet Connection, RS-View, RS-Links (Gateway Version), Proces sand Operator
Software with dynamic Flow Charts, Pictures, Screens, Alarms, Historical Trends, Reports
etc.
 SCADA based Automation System to monitor the following g parameters continuously in each
SBR Basins:
o Fill Volume
o Discharge Volume
o Temperature
o DO Level
o Oxygen Up take Rate
o Air Blower Speed
o Decanter Speed

3.0 Disinfection (Chlorination) Units


Disinfection (Chlorination) Units including Chlorination Tank and Chlorinator cum Chlorine
Tonner House shall be designed for Decant Flow.

3.1 Chlorination Tank and Chlorinator cum ChlorineTonner House


Treated sewage from SBR Basins shall be taken to Chlorination Tank by RCC Channel / RCC Pipe
of Class NP3 .Gas Chlorine shall be added for disinfection at suitable do singrate. Baffle walls shall
be provided in the Tank to facility ate hydraulic mixing oftreated sewage. The entire construction
shall be in M30 grade reinforced cement concrete and as per IS 3370.

Design Flow : Average Flowor Decant Flow whichever is more


Number of Units : 1 No.
Hydraulic Retention Time : 30 Minutes (excluding Outlet Channel afterWeir)
Free Board : 0.30 mmin.

Instruction to Bidders, Scope of Work 98 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

A Chlorinator cum Chlorine Tonner House shall be provided above / near Chlorination Tank to house
Chlorination Systems. It shall be RCC (M25) Frame cum Brick Masonry Structure with Rolling Shutter,
Windows & Ventilators, Electrical Hoist with Electrical Travelling Trolley of minimum 3 Ton capacity
or 1.5 times the weight of the single Unit which ever is more to lift the Pumps / Chlorine Tonner sand
Safety Equipment’s including Sand Buckets, Fire Extinguisher sand Fire Alarms etc. Also, it shall be
provided with IPS Flooring, Internal & External Plaster and Internal & External Painting. Plinth
Protection shall be provided along the periphery as per specifications.
All other accessories, whether specified or not, but required for completion of Contract shall form the
part of Bidder’s Scope.

3.2 Chlorination System


Gas Chlorination System comprising Vacuum Chlorinators (2Nos.), Water Feed Pumps (2Nos.),
Interconnecting Piping and Appurtenances, Chlorine Gas Detector, Empty Chlorine Tonners (Suitable
for 30days‟ Storage) with Trunions, Lifting Device and Suspended Weighing Scale, Residual Chlorine
Test Kit, Safety Equipment (e.g. Exhaust Fan, Canisters, Gasmasks etc.), Mandatory Spares, Chlorine
Leak Detection and Chlorine Leak Absorption System including FRP Half Hoods, Caustic Solution
Tank, Caustic Recirculation Pump, Centrifugal Fan, Interconnecting Piping and Ducts complete and
other require dancillary shall be provided.

Design Flow : Average Flowor Decant Flow whichever is more


Type : Vacuum Type
Chlorine Dosing : 5 ppm min.
Quantity of Chlorinator : 2 Nos. (1Working+ 1Standby)
All other accessories, whether specified or not, but required for completion of Contract shall form
the part of Bidder’s Scope.

4.0 Treated Sewage outf low pipe


Treated sewage from Chlorination Tank shall be taken to the disposal canal besides the STP
by gravity pipe.The pipe shall be RCC NP -III pipes of minimum diameter 450 mm or
the one designed by the contractor. The pipe if required to maintain the gravity flow
and is required to be carried on pedestals to achieve this, the same shall be included
in the quoted cost. The HFD of the plant and th e design of pipe shall be such that the
pipe shall deliver the treated sewage above the Full Supply Level (FSL) of canal.
5.0 Sludge Dewatering Units
Sludge Dewatering Units comprising Sludge Sump and Pump House, Centrifuge House and
Dewatering Polymer Dosing System shall be designed for Average Flow.

5.1Sludge Thickener & Pump House


Gravity Sludge Thickener shall be provided to r ed uc e t he w a t er p ar t f r om excess sludge from
SBR Basins. It shall be equipped with asuitable scrapper mechanism of MS (Epoxy Painted) to
facilitate proper mixing of its contentsat certain time intervals to break the air pockets in sludge slurry
and homogenizing of thickened solid portion of sludge. It shall be constructed in M30 grade reinforced
cement concrete and as per IS 3370.

Instruction to Bidders, Scope of Work 99 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

Design Capacity basis : As required forwaste sludge generation on daily


Number of Units : 1 No.
Solid Loading Rate : 40 kg / day / m2
Thickened Sludge Consistency : 2-3 %
Free Board : 0.50 m min.

A Pump House shall be provided near Sludge Thickener to house Sludge Transfer Pumps (Centrifuge
Feed Pumps). It shall be RCC (M25) Frame cum Brick Masonry Structure with Rolling Shutter,
Windows & Ventilator sand Electrical Hoist with Electrical Travelling Trolley of minimum 1 Ton
capacity or 1.5 times the weight of the single Unit whichever is more to lift the Pump and Safety
Equipment including Sand Buckets, Fire Extinguishers etc. Also, it shall be provided with IPS Flooring,
Internal & External Plaster and Internal & External Painting. Plinth Protection shall be provide dalong
the periphery as per specifications.
All other accessories, whether specified or not, but required for completion of Contract shall form the
part of Bidder’s Scope.

5.2 Sludge Transfer (Centrifuge Feed) Pumps


Sludge Transfer (Centrifuge Feed) Pumps shall be of positive displacement type Screw Pumps suitable
for handling thickened sludge of 2– 3% solids consistency.

Capacityand Head : As required for thickened sludge quantity


Type : Positive Displacement Type Screw Pump
Liquid : Thickened Sludge of 2 –3% Solids Consistency
Solid size : 50 mm(Maximum)
Temperature : Min.250C
Efficiency : more than 30%
Quantity : As per requirement + 1 Stand by Min

All other accessories, whether specified or not, but required for complete shall form part of
contractor’s scope.

5.3 M e c h a n i c a l Sludge Dewatering Device (Centrifuge) and Centrifuge Platform


The Mechanical Sludge Dewatering Device shall be solid bowl type Centrifuges designed for 100%
trouble free operation at all time sand provided as per the following guidelines.
 The device shall be so located that the dewatered sludge can be loaded into Trucks / Trolleys /
Containers directly. Preferably the device shall be solocated that the dewatered sludge falls into
the Trucks / Trolleys / Containers without requirement of another Material Handling Unit.
 The dewatered sludge shall have a minimum solids concentration of 20% or more (measured
as dry solids w/w basis) so that it can disposed by open body Trucks / Trolleys.
 The Centrifuge shall be solid bowl type of co-current/counter current design, as decided by the
Bidder. It shall have sufficient clarifying length so that separation of solids is effective. The
Centrifuge and its accessories shall be mounted on a common Base Frame so that the entire

Instruction to Bidders, Scope of Work 100 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

assembly can be installed on an elevated structure. Suitable Drive with V-Belt arrangement
and Turbo Coupling shall be provided along with Overload Protection Device.
 Differential speed and Bowl speed shall be adjusted by changing the Pulleys. Differential
speed may be adjustable by use of epicyclical gears. The Bowl shall be protected with flexible
connections so that vibrations are not transmitted to other Equipment’s. The Base Frame shall
be provided with anti-vibration Pads. The Drive Motor shall be of 1,450 RPM. The noise level
shall be 85 dB (A) measured at 2.00 m distance under dry run. The vibration level shall be
below 50 micron measured at Pillow Blocks under dry run condition.

Capacity : As requiredforthickened sludge quantity


OperatingHours : 8-12 hrs.perdaymaximum
Type : Solid BowlType
Liquid : ThickenedSludge of2–3%Solids Consistency
Quantity : As perrequirement+ 1 StandbyMin.

All other accessories, whether specified or not, but required for complete shall form part of contractor’s
scope.

A Centrifuge Plat form shall be provided near Centrifuge Feed Pump House to house Centrifuges. It
shall be a G(Stilt)+1 type RCC (M25) Frame Structure. Centrifuges shall be installed at First Floor
whereas Trucks / Trolleys / Containers shall be parkedat Ground Floor. An Electrical Hoist with
Electrical Travelling Trolleyof minimum 3 Ton capacityor 1.5 times the weight of the single Unit
whichever is more and Safety Equipment including Sand Buckets, Fire Extinguishers etc. shall be
provided. Also, it shall be provided with Anti-Skid Tile Flooring, Internal & External Plaster and
Internal & External Painting. Plinth Protection shall be provided along the periphery as per
specifications.

5.4 Polyelectrolyte Dosing System

Polyelectrolyte shall be dosed online at the inlet of Centrifuge. Minimum dosage of


polyelectrolyte shall be 1–5Kg /Ton of drysolids in sludge at 0.1-0.2% solution strength. There shall one
Solution Preparation Tank and one Solution Dosing Tank, each suitable for minimum 8-12hrs. of
operation and quipped with slow speed Mixer (100RPM). The entire construction shall be in M30 grade
reinforced cement concrete and as per IS3370. RCC Plat form / Walkway, minimum 1.00 m wide with
Hand Railingas per specifications shall be provided. RCCStaircase, minimum 1.00m wide with Hand
Railing as per specifications shall be provided for access from Finished Ground Level to the top of the
Unit & to the Operating Platform / Walkway.

Design Capacity : As per requirement of thickened sludge consistency and


quantity
Number of Units : 2 Nos.
Dosing Tank Capacity : Suitable formin. 8-12 hours of Operation
Free Board : 0.50 mmin.

Instruction to Bidders, Scope of Work 101 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

The solution will be dosed using mechanically actuated diaphragm type Metering Pumps. Dedicated
Dosing Pumps shall be provided and shall be interlocked with Centrifugein such a way that they Start /
Stop along with Centrifuge.

Capacity and Head : As per requirement of solution demand


Type : Mechanically Actuated Diaphragm Type Metering Pump
Liquid : Polyelectrolyte Solution of 0.1-0.2% Strength
Quantity : As per requirement + 1 Stand by Min.

5.5 Filtrate Sump and Pump House:


Filtrate or overflow from thickener and supernatant from centrifuge will be conveyed to filtrate sump
by gravity main. This sump will be equipped with agitator for mixing purpose and avoid setting of
solid part at tank bottom. The entire construction shall be in M30 grade reinforced cement concrete and
as per IS3370. RCC Platform / Walkway, minimum 1.00 m wide with Hand Railingas per
specifications shall be provided. RCC Staircase, minimum 1.00m wide with Hand Railing as per
specifications shall be provided for access from Finished Ground Level to the top of the Unit & to the
Operating Platform / Walkway.
Sump Capacity: 8-10 hours of total daily filtrate flow

Free Board : 0.5 M


Agitator MOC : MS Epoxy Painted
Agitator Capacity : 10KW per 1000 m3 of tank volume

Pump house will be constructed on upper side of this sump. Specifications of pump house are same as
that of pump house of Centrifuge feed pump.

5.6 Filtrate Transfer Pumps:

Submersible pumps will be provided in filtrate sump to convey filtrate to equalization tank. Installed
pumps capacity will be that enough to transfer total filtrate volume of tank in 6-8 hours.

Liquid : D e w a t e r e d Supernatant or filtrate Specific

gravity : 1.0
Temperature : Min.20oC
Efficiency : more than60-70%
Installation : Fixed.
Casing : CastIron IS 210 Gr. FG260
Impeller : CastIron IS 210 Gr. FG260
Shaft : AISI410
Cable gland : Cast Iron IS 210 Gr. FG260
Motor Body : Cast Iron IS 210 Gr. FG260
Sealcover : Cast Iron IS 210 Gr. FG260
Automatic Coupling : CI

Instruction to Bidders, Scope of Work 102 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

Duck foot bend : CI


Guide Pipe : SS 304
Lifting chain : SS 304
Fasteners : MS with GI coating

5.7 Septic Sludge Sump& Pump house:


Sludge which would be collected from residential areas of town will be transferred by tankers to
septic sludge treatment facility. This sludge will be discharged to Septic Sludge Sump. This shall be
of sufficient detention time to hold septic sludge volume of 300 m3/day. Also there shall be air
diffuser system & air blowers for agitation of sludge to avoid setting of solids at tank bottom.
There should be a platform of sufficient height near sump which facilitate tankers to discharge septic
sludge in this sump by gravity. The entire construction shall be in M30 grade reinforced cement
concrete and as per IS3370. RCC Plat form / Walk way, minimum 1.00 m wide with Hand Railing as
per specifications shall be provided.RCC Staircase, minimum 1.00m wide with Hand Railing as per
specifications shall be provided for access from Finished Ground Level to the top of the Unit & to the
Operating Platform/ Walkway.

Capacityof air blower : 0.015 M3/Minute of air per M3 of tank volume


Quantity : As perrequirement+ 1 Standby Min.
Diffusers Type : Suitable for homogenize sludge slurry of 2-3% consistency

Pump house will be constructed on top of this sump. The open potion of sump excluding the area of pump
house will be covered by green colored agriculture net.

5.8 Septic Sludge Transfer Pump:


There shall be submersible pump capable to transfer whole volume of septic sludge to thickener in 8-10
hours.

Liquid : Bio-sludge of 2-3% solid consistency


Temperature : Min.200C
Efficiency : more than 60-70%
Installation : Fixed.
Casing : CastIron IS 210 Gr. FG260
Impeller : CastIron IS 210 Gr. FG260
Shaft : AISI410
Cable gland : CastIron IS 210 Gr. FG260
Motor Body : CastIron IS 210 Gr. FG260
Sealcover : CastIron IS 210 Gr. FG260
Automatic Coupling : CI
Duck foot bend : CI
Guide Pipe : SS 304
Lifting chain : SS 304
Fasteners : MS with GIcoating

Instruction to Bidders, Scope of Work 103 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

5.9 Septic Sludge Thickener:


Sludge from septic sludge tank will be sent to septic sludge thickener for reduction of water content
of sludge. The expected thickened sludge would be 4-5 % solid consistency. Other specifications are
same as that of sludge thickener of STP.

5.10 Centrifuge, Centrifuge Feed Pump and Sump:


Centrifuge will be of capacity to dewater whole volume of thickened sludge in 8-12 hours.
Specifications of centrifuge and centrifuge feed pump are same as that mentioned in sludge
dewatering facility of STP.
Pump house specifications are same as that of Centrifuge Feed Pump House of STP

5.11 Polymer Solution Dosing System:


Polymer dosing system will be of capacity to operate for 8-12 hrs. daily. Specifications are same as
that mentioned in STP sludge dewatering facility.

6.0 PlantUtilities
6.1 Air Blower cum Administrativecum MCC & PLC/ Control Building
The SBR Air Blower cum Administrative cum MCC & PLC/ Control Building shall be G+1 type
RCC(M25) Frame and Brick Masonry Structure. Air Blower House, Workshop & Tool Room shall be
constructed at ground floor where as Administration Block (comprising Office & Conference Hall and
Laboratory), MCC Room and PLC /Control Room shall be placed at first floor.
Air Blower House shall house Air Blowers for SBR Basins, Equalization Tank & Septic Sludge Sump.
Itshall be equipped with Rolling Shutters, UPVC Windows/ Ventilators ,Exhaust Fansanda Manual
forklift of minimum 3 Ton capacity or 1.5 times the weight of Air Blower whichever is more. Similarly,
MCC Room and PLC/ Control Room shall be designed.
Laboratory shall be fully equipped with all necessary Equipment’s, Instruments, Chemicals,
Reagents, Glassware and Furniture as per the detailed list as below. In addition to the list below,
contractor is also to provide : One row of glass ware and include Borosil make test tubes 48, burette
6, pipettes 6, Conical flask 100 ml 12, 250 ml 6, 500 ml 6, beakers 100 ml 24, 250 ml 12, 500 ml 12,
1000 ml 6. Etc.

Sr. No. Item Description Qty.

1 Analytical Balance

Electronic Analytical Balance 1


Catalog No: BS224
Make: Sartorius
Capacity: 220g
Readability: 0.1 gm
Pan Size: 80mm

Instruction to Bidders, Scope of Work 104 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

Sr. No. Item Description Qty.

2 Drying Oven Hot Air

OVEN, LABORATORY 240V 50/60HZ 1


Catalog No: 14289-02
Make: HACH, USA

3 Hot Plates

PERISTALTIC PUMP type SP 311/60 1


Catalog No: 10.0174
Make: VELP

4 BOD Incubator

BOD INCUBATOR-110 Liters 1


Catalog No: OR 405
Make: ORLAB
Specifications:
Volume: 110 Liters
Temp. Setting: 5 to 50 deg. C
Temp Stability: +/- 2 Deg. C
Power: 230 V, 50 Hz, and 2 Amps
Refrigerant: R134 (CFC Free)
External Dimensions 126cm X W 48cm X D 60 cm
Heating Power: 150 W
Cooling Power: 110 W
Temperature Display: 3 digit LED display
Temperature setting: Digital keypad
Ambient Temperature: 0 to 50 deg C
Temperature Control: Automatic Microprocessor based
Temperature Sensor: PT 100

5 Magnetic Stirrers

MAGNETIC STIRRER type MICROSTIRRER 1


Catalog No: 10.0161
Make: Velp

Instruction to Bidders, Scope of Work 105 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

Sr. No. Item Description Qty.

6 COD Apparatus

DRB200 w/VDE 220V,WITH 15 WELLS


Catalog No: LTV082.15.40001
(xxiii) Make: HACH, USA
DRB200- Digital Reactor Block (Single Block: 15 wells for 16mm
vials)

DRB200 Digital Reactor Block for multipurpose use for COD, TOC, 1
TNT Total Nitrogen, Unicell (Metal Prep) for Sample digestion.
Features:
Ø Pre-programmers for all Hach standard digestion for COD, Unicell,
and TNT tests for digestion.
Ø One touches operation for Hach tests.
Ø Adjustable Temperature setting 37°C to 165°C in 1°C steps.
Ø Adjustable Time settings 1 to 480minutes
Ø Up to 3 user enter digestion/reaction storable applications
Ø Digital countdown timer with automatic shut off and alarm signal
Ø Separate locking and transparent protective lids

Specifications:
Temperature Range: 37° to 165°C with 1°C
Pre-programs: For Hach standard digestion Temperatures
(100°C/105°C/150°C)
User Programs: up to 3 user enter digestion/reaction storable
applications
Capacity: Block: 15 wells for 16mm vials
Accuracy: As per DIN, EN, ISO, EPA Methods
Timer: 1 to 480minutes (8hours)
Warm-up time: Less than 10minutes 150°C
Power supply: Single-Block: 230V/450VA
Compliance: CE, GS, cTUVus (includes UL)

COD Reagents

A COD DIGESTION VIAL, LR HW PK/25 1


Catalog No: 21258-25

Instruction to Bidders, Scope of Work 106 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

Sr. No. Item Description Qty.


Make: HACH, USA

B COD DIGESTION VIAL, HR HW PK/25 1


Catalog No: 21259-25
Make: HACH, USA

C COD DIGESTION VIAL, HR+ PK/25 1


Catalog No: 24159-25
(xxiv) Make: HACH, USA

7 Muffle Furnace

FURNACE, MUFFLE 1093C 240V 50/60 1


Catalog No: 14296-24
(xxv) Make: HACH, USA
Description:
Digital temperature control. Insulation made of high-purity alumina-
silica with a low thermal mass. Means faster heat-up time and reduced
electrical consumption. Embedded heating elements for structural
strength and longer life. Perforated bench case design keeps bench top
cool. Accurate percentage input control. Chamber dimensions (W x H
x D), 10 x 10 x 11 cm (3.9 x 3.9 x 4.3"). Outer dimensions, 20 x 32 x
22 cm (7.9 x 12.6 x 8.7"). 1050 W. Maximum operating temperature:
1093°C. Thermally.

8 Water Bath

UTRASONIC BATH, 0.75 GAL 230V 1


Catalog No: 24895-02
Make: HACH, USA

9 Portable pH Meter

a 6230 MKB portable pH, mV (ORP), Temp. Meter kit 1


Cat. No: 6230MKB
Make: JENCO
Features:
 Economical, user friendly and have the right features for
everyday field pH measurements.
 40 Memory for Data storage (6230M and 6231M)

Instruction to Bidders, Scope of Work 107 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

Sr. No. Item Description Qty.


 RS-232 computer interface with software
 BNC connector for pH/reference pH and mV
 8 pin DIN connector for 10k thermistor
 Separate pin plug connector for reference pH
 AC adaptor or battery power

Specifications:
pH: Range: -2.00 to 16.00
Resolution: 0.01pH
Accuracy: 0.1%  LSD
mV: Range: -1999 to 1999 mV
Resolution: 1.0 mV
Accuracy: 0.1% full scale  LSD
Temperature: Range: -5.0-125.00C
Resolution:0. 1 0C
Accuracy: 0.5 0C
PH Temp Compensation: Auto/Manual –10.0 to 120.00C
PH Calibration: 1,2 or 3 points
Scope of Supply:
Handled pH, mV (ORP), and Temp meter with RS-232C interface.
PH/Ref/Temp. Electrode;
Electrode cable.

b Bench top pH Meter

6173R KB Benchtop pH,mV (ORP), Temp. Meter Kit 1 No.


Model: 6173R KB
Make: Jenco

Instruction to Bidders, Scope of Work 108 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

Sr. No. Item Description Qty.

Features:
 Quick and Easy pH measurements
 Built in Buffer Temp. Coefficient auto lock
 Power down memory
 50 Memory location for data storage
 RS-232 interface with software
 Automatic temperature compensation

Specifications:
Range:
PH: -6.00 to 20.00
mV : -2000 to 2000 mV
Temp: 10.0 to 120.0C

Resolution
pH : 0.01 pH
mV : 1.0 mV
Temp : 0.1C
Accuracy
pH : 0.01 pH
mV : 0.05 % full scale  1 LSD
Temp : 0.5C
Scope of supply:
Large LCD Bench Meter with RS-232 interface. pH, mV (ORP),
Temp.
pH/Ref./Temp. Electrode, 3’ Electrode Cable, 230 VAC Adapter

Buffers used with 6230MKB Meter kit & 6173RKB Meter Kit

Buffer capsules, vial of 10 each. Slopes meter at 4.01 pH 1


Catalog No: 6B4
Make: JENCO

Buffer capsules, vial of 10 each. Standardize meter at 7.00 pH 1


Catalog No: 6B7

Instruction to Bidders, Scope of Work 109 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

Sr. No. Item Description Qty.


Make: JENCO

Buffer capsules, vial of 10 each. Slopes meter at 10.01 pH 1


Catalog No: 6B10
Make: JENCO

Electrode holder

Catalog No: 007N 1


Make: Jenco

10 DO Meter

DO Meter, 12 ft Probe & Cable 1


Catalog No: 55-12
Make: YSI
Scope of Supply:
YSI D.O.Meter 55-12FT Probe Cable | Battery Alkaline 4nos 1.5V
Each | Instruction Manual | Hardware Kit Fitted | KCL Soln,
Membrane Booklet And O-Ring Set (5775).

11 Vacuum Pump

PUMP, VACUUM 1.2 CFM 230V 50HZ 1


Catalog No: 28248-02
Make: HACH, USA

12 MPN Tubes (Durham’s)

LAURYL TRYPTOSE/MUG SOLN PK/15 1


Catalog No: 21821-15
Make: HACH, USA

13 Readymade media

BRILLIANT GREEN TUBES PK/15 1


Catalog No: 322-15
Make: HACH, USA
Note: Incubator is mandatory

EC/MUG W/O DURHAM TUBES, PK/15 1

Instruction to Bidders, Scope of Work 110 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

Sr. No. Item Description Qty.


Catalog No: 24715-15
Make: HACH, USA

14 Incubator
MEL INCUBATOR BATTERY PACK
1
Catalog No: OR 503
Make: ORLAB
MEL INCUBATOR POWER SUPPLY
1
Catalog No: OR 502
Make: ORLAB

Required Apparatus

BAG, STER W/THIOSULFATE PK/100 1


Catalog No: 20753-33
Make: HACH, USA

GERMICIDAL CLOTH, PK/50 1


Catalog No: 24632-00
Make: HACH, USA

INOCULATING LOOP AND HANDLE 1


Catalog No: 21121-00
Make: HACH, USA

DECHLORINATING REAGENT PP PK/100 1


Catalog No: 14363-69
Make: HACH, USA

BUFFER DILUTION WATER PLWS PK/25 1


Catalog No: 21431-66
Make: HACH, USA

Adequate number of Toilets and Washbasins shall be provided separately for Men & Women at each
floor. A covered Overhead Tank of capacity 5 m3 shall be provided along with an Underground
Water Tank of capacity 10 m3 to cater to the water requirements of the Building.
In addition, the Building shall be provided with Porch, Staircase, Passages, Wooden/Aluminum/Glass
Doors / Windows / Ventilators and Safety Equipment’s including Sand Buckets, Fire Extinguishers
and Fire Alarms etc. Adequate Flooring shall be provided in various Rooms/Areas as per requirement

Instruction to Bidders, Scope of Work 111 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

or as per instructions of the Engineer-in-charge. Internal & External Plaster with Painting shall be
done as per instructions of the Engineer-in-charge. Plinth Protection shall be provided along the
periphery as per specifications.
The Building shall be provided with the following:

Sno Itemofwork Work

1 Personal Computer in 2 Nos. oflatestversion &configuration complete.


PLC/ ControlRoom
2 Printerin PLC /Control 1 No. ofA3 Size Laser Printer of latest version &
Room Configuration complete.
3 Telecommunication Facility Min.1 No Telephone Linewith a Broad Band facility.
Thechargers willbe bornebythe Contractorup to the O&M
Period.
4 Plant Model  1 No. Wall Mounted Process Mode l(Electronic Plant
Display Model) with FlowDiagram (Minimumsize3 mx
1.5m)
 1 No. 3D Model with display of flow direction and
lighting.
5 Air Conditioner Adequate nos. of Air conditioners shall be provided as
directed by Executive Engineer.

6.2 ElectricalSubstation
TheElectrical Sub station shall be provided to house Components comprising Metering Kiosk,
Transformers and Power Control Centers. It shall be out door sub station with detailed specification as
given in electrical section.

6.3 DGSet
Diesel Generat or shallbe considered only for critical process requirements. DG shall be placed on RCC
plat form close to the main panel and shall be designed for out door duty.

6.4 Security Cabins


Security Cabin of size 3.00mx3.00m shall be provide dateachentry Gate of the Plant. It shall be
RCC(M25) Frameand Brick Masonry Structure equipped with Doors, Windows/ Ventilators, etc.
complete. Also, it shall be provided with Flooring, Internaland External Plaster with Painting and Plinth
Protection along the periphery as per specifications.

Instruction to Bidders, Scope of Work 112 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

6.5 Schedule ofFinishes

Sr. Windows/
Unit Flooring Doors
No. Ventilators
1 Administrative Block, Marbonite flooring Solid Core Flush Aluminum of
Laboratory, MCC Room of approved make. Door with heavy approved make
,PLC & Control Room, The size of duty Brass Fittings
Security Cabins Marbonite tiles shall of approved make
be min 600 mm x
600 mm & thickness
min 10 – 12 mm
2 SBR Air Blower House, IPS Flooring with MS Rolling Aluminum of
Workshop & Tool Room, Abrasion Resistant Shutter (See approved make
Additives of Through Type) of
Chlorinator cum Chlorine approved make approved make
Tonner House, Sludge
Pump Houses,
ElectricalHT Substation,
Gas Engine House

3 Centrifuge Platform Anti-SkidTile - --


Flooring - -
of approved -
4 Vehicle ParkingArea Colored Pre-cast - --
make
Heavy Duty - -
Paving Blocks -
with Lacquer
Finish
5 Toilet Blocks ColoredGlazed Tiles UPVC of UPVC of approved
approved make make
6 Staircase :Inside Grey Granite - --
Building Flooring of approved - -
make -

6.6 Roads, Pathways & Vehicular Parking Area


All internal Roads shall be provided with Drainage and constructed to prevent standing water. All
Roads shall be 5.00 m wide of WBM with asphalting BM+AC. WBM shallbe constructed with 80
mmmetal (150mm thick), 40mm gravel (100mm thick) with hard murum casing .BM shall be 75 mm
thick (4% bitumen content) and AC shall be 40 mm thick with (6.25% bitumen content). Path ways
shall be constructed interconnect the entire Plant with Roads. Minimum width of path ways shall be
2.00m. Path ways shall be in colored Pre-cast Heavy Duty Paving Blocks with Lacquer Finish.Vehicle
Parking Area shall be provided to permit the parking of Vehicles in colored Pre- cast Heavy Duty
Paving Blocks with Lacquer Finish.
The entire system of Roads, Pathway sand Vehicle Parking Area shall be designed such that Vehicles
involved in the delivery of Materials, Chemicals, Consumables and Residual Disposal can continuous
route through the Works and get out again.

6.7 Storm Water Drainage


Adequate Storm Water Drainage shall be provided adjacent to the Internal Roads considering local
rainfall intensity with 100% runoff. It shall be in RCC Class NP3 pipe of min 600mm dia. with

Instruction to Bidders, Scope of Work 113 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

necessary Chambers at appropriate locations. These Chambers shall be covered with CIG ratings. This
Storm Water Drainage shall be connected to the nearby Storm Water Drain or Channel of City
Network.

6.8 Boundary Wall with Gate


Boundary Wall shall be constructed all around the STP plot. Boundary Wall having architectural and
elegantview shall be provide dalong entire periphery of the Plot. Height of boundary wall should not be
less than 1.20m from finished ground level. It should be able to bear wind pressure upto 80Km/hr.
Atleast two Entry Gates, 3.60m wide each shall be provided. Each Entry Gate shall be provided with a
Wicket Gate.

6.9 Internal Water Supply and Water Supply for Gardening


Proper water facility shall be provided at STP. Rate of water supply may be kept as 150 liters per capita
per day for a population of 20 people. Storage should not be less than 1000litres. Water supply for
gardening purpose may be from treated finales wagein sufficient quantity.

6.10 Disposal of Plant Residuals & Treated Sewage


Plant Residuals (Screenings, Grit and Dewatered Sludge) and treated sewage shall be the property of the
Employer. However, the Contractor shall be responsible for disposal of Plant Residuals within 2Km
from Site. Treated Sewage shall be discharged into nearby Sea. The Contractor may sell off the
Dewatered Sludge but at the discretion of the Employer.

6.11 Landscaping
Land scaping involves beautification of Sewage Treatment Plant site by cultivating lands, plants and
trees of environmental value and suitably modifying the appearance of STP site. It shall add scenic
value to the STP site to obtain maximum visual impact. Contractor has to develop proper landscaping in
the STP site from professional landscaper approved by OWNER. Area for future expansion shall also be
considered for landscaping.

7.0 Inter connecting Piping and Valves


All interconnecting Piping, Gates, Valves, Specials and other appurtenances, auxiliaries and accessories
required as per Process Designand Scope of Work. In case of Rising Mains, thrust blocks shall be
provided wherever required. Incase of buried Pipes, warning tapes shall be provided of the appropriate
colors. The material of construction for major interconnecting Piping shall be as follows:

Piping: Guide Line for Velocity


Sr. Design Velocity
Service Limitations
No. m/s
1 Gravity Lines for Sewage 0.6 – 1.2 Min.Velocity shall not be less
& Water Designed as pipe line than 0.6 m/sec.Max.Velocity
flowing full. up to 1.2 m/sec is all owable
at Peak Flow.

Instruction to Bidders, Scope of Work 114 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

Sr. Design Velocity


Service Limitations
No. m/s
2 Pressure Lines for Sewage 0.6 – 2.5 Min.Velocity shall not be less
& Water than 0.6 m/sec. Max. Velocity
up to 2.5 m/sec is allowable at
Peak Flow.
3 Air (Pressurized Lines) 18 – 22 Max.Velocity shall not be
more than 25 m/sec in any
section.
4 Scum & Sludge Lines 0.6 – 1.5 Irrespective of flow, Diameter
Shall not be lessthan 150 mm
for Gravity Lines.
5 Chemical Feed Lines 0.6 – 1.5 Irrespective offlow, Diameter
Shall not less than 20 mm.

Not with standing the above, the Bidder shall submit a Pipe Line Schedule with Tag No. ,Flow, Size,
Type, Material of Construction etc. with detailed P&ID for approval of the Engineer-in-charge prior to
any further engineering or procurement / fabrication and installation.
Generally, the Material of Construction shall be selected based on the following guide lines. The Bidder
can make suitable selection depending on Service, Type of low (i.e. Gravity or Pressurized) and Diameter
of Pipe.

Piping : Guide Lines for MOC

Sr.
Service Type of Flow MOC
No.
1 Waste Water / Sludge Gravity RCC NP-3 Class
2 Waste Water / Sludge Pressurized CI Class “LA”/DIK-9

3 Service Water Gravity/Pressurized GI“C” Class


Air Lines: Headers, Pressurized Above Water:MS Sand/Shot
Vertical Down-comers Blasted, Epoxy Painted Under
4 Water :SS 304

Air Grid Piping: Aeration


5a Pressurized UPVC Schedule 40
Zone
Air Grid Piping :Selector
5b Pressurized SS 304
Zone

SS 304 except Chlorine &


6 Chemicals Gravity / Pressurized
FeCl3
7 Chlorine & FeCl3 Gravity / Pressurized Schedule 40 UPVC

Instruction to Bidders, Scope of Work 115 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

Valve: Guide Line


Sr. End
Service Type MOC
No. Connection
A Sewage /Sludge
CI Body & SS 304
1 Gravity/Pressurized Knife Gate Gate & SS 410 Spindle Flanged/Wafer

CS Body & SS 304


2 Delivery of Pump Swing Check Internals Wafer

Suction & Delivery CI Body & SS 304 Gate


3 Knife Gate Flanged/Wafer
Of Pump & SS410 Spindle
B ServiceWater
CS Body & SS 304 Flanged/
1 Gravity/Pressurized Ball Internals Screwed
CS Body & SS 304
2 Delivery of Pump Swing Check Internals Wafer
Suction & Delivery CIBody&SS
3 Butterfly 304Internals Wafer
Of Pump
C Air
CS Body & SS 304 Flanged/
1 Pressurized Ball Internals Screwed
CS Body&SS
2 Delivery of Blower Swing Check 304Internals Wafer

Suction & Delivery CIBody&SS 304


3 Butterfly Internals Flanged
Of Blower
D Chemicals
As per Chemical
1a Gravity/Pressurized Ball Compatibility Chart Flanged

As per Chemical
1b Gravity/Pressurized Diaphragm Compatibility Chart Flanged

As per Chemical
1c Gravity/Pressurized Plug Compatibility Chart Flanged

Not with standing the above, the Bidder shall submita Valve Schedule with Tag No.,Flow, Size, Type,
and Material of Construction, End Connection etc. with detailed P&ID for approval of the Engineer-in-
charge prior to any further engineering or procurement/fabrication and installation.

Instruction to Bidders, Scope of Work 116 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

8.0 Electrical & Instrumentation Works


It shall be the Contractor’s responsibility to obtain adequate in coming HT power from State Electricity
Authority based on the maximum demand load. The Employer will pay the charges for obtaining the
above connection where as necessary liasoning for the same shall be done by the Contract or in
consultation with Engineer-in-charge.
Adequatenos. Of Transformers with 10% over load shall be provided. These shall be oil filled, air
cooled and step down Transformers suitable for in door installation manufactured in accordance with
IS2062/1962 and as modified from time to time. They shall be supplied with all accessories and
mounting as per IS2062 and shall also have Dial Thermometer, Bucholz Relay, Roller sand Explosion
Vent. Each Transformer shall be provided with of fload tap changer for ±2.5%. The windings shall be
of connections as pervector group DYII. The efficiency of the Transformerat
100%, 75% and 50% loading should also be indicated separately. The Transformer should be filled with
oil and tested as per I.E. Rules & Regulations. Suitable cable boxes for H.T. and bus ducting for
L.T.side be provided.
The entire Plant shall be operated on 415V, 3-Phase, 50Hz, 4-Wire system. The Contractor’s
Scope of Work shall include the following:
 Obtaining incoming HT Power from State Electricity Authority including necessary
liasoning, documentationetc. complete.
 HT Cable with Termination Kit from “Source” to the Electrical HT Substation located at the
Sewage Treatment Plant.
 HT Substation including 4-Pole Structure, Metering Kiosk, HT Panel, Transformers, Power
Control Centre etc. complete.
 Motor Control Centers.
 Cabling including Power, Control and Instrumentation Cables.
 Earthling for Electrical equipment’s as well as Instruments.
 Internal Lighting in Buildings.
 External Lighting.
 Local Push Button Stations near respective Drives.
 Any other item/accessories required for successful completion of the Project.
The Contractor shall design/execute the System as per standard specifications, I.E. Rules and
Regulations, requirements of State Electricity Board and other local Authorities and actual site
conditions.
The detailed specification are provided in electrical section

9.0 Automation and SCADA


The Contract or shall provide adequate automation for fully automatic operation of the entire Sewage
Treatment Plant including Primary Treatment Units, Biological Treatment Units based on SBR
technology, Chlorination Units and Sludge Dewatering Units througha Programmable Logic Centre
(PLC) and Supervisory Control and Data Acquisition (SCADA) with Man-Machine Interface (MMI).
Provision shall also be made to operate each Unit of the Plant manually, if required.
The detailed specification are provided in automation and SCADA section

Instruction to Bidders, Scope of Work 117 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

10.0 Landscaping
Landscaping involves beautification of Sewage Treatment Plant site by cultivating lands, plants and
trees of environmental value and suitably modifying the appearance of STP site. It shall add scenic
value to the STP site to obtain maximum visual impact. Contractor has to develop proper landscaping in
the STP site from professional landscaper approved byt he Employer. Area for future expansion shall
also beconsidered for landscaping.

11.0 List of Indian Standards for latest edition with up to date amendments material & execution of
works etc.

S.No. IS Code Description

1. IS: 3114 Laying of CI pipes


2. IS: 1536 CI S/S pipe
3. IS: 5382 Rubber gaskets
4. IS: 5330 Anchor or thrust blocks
5. IS: 8329 DI ductile pipes S/S
6. IS: 12820 Rubber gaskets
7. IS: 9523 Fittings
8. IS: 8329 Testing of Ductile Iron pipe
9. IS: 12288 Laying of ductile iron pipes
10. IS: 780 CI Plain ended SV and d/f SV
11. IS: 2685 Selection, installation & O & M of SV
12. IS: 5531 CI P/E specials
13. IS: 1538 CI socketed or flanged specials
14. IS:1363 Part I & III Nut & Bolts
15. IS:638 (2nd Rev.) Rubber Insertion Joints
16. IS: 210 Material of CI specials
17. IS: 909 FH (SV type)
18. IS: 3950 CI surface box for SV
19. IS: 782 Caulking lead
20. IS:1239 Mild steel tubes, tubular and other wrought steel fitting (Part I and II)
21. IS: 1538 Cast iron fitting for pressure pipes for Water sewage (Part I – xxiii)
22. IS: 2906 Sluice valve for water works purpose (350 to 1200mm size)

Instruction to Bidders, Scope of Work 118 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

Note: Any item in the execution of works or material not covered in the above list shall be governed by
the relevant Indian Standard CODE, PWD Specifications or prescribed specifications or orders as per
the decision of Engineer-in-Charge.

Structural design and drawings - The contractor after approval to General Arrangement Drawing,
Hydraulic and process design with unit sizing shall carry out the detailed structural designs of the
structures involved in the project components to be constructed by him. The design shall conform to the
detail specifications given in this document and the relevant BIS specifications. The structural design
shall be submitted in 6 hard copies to the department anong with two soft copies. The department will get
the designs and drawings vetted from the Govt. Engg college or any other third party institution and the
contractor shall comply all the points raised by the college / Institution. On approval of the designs and
drawings (Good for Construction drawings) by the college; the same shall be got signed and sealed from
the department and used for the construction. One set of such drawings shall always be available at site
for reference during construction. One set shall be with the office of the EE, RMC for permanent record.
No structural work shall be started without the approved design and drawing available at site.

Instruction to Bidders, Scope of Work 119 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

TECHNICAL SPECIFICATIONS – PIPE LINE WORKS

Sub work - Sewage Pumping Mains

Item - providing, lowering, laying, jointing, testing ductile iron pipes & specials

1. Scope
This specification covers the requirements for manufacturing, supplying, laying, jointing, testing and
commissioning of Ductile iron pipeline and fittings including associated civil works required for the
same. Reference should also made to the requirements of Part 6 where appropriate.

1.1 Standards
The following standards, specifications and codes are part of this specification. In all cases, the
latest revision of the codes including all applicable official amendments and revisions shall be
referred to. In case discrepancy between this specification and those referred to herein, this
specification shall govern.

IS: 8329 Centrifugally Cast (spun) ductile Iron pressure pipes for water, gas and
sewage.

IS: 638 Sheet rubber jointing and rubber insertion jointing.

IS: 1387 General requirements for supply of metallurgical materials.

IS: 1500 Methods for Brinell hardness test for metallic materials.

IS: 9523 Ductile Iron fittings for pressure pipes for water, gas and sewage.

IS: 12820 Dimensional requirements of rubber gaskets for mechanical joints and
push on joints for use with cast iron pipes and fittings for carrying
water, gas and sewage.

ISO: 4179 Ductile iron pipes for pressure and non pressure – Centrifugal cement
mortar lining – General requirements.

ISO: 2531 Ductile iron pipes, fittings and accessories for pressure pipe lines.

IS: 5382 Specification for Rubber Sealing Rings for Gas Mains, Water Mains and
Sewers

AWWA C600 Installation of ductile iron water mains and their appurtenances.

Instruction to Bidders, Scope of Work 120 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

IS: 11906 Recommendations for cement-mortar lining for cast iron, mild steel
and ductile iron pipes and fittings for transportation of water

IS: 3764 Excavation Work – code of Safety.

IS: 12288 Code of practice for use & laying of Ductile iron pipes.

IS: 460 Test sieves – Part I

IS: 8112 Specification for 43 Grade Ordinary Portland Cement.

BS: 3416 Bitumen based coatings for cold application, suitable for use in contact
with potable water.

BS EN 545 Ductile iron pipes, fittings, accessories and their joints for water
pipelines – Requirements and Test Methods.

1.2 Manufacturing
1.2.1 General

DI pipes and fittings (Class K9) shall be in accordance with IS 8329 and IS 9523.

Pipes and fittings shall be procured from reputed manufacturers with Engineer’s approval. Engineer
shall at all reasonable times have free access to the place where the pipes and fittings are
manufactured for the purpose of examining and testing the pipes and fittings and for witnessing the
test and manufacturing.

All tests specified either in this specification or in the relevant Indian Standards specified above shall
be performed by the supplier/contractor at his own cost and in presence of Engineer if desired. For
this, sufficient notice before testing of the pipes and fittings shall be given to Engineer.

If the test is found unsatisfactory, Engineer may reject any or all pipes and fittings of that lot. The
decision of Engineer in this matter shall be final and binding on the contractor and not subject to any
arbitration or appeal.

The pipes and fittings shall be stripped, with all precautions necessary to avoid warping or shrinking
defects. The pipes and fittings shall be free from defects. Any defect in pipes and fittings in the
opinion of Engineer shall be rejected and shall be replaced by new one.

In the case of spigot and socket pipes and fittings the socket shall be without the centering ring.

In the case of flanged pipes the flanges shall be at the right angles to the axis of the pipe and
machined on face. The bolt-holes shall be drilled and located symmetrically off the centerline. The
bolt hole circle shall be concentric with the bore and bolt holes equally spaced. The flanges shall be
integrally cast with the pipes and fittings and the two flanges of the pipe shall be correctly aligned.

Instruction to Bidders, Scope of Work 121 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

1.2.2 Materials
The materials used in the manufacture of pipes and fittings shall comply with requirements specified
in IS8329 and IS 9523.

1.2.3 Dimensions and Tolerances

The internal diameter, thickness and length of barrel, dimensions of pipes and fittings shall be as per
the relevant tables of IS 8329/ IS 9523 for different class of pipes and fittings. Pipe class K9 or as
per requirement, pipe nominal diameters of 450, 800 and 1000mm and standard length of 6m is
recommended and other properties for pipes and fittings shall be as per IS 8329/IS9523. Each pipe
supplied shall be of uniform thickness throughout its length.

The tolerances for pipes and fittings regarding dimensions, mass, ovality and deviations from
straight line in case of pipes shall be as per IS 8329/ IS 9523.

1.2.4 Testing

a) Mechanical Tests
Mechanical tests shall be carried out during manufacture of pipes and fittings as specified in IS
8329/IS 9523. The frequency and sampling of tests for each batch of pipes shall be in
accordance with IS 8329. The test results so obtained for all the pipes and fittings of different
sizes shall be submitted to Engineer. The method for tensile tests and the minimum tensile
strength requirement for pipes and fittings shall be as per IS 8329/ IS 9523.

b) Brinell Hardness Test


For checking the Brinell hardness, the test shall be carried out on the test ring or bars cut from the
pipes used for the ring test and tensile test in accordance with IS 1500. The test shall comply
with the requirements specified in IS 1500/IS 8329.

c) Retests
If any test piece representing a lot fails in the first instance, two additional tests shall be made on
test pieces selected from two other pipes from the same lot. If both the test results satisfy the
specified requirements, the lot shall be accepted. Should either of these additional test pieces fail
to pass the test, the lot shall be liable for rejection.

d) Hydrostatic Test
For hydrostatic test at works, the pipes and fittings shall be kept under test pressure as specified in
IS 8329/ IS 9523 for a period of minimum 15 seconds, during which the pipes shall be struck
moderately with 700g hammer for conformation of satisfactory sound. They shall withstand the
pressure test without showing any leakage, sweating or other defect of any kind. The hydrostatic
test shall be conducted before surface coating and lining.

Instruction to Bidders, Scope of Work 122 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

1.2.5 Joints

a) General
Jointing of DI pipes and fittings shall be done as per IS 12288 and manufacturer’s
recommendations. After jointing, extraneous material, if any, shall be removed from the inside of
the pipe. Rubber sealing rings/gaskets used for jointing shall be of SBR or EPDM rubber and
conform to IS 638, IS 12820 and IS 5382.

b) Spigot and Socket joints


These shall have sockets which are integral with the pipe and incorporate an elastomeric rubber
ring gasket conforming to IS 12820.
The gaskets/sealant used for joints shall be suitable for water conveyance. In jointing DI pipes
and fitting, the contractor shall take into account the manufacturer’s recommendations as to the
methods and equipment to be used in assembling the joints. In particular the Contractor shall
ensure that the spigot end of the pipe to be jointed is smooth and has been properly chamfered, so
that the rubber ring as per IS 12820 and IS 5382 is correctly positioned in line, before the joint is
made. The rubber rings and any recommended lubricant shall be obtained only through the pipe
supplier or as otherwise directed by the Engineer.

c) Gaskets for Flanges


The gaskets used between flanges of pipes shall be of SBR or EPDM rubber conforming to IS
638 of thickness between 1.5 to 3 mm suitable for conveyance of sewage and waste water and as
specified by manufacturer.

d) Flanged joints
These shall be of PN 16 rating and shall comply with dimensions and drilling details as specified
in IS 8329. these shall have isolation gaskets between the flanges, isolation sleeves around all
bolts and isolation washers under all bolt heads and nuts. All material shall be supplied by a
reputed manufacturer and shall be approved by the Engineer.

Each bolt should be tightened a little at a time taking care to tighten diametrically opposite bolts
alternatively. The recommended bolting torque to be followed for assembling flanges shall be as
specified in manufacturer’s instructions. The practice of fully tightening the bolts one after
another is highly undesirable. The bolts shall be of mild steel unless otherwise specified. They
shall be coated with coal tar epoxy coating after tightening.

1.2.6 Coatings
a) General
Unless otherwise specified, DI pipes and fittings shall be Zinc coated with Bitumen over coating
in accordance with following specifications. At buried DI pipes and fittings shall also have
factory or site applied polythene sleeving. Coating shall not be applied to pipe and fittings unless
its surface is clean, dry and free from rust. Pipe coatings shall be inspected at site and any
damage or defective areas shall be made good to the satisfaction of the Engineer.

Instruction to Bidders, Scope of Work 123 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

b) Zinc coating
Zinc coating shall comply with ISO 8179 and shall be applied as a spray coating. The mass of
sprayed metal shall not be less than 130g/m3 in accordance with ISO 8179.

c) Bitumen coating
Bitumen coating shall be of normal thickness of 75 microns unless otherwise specified. It shall
be a cold applied compound complying with the requirements of BS 3416 Type II, suitable for
tropical climates, factory applied in accordance with the manufacturer’s instructions.

Damaged areas of coating shall be repainted on site after removing any remaining loose coating
and wire brushing any rusted areas of pipe.

d) Polythene Sleeving
Where polythene sleeving is specified to be applied in addition to bitumen coating above it shall
comply with ISO 8180. Site applied sleeving shall be stored under cover out of direct sunlight
and its exposure to sunlight shall be kept to a minimum. Pipes having a factory applied sleeving
must be stored in the same conditions. Joints in the sleeving shall be properly overlapped and
taped in accordance with manufacturer’s instructions to provide in continuous sleeving.

1.2.7 Cement mortar lining


All pipes and fittings shall be internally lined with cement mortar in accordance with ISO 4179/IS:
11906. Cement mortar lining shall be applied at the factory in conformance with the above
mentioned standards. No admixtures in the mortar shall be used without the approval of the
Engineer.
Pipe linings shall be inspected on site and any damage or defective areas shall be made good to the
satisfaction of the Engineer.
Lining shall be uniform in thickness all along the pipe. The minimum thickness of factory applied
cement mortar lining shall be 5 mm for DN 450 mm pipe; and 6 mm for DN 800/1000 mm pipes,
respectively

1.2.8 Marking
Each pipe and fitting shall have cast, stamped or indelibly painted on it the following appropriate
marks:

a) The nominal diameter.


b) Class reference
c) Mass of pipe.
d) Date of manufacture and
e) Manufacturer’s name, initials or identification mark.
Marking shall be done as per IS 8329 and IS 9523.

Instruction to Bidders, Scope of Work 124 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

1.2.9 Third party Inspection of the pipes

Third party Inspection of the pipes is mandatory in the manufacturing unit. The test certificate
shall be produced in this effect by the contractor at his own cost. The agencies performing the TPI
shall be enlisted in the list of Chattisgad PHED.

1.3 Valves:-Reflux Valves IS 5312-Part I, Sluice Valves:-2906/14846.

Valves shall be as per requirements specified in IS and as per the pressure rating specified in BOQ

1.4 Carting & Handling

Pipes and fittings/specials shall be transported from the factory to the work sites at places along the
alignment of pipeline as directed by Engineer and as specified by manufacturer. Contractor shall be
responsible for the safety of pipes and fittings/specials in transit, loading/unloading. Every care shall
be exercised in handling pipes and fitting/specials to avoid damage. While unloading, the pipes and
fittings/specials shall not be thrown down from the truck on to hard surfaces. They should be
unloaded on timber skids with steadying ropes and/or by any other approved means. Padding shall
be provided between coated pipes, fittings/specials and timber skids to avoid damage to the coating.
Suitable gaps between pipes should be left at intervals in order to permit access from one side to the
other. In case of spigot socket pipes, care should be taken regarding orientation of pipes while
unloading. As far as possible pipes shall be unloaded on one side of the trench only.

The pipes shall be checked for any visible damage (such as broken edges, cracking or spalling of
pipe) while unloading and shall be sorted out for replacement. Any pipe which shows damage in the
opinion of Engineer shall be discarded and replaced by new one. Dragging of pipes and
fitting/specials along concrete and similar pavement with hard surfaces shall be prohibited.

1.5 Storage

Each stack of pipes shall contain only pipes of same class and size, with consignment or batch
number marked on it with particulars of suppliers wherever possible. Storage shall be done on firm
level and clean ground and wedges shall be provided at the bottom layer to keep the stack shall be in
pyramid shape or the pipes laid length wise and crosswise in alternate layers. The pyramid stack
shall be made for smaller diameter pipes for conserving space in storing them. The height of the
stack shall not exceed 1.5m

Fittings/specials shall be stacked under cover and separated from pipes.

Rubber rings shall be stored in a clean, cool store away from windows, boiler, electrical equipment
and petrol, oils or other chemicals. In the field the rubber rings shall be handled such that they are
not left out on the ground in the sun or overnight under heavy frost or snow conditions.

Instruction to Bidders, Scope of Work 125 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

1.6 Laying
1.6.1 Trenching
Trenching includes all excavation, which is carried out either by hand or by machine and shall be
carried out in accordance with all general requirements of civil works specifications mentioned
for subwork 1. In addition to those general requirements, the following requirements shall apply
to pipelines:
The excavation shall be done such that it does not get far ahead of laying operations. Before
excavating trench the alignment of pipeline shall be approved by Engineer. Cuttings length and
other appurtenances shall be provided to suit detailed pipe configurations required.
To protect persons from injury and to avoid damage to property, adequate barricades,
construction signs, red lanterns and guards as required shall be placed and maintained during the
progress of the construction work and until it is safe for the traffic to use the roadways. The
relevant Indian standards and the rules and regulations of local authorities in regards to safety
provisions shall be observed.
The road metal and also the rubble packing shall first be stripped off for the whole width of the
trench/pit and separately deposited in such place or places as may be determined by Contractor
and approved by Engineer.
During excavation, large stones and rubble shall be separated and removed from the excavated
soil and stacked separately. The material from excavation shall be deposited on either side of the
trench leaving adequate clear distance from the edges of the trench and pit, or as may be
necessary to prevent the sides of the trench pit to slip or fall, or at such a distance and in such a
manner as to avoid covering fire hydrants, sluice valves, manholes covers etc. and so as to avoid
abutting the wall or structure or causing inconvenience to the public and other service
organizations or otherwise as Engineer may direct.
Contractor shall take into account additional excavation if any as Engineer may require in order
to locate the position of water pipes, drains, sewers etc., or any other works which may be met
with, in or about the excavation of trenches while quoting the rates for excavation of trenches
while quoting the rates for excavation. Such service lines if met with during excavation shall be
properly maintained by Contractor, by means of shoring, strutting, planking over, padding or
otherwise as Engineer may direct, and shall be protected by the Contractor from damage during
the progress of the work. Any damage to the service lines shall be borne by Contractor. All
precautions shall be taken during excavation and laying operations to guard against possible
damage to any existing structure pipe line of water, gas, sewage etc.

1.6.2 Bedding
The depth and type of bedding shall be as shown on the Drawings and the requirements specified
in subwork 1.

1.6.3 Laying of Pipes and Fittings


Pipes and fittings shall be laid in accordance with IS12288 and manufacturer’s instructions. In
addition the requirements specified in Part-6 Clause 6.9.5 shall also be followed.
All precautions shall be taken during excavation and laying operations to guard against possible
damage to any existing structure/pipeline of water, gas, sewage etc. After excavation of trenches
pipes shall not be lowered unless the dimensions of trenches and bedding work for pipes at the
bottom of the trenches are approved and measured by Engineer. Pipes and fittings/specials shall

Instruction to Bidders, Scope of Work 126 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

be carefully lowered in the trenches. Special arrangements such as cranes, tripods with chain
pulley block for lowering the pipes and fittings shall be made by Contractor. In no case pipes and
fittings shall be dropped. Slings of canvas or equally non-abrasive material of suitable width or
special attachment to fit the ends of pipe and fittings/specials shall be used to lift and lower the
coated pipes and fittings/specials. The pipes and fittings/specials shall be inspected for defects
and be rung with a light hammer preferably while suspended to detect cracks. If doubt persists,
further confirmation shall be done by pouring a little kerosene/dye on the inside of the pipe at the
suspected spot. No sign of kerosene/dye should appear on the outside surface. Pipes and fittings
damaged during lowering aligning shall be rejected by Engineer and shall be replaced by new
one.
All the pipes are to be laid perfectly true both in alignment and to gradient specified. In case of
spigot and socket pipe the socket end of the pipe shall face upstream, except when the pipeline
runs uphill in which case the socket ends should face the upgrade. The laying of pipes shall
always proceed upgrade of a slope. After placing a pipe in the trench, the spigot end shall be
centered in the socket and the pipe forced home and aligned to required gradient. The pipes shall
be secured in place with approved backfill material tamped under it except at the socket. Pipes
and fittings which do not allow a sufficient and uniform space for joints shall be removed and
replaced with pipes and fittings/specials of proper dimensions to ensure such uniform space.
Precautions shall be taken to prevent dirt from entering the jointing space. At times when pipe
laying is not in progress, the open ends of pipe shall be closed by a watertight plug or other means
approved by Engineer. During the period that the plug’s on, the Contractor shall take proper
precautions against floating of the pipe owing to entry of water into the trench. Wherever it is
necessary to deflect pipe from a straight line, either in the vertical or horizontal plane, to avoid
obstructions or where long radius curves are permitted the deflection allowed at joints shall not
exceed 2o for 800 and 1000mm; and 3o for 350 mm diameter pipes.
The cutting of pipe for inserting valves, fittings or specials shall be done in a neat and workman
like manner by using tools and taking precautions as per manufacturer’s recommendations
without damage to the pipe so as to leave a smooth end at right angles to the axis of the pipe. For
this purpose, pipe cutting machine shall be used.

1.6.4 Thrust Blocks and Anchor Blocks

Thrust blocks and anchor blocks shall be provided as per the design and drawing provided by the
Engineer-in-charge.

1.6.5 Back filling


Trenches shall be back filled with approved selected excavated material only after the successful
testing of the pipeline as directed by Engineer. Back filling shall be in accordance with
requirements and as directed by the Engineer In Charge.

1.6.6 Pipelines Under Existing Roads


Pipelines laid along a road shall be laid in trench. The sewage rising mains shall be continuously
ascending and shall not form many vertical kinks.

Instruction to Bidders, Scope of Work 127 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

1.6.7 Reinstatement of Roads


Reinstatement of roads/footpath shall be done as per the requirements of local authorities and
requirements specified in sub work 1

1.7 Cleaning of Pipes and Fittings


Pipelines shall be cleaned of all dirt, debris, dust or other deposits before hydraulic test to the
satisfaction of engineer. The requirements specified in sub work 1 shall be followed.

1.8 Hydraulic Testing


Pipelines and fittings shall be subjected to hydraulic pressure tests in the presence of the Engineer
which shall comply with IS 12288 unless otherwise specified.

Testing shall be carried out in two stages:

a. Test of sections as construction proceeds.


b. A test of the whole of the pipeline on completion.

The Contractor shall equip himself with all plant, equipment, fittings and water necessary for the
hydraulic tests. The Contractor shall submit to the Engineer, well in advance of the time of tests,
details of his proposals, including the supply of water either by tankers or bore holes. No
connections from the existing pipelines will be allowed, nor will any connections to the pipeline and
pipe work which would involve cutting, tapping or altering the Permanent Works be allowed.

Test gauges shall be of approved manufacture having dials at least 200 mm diameter, graduated such
that the test pressure is at least 75% of the full scale reading shall be used. If necessary different
gauges shall be supplied for different pipeline sections. Two gauges shall be provided for the sole
use of the Engineer and shall remain in Engineer’s possession for the duration of the Contract. All
gauges shall be dead weight tested and calibrated at the commencement of work and at regular
intervals as required by the Engineer.

The contractor’s arrangements for testing shall include a suitable means of quick installation and
removal of the Engineer’s gauges during testing.

1.8.1 Testing procedure


The Sectional Hydraulic Test shall be carried out after the pipeline section to be tested has been
laid, jointed and back filled to a depth sufficient to prevent floatation, but leaving the joints
exposed which have not been tested. The sections to be tested shall be to the approval of the
Engineer and shall not be longer than 2000m or 500m when either the pipeline is laid adjacent to
or underneath the carriage way or when section includes an air valve chamber. The joints
between each tested section shall be left exposed until the pipeline has passed the Test on
completion.

In addition to the above requirements the Contractor shall perform a hydraulic test on the first 200
m length of pipeline to be laid under the contract. This test shall be undertaken within one month
of the Contractor commencing the laying of pipes. Should the pipeline fail the test or the

Instruction to Bidders, Scope of Work 128 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

Contractor fails to undertake the test, all laying and welding work shall come to a halt until that
section of pipeline passes a hydraulic test.

Each length of the pipeline to be tested shall be capped or blanked off at each end and securely
strutted or restrained to withstand the forces which will be exerted when the test pressure is
applied. Testing against closed valves will not be permitted. Washout valves shall be fitted with
blank flanges and these together with in-line valves shall be left open. Air valves already fitted
shall be permitted to function during the test.

Proposals for testing where thrusts on structures are involved, even where thrust flanges on the
piping are installed, shall be submitted, with the calculations of the forces to be carried, to the
Engineer for approval.

The method of filling the pipeline with water shall be approved by the Engineer. The length
under test shall be filled making certain that all air is displaced through an air valve installed at
the top of the blank flange situated at the high end of the line. The length shall then remain under
constant moderate pressure, 10 to 20m head of water, for a period of several hours until the
pressure can be maintained without additional pumping.

The pressure shall then be slowly increased at a maximum rate of 1 bar per minute to the full test
pressure and pumping discontinued for 3 hours or until the pressure has dropped by 10m,
whichever occurs earlier. Thereafter pumping shall be resumed and continued until the test
pressure has been restored. The quantity of water pumped restore the pressure shall be the
measure of leakage from discontinuation of pumping until its resumption.

The pipe length shall pass the test if the leakage is not more than 1.079 litres per mm diameter per
kilometer per 24 hours for each 100m head of pressure applied and the full test pressure has been
sustained for at least eight hours.

Notwithstanding the satisfactory completion of the hydraulic test, if there is any discernible
leakage of water from any pipe or joint the Contractor shall, at his own cost, replace the pipe,
repair the pipe or re-make the joint and repeat the hydraulic test.

No pipeline shall be accepted until the leakage on any length is not more than the rate of leakage
specified above and all sources of leakage have been rectified.

The Test on Completion shall be carried out after all the pipeline sections have been satisfactorily
tested and the joints between each section completed to provide a continuous test length between
contract interfaces.

Pipelines shall be tested as above except where the Engineer issues such instructions as are
necessary for testing parts of the Works that have been designed for stresses limited by
considerations other than those applying to the pipeline systems.

Instruction to Bidders, Scope of Work 129 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

1.8.2 Test Pressures


Test pressures are to be measured in bars at the center of the blank flange situated at the lowest
end of the pipeline under test. Unless otherwise specified or shown on the drawings pipeline test
pressure shall be in accordance with the following:

DI pipe and fittings 16 bar

For testing of sections of pipeline containing air valve chambers the Contractor should verify
from manufacturer that the air valves are capable of operating under and sustaining the test
pressure.

1.9 Pipeline Disinfection


Upon completion of a newly laid main shall be cleaned, disinfected using chlorine solution in
accordance with procedure specified in IS 12288. Alternative methods may be adopted with the
approval of the Engineer. The chlorinated water shall stand in pipeline for a minimum period of 24
hours and all valves in the system shall be operated twice during this period.

The chlorinated water shall be neutralized and disposed of as directed by Engineer.

After final flushing and before the pipeline is placed into service, water samples shall be collected
and tested for bacteriological quality and shall not indicate the presence of coliforms. If the initial
disinfection fails to produce satisfactory results, disinfection shall be repeated and satisfactory
samples are obtained.

The Contractor is expected to carry out the cleaning, disinfecting and dewatering work as a part of
laying the pipes and his rates for laying the pipes should include the cost of cleaning and other
related works.

1.10 Chamber Markings


Details like valve type, size, cistern number shall be painted on all valve chambers as directed by
Engineer. Where valve chambers are flush with the ground, suitable marker posts shall be provided
adjacent to the chambers at a suitable location with all details approved by Engineer.

In case of the pipeline laid above ground details such as chainage, invert levels of pipe saddle
number culvert number, anchor/thrust block number etc., shall be suitably painted either on the
pipeline or the supporting structure in distinct color.

1.11 Measurement and Payment: Deleted.

Item - Excavation

Excavation for foundation in earth, soils of all types, sand, gravel, soft, murum, hard murum with
boulders, soft rock and hard rock….etc. complete

The excavation shall be done to the required depth and section as per design drawing and as directed by
Engineer-in-Charge. Extra depth shall be made up clear with concrete or other suitable materials as
directed by Engineer-in-charge at the cost of contractor. The excavated material shall not be placed

Instruction to Bidders, Scope of Work 130 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

nearer than 300 m. from the edges of excavated portion. No compensation shall be admissible to the
contractor due to any delay such as permission etc. After refilling of the trenches, the balance stuff should
be disposed off as directed for which no extra payments will be made. Refilling will be paid separately in
relevant items of Schedule.

Site Clearance

The area to be excavated shall be cleared off.

Dewatering

No distinction shall be made as to whether the material being excavated is dry, moist or wet. The item
also includes bailing out of water manually to keep the trenches reasonably dry for all further works
concerning, lowering, laying, Jointing and testing of the pipe line till the completion of the work. Separate
item of Dewatering is incorporated in the tender, if any ground water sources are met during excavation.
No extra over the tendered provision shall be paid to contractor for this reason on any account.

Fencing, Lighting and Watching:-

The contractors shall make all proper arrangement for protecting the work by means of fencing, watching,
and lighting at night, as directed by the Engineer-in-charge. The post of fencing shall be of timber,
securely fixed in the ground not more than 3m. apart, and they shall not be less than 75 mm in diameter or
less than 1.2 m. above the surface of the ground. There shall be two rails, one near the top of the posts and
the other about 450 mm above the surface of the ground and each shall be from 50 mm to 70 mm in
diameter and sufficiently long to run form post to post, to which they shall be bound with strong rope.
The method of projecting not be allowed on any account. All along the edges of the excavated trenches a
bank of earth about 1.20 m high shall be formed where required by the Engineer-in-charge for further
protection. Proper provision shall be made for lighting at night and watchman shall be kept to see that
this is properly done. In the event of the contractors not fully complying with the provisions of these
clauses. The Engineer-in-charge may put up a fence or improve the fence already put up or provide or
improve the lighting or adopt such measures as he may deem necessary without prior intimation to the
contractor and all the cost of such procedure as may be adopted by the Engineer-in-charge, shall be borne
by the contractor.

In addition to the normal lighting arrangements, the contractor shall be provide, wherever a sewer work is
in progress, battery operated linking lights (6 Volts) in the beginning and end of a trench with a view to
provide suitable indication to the vehicular traffic. The contractor shall also provide and display special
boards painted with fluorescent paints indicating the progress of the work along a particular road.

Alignment and levels. :-

Before the excavation of trench is commenced, sight rails shall be erected at every 30 m. and at all points
of change of direction, gradient and at ends. The excavation work shall be preceded by a joint survey
along with alignment of the main, to obtain ground level at every 30 m. or less distance. Temporary
Bench Marks shall be constructed at every 300 m. distance along the alignment and shall be maintained
till the completion of the work. All labor and materials for the survey work of fixing Bench Marks etc.

Instruction to Bidders, Scope of Work 131 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

shall be provided by the contractor at his own cost. Since the lines to be laid are drainage lines. The grade
and level are very important factors. Those shall be maintained very carefully.

Depth and Grades of trenches:-

The trenches shall be excavated to the required grades and depth as shown on approved drawings or as
directed by the Engineer-in-charge. The depths of excavation and the level of the pipe inverts shall be
checked by means of boning rods of suitable lengths. Additional depths if required to be excavated for
pits for sockets, collars, specials, joints, and for any other working facility shall not be measured and paid
separately. The contractor shall notify to the Engineer when the trenches are ready for bedding. The
Engineer shall inspect check the levels and record the depths. Only on explicit approval by Engineer, the
murum bedding of selected material from the excavated stuff shall be provided by the contractor.

Width of trenches for excavation:-

The maximum width of trench allowable for different diameter of pipe sewer is given in the table below.
The offset for width is allowable for every additional depth of trenches as tabulated for soft strata only.

The sides of the trenches shall be as nearly vertical as possible. The bottom of the trench shall be flat side
to side.

Sr.No. Dia of Pipe Trench width


1 150 mm 0.95 m.
2 200 mm 1.00 m
3 250 mm 1.05 m
4 300 mm 1.10 m
5 400 mm 1.20 m.
6 450 mm 1.25 m.
7 500 mm 1.30 m.
8 600 mm 1.40 m.
9 700 mm 1.50 m.

The maximum width as mentioned in the table of different depth of trenches or the actual width
whichever is less shall be taken into account for measurement and payment. No extra width is allowable
due to large quantity or big boulders met with in the trenches. Dressing and consolidation of the trenches.
The bed of the trenches shall be well rammed before laying of the murum for bedding. Hollows if any
shall be filled with murum duly rammed and watered to required level and grade at the cost of the
contractor.

The contractor shall properly assess the work involved in above description and quote accordingly. The
Commissioner /Drainage Engineer’s decision regarding any of the issue of scope of work here in and
rates payable shall be final, conclusive and binding on contractor.

Any damages to the telephone cables / electrical cables shall be borne by the contractor, if demanded by
the concerned authority. The cost of damages shall be directly paid by the Engineer In Charge to the
authority and such amounts shall be recoverable from the contractor through his due payments/ security

Instruction to Bidders, Scope of Work 132 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

deposits. In case water mains is damaged by the contractor during execution and quantity of water is
wasted due to his negligence, that amount of wastage of water shall be recoverable from the contractor as
per the RMC’s water rate prevailing at the time of execution through his running bill.

Disposal of Surplus Stuff:-

The contractor shall carefully excavate the road surfaces and stack the materials obtained from the road
surface cutting systematically for selectively reusing the same for remaking the road. At times it may be
necessary for the contractor to remove the excavated stuff to a suitable destination away from the
excavation work. This stuff stacked as directed within 50 m. lead shall be brought back for refilling by
the contractor without any extra payment on this account.

The excavated stuff remaining in balance after refilling and remaking of road shall be conveyed, unloaded
and leveled by the contractor at a destination as directed by Engineer-in-charge within a radius of 5 Kms
form site of work. The same shall be deemed to have been included in the rates quoted by the contractor.
The decision of site up to a distance of 5.0 km shall be the right of the Rajnandgaon Municipal
Corporation.

Item - Murum bedding

The item shall be done as per standard specification

For bedding only approved quality of excavated materials from trenches shall be used. Bedding shall be
done before laying of pipe line to the desired grade as directed by Engineer-in-charge.

For refilling purpose, approved excavated stuff shall only be used. The refilling shall be done in layers of
15 to 20 cms. Each layer should be watered and compacted properly. With the satisfaction & direction of
Engineer-in-charge. The refilling shall be done in such a way as it should not harm the laid drainage pipe
or it should not disturb the grade and the alignment of the laid pipe.

After water tightness test etc. the trench shall be refilled in layers and shall be rammed manually. The
filling shall be kept above ground level for subsequent settlement. In the case of trench in rock,
cushioning from approved excavated materials shall be provided at sides and 0.30 m. on top of pipe line
by manually to avoid the damages to the laid pipes. The item includes free lead of 50 meters for actual
operation. After refilling of trenches, it shall be watered and compacted satisfactory by the roller as
directed by Engineer-in-charge.

The contractor shall have to cart the selected excavated stuff from site of work to any other site for
refilling as per requirements as directed. The payment shall be made to contractor under relevant for
disposal as per Schedule.

Item. Providing & Fixing valves

The item includes providing, laying, jointing with jointing material, commissioning and giving
satisfactory test of CI, D/F Sluice Valve of approved make and shall be provided in the delivery of each
pump. The C.I. Sluice Valve shall be suitable for PN 1.0 rating conforming to IS: 14846. The sluice
valve shall be double flanged, water works pattern, inside screw, non-rising spindle type, electrically

Instruction to Bidders, Scope of Work 133 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

operated. The valves shall be installed at the locations on the rising main shown in L-section for section
closing and scour purpose,

Material of Construction:

Sr. Component Preferred Ref. To IS Grade of


No. Material No. Design

1. Body, bonnet, dome, stool cover, wedge, Grey cast iron 210 FG 200
stuffing box, gland thrust plate, cap.

2. Hand wheel Grey cast iron 210 FG 200

3. Stem Stainless steel 6603

4. Wedge nut, shoe channel. LT bronze 318 LTB-2

5. Body seat ring, wedge facing ring, bushes. LT bronze 318 LTB-2

6. Bolts Carbon steel 1363 Class 4.6

7. Nuts Carbon steel 1363 Class 4.0

8. Gasket Rubber 638 Type B

9. Gland packing Jute, hemp 5414

10. Gear SG iron 1865 Gr 500/7

11. Gear housing Grey cast iron 210 FG 200

12. Pinion & pinion shaft carbon steel 1570 C55 Mn75

Approved makes:

Kirloskar/ IVI/ IVC/ Gavane Patil/ Mayur/ Durga / AVK

Item - Cement Concrete

Please refer specifications for item for the subwork of Wet Well (Civil Works)'

Item - Reinforcement steel

Instruction to Bidders, Scope of Work 134 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

Please refer specifications for item for the subwork of Wet Well (Civil Works)'

Item - Refilling

Please refer specifications for item of 'wet well' for the 'screen chamber' in the subwork of Wet Well
(Civil Works)'

Item - B.B. Masonry valve chambers

Construction of B.B. masonry valve chamber includes excavation to the required size and depth,
Providing and placing in position PCC for levelling course, followed by 15 cm thick M:15 P.C.C.
foundation bedding , The chamber walls shall be in B.B. masonry in c.m. 1:5 proportion and inside
cement plaster in c.m. 1:3, and external cement pointing including precast R.C.C. frame and cover as
directed by Engineer in charge etc complete. The curing shall be carried out as per the specifications
before refilling the sides.

Instruction to Bidders, Scope of Work 135 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

TECHNICAL SPECIFICATIONS – PUMPING STATION CIVIL WORKS

1. Item - Excavation of screen chamber, wet well & Item - Refilling excavated trenches
1.1 General

The conditions/specifications laid down hereunder will hold good whether the excavation is to be
carried out over areas for leveling foundations of structures, trenches for pipes or cables or any
other type of work which involves earth work like the leveling of forming/embankments etc.

a. Earthwork in excavation includes site-cleaning activities like removal of shrubs, loose


stones, and rubbish of all kinds, interfering with the works and with complete removal of
roots.
b. The products of the above clearing operations shall be removed from the site, dumped,
stacked at a place or places, burnt or otherwise disposed of as directed by the Engineer-in-
Charge within the compound.
c. A permanent base line and cross lines shall be established to serve as reference grid using
MS plates, pegs, pins set in concrete or brick masonry pillars where they will be free from
disturbances.
d. A permanent bench marks or marks as required necessary for the works connected to the
nearest GTS benchmark shall be established for reference.
e. Excavation shall be carried out in all types of soil like top soil, silt, sand, gravel, soft murum,
clay, kankar, hard materials like disintegrated rock shale which can be removed by picks,
crowbars and shovels. Soil/earth may contain boulders. Loosening of rocks include the other
methods of excavation other than blasting such as chiseling, wedging line drilling to avoid
shattering of rocks. The Engineer-in-Charge shall decide what method shall be adopted for
removal of the hard rock.
f. Excavation, whose sides are required to be maintained at a steeper slope than the stable
slopes, will be required to be properly shored and strutted failing which the contractor will
be required to execute the work by open cutting by the approval of Engineer-in-Charge.
g. Negligence on account of this leading to any mishap will be entirely the responsibility of the
contractor.

1.2 Drainage in the vicinity of excavation


a. The contractor shall control the drainage in the vicinity of the Excavation so that the surface
of the ground will be properly sloped to prevent surface water running into excavated areas
during construction. Arrangements shall be made for preventing rain and other extraneous
liquids entering the excavated parts. Seepage water shall be directed to flow away from the
trenches by gravity. If any pumping is required to keep the trench and the exposed areas dry
for further work the same shall be done by the contractor at his own expenses.
b. The rates quoted by the contractor shall be deemed to be inclusive of all the above costs or
charges for stipulations stated above.

Instruction to Bidders, Scope of Work 136 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

c. Excavated material shall not be deposited within 1.5 meters from the top edge of the
excavation.
d. The contractor shall remove the excavated material to spoil heaps on the site or transport the
same to a place as directed by the Engineer-in-Charge.
e. If the bottom of the excavation is left exposed by the contractor and in the opinion of the
Engineer-in-Charge it has become deleteriously affected by atmospheric changes or affected
by water then the contractor shall remove at his own cost such portions of the affected
foundations and shall make good by filling with lean concrete or with compacted sand as
directed by the Engineer-in-Charge.
f. Where Excavation is made in excess of the depths required as shown in the drawings or as
directed by the Engineer-in-Charge the contractor shall at his own expense fill up to the
required level with lean concrete or well compacted sand as decided by the Engineer-in-
Charge.
g. Loose, soft or bad soil encountered in Excavation at the required depth on Engineer-in-
Charge’s directions shall be excavated to the firm bed and the difference of levels between
the required level and the firm bed shall be filled up or dealt with as directed by the
Engineer-in-Charge.
h. Any obstacle encountered during excavation shall be reported immediately to the Engineer-
in-Charge and shall be dealt with as instructed by him. Same shall be applicable for any
antiques/treasure found during excavation.
i. Any public utility services/facilities like water supply lines, gas supply line, sewers,
telephone/electric cables poles etc. met with during Excavation shall not be damaged and
no disruption is caused to the utility service on account of damages caused by the contractor.
Such facilities shall be properly supported in their original positions by giving signs,
suspension beams etc. as contractors own expenses.
j. The contractor shall not undertake any concreting or constructing work of any nature on the
excavated surfaces until approved for the same is given by the Engineer-in-Charge.
k. The contractor shall be solely responsible for the protection of adjoining properties from
damages that may be on account of excavation close to the properties whether the
property belongs to government or to a private party.
l. The contractor shall make all arrangements for proper warnings like providing fences,
danger flags, barricading, night warning lights, watch and ward etc, to caution the public as
well as the laborers engaged by him about the dangers that may be involved by excavation
of trenches, pits, foundations etc. Safety code for excavation work IS: 3764-1966 shall be
rigidly followed unless instructed otherwise by the Engineer-in-Charge.
m. Any useful material obtained during excavation shall be stacked as directed by the Engineer-
in-Charge and will be the property of the department. The decision of the Engineer-in-
Charge in this regard shall be final and binding on the contractor.
n. Any material used by the contractor out of the Excavated stuff in lieu of his own materials
shall be charged to the contractor at the market rates.

Instruction to Bidders, Scope of Work 137 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

1.3 Excavation in trenches and cable ducts.


a. Excavation as required in trenches, cable ducts, for manholes, other overflow structures,
cross drainage works, extra depths for joints of pipes shall be carried out as shown in the
drawings/directed by the Engineer-in-Charge.
b. For deep foundations, necessary shoring and strutting shall be executed as directed by the
Engineer-in-charge. If additional slopes are to be provided where vertical cuts are not
possible the same shall be executed without any additional cost. The rates quoted shall be
deemed to be inclusive of all such extra work.
c. The trench shall be kept perfectly dry by preventing the extraneous water entering the pits
and also wherever necessary by pumping at the cost of the contractor. No additional cost of
dewatering shall be payable unless there is an item specifically included in this sub work.
d. The trenches after laying, jointing and testing of pipes/cables are to be back filled. The
trenches shall be filled with the excavated material if found suitable as directed by the
Engineer-in-Charge.
e. All surplus soil/earth shall be transported and disposed of as directed by the Engineer-in-
Charge. Boulders, sharp objects, brickbats, roots of trees, rubbish, rubble etc. shall not be
used for back filling. The back filling shall be done very carefully so as not to damage the
pipes/cables or disturb the alignment levels of the pipes/cables. The back filling shall be
done in layers on both sides of the pipes, watered, and compacted by ramming to a dense
layer. The thickness of each layer shall not be more than 15 cms. Special care shall be taken
to avoid unequal pressures and not to disturb the pipe.

f. In case the excavated material falls short of requirement the back fill soil/earth shall be taken
from borrow pits approved by the Engineer-in-Charge. The rates quoted by the contractor
shall be deemed to be inclusive of all such works.
g. Sight rails and boning rods are to be used at regular intervals as directed by the Engineer-in-
Charge to excavate the trenches true to line and grade.

1.4 Back filling / Earth filling


a. Back filling of earth around liquid retaining structures and pipes shall be done only after the
water-tightness test is done to the satisfaction of the Engineer-in-Charge. Selected earth from
the excavated earth shall be used for back filling / embankment.
b. Care shall be taken to see that unsuitable soil/earth does not get mixed up with the material
proposed to be used for filling.
c. Regarding the soil/earth to be used for back filling the contractor shall have the prior
approval of the Engineer-in-Charge.
d. Backfill shall be placed in successive horizontal layers of loose material not more than 15
cm thick. The material shall be brought to within + or - 2% of the optimum moisture content
as described in IS: 2720 (Part VIII) after adjusting the moisture content, the layers shall be
thoroughly compacted with such equipment. as may be required to obtain a density equal to
or greater than 95% of maximum laboratory dry density of the soil.
e. Successive layers of filling shall not be placed until the layer under construction has been
thoroughly compacted to satisfy the requirements laid down.

Instruction to Bidders, Scope of Work 138 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

1.5 Filling and Embankment


a. The area where filling or embankment is to be carried out shall be cleared from loose
material and the virgin soil shall be exposed. All shrubs and vegetation with roots are
cleared. All soft patches shall be removed and filled with selected soil/earth and
consolidated. Exposed soil/earth shall be consolidated properly to obtain 95% of maximum
laboratory dry density of the soil.
b. Approved filling material shall be uniformly spread in layers not exceeding 20 cms in loose
depth. All clods, lumps, etc shall be broken before compaction.
c. Successive layers of filling shall not be placed until the layer under construction has been
thoroughly compacted to satisfy the requirements laid down in these specifications.

d. The contractor shall give the samples of the earth he proposes to use for back filling for
testing, if required or directed by the Engineer-in-Charge along with the following
characteristics of the soil/earth.
e. Only earth having plasticity index less than 20 shall be used.
f. Soil/earth having laboratory maximum dry density of less than 1500 kg per cubic meter shall
not be used
g. If the layer fails to meet the required density it shall be reworked or the materials shall be
replaced and method of compaction altered as directed by the Engineer-in-Charge to obtain
the required density.
h. If any test indicates less than the specified degree of compaction the Engineer-in-Charge
may require all the fill placed; subsequent to the latest successful tests to be removed and
compacted and compaction procedure to be done once again to obtain satisfactory density.
i. The contractor shall perform all necessary tests to determine optimum moisture content and
the degree of compaction. He shall furnish the results to the Engineer-in-Charge.
j. Prior to rolling, the moisture content of the material shall be brought to within +2% of the
optimum moisture content as described in IS-2720 (part VIII). The moisture content shall
preferably be on the wet side for potentially expansive soil/earth. After adjusting the
moisture content as described in this clause, the layers shall be thoroughly compacted by
means of rollers till 95% of maximum laboratory dry density is obtained.
k. If the layer fails to meet the required density it shall be reworked or the materials shall be
replaced and method of compaction altered as directed by the Engineer-in-Charge to obtain
the required density.
l. The embankment shall be finished to the alignment levels and grades, cross sections,
dimensions shown in the drawings or as directed.
m. If sand filling is specified in the tender for filling the trenches, plinth or foundations the sand
used shall be hard, free from inorganic materials and deleterious materials and approved by
the Engineer-in-Charge. Filling shall be carried out in layers not exceeding 15 cms in loose
depth and flooded and tamped till it meets the approval of the Engineer-in-Charge.
n. The contractor shall perform all necessary tests to determine optimum moisture content and
the degree of compaction. He shall furnish the results to the Engineer-in-Charge.

Instruction to Bidders, Scope of Work 139 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

1.6 Shoring / Strutting / Timbering.


a. When the depth of foundation or pipe trench is great and the soil/earth is soft and generally
for depths more than 1.5 m. Stepping, sloping and or paneling and strutting of sides shall be
done as directed by the Engineer-in-Charge. The decisions regarding the positions and
depths at which and what type of precautions are to be provided shall be decided by the
Engineer-in-Charge.
b. It shall be the responsibility of the contractor to take all necessary precautions or steps to
prevent the sides of trenches from collapse. The contractor shall be responsible to make
good any losses or damages caused to execute works, life and property due to his
negligence.
c. Deep excavation shall be inspected after every rain, storm, or other hazards and if necessary
the precautions required shall be augmented
d. Planking and strutting shall be either “Close” or “Open” type depending upon the nature of
the soil/earth and depth of excavation etc.
e. The timbering shall be of sufficient strength to resist earth pressure and ensure safety to the
adjoining property and to persons. Where the excavation is subjected to vibrations due to
machinery, vehicles, rail traffic, blasting and other sources, additional bracings shall be
provided.
f. Generally, the specifications and sizes and spacing of sheeting, walers and struts used for
timbering of different depths shall be as given in the IS: 3764-1965 Safety code for
excavation work unless otherwise specified in the tender elsewhere. Shoring shall extend 30
cms, above the vertical sides.
g. Withdrawal of timbering shall be done very carefully to prevent collapse of the sides of
excavation and any damage to the work executed.
h. Open timbering shall be provided wherever the Engineer-in-Charge directs, where the
trenches are not close to any buildings/property/structures. In open timbering the trench shall
be protected by covering 1/3 the surface area by planks.

Important Notes

1. The bottom of Excavation shall be trimmed to the required levels and when carried below such
levels, by error, shall be brought to level by filling with lean concrete of grade 1:4:8 or as
specified at the contractor’s cost and nothing extra shall be paid to the contractor on this
account.

2. The contractor shall be responsible for assumptions and conclusions that he may make
regarding the nature of materials to be excavated and the difficulty in making and
maintaining the required Excavation and performing the work required as shown on the
drawing and in accordance with these specifications. Cofferdams, sheeting, shoring,
bracking, draining, dewatering, etc. shall be furnished and installed as required and the cost
thereof shall be included in the rate quoted for the item of excavation. The contractor shall
be held responsible for any damage to any part of the work and property caused by collapse
of sides of Excavation. Materials may be salvaged if it can be done with safety for the work

Instruction to Bidders, Scope of Work 140 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

and structures, as approved by the Engineer-in-Charge. However, no extra claim shall be


entertained for material not salvaged or any other damage to contractor’s property as a result
of the collapse. He shall not be entitled to any claim for re-doing the excavation as a result
of the same.

3. The excavation for foundations shall be carried out carefully, creating least disturbance to
the founding stratum. The founding stratum should be blended by the concrete layer
immediately after exposure so that it does not lose its strength on exposure to air and water.

4. Where excavation requires bracing, sheeting, or shoring etc, the contractor shall submit to
the Engineer-in-Charge, drawings showing arrangement and details of proposed installation,
and shall not proceed until he has received approval from the Engineer-in-Charge.

5. The contractor shall have to constantly pump out the water collected in pits due to rainwater,
springs etc. and maintain dry working conditions.

6. For the purpose of excavation in earthwork, all types of soil including kankar, murum, single
and boulders without binding matrix are included.

7. All excavated material obtained as a result of over excavation for which payment shall not
be made, and that shall also be transported and disposed off as directed and at places shown
by the Engineer-in-Charge, at no extra cost to the department within plot boundary.

8. All excavated materials obtained from excavation shall remain in the department’s property.
The useful portion as decided by the Engineer-in-Charge, shall be separated from the useless
ones and deposited in regular stacks at places indicated and as directed by the Engineer-in-
Charge.

9. In no case the excavated soil shall be stacked up to a distance of 1.5 m from the edge of
excavation or one-half the depth of excavation whichever is more.

10. IS Codes

11. Some of the important relevant applicable codes for this section are IS: 1200 (Part-I)-
Method of measurement of building and civil engineering works and earthwork

12. IS: 3764 - Safety -code for excavation work

13. IS: 4701 - Code of practice for earthwork on canals

14. Cradle and Manholes for collection sewer line shall be as per CPHEEO Manual.

Item - Plain Cement Concrete for screen chamber and wet well.

This shall comply as per standard specification No. Bd-E-1 on page No.287 or latest edition.

Instruction to Bidders, Scope of Work 141 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

Materials

a) Cement:-

All cement for use on the works except otherwise stated shall be the standard ordinary Portland cement
manufactured in India and shall conform to the I.S. 269 latest version. It shall be of make and quality
approved by the Engineer-in-charge.

The cement shall be stored in weather proof godown specially constructed for the purpose, of such a
manner as to prevent deterioration due to moisture or instruction of foreign matter. The weather proof
godown shall have solid impervious floor raised minimum 300 mm above the general ground level so that
the cement stored there in,shall not come in direct contact with the sub-soil moisture. The passages and
the general construction shall be such that it affords full protection from whether effects. Large stock
cement shall not be kept at the works but only sufficient quantities should be kept to maintain continuity
of work.

Storage of Cement:-

If cement is supplied in bags a suitable weighing scale shall be provided and shall required by the
Engineer be used for checking the weight of every bag at the contractor’s expense. Bags under weight by
more than 2 percent of the nominal weight shall be rejected and removed from the site. No cement has
been store for more than 90 days ordinarily be allowed to be used on the works. Cement stored for longer
period more than 90 days shall be used on work only with the specific written permission of the Engineer-
in-charge who shall ascertain its quality after due testing in the laboratory before giving such permission.
All expenses in connection with the test shall be borne by the contractors.

For testing the quality of cement, samples shall be taken from every consignment arrived at the site of
work at the option of the Engineer. The contractors shall afford every facility to the Engineer for
inspection for sampling the cement. The cement godown shall be so arranged by the contractors that each
consignment could be stocked separately and in such manner so as to allow counting bags in each row
with case. The test result shall, ordinarily. Be available within a week of sampling and the contractors
shall not use any part of the consignment until the results of the tests are received and found satisfactory.
However, the use of such cement becomes imperative before the test result are received, the contractors
may do so entirely at their own risk and cost and the whole of such work carried out by them is liable for
rejection, if the tests results are found unsatisfactory. Any consignment failing to meet the requirements
to I.S. 269 shall be rejected and shall be removed from the work site within 48 hours of the intimation
from the Engineer. The decision of the Engineer-in-charge in this respect shall be final and binding on
the contractors.

The cement in connection with the testing of cement such as transport of samples, testing fees, etc. shall
be borne by the contractors.

The cement used in any type of concrete shall always be measured by weight and one cubic meter shall be
taken as per table 30 of A.C.C. Hand Book

Instruction to Bidders, Scope of Work 142 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

b) Aggregates:-

All the aggregates shall confirm to the latest I.S. 383. The aggregate shall consist of naturally occurring
sand and gravel or stone crushed or uncrushed or a combination thereof. They are classified broadly under
two categories, viz (i) Sand of fine aggregates and (ii) coarse, aggregates, depending upon their size. The
fine aggregates are those which pass through I.S. Sieve No. 480. And the coarse aggregate are those
which retained on I.S. sieve 480.

i) Storage of Aggregate:-

The fine and coarse aggregates shall be stored separately and in such a manner that segregation of
the various sized particle shall not occur, the stock shall be formed on a platform of weak concrete,
timber or similar approved hard standing and aggregates shall be kept clean and free from foreign
substance.

ii) Aggregates shall not be unloaded on to roadways or pathways the Engineer may reject any stock
pile of part of a stock pile if improper storage has opinion, caused contamination with foreign
substances.

iii) Storage piles of aggregate shall be arranged with proper drainage and protection from rainfall in
order to prevent excessive changes in moisture content taking place during concerning.

iv) The aggregates both fine and coarse shall be hard, strong, durable, clean, free from veins and
adherent coatings. The use of flaky and elongated pieces of aggregates shall be prohibited.

v) The aggregate shall not contain deleterious materials such as iron pyrite, coal, mica, shale or similar
laminate material, clay, alkali, soft fragments, sea shells, organic impurities etc. in such quantity as
to affect the strength of durability of concrete or the reinforcement embedded in such reinforcement
concrete. (vi) The maximum quantities of deleterious material that may be permitted shall conform
to the following limits by weight.

Deleterious substance Fine aggregates percent by Coarse aggregates percent


weight by weight.
Uncrushed Crushed Uncrushed Crushed
1. Local and lignite 1.00 1.00 1.00 1.00
2. Clay lumps 1.00 1.00 1.00 1.00
3. Soft fragments - - 3.00 -
4. Material passing through 75 3.00 3.00 3.00 1.00
micro sieve.
5. Shale 1.00 - - -

vi) The total of various deleterious materials occurring in any sample shall, in no case, exceed 5
percent.

Instruction to Bidders, Scope of Work 143 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

vii) If the aggregate supplied is unclean, it shall be washed. If it is not properly graded, it shall be
screened by hand or by mechanical means and the various sizes proportioned to get the required
grading.

viii) Storing of aggregate on dusty, muddy and grassy spots shall be avoided. They shall be stored on
the works in such a manner as to prevent intrusion of foreign matter and protected from exposure to
dust. They shall be placed in stock piles individual units of suitable sizes and in suitable layers to

ix) prevent segregation. They shall not be allowed to run down slopes.

Sand or fine aggregates:-

All fine aggregates shall consist of clean, hard, strong, durable uncoated siliceous gitty material consisting
of well graded particles obtained from rock fragment. It shall be free from clay lumps injurious amount
of dust, mica shell, soft or flaky particles, shale, alkali, organic matter lead or other deleterious substances

i) The sand shall be taken from sources approved by the Engineer-in-charge. The sand or fine
aggregate shall conform to the latest I.S. No. 383

ii) If the Engineer-in-charge considers if necessary, it shall be washed and / or screened before use, at
the expense of the contractors.

iii) The sand shall have a fineness modulus of not less than 2.5 and not more than 3.0 and the grading
shall confirm as far as possible to the following analysis.

I.S. Sieve No. Percentage Passing


Natural sand or crushed gravel Crushed Stone
480 95-10 90-100
240 70-95 60-90
120 45-85 40-80
60 25-60 20-50
30 5-30 5-30
15 0-10 0-15

iv) The specific gravity of sand shall not be less than 2.6

v) In no case shall fine aggregate be accepted, containing more than 2 % by dry weight not more than
3.5% by dry volume, not more than 5% by dry volume of clay, loam, or silt. If any sample of fine
aggregate shows more than 5% of clay, loam, silt in one hour’s settlement after shaking in excess of
water, the lot represented by the sample shall be rejected.

vi) The following two field tests are recommended for ascertaining the percentage of clay lumps and
impervious organic material and the contractors shall carry out the same if the Engineer-in-charge
deems necessary.

Instruction to Bidders, Scope of Work 144 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

a) Test for determining silt in sand: -

Fill a calibrated tumbler with sand to half its volume and water there to until the tumbler is three
quarters full. Shake up the mixture vigorously and allow it to settle for about an hour. The volume of
silt visible on top the sand shall be measure. If the volumes of the silt standing over the sand exceed
5% of total volume of sand. The same shall be rejected.

b) Calorimetric test for impurities :-

The sample of sand shall be mixed with equal volume of 3% solution (about one ounce, in a quarter
of water) of caustic soda / sodium hydroxide taken in a plain glass and the mixture shall be allowed to
stand for 24 hours. The liquid standing above the sand shall not be darker than lights straw (pale
yellow) color. If the color marked yellow or brown, the test would indicate presence of organic
material in excessive amount.

In case suitable sand is not available in adequate quantities within a reasonable and economical limit,
the contractor may be allowed to use the crushed or pulverized stone or gravel either alone or mixed
within natural sand in parts. The stone or gravel shall be clean sharp and free from dust etc. and shall
conform to the latest. I.S.383.

The percentage of crushed stone to be mixed with sand shall be such as to obtain in fineness modulus
of blended sand within the units specified above and / or as approved by Engineer after laboratory
test.

Coarse Aggregates: -

All coarse aggregates use in concrete work shall consist of crushed rock gravel or other approved
inert material.

Broken or crushed rock from sound blue basalt or black trap free from zealot or other common
impurities shall be used in the concrete as coarse aggregate. The particles of aggregate shall be clean,
hard, tough durable, free from deleterious substance and shall contain no soft, flat or elongated pieces.
The course aggregate shall have specific gravity not less than 2.6 and the water absorption measured
after being immersed for 24 hours in water shall not be more than 6% by weight. The maximum
percentage of deleterious materials in the coarse aggregate shall not exceed 5 % by weight in the
aggregate when tested in conformity with I.S. No.383.

i) The nominal size of the coarse aggregate for reinforced concrete work shall be 20 mm larger
coarse aggregate up to 40 mm size may be used if approved by the Engineer-in-charge, in
plain concrete work. The maximum size of coarse aggregate shall be as large as possible
within the limits specified but in no case shall be greater than one quarter than one quarter of
the maximum thickness of the member, provided that the concrete can be placed in from
work without difficulty so as to surround all reinforcement thoroughly and to fill the corners
of the form work. The minimum size of coarse aggregate shall be, as mentioned earlier, such
as to retain most of the material (90%-95%) on L.S. Sieve No. 480.

Instruction to Bidders, Scope of Work 145 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

ii) The aggregate shall be screened and, if necessary, blended to give the required grading when
tested in the laboratory at contractors cost by means of standard mesh sieve, the grading shall
fall within the following limits.

Sieve Size Percentage retain by weight


Plain C.C. R.C.C.
40 mm - -
25 mm 10 to 15 -
20 mm 35 to 40 15 to 0
10 mm 75 to 80 100 to 80
No. 480 98 to 100 100 to 95

The percentage given above are for guidance and the Engineer-in-charge reserves the right to modify the
same to any other lower or higher value if considered necessary by him, in consonance with the
requirements of the work.

In the event of undesirable segregation occurring in coarse aggregates, the contractor shall separate the
coarse aggregates in two or more suitable fraction as directed by the Engineer-in-charge, who shall set up
the required limit of each such fraction. The grading so specified shall be such as to give dense, water
tight concretes of specified proportion and strength and required consistency.

The Engineer-in-charge shall have the right and authority to carry out routine control tests and analysis of
the broken rock at any stage of the work processing and also to visit the quarry or crusher site and the
contractors shall give all necessary facilities in respect of such testing. The sampling and testing shall be
carried out as per standard I.S. practice entirely at the cost of the contractor.

Water

The water used for the preparation of concrete., for washing sand etc. and for curing shall be clean and
free from objectionable quantities of silt, organic material, acid , alkali, salts, oil and other deleterious
impurities and it shall be obtained from the sources approved by the Engineer-in-charge. Potable water
shall generally be found fit for preparation of concrete. The quantity of water to be added shall be
properly measured and controlled.

Water Cement Ratio:-


Suitable water cement ratios for the different mixes and used shall be determined in consultation with the
Engineer-in-charge and they shall generally not to exceed 0.5 (i.e. 50% by weight), the exact values being
fixed after taking into account all relevant factors such as strength required, weather condition, water
absorbed by material, work ability and slump required for consistency with the work requirements,
method of compaction etc. The concrete mix shall be designed with the materials which will be used
hence forth for the preparation of concrete. The same task shall be repeated if there is change in the
quarries for the fine and the coarse aggregate.

Instruction to Bidders, Scope of Work 146 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

Concrete:-

All cement concrete, whether used in R.C.C. work or plain concrete work shall be M-150, as per latest I
S. Code.456:2000.

Gauge Boxes

Gauge boxes of approved type shall be used for measuring sand and coarse aggregate in required
proportion whenever concrete is allowed to be prepared by mixing the aggregate on volumetric basis.
Such boxes shall be of seasoned timber or steel and shall be of such size and shape and shall be used in a
manner as to enable the proportion of the material to be checked readily. The cement used in concrete is
however shall not be used by measuring it in gauge boxes, but it shall be measured by weight, whatever
may be the type of concrete.

Manufacture and Placement of concrete:-

a) Batching:-
Whether controlled or ordinary concrete is to be mixed, the quantity of cement shall be determined by
weight. If the mixers weight per bag is to be used, the same shall be verified by weighing a reasonable
number of bags.

Whenever direct use of bagged cement is allowed, one bag of cement shall be considered to contain 50 kg
of net weight of cement. This shall, however, be verified at site by weighing for which the contractor
shall provide an accurate weighing apparatus on work sites

Having once decided the mix, the Engineer-in-charge may permit further mixing of the aggregate to be
done on volumetric basis.

Wherever the concrete is to be laid in trenches, the trench shall cleaned, watered and compacted before
placing. The sub soil water which met shall be removed and the trench shall be kept dry during and after
two hours of placing of concrete. For more depth of P.C.C. mechanical vibrator shall be used for
compaction by the contractor.

Item - Reinforced Cement Concrete and Allied works

4.1 General

In general RCC work is to be executed as per IS: 456-2000 or its latest revision. The water storage
tanks/reservoirs shall be followed by IS: 3370 Part I to IV & latest revision. Steel reinforcement bars shall
be of High Yield Strength Deformed (HYSD)/TMT steel bars as per IS: 1786 and shall be free from
corrosion, loose rust scales, oil, grease, paint, etc. Wire mesh or fabric shall be in accordance with IS:
1566. The steel bar shall be capable’ of being bent without fracture. Bars shall be bent accurately and
placed in position as per design drawing and bar bending schedule and bound together tight with 20 SWG
annealed steel wire @ 10 kg/ton of reinforcement at their point of intersection.

Instruction to Bidders, Scope of Work 147 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

Formwork and shuttering shall be made with steel plate close and tight to prevent leakage of cement
slurry, with necessary props, bracings and wedges, sufficiently strong and stable and should not yield on
laying concrete and made in such a way that they can be slackened and removed gradually without
disturbing the line, level and the shapes of concrete. For slab and beam small camber should be given in
centering, 1 cm per 2.5 m with a maximum of 4 cm for quick drainage of water. Centering should not be
removed before 14 days in general (4 days for RCC columns, 10 days for roof slab, and 14 days for
beams).The centering and the form work shall be strong enough to take the shocks of the Mechanical
Vibrators.

The grade of concrete to be used shall be as mentioned in specifications/shown on drawings.

Table - 4.1 Minimum compressive strength of 15 cm cubes at 7 and 28 days after mixing, conducted
in accordance with IS: 516

Class Preliminary Work Test Maximum Locations for Use


2 2
Test N/mm N/mm size of
At 7 At 28 At 7 At 28 Aggregate
days days days days mm
M40 33.50 50.00 27.00 40.00 20 As indicated in the
specifications or as required
M35 30.00 44.00 23.50 35.00 20 -do-
M30 25.00 38.00 20.00 30.00 20 --do-
M25 22.00 32.00 17.00 25.00 20 --do-
M20 17.50 26.00 13.50 20.00 20 --do-
M15 13.50 20.00 10.00 15.00 20 --do-

The coarse aggregate shall usually be 20 mm to 12 mm gauge unless otherwise specified. For heavily
reinforced concrete members as in the case of ribs of main beams the maximum size of aggregate should
usually be restricted to 5 mm less than the minimum clear distance between the main bars or 5 mm less
than the minimum cover to the reinforcement whichever is smaller.

Mixing is done in the same manner as in PCC.

Before laying the concrete, the shuttering shall be clean, free from dust, dirt and other foreign matters.
The concrete mix shall be mixed in the drum for at least 2 to 2.5 minutes. The concrete shall be deposited
(not dropped) in its final position. In case of columns and wall, it is desirable to place concrete in full
height if practical so as to avoid construction joints but the progress of concreting in the vertical direction
shall be restricted to 1.2 meter. Care should be taken that the time between mixing and placing of concrete
shall not exceed 20 minutes so that the initial setting process is not interfered with. During the winters
concreting shall not be done if the temperature falls below 4ºC.
Concrete shall be compacted by mechanical vibrating machine until a dense concrete is obtained. The
vibration shall continue during the entire period of placing concrete. Compaction shall be completed

Instruction to Bidders, Scope of Work 148 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

before the initial setting starts i.e. within 30 minutes of addition of water to the dry mixture. Over-
vibration which will separate coarse aggregate from concrete shall be avoided. After removal of the form
work in due time, the concrete surface shall be free from honey combing, air holes or any other defect.
Concrete shall be laid continuously, if laying is suspended for rest or for the following day the end shall
be shuttered and vibrated to achieve dense concrete and made rough after deshuttering for further jointing.
When the work is resumed, the pervious portion shall be roughened, cleaned and watered and a grout of
neat cement shall be applied and the fresh concrete shall be laid. For successive layer the upper layer shall
be laid before the lower has set.
Pre-cast concrete shall be provided with lifting device.

4.1.1 Standards

Following Indian Standards as revised most recently along with amendments will be followed for the
works included in the contract.

IS -number Name
IS:8112 Ordinary, Portland cement
IS:383 Coarse and fine aggregates from natural sources for concrete
IS:445 Portland slag cement
IS:456-2000 Code of practice for plaint and reinforced concrete
IS:516 Method of test for strength of concrete
Methods of sampling and analysis of concrete
IS:2386 Methods of test for aggregates for concrete (Part I to VI)
IS:3414 Code of practice design and installation of expansion and contraction
joints in building.
IS: 3370 Part- I Code of practice for water storage Tanks
to IV

Standards on special subjects have been mentioned elsewhere in this Para and also shall be
followed.

4.2 Forms, false work or centering

4.2.1 Definitions
“Forms, formwork or shuttering” shall include all temporary moulds for forming the concrete to
the required shape, together with any special lining that may be required to produce the concrete
finish specified.

“False work or centering” shall consist of furnishing, placing and removal of all temporary
construction such as forming, props and struts required for the support of forms.

Instruction to Bidders, Scope of Work 149 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

4.2.2 Materials

Steel shuttering shall be provided as directed by the Engineer-in-Charge.

4.2.3 Forms
All forms shall be of mild steel approved by the Engineer-in-Charge and shall be fabricated and
prepared water tight and of sufficient rigidly to prevent distortion due to the pressure of the
concrete and other incidental loads incident to the construction operations.

All form shall be set and maintained true to the line designated until the concrete is sufficiently
hardened. Forms shall remain in place for periods which shall be specified hereinafter. When
forms appear to be unsatisfactory in any way, either before or during the placing of concrete, the
Engineer-in-Charge shall order to stop the work until the defects have been corrected.

All formwork shall be approved by the engineer-in-charge before concrete is placed within it. The
contractor shall be required to submit copies of his calculations of the strength and stability of the
formwork or false work but not withstanding the Engineer-in-Charge’s approval of these
calculations, nothing shall relieve the contractor of his responsibility for the safely or adequacy of
the formwork.

Formwork shall be true to line and braced and strutted 10 prevent deformation under the weight
and pressure of the unset concrete, constructional load, wind and other forces. The deflection
shall not exceed 3 mm. Beam bottom shall be erected with an upward chamber of 2 mm per meter
of the span. The form work for a column may be erected.

One side shall be left open and shall be built up in sections as placing of the concrete proceeds.
Before placing the concrete, bolts and fixtures shall be in position, and cores and other devices,
used for forming openings, holes, chases, recesses and other cavities shall be filled to the
formwork. No holes shall be cut in any concrete unless approved. Approved mould oil or other
material shall be applied to faces of formwork in contact with unset concrete to prevent adherence
of the non-staying concrete. Such coating shall be insoluble in water, non-staying and non
detrimental to the concrete and shall not be flaky or removed by wash water.

4.2.4 Tolerance in finished concrete

(As per IS code 456-2000, 0.1)

The form work shall be so made as to produce a finished concrete true to shape, lines, level,
plumb and dimensions as shown in the drawing subject to the following tolerances, unless
otherwise specified in drawings or directed by the Engineer-in-Charge.

For

Deviation from specified


Dimensions of cross-section of columns
And beams = -6mm
+12mm
b. Deviations of dimension of footings

Instruction to Bidders, Scope of Work 150 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

(See Note)
Dimensions in plane = -12mm
+50mm
Eccentricity = 0.02 times the width of footing in the direction
of deviation but not more than 50 mm
Thickness = +/- 0.05 times the specified thickness

Note: Tolerances applied to concrete dimensions only, not to positioning of vertical reinforcing
steel or dowels.

4.2.5 False work and Centering

Detailed plans for false work or centering shall be supplied by the contractor if specifically asked
for by the Engineer-in-Charge at least 14 days in advance of the time the contractor begins
construction of the false work. Notwithstanding the approval by the Engineer-in-Charge of any
designs for false work submitted by the contractor, the contractor shall be solely responsible for
the strength, safety and adequacy of the false work or centering.

All false work shall be designed and constructed to provide the necessary rigidity and to support
the loads from the weight of green concrete and shuttering and incidental construction loads.

False work or centering shall be founded upon a solid footing safe against undermining and
protected from softening.

False work which cannot be founded on satisfactory footing shall be supported on piling which
shall be spaced, driven and removed in a manner approved by the Engineer-in-Charge. The
Engineer-in-Charge may require the contractor to employ screw jacks or hardwood wedges to
make up any settlement in the formwork either before or during the placing of concrete. Props of
the upper storey shall be placed directly over those in the storey immediately below.

False work shall be set to give the finished structure the required grade and camber specified on
the plans.

4.2.6 Formwork and Construction Joints


Where permanent or temporary joints are to be made in horizontal or inclined members, stout
stopping off boards shall be securely fixed across the mould to form a watertight joint. The form
of the permanent construction joint shall be as shown on the drawings. Temporary construction
joints shall have blocks of timber at least 75 mm thick, slightly tapered to facilitate withdrawal
and securely fixed to the face of the stopping off board. The area of the key or keys so formed
shall be at least 30% the area of the member. The blocks shall be kept back at least 50 mm from
the exposed face of the concrete.

Where reinforcement passes through the face of a construction joint the stopping off board shall
be drilled so that the bars can pass through, or the board shall be made in sections which a half
round indentation in the joint faces for each bar so that when laced, the board is a neat and
accurate fit and no grout leaks from the concrete through the bar holes or joints.

Instruction to Bidders, Scope of Work 151 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

4.2.7 Removal of Forms and False work

In the determination of the time for the removal of forms, false work and housing, consideration
shall be given to the location and character of the structure, the weather and other conditions
influencing the settings of the concrete and the materials used in the mix.

MS shuttering/formwork and scaffolding should be of standard reputed make to ensure better


quality of concrete finish.

Forms shall be removed in such a manner as not to injure the concrete and no formwork shall be
removed before the concrete has sufficiently set and hardened. The minimum periods which shall
elapse between the placing and compacting of normal Portland cement concrete for the various
parts of the structures are given in the following table, but compliance with these requirements
shall not relieve the contractor of the obligation to delay the removal of the forms if the concrete
has not set sufficiently hard.

Forms shall not be struck until the concrete has reached strength at least twice the stress to which
the concrete may be subject at the time of removal of formwork. In normal circumstance,
generally where the temperatures are above 20ºC and where ordinary Portland cement is used,
form may generally be removed after the expiry of the following periods, according to the Clause
10.3, IS: 456-2000.

Table 4.2: Removal of the Forms


a. Walls columns and vertical faces of all 24 to 48 hours as may be
structural members decided by the engineer-in-
charge
b. Slabs (Props left under) 3 days
c. Beam soffit (props left under) 7 days
d. Removal of props under slabs
1. Spanning up to 4.5m 7 days
2. Spanning above 4.5 m 14 days
e. Removal of props under beams and arches
1. Spanning up to 4.5m 14 days
2. Spanning above 4.5 m 21 days

Where sulphate resistant cement is used, manufacturer’s instructions are to be followed.

The Engineer-in-Charge may modify these requirements taking into account the type of cement
and method of compaction used, and contractor shall obtain the Engineer-in-Charge’s written
approval for any decrease in time of stripping of the formwork given above. The contractor shall
notify the Engineer-in-Charge when he proposes to stripe of any formwork and no formwork
shall be struck except in the presence of the Engineer-in-Charge or his representative.

Instruction to Bidders, Scope of Work 152 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

4.2.8 Reuse of Forms


Only mild steel formwork of best quality as per approved vendor list given by Engineer-in-
Charge shall be used for concreting purpose. These shuttering shall not be reused unless it is
properly scraped cleaned and repaired, so that it gives a plane, even, fair and dense concrete
surface.

4.2.9 Cleaning and treatment of Forms


All forms shall be thoroughly cleaned of old concrete, wood shavings, sawdust, dirt and dust
sticking to them before these is fixed in position. All rubbish, loose concrete, chippings, shavings,
saw dust etc. should be scrupulously removed from the interior of the forms before concrete is
poured. Wire brushes, brooms, compressed air jet and/or water jet etc. shall be kept handy for
cleaning, if directed by the Engineer-In-Charge.

Before formwork is placed in position, the form surface that will be in contact with concrete shall
be treated with approved non-staining oil or composition, which is insoluble in water and not
injurious to concrete. Care shall be taken that the oil or composition does not come in contact
with reinforcing steel or stain the concrete surface. Burnt oil shall not be allowed to be used
especially where the concrete surface will require finishing and/or plaster.

4.3 Materials for Concrete

4.3.1 Water
Water used for cement concrete mortar, plaster, grout, curing or washing of sand shall be clear
and free from injurious amount of Oil, Acid, Alkali, Organic matter or other harmful substances
in such amounts that may impair the strength or durability of the structure.

Potable water shall generally be considered satisfactory for mixing and curing concrete. In case of
doubt regarding development of strength, the suitability of water for making concrete shall be
ascertained by compressive strength and initial setting time specified in the IS: 456 Code of
Practice for Plain and Reinforced concrete. The Engineer-in-Charge may require the contractor to
get the water tested from an approved laboratory at his own expense and in case the water
contains any salts for an excess of acid, alkali, any injurious substances etc., the Engineer-in-
Charge may refuse its use. And the contractor shall be required to arrange suitable water at his
own cost.

4.3.2 Aggregate

General
Coarse and Fine Aggregates for concrete shall confirm in all respect to PWD Specification / IS:
383 Specification for Coarse and Fine Aggregates from Natural Sources for Concrete. Aggregates
shall be obtained from a source known to produce satisfactory material for concrete. Aggregates
shall consist of naturally occurring sand and gravel or stone, crushed or uncrushed or a
combination thereof. They shall be chemically inert, hard strong, dense, durable, clean and free
from veins and adherent coatings and of limited porosity. Flaky and elongated pieces shall not be

Instruction to Bidders, Scope of Work 153 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

used. Whenever required by the Engineer-in-Charge the aggregates shall be washed by the
Contractor before use in the work.

The source of aggregates shall be approved by the Engineer-in-Charge and shall not be changed
during the course of the job without his approval. Rejected aggregates shall be promptly removed
from the work site by the contractor at his own expense.

4.3.2.1 Deleterious Materials


Aggregates shall not contain any harmful material, such as iron pyrites, coal, mica, shale or
similar laminated materials, clay, alkali, soft fragments, sea shells, organic impurities etc, in such
quantities as to affect the strength or durability of the concrete and in addition to the above, for
reinforced concrete, any material which might cause corrosion of the reinforcement. Aggregates
which are chemically reactive with the alkalis of cement shall not be used.

The maximum quantities of deleterious materials in the aggregate, shall be in accordance with IS:
2386 (Part II). Methods of Test for Aggregates for Concrete, shall not exceed the limit given in
Table I of IS: 383.

The sum of the percentages of all deleterious materials shall not exceed five. Deleterious
materials also include material passing 75 micron IS sieve.

4.3.2.2 Coarse Aggregates


Coarse aggregate is aggregate most of which is retained on 4.75 mm IS: sieve. Coarse aggregate
for concrete shall conform to IS: 383.

These may be obtained from crushed or uncrushed gravel or stone and shall be clean and free
from elongated, Flaky or laminated pieces, adhering coatings, clay lumps, coal residue, clinkers,
slag, alkali, mica, organic matter or other deleterious matter. Coarse aggregate shall be either in
single size or graded, in both cases the grading shall be within the following limits.

Table 4.3: Grading of Coarse Aggregates

IS Sieve Percentage Passing For Single Sized Percentage Passing for Graded
size Aggregate of Normal Size Aggregate of Normal Size
(mm) 40mm 20mm 16mm 12.5mm 10mm 40mm 20mm 16mm 12.5mm
63 100 - - - - 100 - - -
40 85-100 100 - - - 95-100 100 - -
20 0-20 85-100 100 - - 30-70 95-100 100 -
16 - - 85-100 100 - - - 90-100 -
12.5 - - - 85-100 100 - - - 90-100
10 0-5 0-20 0-30 0-45 85-100 10-35 25-35 30-70 40-85
4.75 - 0-5 0-5 0-10 0-20 0-5 0-10 0-10 0-10
2-36 - - - - 0-5 - - - -

Instruction to Bidders, Scope of Work 154 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

The Engineer-in-Charge may allow graded aggregates to be used provided they satisfy the
requirements and Table IV of IS: 383.

4.3.2.3 Fine Aggregates


Fine aggregates is aggregate most of which passes 4.75 mm IS sieve but not more than 10%
passes through 150 micron IS Sieve. These shall comply with the requirements of grading zones
I, II and 1II as given in Table III of 15:383. Fine aggregate conforming to grading zone IV shall
not be normally used in reinforced concrete unless tests have been made by the contractor to
ascertain the suitability of the proposed mix proportions and approved by the Engineer-in-Charge.

As per IS: 383 Table is given below:

Table 4.4: Grading of Aggregates

IS: Sieve Grading Grading Grading Grading


Designation Zone-I Zone-II Zone-III Zone-IV
10 mm 100 100 100 100
4.75 mm 90-100 90-100 90-100 95-100
2.36 mm 60-95 75-100 85-100 95-100
1.18 mm 30-70 5-90 75-100 90-100
600 microns 15-34 35-59 60-79 80-100
300 microns 5-20 8-30 12-40 15-50
150 microns 0-10 0-10 0-10 0-15

Note: To use the sand falling in Zone -IV, IS: 383 shall be followed.

Fine aggregates shall consist of natural sand resulting from natural disintegration of rock and
which has been deposited by streams or glacial agencies, or crushed stone sand or crushed gravel
sand.

4.3.2.4 Sampling and Testing


Sampling and testing shall be carried out by the contractor, at the contractor’s expense, in
accordance with:

IS: 516 Method of test for strength of concrete

IS: 2386 Methods of test for aggregates for concrete

4.3.2.5 Storage of Aggregates

The contractor shall at all times maintain at the site of work such quantities of aggregates as are
considered by the Engineer-in-Charge to be sufficient to ensure continuity of work.

Each type and grade of aggregate shall be stored separately on hard firm ground having sufficient
slope to provide adequate drainage to rain water.

Instruction to Bidders, Scope of Work 155 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

Any aggregate delivered to site in a wet condition or becoming wet at site due to rain shall be
kept in storage for at least 24 hours to obtain adequate drainage, before it is used for concreting,
or the water content of mix must be suitably adjusted as directed by Engineer-in-Charge.

4.3.3 Cement
4.3.3.1 General
The cement used shall be ordinary Portland cement conforming to IS: 8112 or as specified in the
particular specifications/drawings or as directed by the Engineer-in-charge.

4.3.3.2 Storage on the site


The cement shall be stored in a suitable weatherproof building and in such a manner as to permit
easy access for proper inspection and counting. The cement shall be stored in such a manner as to
prevent deterioration. Cement of different types and brands shall be kept in separate stacks and
marked accordingly. Cement older than two months shall not be used on site.

All cement stored on the site shall be arranged in batches, and used in the same order as received
from the manufacturer. A cement register shall be maintained at site in which all entries shall be
completed day to day, showing the quantities received date of receipt, source of receipt, type of
cement etc, and also the daily cement consumption on site. This register shall be accessible to the
Engineer-in-charge for his certification.

4.3.3.3 Rejection of Cement


The Engineer-in-charge may reject any cement as a result of any tests, thereof, notwithstanding
the manufacturer’s certificate. He may also reject cement, which has deteriorated owing to
inadequate protection during storage from moisture or due to intrusion of foreign matter or other
causes. Any such cement which is considered defective by the Engineer-in-Charge shall not be
used, and shall be promptly removed from the site of the work by the contractor at his own
expense.

4.3.4 Other Materials


AI materials including admixtures, joint filters and joint sealants not fully specified herein and
which may be used in the work shall be of quality approved by the Engineer-in-Charge and he
shall have the right to determine whether all or any of the materials offered or delivered for use in
the works are suitable for the purpose. Contractor shall give the samples of materials to the
Engineer-in-Charge and shall get them approved before procurement and use.

4.3.5 Reinforcement
All reinforcement shall be clean and free from pitting, loose mill scales, dust and coats of paints.
oil or other coating which may destroy or reduce the bond.

4.3.5.1 Welded Joints


Welding of joints in reinforcement for bars of 28 mm dia and below shall not be allowed.
However, in case of using welded joints for bars 32 mm and above the approval of the Engineer-
in-Charge shall be obtained. The Engineer-in-Charge may require the Contractor, prior to the use
of welded joints to have tests carried out at he contractor’s expense to prove that the joints are of
the full strength of the bars connected. The welding of the reinforcement shall be done in

Instruction to Bidders, Scope of Work 156 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

accordance with the recommendation of IS: 2751 code of practice for welding of mild steel bars
for reinforced concrete construction. Special precautions are required in the welding of cold
worked reinforcing bars. No extra payment for welded joints shall be made to the contractor
unless specifically mentioned in the schedule of rates or bill of quantities and approved by the
Engineer-in-Charge. Tack welding may be permitted by the Engineer-in-Charge under certain
conditions for fixing reinforcements.

4.3.5.2 Reinforcement Splices


Laps & anchorage length of reinforcing bars shall be in accordance with IS: 456, unless otherwise
specified. If the bars in a lap are not of the same diameter, the smaller dia will guide the lap
lengths. Laps shall be staggered as far as practicable and as directed by Engineer-in-Charge and
not more than 50% of the bars shall be lapped at a particular section. Mechanical connections, for
splicing reinforcement bars in congested locations may be used by the contractor, only if
approved by the Engineer-in-Charge. Reinforcement bars shall not be lapped unless the length
required exceeds the maximum available lengths of the bars at site.

Unless otherwise specified the splices shall be wired contact lap splices as per the relevant
standards. No splicing of vertical bars shall be allowed except at specified or approved horizontal
construction joints. Splices in horizontal bars shall be lapped with at least one continuous bar
between adjacent splices. The minimum spacing of splices in anyone run of bar shall be 6.0 m
with splices in adjacent bars offset at least 3.0 m where walls or slab contain two layers of
reinforcement, splices in opposite layer shall be offset by at least 1.50m.

4.3.5.3 Fabrication and placement


Bars shall be pre-fabricated accurately to dimensions, forms and shapes, bending procedure shall
be approved by the Engineer-In-Charge. Placing and typing of reinforcement shall conform to IS:
2502-1963 Code of practice for bending and fixing of bars for concrete reinforcement. Bar
bending schedules for the reinforced concrete works shown on the drawings shall be prepared by
the contractors and furnished to the Engineer-in-Charge at least two weeks before the
commencement of bending. Dimensions shown as furnished by the collector’s shall be his
responsibility and approval of the schedule shall not constitute the approval of the dimensions
thereon.

4.3.5.4 Field Control


The contractor shall appoint a qualified Engineer experienced in reinforcement cutting, bending
and placing the same correctly, binding and cleaning before pouring the concrete. The
reinforcement shall be continuously kept in correct position during connections.

4.3.5.5 Steel Reinforcement


The reinforcement shall be High Yield Strength Deformed (HYSD) bars or TMT bars of Grade
Fe-500 conforming to IS: 1786-1985 shall be used unless otherwise specified.

Placement of reinforcement should be as per IS: 456 Clause 11.3.

Approved Manufacturers: TISCO, SAIL, Rashtriya Ispat Nigam

Instruction to Bidders, Scope of Work 157 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

4.3.5.6 Structural Steel

Structural steel shall conform to IS: 226 and IS: 2062.

Electrodes for welding shall conform to IS: 814 or IS: 815 or equivalent.

All bolts and nuts shall conform to IS: 1367. Stainless steel nuts and bolts shall be of SS 307 type.
All materials shall be of new and unused stocks. Manufacturer’s test certificate shall be made
available to the Engineer-in-charge when called for.

4.3.5.7 Storage
The steel reinforcement and structural steel shall be stored in steel yard in such a way as to
prevent deterioration and corrosion, preferably at least 150 mm above ground by supporting on
wooden or concrete sleepers at contractor’s expenses.

4.3.6 Proportioning of Concrete


The determination of the water-cement ratio and proportions of the aggregates to obtain the
required strength shall be made from preliminary tests by designing the concrete mix as per
provisions laid down in IS: 456-2000 &IS: 10262 or its latest revision. Design mix shall be
admissible only if contractor is able to manage the quality control of design mix e.g. weighbridge,
proper water measuring device etc. and designing the concrete mix as and when source of any of
the consistent of concrete is changed. If contractor fails to comply with the requirements of
design mix concrete, he shall have to follow the nominal mix as tabulated below.

Table- 4.5 Recommended Water-Cement Ratio (As per IS: 456-2000)

Grade of Nominal Mix of Quantity of Water per 50 Kg. of


Concrete Concrete cement (Max)
M5 1:5:10 60 litres
M 7.5 1:4:8 45 litres
M 10 1:3:6 34 litres
M 15 1:2:4 32 litres
M 20 1:1.5:3 30 litres
M-25 1:1:2 26 litres

Cube tests shall be carried out by the contractor on the trail mixes before the actual concreting
operation starts. Based on the strength of the concrete mix sanction for its use has to be obtained
from Engineer-in-charge.

If during the execution of the works it is found necessary to revise the mix because of the cube
tests lower strengths than the required one due to inconsistency of quality of material or
otherwise, the Engineer-in-charge shall ask for fresh trial mixes to be made by the contractor. No

Instruction to Bidders, Scope of Work 158 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

extra claim shall be entertained due to such change in mix variations, as it is the contractor’s
responsibility to produce the concrete of the required grade.

Great care shall be exercised when mixing the actual works concrete using the proportions of the
selected trial mix. The final concrete mix shall have the same proportions of cement, fine and
coarse aggregates and water as that of the approved selected mix.

Where the weight of cement is determined by accepting the manufacturer’s weight per bag, a
reasonable number of bags should be weighed separately to check the next weight. Proper control
of mixing water is deemed to be of paramount importance. If mixers with automatic addition of
water are used water should be either measured by volume in calibrated buckets, tins or weighed.
All measuring equipment shall be maintained in a clean serviceable condition and their accuracy
periodically checked and certified and the Engineer-in-Charge’s approval obtained.

The Engineer-in-Charge may require the contractor to carry out moisture content tests in both fine
and coarse aggregates. The amount of the added water shall then be adjusted to compensate for
any observed variations in the moisture contents. For the determination of moisture content IS:
2386 shall be referred to.

No substitution in material, used on the work or alternation in the established proportions shall be
made without additional tests to show that the quality and strength of concrete are satisfactory.
No alternations shall be permitted .without the prior sanction of the Engineer-in-Charge.

4.4 Mixing of Concrete


The mixing of concrete shall be strictly carried out in an approved type of mechanical concrete
mixer. The mixing equipment shall be capable of combining the aggregates, cement and water
within the specified time into a thoroughly mixed and uniform mass, and of discharging the
mixture without segregation. The entire batch shall be discharged before recharging. Mixing
periods shall be measured from the time when all of the solid materials are in the mixing time has
elapsed. The mixing time in no case shall be less than two minutes. The mixer speed shall not be
less than 14 and not more than 20 revolutions per minute.

Mixing shall be continued until there is a uniform distribution of the materials and the mass is
uniform in color and consistency. Hand mixing of concrete shall not be permitted at all.

4.5 Grades of Concrete


The different grades of concrete shall conform to the strength as required by IS: 456-2000.
Standard deviation shall be calculated as stated in clause 14.5 of IS: 456-2000. The acceptable
criteria for concrete shall be as stated in clause 15 of IS: 456-2000.

The assumed standard deviations as given in table 6 of 18:456-2000 have to be followed. and are
given hereunder :

Table 4.6: Assumed Standard Deviation

Grade of Concrete Assumed standard Deviation N/mm2

Instruction to Bidders, Scope of Work 159 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

M 10 2.3
M 15 3.5
M 20 4.6
M 25 5.3

In order to get a quick idea of quality of concrete, the optional tests are conducted as stipulated in
14.1.1 of IS: 456-2000 and the results are analyzed according to table 5 of IS: 456-2000.

4.5.1 Concrete

In general design mix concrete shall be used conforming to IS: 456-2000. Nominal Mix concrete
batching by volume can only be if the contractor is not able to adhere to the quality control
provision of the design mix.

The mix proportions for all grades of nominal mix concrete shall be provided corresponding to
the values specified in Table -4.7 below for respective grades of concrete.

Table - 4.7 Characteristics Compressive strength of Concrete

Grade Proportion of cement : fine Specified characteristic


Designation aggregate: coarse compressive strength at 28
aggregate days (N/mm2)
M 15 1:2:4 15
M 20 1:1.5:3 20
M 25 1:1:2 25

The maximum water-cement ratio for all concrete works shall be as specified inIS: 456-2000 and
required by the Engineer-in-Charge.

To keep the water cement ratio to the designed value, allowance shall be made for the moisture
contents in both fine and coarse aggregates and determination of the same shall be made as
frequently as directed by the Engineer-in-charge. The determination of moisture contents shall be
according to IS: 2386 (Part III).

4.5.1.1 Controlled concrete-

Controlled concrete shall be used on all concreting works except where specified
Otherwise. The mix proportions for all grades of concrete shall be designed to obtain strengths
corresponding to the values specified in Table 1 below for respective grades of concrete.

Instruction to Bidders, Scope of Work 160 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

Table – 1

Grade of Concrete Specified characteristic compressive strength


at 28 days [N/mm2]
M 15 15
M20 20
M25 25
M30 30

The maximum water cement ratio for all controlled concrete works shall be as specified in IS:
456 and Preliminary tests as specified in the IS code and required by the Engineer shall be carried
out, sufficiently ahead of the actual commencement of the work with different grades of concrete,
made form representative sample of aggregates and cement expected to be used on the job to
ascertain the ratios by weight of cement, of total quantity of fine and coarse aggregates and the
water cement ration required to produce a concrete of specified strength and desired workability.

The minimum cement content for each grade of concrete shall be as per Table-2 below. If the
requirement of cement is found to be more than that specified below then such excess quantities
of cement shall be used and for which no extra payment shall be made.

Table –2

Minimum Cement Content In Concrete

Grade of Concrete Minimum cement content as per


IS: 456 in kg./cu.m of finished Concrete
M 15 310
M20 360
M25 410
500
M30

At least 4 (four) trial batches are to be made and 7 (seven) test cubes taken for each batch noting
the slump on each mix. These cubes shall then be properly cured and two cubes for each mix
shall be tested in a testing laboratory approved by the Engineer at 7 (seven) days and others at 28
(twenty eight) days for obtaining the ultimate compressive strength. The test reports shall be
submitted to the Engineer. The cost of mix design and testing shall be borne by the contractor.

On the basis of the preliminary test reports for trial mix, a proportion of mix by weight and water
cement ration will be approved by the Engineer, which shall be expected to give the required
strength, consistency and workability and the proportions so decided for different grades of
concrete shall be adhered to, during all concreting operations. If however, at any time the

Instruction to Bidders, Scope of Work 161 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

Engineer feels that the quality of material being used has been changed from those used for
preliminary mix design, the contractor shall have to run similar trial mixes to ascertain the mix
proportions and consistency.

The mix once approved must not be varied without prior approval of the Engineer. However,
should the contractor anticipate any change in the quality of future supply of materials than that
used for preliminary mix design, he shall inform the same to engineer and bring fresh samples
sufficiently ahead to carry out fresh trial mixes.The Engineer shall have access to all places and
laboratory where design mix is prepared. Design mix will indicate by means of graphs and curves
etc. the extent of variation in the grading of aggregates which can be allowed. In designing the
mix proportions of concrete, the quantity of both cement, and aggregate and water shall be
determined by weight. All measuring equipment shall be maintained in clean and serviceable
condition and their accuracy periodical checked.

To keep the water cement ratio to the designed value, allowance shall be made for the moisture
contents in both fine and coarse aggregates and determination of the same shall be made as
frequently as directed by the Engineer. The determination of moisture contents shall be according
to IS: 2386 (Part III).

4.5.2 Strength Requirements

Where ordinary Pozzolona Portland cement conforming to IS: 269 is used the compressive
strength requirements for various grades of concrete shall be as shown in Table -2 of IS: 456 -
2000 where rapid hardening Portland cement is used the 28 days compressive strength
requirements specified in Table-2 shall be met in 7 days. The strength requirements specified in
Table-2 as previously given shall apply to both controlled concrete and ordinary concrete.

Other requirements of concrete strength as may be desired by the Engineer-in-Charge shall be in


accordance with India Standard IS: 456-2000. The acceptance of strength of concrete shall be as
per clause 14 “Sampling and Strength Test of Concrete” and clause. 15 “Acceptance Criteria” of
IS: 456-2000 subject to stipulations and/or modifications stated elsewhere in this specification. if
any.

Concrete work found unsuitable for acceptance shall have to be dismantled and replaced to the
satisfaction of the Engineer-in-charge by the contractor free of cost to the Department. No
payment for the dismantled concrete, the relevant formwork and reinforcement, embedded
fixtures, etc. washed in the dismantled portion shall be made. In the course of dismantling if any
damage is done to the embedded items or adjacent structures, the same shall also be made good
free of charge by the contractor to the satisfaction of the Engineer-in-charge. If the water quantity
has to be increased in special cases, cement also be increased proportionately to keep the ratio of
water to cement same as adopted in trial mix design for each grade of concrete. No extra payment
for the additional cement shall be made.

Instruction to Bidders, Scope of Work 162 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

4.5.3 Workability

The workability of concrete shall be checked at frequent intervals by slump test. Where facilities
exist and if required by the Engineer-in-Charge, alternatively the Compacting Factor test in
accordance with IS: 1199 shall be carried out. The degree of workability necessary to allow the
concrete to be well consolidated and to be worked into the corners of formwork and round the
reinforcement to give the required surface finish shall depend on the type and nature of the
structure and shall be based on experience and tests. The limits of consistency for structures are
as specified in Table 4.8 below:

Table 4.8: Limits of Consistency (as per IS: 456)

Placing Conditions Degree of Values of Workability


Workability
Concreting of shallow sections Very low 20.1 0 seconds, vee-bee time or
with vibration 0.75.- 0.60 compacting factor
Concreting of lightly reinforced Low 10-05 seconds, vee-bee time or
sections with vibration 0.80 - 0.85 compacting factor
Concreting of lightly reinforced Medium 05-02 seconds, vee-bee time or
sections without vibration or 0.85 - 0.92 compacting factor or
heavily reinforced section with 25-75mm, slump for 20mm
vibration aggregate
Concreting of heavily reinforced High Above 0.92 compacting factor or
sections with vibration 75 - 125 m, slump or 20 mm
*aggregate
* For smaller aggregate the values shall be lower.

4.5.4 Workmanship
All workmanship shall be according to the latest relevant standards. Before starting a pour the
contractor shall obtain the approval of the Engineer-in-Charge or his representative in a “Pour
Card” maintained for this purpose. He shall obtain complete instructions about the material and
proportion to be used, slump, workability, quantity of water per unit of cement, number of test
cubes to be taken, finishing to be done, any admixture to be added, etc.

4.6 Transportation and Pouring

The concrete mixer shall be as close to the place of concreting as possible but not as close as to
produce vibration and disturbance to the shuttering and reinforcements. It shall be located at such

Instruction to Bidders, Scope of Work 163 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

a position that time lapse for transportation of unloaded concrete mix from the mixer to the place
of deposition of concrete is minimum.

When there is a difference in level between the unloading platforms of concrete from the mixer to
the actual place of deposition of concrete, the concrete shall be transported manually as by means
of builders’ hoist/crane or concrete pump to the actual level of concreting, depending on
requirement as approved by Engineer-in-charge.

Chutes for transporting the concrete shall not normally be used. The Engineer-in-Charge’s written
permission shall be taken for transporting by means of chutes. If use of chutes is permitted then
the concrete shall be again thoroughly mixed by using spades manually before placing the
concrete in the moulds/shuttering to avoid segregation of concrete. It shall be ensured that initial
setting of the concrete shall not take place and the mix of the concrete is as good as that of freshly
poured concrete delivered directly into the moulds/shuttering. It shall be ensured that the drop of
concrete is not from an excessive height and that the vibration and deposition of concrete are
simultaneously carried out.

Before placing concrete, all equipment for mixing and transporting the concrete shall be cleaned
and all debris shall be removed from the place to be occupied by the concrete. All form and soil
surface shall be finished to desired levels and shall be thoroughly wetted immediately prior to
placing of concrete.

No concrete shall be placed until the Engineer-in-Charge has approved the excavation formwork
and the reinforcement. The competent formwork maker and steel fixer shall be in attendance
during concreting operation. The Pour card shall be signed by the contractor, designer and the
representative of the consultants indicating the checking of the reinforcement,forms,and the sizes
of the member to be concreted.

Concrete shall be handled from the place of mixing to the place of final deposit as rapidly as
practicable by methods, which shall prevent the segregation or loss of any of the ingredients. If
segregation does occur during transport, the concrete shall be remixed before being placed. The
concrete shall be place and compacted before setting commences and shall not be subsequently
disturbed.

To ensure bond and water tightness between old concrete surface and the concrete to be place
PVC water stops of approved make and size 150 mm wide, 10 mm thick should be used. The
bonding of old and new concrete shall be done by applying cement slurry after thoroughly
watering the old concrete surface and. removing all loose particles.

In specified cases, with approval of Engineer-in-charge the surface shall be cleaned and
roughened by initial green cut by wire brushes or chipping. The initial green cutting may be done
after 6 hours of placing concrete in order to facilitate the work. The old concrete walls/members
shall be given a shear of 50 x 65 mm deep. This key shall also be thoroughly cleaned with wire
brush in green stage before next lift pouring to avoid percolation of works.

Instruction to Bidders, Scope of Work 164 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

4.6.1 Special methods of Concreting


If the contractor proposes to use the special methods of concreting not included in this
specification, such as pumping concrete or using vacuum moulds he shall obtain the Engineer’s
approval before commencing work and comply with any subsequent specifications made by the
Engineer for this special methods of concreting. Contractor is advised to use modern techniques
in adapting methods of laying/finishing concrete in raft/wall etc., e.g. in raft, us of any other
acceptable and proven method will be welcomed. The contractor may elaborate same on while
quoting the offer. No extra payment shall be entertained for the approval of concreting by the
special methods.

4.6.2 Placing of concrete in slabs and beams


Concrete in slabs shall be placed in one continuous operation for each span unless otherwise
directed. Longitudinal construction joints, if required by reason of the width to be placed shall be
located as shown on the drawings or as directed by the Engineer-in-Charge.

Concrete in the stem and slab of T -beam shall be placed in one continuous operation and shall be
deposited uniformly for the full length of the beam and brought up evenly in horizontal layers.

Where the size of the member is such that it cannot be made in one pour, transverse vertical
construction joints shall preferably be located within the area of contra flexure. For continuous
spans, where required by design considerations the concrete placing sequence shall be approved
by the Engineer-in-Charge.

4.6.3 Concreting floors


Concreting in floor shall be done in a chess board pattern, allowing sufficient time to elapse
before the adjacent band in cast. The panel size is restricted to 7.5m in reinforced concrete slab.

Concreting shall not be started unless the electrical conduits or any other piping Puddle Collars
wherever required or laid by the concerned agency. The civil contractor shall afford all the
facilities and maintain co-ordination of work with other agencies engaged in electrical and such
other works as directed by the Engineer-in-Charge.

Where concrete is placed on soil it shall be placed only on firm undisturbed ground. Any concrete
that is placed on a well compacted fill shall have the prior approval of the Engineer-in-Charge.
Concrete shall not be placed in standing water, on sub-grade or in foundation Excavation.

4.6.4 Compaction
Concrete during and immediately after depositing shall be thoroughly compacted. The
compaction shall be done by mechanical vibration subject to the following provisions:

a. The vibration shall be internal unless special authorization of other methods is given by the
Engineer-in-charge or as provided herein.
b. Vibrators shall be of type and design approved by the Engineer-in-charge. They shall be
capable of transmitting vibration to the concrete at frequencies of not less than 4,500
impulses per minute.
c. The intensity of vibration shall be such as to visibly affect a mass of concrete of 25 mm
slump over a radius of at least 0.5m

Instruction to Bidders, Scope of Work 165 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

d. The contractor shall provide a sufficiently number of vibrators to properly compact each
batch immediately after it is placed in the forms.
e. Vibrators shall be manipulated so as to have thoroughly work the concrete around the
reinforcement and embedded fixtures, and into the corners and angles of the forms.

Vibration shall be applied at the point of deposit and in the area of freshly deposited concrete.
The vibrators shall be inserted into and withdrawn out of the concrete slowly. The vibration shall
be of sufficient duration and intensity to thoroughly compact the concrete but shall not be
continued so as to cause segregation. Vibration shall not be continued at any one point to the
extent that localized areas of grout are formed.

Application of vibration shall be at points uniformly spaced and not further apart than twice the
radius over which the vibration is visibly effective.

a. Vibration shall not be applied directly or through the reinforcement to sections or layers of
concrete which have hardened to the degree that the concrete ceases to be plastic under
vibration. It shall not be used to make concrete flow in forms over distances so great as to
cause segregation and vibrators shall not be used to transport concrete in the forms.
b. Vibration shall be supplemented by Roding/spading as necessary to ensure smooth surface
and dense concrete along form surfaces and in corners and locations impossible to reach
with the vibrators.
The whole process starting from the mixing of concrete to the placing and compaction shall
not take more than 20 minutes and the process shall be completed before the initial setting
takes place.

4.7 Curing
Curing shall be accomplished in accordance with IS: 456-2000 by keeping the concrete covered
with a layer of sacking canvas, hessian or similar absorbent materials and kept constantly wet for
at least ten days in continuation from the date of placing of concrete unless otherwise specified.
The approval of the Engineer-in-Charge shall be obtained for the method of curing the contractor
proposes to use on the work. In very hot weather precautions shall be taken to see that
temperature of wet concrete does not exceed 38ºC while placing.

Heavy loads shall not be placed on or moved across over the floor slabs until curing is complete.
Care shall be taken to prevent floor surface from being marred during curing period. Freshly laid
concrete form work shall not be jarred. Concrete placed in trenches or Excavation shall be
protected from falling earth during and after placing.

4.8 Consistency
The consistency of concrete shall be frequently checked by means of a slump test performed as
per the relevant Indian Standard by the Engineer-in-Charge. The maximum and minimum slump
for each class of concrete shall be as directed by the Engineer-in-Charge, and any concrete as
represented by the slump test which fails to comply with these directions shall be removed from
the site and disposal off at the contractors cost.

Instruction to Bidders, Scope of Work 166 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

4.9 Finishing Concrete

On striking the formwork, all blowholes and honeycombing observed shall be brought to the
notice of Engineer-in-Charge. The Engineer-in-Charge may, at his discretion allow such
honeycombing or blowholes to be rectified by necessary chippings and packing or grouting with
concrete or cement mortar. If mortar is used, it shall be 1:2 mix or as specified by Engineer-in-
Charge. However, if honey combing or blowholes are of such extent as being undesirable, the
Engineer-in-Charge may reject the work totally and his decision shall be binding. No extra
payment shall be made for rectifying these defects. All burrs and uneven faces shall be rubbed
smooth with the help of carborundum stone.

The surface of non-shuttered faces shall be smoothened with a wooden float to give a finish equal
to that of the rubbed down shuttered faces. Concealed concrete faces shall be Left as from the
shuttering except that honeycombed surface shall be made good as detailed above. The top faces
of slabs not intended to be surfaced shall be leveled and floated to a smooth finish at the levels or
falls shown on the drawings or elsewhere. The floating shall not be executed to the extent of
bringing excess fine material to the surface.

The top faces of slabs intended to be covered with screed, granolithic or similar faces shall be left
with a rough finish.

4.10 Work in Extreme Weather


During hot weather (atmospheric temperature above 40 degree centigrade) or cold weather
(atmospheric temperature at 5 degree centigrade and below) the concreting shall be done as per
the procedure and precautions set out in IS: 7861 (Part I and II).

Dependence shall not be placed on salt or other chemicals for the prevention of freezing. Calcium
chloride shall not be used as an accelerator except with the approval of the Engineer-in-Charge.
Recommendation given in relevant clauses of IS: 456 shall be strictly adhered to.

4.11 Loading of the Structures


No concrete structures shall be loaded until the concrete is at least 28 days old and only then with
the approval of the Engineer-in-Charge and subject to such conditions as he may lay down.

4.12 Testing and Acceptance Criteria of Concrete


The sampling of concrete making the test specimens, curing and testing procedures etc. shall be
in accordance with IS: 1199, IS: 3085 and IS: 516, the size of specimen being 15 cm cubes.
Normally only compression tests shall be performed in accordance with IS: 516.

For each grade of concrete and for each 8 hours of work or portion thereof the following samples
shall be taken.

At least six specimens shall be taken from the first 15.0 m3 or part thereof and three of these shall
be tested at 7 days and the remaining at 28 days. Four additional specimens shall be taken from
each additional 15.0 m3 of concrete or portion thereof of which 2 specimens shall be tested at 7
days and the remaining at 28 days.

Instruction to Bidders, Scope of Work 167 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

To control the consistency of concrete from every mixing plant slump tests, and/or compacting
factor tests in accordance with IS: 1199 shall be carried out by the contractor every two hours or
as directed by the Engineer-in-Charge. Slumps corresponding to the test specimens shall be
recorded for reference. The acceptance criteria of concrete shall be in accordance with IS: 456-
2000.

Concrete work found unsuitable for acceptance shall have to be dismantled and replacement is to
be done as per specifications by the contractor. No payment for the dismantled concrete, the
relevant formwork and reinforcement embedded fixtures etc. shall be paid.

In the course of dismantling if any damage is done to, the embedded items or adjacent structures
the same shall be made good free of charge by the contractor to the satisfaction of the Engineer-
in-Charge.

4.13 Load Test of Structures


The Engineer-in-Charge may instruct for a load test to be carried out on any structure if in his
opinion such a test is deemed necessary for any of the following reasons.
The works site made concrete test-cube failing to attain the specified strength, as per the criteria
laid down in IS: 456-2000.
Suspected overloading during construction of the structure under review
Shuttering being prematurely removed and not as per the specification
The concrete is being improperly cured.
Visible deficiencies of the concrete
If the results of the load test be unsatisfactory, the Engineer-in-Charge may instruct the
Contractor to demolish and reconstruct the structure or part thereof at the contractor’s cost. The
load test of structures shall be carried out as per the clause 16.5 of IS: 456-2000.

4.14 Special methods of concreting


The contractor should propose to use special methods of concreting not included in the
specifications, such as pumping concrete or using vacuum moulds, he shall obtain the Engineer-
in-Charge’s approval before commencing work and comply with any subsequent specification
made by the Engineer-in-Charge for this special method of concreting. Contractor is advised to
use modern techniques in adopting methods of laying/finishing concrete in raft/walls etc. e.g. in
raft use of any other acceptable and proven method will be welcomed. The contractor may
elaborate same on while quoting the offer.

4.15 Codes and Standards

All applicable standards, specifications, etc. and codes of practice shall generally be the latest
editions, including all applicable official amendments and revisions. A complete set of all these
documents shall generally be available at site, with the contractor.

All work shall be carried out as per the stipulations contained in various sections of these
specifications and the latest Indian Standards, Acts, Codes and best practices.

In case of conflict between the stipulations contained in various’ sections of these specifications
and stipulations of Indian Standard, Codes, etc. the requirements of stipulations contained in
various sections of these specifications, shall prevail over that of Indian Standards, Codes, etc.

Instruction to Bidders, Scope of Work 168 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

Some of the applicable Indian Standard Codes, etc. are referred to here below.

IS:73 Specification for paving bitumen


IS:2060 Specification for structural steel
IS-8112 Specification for ordinary Portland cement 43 grade.
IS:280 Specification for mild steel wire for general engineering purposes
IS:383 Specification for coarse and fine aggregates from natural sources for
concrete
IS:432 (Part I & II) Specification for mild steel and medium tensile steel bars and hard
drawn steel wire for concrete reinforcement
IS:455 Specification for Portland Slag Cement
IS:456 Code of practice for plain and reinforced concrete
IS:457 Code of Practice for general construction of plain & reinforced
concrete for dams and other massive structure.
IS:516 Method of test for strength of Concrete
IS:650 Specification for standard sand for testing of cement
IS:702 Specification for industrial bitumen
IS:816 Code of practice for use of metal as welding for general construction
in mild steel
IS:1199 Methods of sampling and analysis of concrete
IS:1200 (Part II, V, Method of measurement of building and civil engineering works,
VIII, XVIII, SVIII) water proofing and damp proofing
IS:1367 Technical supply conditions for threaded steel fasteners
IS:1489 Specification for Portland pozzolona cement (Part I) Fly ash based
& (Part II) Calcite clay based
IS:1566 Specification for Hard drawn steel wire fabric for concrete
reinforcement
IS:1609 Code of practice for laying damp proof treatment. Using bitumen
felts.
IS:1786 Specification for high strength deformed steel bars and wires for
concrete reinforcement
IS:1791 General requirements for batch type concrete mixer.
IS: 1838 Specification for performed fillers for expansion joints in concrete
pavements and structures (non-extruding and resilient type)

Instruction to Bidders, Scope of Work 169 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

IS:2204 Code of practice for construction of reinforced concrete shell roof


IS:2210 Criteria for the design of reinforced concrete shell structures and
folded plate
IS:2386 (Part 1 to Methods for test of aggregates for concrete
VIII)
IS:2438 Specification for roller pan mixer
IS:2502 Code of practice of bending and fixing of bars for concrete
reinforcement
IS:2505 General requirements for concrete vibrators, immersion type
IS:2506 General requirements for concrete vibrators, screen board type
IS:2514 Specification for concrete vibrating tables
IS:2571 Code of practice for laying in situ cement concrete flooring
IS:2645 Specification for integral cement water proofing compounds
IS:2722 Specification for portable swing weigh batchers for concrete (single
and double bucket type)
IS:2750 Specification for steel scaffoldings
IS:2751 Code of practice for welding of mild steel plain and deformed bars
for reinforced concrete construction
IS:3025 Methods of sampling and test waste water
IS:3067 Code of practice for general design details and preparatory work for
damp proofing & water proofing of buildings
IS:3150 Specification for hexagonal wire netting for general purposes
IS:3366 Specification for pan vibrators
IS:3370 (Part I & II) Code of practice for concrete structures for the storage of liquids
IS:3384 Specification for bitumen primer for use in water proofing & damp
proofing
IS:3414 Code of practice for design and installation of joints in buildings
IS:3550 Methods of test for routine control for water used in industry
IS:3558 Code of practice for use in immersion vibrators for consolidating
concrete
IS:3696 (Part I & II) Safety code for scaffolds and ladders
IS:4014 (Part I & II) Code of practice for steel tubular scaffolding
IS:4031 Methods for physical tests for hydraulic cement

Instruction to Bidders, Scope of Work 170 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

IS:4130 Safety code for demolition of buildings.


IS:4326 Code of practice for earthquake resistant design and construction of
buildings
IS:4461 Code of practice for joints in surface hydroelectric power stations
IS:4656 Specification for form vibrators for concrete
IS:4925 Specification for batching and mixing plant
IS:4990 Specification for plywood for concrete shuttering work
IS:4995 (Part I & II) Criteria for design of reinforced concrete bins for the storage of
granular and powdery materials
IS:5121 Safety code for piling and other deep foundations
IS:5256 Code of practice for sealing joints in concrete lining on canals
IS:5525 Recommendations for detailing of reinforcement in reinforced
concrete work
IS:5624 Specification for foundation bolts
IS:6461 Glossary of terms relating to cement concrete
IS:6494 Code of practice for water proofing of underground water reservoirs
and swimming pools
IS:6509 Code of practice for installation of joints in concrete payments
IS:7193 Specification for glass fiber base coal tar pitch and bitumen felts
IS:7293 Safety code for working with construction machinery
IS:7861 (Part I & II) Code of practice for extreme weather concreting
IS:9012 Recommended practice for shuttering
IS:9103 Specification for admixtures for concrete
IS:9417 Recommendations for welding cold worked steel bars for reinforced
concrete construction.
IS:9595 Recommendations for metal-arc welding of carbon and carbon
manganese steels
IS:10262 Recommended guidelines for concrete mix design
IS:11384 Code of practice for composite construction in structural steel and
concrete
IS:12118 Specification for two parts polysulphide.
IS:122000 Code of practice for provision of water slops at transverse
contraction joints in masonry and concrete dams

Instruction to Bidders, Scope of Work 171 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

IS:12269 53 grade ordinary Portland cement


IS:12600 Portland cement, low heat
IS:23 Handbook of concrete mixes
IS:24 Explanatory Handbook on IS:456-1978
IS:34 Handbook on concrete reinforcement and detailing.

Item - Providing , Fabricating Steel bar reinforcement

Please refer to the section on 'Reinforcement' in the specification for Item for R.C.C. above.

5. Item - Brick masonry and Plastering

5.1 Brick masonry


General

All bricks shall be of class designation 10 or best locally available approved by Engineer-in-
Charge made of good brick earth thoroughly burnt, and shall be of deep cherry red or copper
color. Bricks shall be regular in shape and their edges shall be sharp and shall emit clear ringing
sound on being struck and shall be free from cracks, chips, flaws and lumps of any kind. Bricks
shall not absorb water more than one sixth .of their weight after one hour of soaking by
immersing the water. Bricks shall have a minimum crushing strength of 105 kg/cm² (10.5
N/mm2).

Bricks shall be fully soaked in clean water by submerging in a tank for a period of 12 hours
immediately before use. Soaking shall be continued till air bubbling is ceased. Bricks shall be
well bonded and laid in English bond unless otherwise specified. Every course shall be truly
horizontal and wall shall be truly in plumb. Vertical joints of consecutive course shall not come
directly over one another; vertical joints in alternate course shall come directly over one another.
No damaged or broken bricks shall be used. Closers shall be of clean-cut bricks and shall be
placed near the ends of walls but not at the other edge. Selected best-shaped bricks shall be used
for face work. Mortar joints shall not exceed 6 mm in thickness and joints shall be fully filled
with mortar. Bricks shall be laid with frogs upwards except in the top course where frogs shall be
placed downward. Brickwork shall be carried out not more than 1.2m height at a time. When one
part of the wall has to be delayed, stepping shall be left at an angle of 45º. Corbelling or
projections where made shall not be more, than X brick projections in one course. All joints shall
be raked and faces of wall cleaned at the end of each day’s work.

These specifications deal with all types of brickwork required for buildings, manholes, drains,
retaining walls or any construction made out of bricks.

5.1.1 Materials
5.1.1.1 Bricks
Bricks used for the construction of brick masonry shall be hard, rectangular in shape and size and
well burnt of uniform deep red, cherry or copper color and shall confirm to IS: 1077-1986.

Instruction to Bidders, Scope of Work 172 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

The brick shall not break when it falls down from 1.0 m height above the ground. Over burnt and
the under burnt bricks will not be accepted. It should give the ringing sound when struck up with
the hard material.
The bricks shall be brought from approved brick kilns. The bricks shall be free from cracks,
chippings, flaws, stones or lumps of any kind. The bricks shall not show any signs of
efflorescence and shall be homogeneous in texture.
They shall emit a clear metallic ringing sound on being struck and shall have a minimum
compressive strength of 10.5 N/mm2 equivalent to 105 kg/cm².
They shall not absorb more than 20% of its dry weight when soaked in cold water for 24 hours or
otherwise specified in the Indian Standard Specification.

5.1.1.2 Mortar

The proportion of the cement mortar used for the masonry work shall be as specified on the
various drawings for different places/types of construction, specifications for each part of the
work.

For cement mortar fresh Portland cement of standard specifications shall be used. Sand shall be
sharp, clean and free from organic and foreign matters. For rich mortar coarse or medium sand
shall be used and for weak mortar local fine sand may be used. Materials of mortar shall be
measured to have the required proportion with measuring box and first mixed dry to have a
uniform color in a dean masonry platform and then mixed by adding clean water slowly and
gradually to have workable consistency and mixed thoroughly by turning at least three times.
Fresh mixed mortar shall be used, old and stale mortar shall not be used and mortar for an hour
work only shall be mixed with water so that the mortar may be used before setting starts.

Coarse sand is mixed with the required quantity of cement for the preparation of the mortar.
Mortar shall be prepared in accordance with IS: 2250-1981. The sand used for the masonry
mortar shall meet the requirements as specified in IS: 2116-1980. For masonry mortars, sand and
cement of required proportions are mixed in small quantities in a dry state first and then water is
added to make the mortar of required consistency suitable for the type of work for which it is
required as directed by the Engineer-in-Charge. No left over mortar shall be used and therefore
only that much quantity of mortar that can be consumed within 30 minutes shall be mixed in
batches.

5.1.1.3 Sand for Brick Masonry


Table 3.1: Grading of sand for use in Masonry Mortar

IS Sieve Designation Percentage passing by mass


4.75 mm 100
2.36 mm 90 to 100
1.18 mm 70 to 100
600 micron 40 to 100

Instruction to Bidders, Scope of Work 173 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

300 micron 5 to 70
150 micron 0 to 15

5.1.2 Construction
The brick masonry shall be constructed as per the Indian Standard Code of Practice for Brick
Work IS: 2212-1962. The thickness of the joints shall not be thicker than those specified in Para
5.4 of the above Code of Practice.

The bricks shall be thoroughly soaked in water before using them on the work for at least twelve
hours and all the air bubbles shall come out during soaking process. The soaked bricks shall be
stacked on wooden planks/platforms so as to avoid sticking of the earth and other materials on to
the surfaces of bricks. Bricks required for construction in mud mortar or lime mortar shall not be
soaked. Brickwork shall be laid in English Bond unless otherwise specified. Half bricks shall not
be used except when needed to complete the bond. Each course shall be perfectly straight and
horizontal. The masonry shall be true to plumb in case of vertical walls and in case of battered
construction the batter or slope shall be truly maintained. The level of the courses completed shall
be checked at every one meter interval or less as required.

While constructing the brick work at one side shall be in plumb as directed by the Engineer In
Charge.

The bricks shall be laid frogs upwards. While laying the bricks they shall be thoroughly bedded
and flushed in mortar and well tapped into position with wooden mallets and superfluous mortar
shall be removed.

No part of the structure shall be raised more than one meter above than the rest of the work. In
case it is unavoidable the brickwork shall be raked back at an angle of not more than 45 degrees
so as to maintain a uniform and effectual bond, but raking shall not start within 60 cms from a
corner.

In case of construction of buttresses, counter forts, returns they are built course by course
carefully bound into the main walls.

At all junctions of walls the bricks at alternate courses, shall be carried into each of the respective
walls so as to thoroughly unite both the walls together. The brickwork shall not be raised more
than 14 courses per day.

All the beds and joints shall be normal to the pressures applied upon them Le horizontal in
vertical walls, radial In arches and at right angles to the face in battered retaining walls.

Vertical joints in alternate courses shall come directly one over the other and shall be truly
vertical. Care shall be taken to ensure that all the joints are fully fitted up with mortar, well
flushed up where no pointing is proposed, nearly struck as the work proceeds. The joints in faces
which are plastered or painted shall be squarely raked out to a depth not less than 12 mm while
the mortar is still green. The raked joints shall be well brushed to remove the loose particles and

Instruction to Bidders, Scope of Work 174 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

the surfaces shall be cleaned with a wire brush so as to remove any splashes of mortar sticking to
the surfaces during the construction.

All iron fixtures, pipes, bolts, conduits, sleeves, holdfasts etc. which are required to built into the
walls shall be embedded in cement mortar or cement concrete as shown in the drawings/indicated
in the specifications/directed during the execution by the Engineer in-Charge as the work
proceeds and no holes be left for fixing them at a later date unless authorized by the Engineer-in-
Charge.

5.1.2.1 Curing
Green work shall be protected from rain by covering the work suitably. Masonry work as it
progresses shall be thoroughly kept wet by watering on all the faces for at least 10 (Ten) days in
continuation after completion of the parts of the work. Proper watering cans, flexible pipes,
nozzles shall be used for the purpose in case of fat lime mortar curing shall start two days after
construction of masonry and shall continue for seven days. No additional payment is admissible
for curing and the rates quoted are deemed to be inclusive of the cost of curing.

5.1.2.2 Scaffolding
Double scaffolding sufficiently strong so as to withstand all loads that are likely to come upon it
and having two sets of vertical supports shall be provided. Where two sets of vertical supports are
not possible the inner end of the horizontal supporting pole shall rest in a hole provided in a
header course only. Only one header for each pole shall be left out. Such holes however shall not
be permitted in pillars less one meter in width or immediately near the skew backs of arches.
Such holes shall be filled up immediately after removal of the scaffoldings. Safety Code for
Scaffolds and Ladders, IS: 3696-1987 (Parts I and II) shall be followed.

5.2 Plastering
Cement mortar used for plastering shall be of the mix proportions and thickness as specified on
the drawings or bill of quantities or particular specifications for the various different parts of the
works. The materials used i.e. cement, sand and water shall be of the same quality and of the
same specifications as indicated for plain and reinforced cement concrete works according to the
specifications and approved by the Engineer-in-Charge. Sand further shall meet the specifications
as laid down in IS: 1542-1977 Specification for sand for plaster.

The sand for preparation of mortar for plastering shall confirm to the following graduation,
shown in Table 3.2

Table 3.2: Grading of fine aggregates

Percentage by weight passing IS Sieve


IS Sieve Designation Class -A Class-B
4.75 mm 100 100
2.36 mm 90 to 100 90 to 100

Instruction to Bidders, Scope of Work 175 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

1.18 mm 70 to 100 70 to 100


600 Microns 40 to 85 40 to 95
300 Microns 50 to 50 10 to 65
150 Microns 0 to 10 0 to 15

For the purpose of indicating the suitability for use, the sand is classified as Class A and Class B
in accordance with the limits of grading. Class A sand shall be used generally for plastering and
when they are not available, Class B sand may be used with the approval of Engineer-in-Charge.

The procurement of sand for Mortar for plastering and pointing shall confirm to be specifications
given in Table 3.2.

Surface that are to be applied with plaster shall be thoroughly cleaned to remove dust, dirt, loose
particle, oil, soil, salts etc, that may be sticking to the surfaces. The surfaces shall be washed,
clean and watered properly for 4 hours before applying plaster. Plaster shall not, in any case, be
thinner than specified. It shall have uniform specified thickness. When smooth finishing is
required the cement plastering shall be floated over with neat cement within 15 minutes after
application of the last coat of plastering. The plaster shall be protected from the sun and rain by
such means as the Engineer-in-Charge may approve.

The plastered surface shall be cured for 10 (ten) days. Construction joints in plastering shall be
kept at places approved by the Engineer-in-charge. When the thickness of the plaster specified is
to be made up in more than one layer the second layer shall be applied only when the lower coat
is still green. Wherever specified approved brands of additives like water proofing compounds,
shall be added in specified quantities as recommended by the manufacturer of the compound or as
directed by the Engineer-in-Charge.

Wherever scaffolds are necessary for plastering they shall be provided as specified for scaffolds
under clause 3.2.2. Stage scaffolding shall be provided for ceiling plaster.

To ensure even thickness and true surface, patches of plaster about 15 cm x 15 cm shall be first
applied both horizontally and vertically 2.0 m apart. Plastering shall be done. From top of bottom
and care shall be taken to avoid joints on continuous surface.

In case any other finish like rough cast finish or dry dash finish is specified in the drawings the
small shall be provided as directed by the Engineer-in-Charge.

Surface which is to be plastered shall be roughened while they are still green or raked so as to
give proper bond between the surface and plaster.

All corners junctions shall be truly vertical or horizontal as the case may be and carefully
finished. Rounding or chamfering of corners shall be carried out with proper templates to the
required size and shapes.

The work shall be tested frequently with a straight edge and plumb bob. At the end of the day the
plaster shall be left cut clean to line. When the next days plastering is started, the. day the plaster

Instruction to Bidders, Scope of Work 176 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

shall be left cut clean to line. When the next days plastering is started the edge of the old work
shall be scrapped, cleaned and wetted with cement slurry. At the end of the day the plastering
shall be closed on the body of the wall and not nearer than 15 cm to any corner.

Curing shall be started as soon as the plaster has hardened sufficiently not to be damaged when
watered. The plaster shall be kept wet for at least 10 days. Any defective plaster shall be cut in
rectangular shape and replaced.

Item - Rolling shutters

This shall be of approved quality, make and type, 10 gauge (MS solid laths or grill)] with all the
accessories. Such as top cover (in or out]) handles, bearings, springs, axles, locking arrangements, guide
rails, iron pulleys push and pull arrangements. It shall be fixed with holding down bolt with 1:3:6
specified. (Out side or in side, below lintel or between jambs of the opening)

The shutter shall be either push and pull type as operated with special type of reduction / bevel
arrangement operated with mechanical device. Shutter up to 10.20 - sqm. Or outside width less than 3 m
shall be push and pull and shutter above 10.20 sq. m. or whose width is more than 3 m will be
mechanically operated.

The spring shall of be best make and manufactured from tested high Tensile steel wire to balance the
shutter in all positions. Spring pipe shaft shall be supported on stone mild steel or CI. Brackets. Both the
side guides and bottom rail shall be joint less and of shaft, spring etc. shall be of same material as that of
lathe.

The side guides fixed with plates welded to guides shall be property fixed with screws, bolts and
concealed in plaster.

The rolling shutter with should be painted with on coat of approved primer and two coats of approved
enamel paint (or any other approved superior quality paint as needed for protection against environment
prevailing in the area)

Item - Aluminum Doors and Windows

This specification covers major Aluminum works like Aluminum windows Aluminum door, shutters,
pipe railing, etc.

Deviations to this specification are not permissible unless it is brought to OWNER's attention with
adequate supporting data and are with OWNER's written approval.

Dimensions and data shall be in metric units.

6. Material
6.1 Aluminum Windows

Instruction to Bidders, Scope of Work 177 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

The Aluminum windows shall conform and sections shall be less than specified in 1S:
sections.Aluminum windows may include all type of window fixed, partially fixed, partially side
bottom hung, top hung, center hung, etc. or composite of any two or more.
The Aluminium channels shall be square and flat. The members shall be cut to require length,
mitered and electrically flame butt-welded. Sub dividing bar units shall be tennoned and riveted
into the All the frames shall have the corners welded to a true right angle and welds shall be
neatly cleared off. Couplings, mullions, transom and weather bar shall be provided as per
requirements.
The outer frames shall be provided with fixing forces centrally in the web of the sections and
fixing the frame of the sections to Masonry / RCC. Mastic cement shall be used for making the
joints watertight. The sections of the windows shall be such that after fixing the glazing the same
should not bend and shutters shall be smoothly operative.

Accessories
The necessary accessories such as hinges, stays, stopper hold, etc. shall be provided per
requirement.
Projecting type hinged shall be fitted with bronze or barns peg stays, 30 cm long with all
windows shall be provided with handles of brass or bronze.

6.2 Ventilators
Top hung ventilators shall be fixed with plain hinges riveted / welded to the fixed frame. A brass
or bronze peg stay 30 cm long as in windows shall be provided.
Center hung ventilators shall be hung on brass or loaded tin bronze cup pivots riveted to the inner
and outer frames of the ventilators to permit the ventilators to swing through an angle of
approximately 85 deg. The opening position of the ventilators shall be so balanced to keep it open
at any desired angle under normal weather conditions. A bronze spring catch shall be fitted in the
center of the top her of the ventilators for the operation of the ventilators. This spring catch shall
be screwed to the frizz with brass screw shall close into a mild steel malleable iron catch plats
riveted or welded to outside of the outer ventilators frame bar. A brass cord pulley wheel in mild
steel or cord eye.

Finishing

All the steel surfaces shall be thoroughly cleaned free of mist, scale or dirt and mill scale by
pickling and phosphating and before erection painted with one coat of finishing coats of synthetic
enamel paints (or any other approved superior quality paint as needed for protection against
environment prevailing in the area) of approved shade and quality.

Glazing

Glazing of specified shall be provided on the outside of the and otherwise specified beading of
approved shape and shall be used for fixing Special metal cash putty of approved make shall be
used.

Aluminium Door frames

Instruction to Bidders, Scope of Work 178 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

Aluminium door frames should be fabricated from sections conforming to 1S: and member shall
be free from defective and crate and shall be and fabricated as per drawing. The welding shall be
created and fixed with Mg hold fasts and grouted with cement concrete M:15.The frames shall be
painted with one coat of approved quality primer and 2 coats of approved quality and paint for
any other approved superior quality as needed for protection against environment prevailing in
the area.

6.3 Aluminium Doors

Standard sectional Aluminum door

Aluminium door made out of standard Aluminium section shall be from heavy or medium heavy
uniform steel section. The type, over all size, design shall be as and drawing. The providing of a
threshold or bar also to be provided to is in position for fixing in floor, 75 mm extra vertical
members also should be provided. Sides shall be fixed with six hold fasts. The weights have
different. Sections shall not be less than what is provided in IS:. Provision for fixing mortise lock
and aldrop to be made. For double shutters concealed tones. Bolt is to be fixed.

The bottom panel of door should be fixed either by 5.5 mm thick glass or 19 mm plywood.
Frames shall have arrangements for fixing putty, clips wooden beading required lugs, screws,
fittings etc. Measurement will be in sq. m and will be required out to out of the frame.

This shall consist of double or single gate depending on the size of the opening. This shall consist
of vertical double channel each 20.5 mm and top and bottom of T 40 10 with 38 mm steel pulley
or ball bearings in every fourth double channels which collapsible gate is not provided within the
opening, and is fixed along the outer surface T iron at top may be replaced by flat 40 x 10 mm.
The fixing of T and channels shall be permanent, rigidly fixed

Item - Structural steel work

Please refer specification for item for RCC in which the specifications for structural steel is given. In
addition the PWD handbook for specification be referred.

Item - Concrete flooring

Please refer the specification for item for Concrete.

Item - Dewatering

The item shall comply as per standard specification No.Bd-A-9, on page No. 261.

This item is provided for Dewatering during excavation of entire work when it is not possible to bail out
the water manually; the item includes all machinery, fuel, labor etc. The contractors shall provide all
dewatering pumps, engines and machinery required to keep the trenches dry laying sewer lines, concrete
for foundations. The excavated pits/trenches shall be clear of water, whether sub-soil water, storm water
leakage from tanks, wells, drains, sewers, water mains, tide water etc. so that there is no accumulations of
such water. It is the contractor’s responsibility to keep dewatering machinery in up to date working
condition to keep the trenches dry for laying pipes or for placing the concrete.

Instruction to Bidders, Scope of Work 179 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

Mode of Payment:-

25% payment will be released after completion of 50% work & remaining 75% shall be made after
completion of Work, in a zone. The necessary documents shall be submitted by the agency.

Item - RCC NP- II pipe overflow arrangement

The relevant item shall comply as per Schedule 'B'. Contractor shall provide R.C.C. S/S Pipes of required
diameter and class in standard length as per schedule conforming to latest version of I.S. 458/1956 and
the materials required for manufacturing of pipes such as cement shall confirm to I.S. 269 of latest
version, sand or fine aggregate and coarse aggregate shall confirm to I.S. 383 of latest version
reinforcement shall confirm to I.S. 432,1786, 1566, 1139, and 226 of latest version R.C.C. work shall
confirm to I.S. 456 – 2000, and rubber rings shall be confirm to latest version I.S. The contractor shall
supply all the latest I.S. codes related to this item to the Department at his cost.

The pipes supplied by the contractor shall be transported from factory & stacked along the alignments of
the line in such a way that no hindrance is created to the traffic / pedestrians. Cracked / damaged pipes
shall be rejected outright. Damaged pipe shall not be allowed to be transported at work site. If it happens
contractor shall be penalized for such activities in terms of fine as decided by the Engineer-In-Charge.
Contractor should take prior permission from Engineer - in - charge before placing the order for RCC
pipes. The work is to be carried out zone by zone and in no case pipes required for other zones than the
one in which work is going on shall be ordered or brought to site. The work in one zone shall be
completed including house connections, commissioned and then only the work for other shall be taken in
hand.

After supply of R.C.C. Pipes and rubber rings at the site of work by the contractor, the same material shall
be issued to the contractor on “Unstamped Receipt.” Record of consumptions and balance shall be
maintained and shall be kept in the custody of Department. One rubber ring shall be supplied with each
full – length socketed pipe at the site of work and the contractor at his own cost shall submit certificate of
testing for the same. The contractor at his own cost shall keep the material at site with chowkidar. The
site Engineer can check the balance material any time at site store of the contractor, if any shortage found,
the cost of short materials with penal rate shall be recovered through R.A. Bill of contractor in single
installment without any excuse. After the pipes are supplied by the contractor the responsibility of
security and safety shall rest with the contractor till the pipes are laid, jointed, tested, commissioned and
the work completed and taken over by the RMC.

The pipe shall be laid to line, levels and slopes as indicated on the drawings or as directed by the
Engineer, Sight rails or leveling instruments in sufficient numbers shall be provided for this purpose by
the contractor.

The handling and laying of the concrete pipes shall confirm to IS – 783– 1959 (relevant para). The
joints shall be done as per paragraph 10.2.3.1 of I.S. 783 – 1959 (latest version). Any pipe damaged
during laying shall be replaced by the contractor at his cost. Proper alignment tools and facilities shall be
provided by the contractor for lowering the pipes and fittings in to trenches to prevent damage. Dumping
shall not be permitted. Chain pulley block may be used for pipes above 300 mm. diameter. All
joints shall be done leak proof by providing spun yarn in C.M. 1:1 with hardcrete wherever required. The

Instruction to Bidders, Scope of Work 180 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

leaking Joint found shall be made water tight at the cost of contractor. No materials shall be supplied
by RMC for manufacturing of R.C.C. pipes and any other allied works. The pipe shall be inspected, as
per relevant latest I.S.S. by Third Party Inspection (TPI) agency approved by the RMC and enlisted with
CG Govt and certificate to that extent shall be produced by the contractor. The charges of TPI are deemed
to have been included in the rates. The payment of RCC Pipes shall not be made till receipt of TPI
certificate. The seal of TPI agency shall be embossed inside portion of each pipe after inspection
including the details such as date of manufacturing, batch no. class and diameter of pipe and name of
Rajnandgaon Nagar Panchyat.

Sight rails and boning staves: -


In laying the pipe sewers, the center for each manhole must be marked by a peg, or otherwise, as may be
determined by the Engineer. The contractors are then to dig holes for and set up two posts (about 100
mm x 100 mm x 1800 mm ) at each manhole at nearly equal distance from the peg and a sufficient
distances there from to be well clear of all intended excavation, so arranged that a sight rail when fixed
level against the post will cross the center of manhole. The posts must also be so set up that the
longitudinal direction of the rail may be as clear as possible of the direction of any of the lines of pipes or
drains converging to the manhole. If walls of building afford suitable means of fixing the sight-rail, the
post may, however be dispensed with. The sight rails must not in any case be more than 30 M. apart.
Intermediate rails therefore be put up if necessary.

Construction of boning staves:-


Boning staves shall be prepared by the contractors about 75 mm x 50 mm made of a square section of
various length, each length being of a certain fraction of meter and with a fixed tee – head and a fixed
intermediate cross piece, each about 300 mm. long. The top edge of the cross piece must be fixed at
distance below the top edge of this tee-head, equal to as the case may be, the outside diameter of the pipe
or thickness of the concrete bed to be laid. The boning staff must be marked on both sides to indicate its
full length. According to the circumstances of each case, a suitable length of boning staff will be
determined upon, and the reduced level of the bed of the pipe or bottom of concrete of drain at each added
to the selected boning staff will be marked by a horizontal line on both posts, or on walls or fences to
which the sight-rail is to be fixed.

Sight Rails:-

a) The sight-rails (about 25 cm wide and 40 mm thick) is to be screwed with the top edge against
the level marks. The centerline of the pipe sewer or the drain will be marked on the rail and
this mark will denote the meeting point of the centerlines of any converging drains or pipe
sewers. A line drawn from the top edge of one rail to the top edge of the next rail will be
vertically parallel with the bed of the sewer or drain and the depth of the bed of the sewer or
drain at any intermediate point may be easily determined by letting down the selected boning
staff until the tee head comes in the line of sight from rail to rail.

b) The posts and rails are to be perfectly square and smooth on all sides and edges. The rails are
to be painted with white oil paint on both sides, and the tee heads and cross piece of the boning
staves are to be painted with black oil paint.

Instruction to Bidders, Scope of Work 181 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

c) If the pipes or drains converging to a manhole coming at various levels, there must be rail fixed
for every different level when a rail comes within 0.60 M. of the surface of the ground, a higher
sight – rail must be fixed for use with the rail over the next point.

d) The posts and rails must in no case be removed until the trench is excavated, the drains are
constructed or the pipes are laid and permission given to proceed with the filling in.

Laying of RCC Pipes:-


a) The pipes are to be laid with socket facing up the gradients beginning at the lower end. No pipe
to be laid until the trench has been excavated its required depth for distance of 20 m. in front of
the pipe to be laid (This distance may very as directed by the Engineer in Charge)

b) All the pipes are to be laid perfectly, both in line and gradient. The pipes in a trench shall be
laid and fitted prior to the jointing being commenced.
Properly fitted temporary wooden stoppers shall be provided and constantly used to close the
ends of all completed pipelines. The stoppers are only to be removed when pipes are being laid
and jointed

Jointing R.C.C. Pipes:-


a) Each concrete pipe to be jointed shall be positioned in such a way that its spigot end engages
itself with the rubber ring accurately positioned in the socket of earlier laid pipe by means of
uniformly applied pressure with the aid of a jack or similar appliance.

b) Concrete pipes of the spigot and socket type with roll on rubber rings shall be used, and the
manufacture’s instructions shall be deemed to form a part of this specification

c) Rubber rings shall be lubricated before making the joint and the lubricant shall only be soft
soap water or an approved lubricant supplied by the manufacture.

d) In case of R.C.C. pipe entering or leaving a manhole a flexible joint may be provided at least
within 0.60 m. from the outer end of the manhole.

e) A drop in water level of not more than 50 mm in one hour shall be permitted, in case of
hydraulic test of manhole.

All works to be water tight:-

a) The drains, manholes and all joints of pipes must be made thoroughly sound and water tight
and if any joint which is proved to be leaking at any time during the progress of works or
during the contractors subsequent period of maintenance shall be immediately made sound by
the contractor at their own expenses. The contractor shall at his own cost prove all works to be
water tight for filling it with water to such a height as desire by the Engineer-in-Charge. Any
additional precautionary measures or appliances that may be found necessary to ensure the
water tight joints of pipes shall be adopted by the contractor without extra charges, the
responsibility of making them complete watertight rest with the contractor. Hardcrete shall
only be used for preparing mortar for jointing of RCC Pipes.

Instruction to Bidders, Scope of Work 182 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

b) Immediately after the test with the double disc or cylinder has been completed, any defect
disclosed have to be made good, the contractor shall prove the joints of the stretch of the under-
ground pipe whether of stoneware, Cast iron or R.C.C. Pipes, to be water tight by the filling in
pipes with water before filling in the trenches to the level of 1.5 M. above top of the highest
pipe in the stretch and heading the water up for the period of one hour or such further time as
the Engineer may direct. The apparatus used for the purpose of testing shall be approved by the
Engineer. The contractor, if required by the Engineer, shall pump the excavation dry and keep
it so during the period of testing. The loss of water over a period of 30 minutes should be
measured adding water from a measuring vessel at regular 10 minutes interval, and noting the
quantity required to maintain the original water level. (For purpose of this test, the average
quantity added should not excess 1 liter / hour / 100 linear meters/ 10 cm of nominal internal
diameter.)

Any leakages including excessive sweating which cause a drop in the test water level shall be
visible and the defective part of the work should be removed and made good. The testing of laid
pipeline shall be given as per specification mentioned in CPHEEO manual for sewerage.

Inspection of the joints:-

After the joints of any pipes in underground work have thoroughly set the Engineer (or any person whom
he may appoint) may inspect the joints and if he has any doubt of their soundness, contractor shall arrange
to cut, open and clean away the cement as the case may be of any joint, that he may select and to make
good the same at his expense provided that unless defect is found, they shall not be required to open more
than one joint in 20 M length of pipes. If the defect is found the Engineer may direct the contractor to
open as many joints as he may find necessary.

Cleaning of the pipes:-

b) As soon as stretch of R.C.C. pipes has been laid complete from manhole to manhole, the
contractor shall run through the pipes both backwards and forwards a double disc or solid or
closed cylinder 75 mm or less in diameter than the internal diameter of the pipes. The open end
of an incomplete stretch of pipe line

Shall always be securely closed as may be directed by the Engineer to prevent entry of mud or
silt or any foreign material etc.

c) If, as a result of the removal of the obstruction, the Engineer considers that damages may have
been caused to the pipe shall be entitled to order the length to be retested at the expense of the
contractor. If such retest proves unsatisfactory, the contractor shall redo the work and carry out
such further tests as are required by the Engineer, at his own expenses.

d) It shall also be ascertained by the contractor that each stretch from manhole to manhole is
absolute clear and without any obstruction visual examination of the interior of the pipe line
suitably enlightened by the projected sunlight or by other means.

Instruction to Bidders, Scope of Work 183 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

Fractured Pipes:-

a) In the events of pipes being fractured at the time of laying, refilling due to dumping of the
material for refilling have been improperly selected or any other causes, the contractor in every
instance will be held responsible and will be called up to replace the defective pipes at his own
cost, if such defect appears before the expiration of the period of maintenance.

b) Any pipe or length of pipe found to be defective shall be immediately removed and replaced at
the contractor’s expense, and leaking joints shall be remade, the inspections tests shall then be
repeated as often as necessary, until the whole line under inspection or test is accepted by the
Engineer.

All works to be cleared clean and perfect:-

a) The contractor, shall after completion or whenever required by the Engineer, prove all pipes
and fittings to be clear, clean and perfect, and for this purpose shall, at his own expense and in
the presence of the Engineer, or his appointee provide suitable instruments and appliances and
pass them through the pipes and shall if required, through in water and show that it passes
freely through every portion of the work. Brick mortar and rubbish shall not be allowed to fall
into the manholes or sewer lines while fixing or if allowed shall be removed by the contractor
at their own expenses.

Item - SFRC frame & cover

The frame and cover for the top slab (Manhole) should be of Steel Fibre Reinforced Concrete (S.F.R.C.)
of Bharat, Pratibha and K.K. Technology. The brochure of S.F.R.C. frame and cover shall be submitted
by the contractor and got approved from Engineer-in-charge. The frame and cover shall be branded with
the letter ‘RMC'.

Item - White washing with lime

Scaffolding

Wherever scaffolding is necessary, it shall be erected on double supports tied together by horizontal
pieces, over which scaffolding planks shall be fixed. No ballies, bamboos or planks shall rest on or touch
the surface which is being white washed. For all exposed brick work or tile work, double scaffolding
having two sets of vertical supports shall be provided. The supports shall be sound and strong, tied
together with horizontal pieces over which scaffolding planks shall be fixed.

Note : In case of special type of brick work, scaffolding shall be got approved from Engineer-in-Charge in
advance. Where ladders are used, pieces of old gunny bags shall be tied on their tops to avoid damage or
scratches to walls. For white washing the ceiling, proper stage scaffolding shall be erected.

Preparation of Surface

Before new work is white washed, the surface shall be thoroughly brushed free from mortar droppings an
foreign matter. In case of old work, all loose particles and scales shall be scrapped off and holes in plaster
as well as patches of less than 50 cm area shall be filled up with mortar of the same mix. Where so

Instruction to Bidders, Scope of Work 184 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

specifically ordered by the Engineer-in-Charge, the entire surface of old white wash shall be thoroughly
removed by scrapping and this shall be paid for separately. Where efflorescence is observed the deposits
may be brushed clean and washed. The surface shall then be allowed to dry for atleast 48 hours before
white washing is done.

Preparation of Lime Wash


The lime wash shall be prepared from fresh stone white lime (Narnaul or Dehradun quality). The lime
shall be thoroughly slaked on the spot, mixed and stirred with sufficient water to make a thin cream. This
shall be allowed to stand for a period of 24 hours and then shall be screened through a clean coarse cloth.
40 gm of gum dissolved in hot water, shall be added to each 10 cubic dicimetre of the cream. The
approximate quantity of water to be added in making the cream will be 5 litres of water to one kg of lime.

Indigo (Neel) upto 3 gm per kg of lime dissolved in water, shall then be added and stirred well. Water
shall then be added at the rate of about 5 litres per kg. of lime to produce a milky solution.

Application

The white wash shall be applied with moonj brushes to the specified number of coats. The operation for
each coat shall consist of a stroke of the brush given from the top downwards, another from the bottom
upwards over the first stroke, and similarly one stroke horizontally from the right and another from the
left before it dries. Each coat shall be allowed to dry before the next one is applied. Further each coat shall
be inspected and approved by the Engineer-in-Charge before the subsequent coat is applied. No portion of
the surface shall be left out initially to be patched up later on. For new work, three or more coats shall be
applied till the surface presents a smooth and uniform finish through which the plaster does not show. The
finished dry surface shall not show any signs of cracking and peeling nor shall it come off readily on the
hand when rubbed. For old work, after the surface has been prepared as described above in earlier para a
coat of white wash shall be applied over the patches and repairs. Then a single coat or two or more coats
of white wash as stipulated in the description of the item shall be applied over the entire surface. The
white washed surface should present a uniform finish through which the plaster patches do not appear.
The washing on ceiling should be done prior to that on walls.

Note : In case of Hessian ceiling, on no account, lime shall be used as it rots cloth and hessian.

Protective Measures
Doors, windows, floors, articles of furniture etc. and such other parts of the building not to be white
washed, shall be protected from being splashed upon. Splashings and droppings, if any shall be removed
by the contractor at his own cost and the surfaces cleaned. Damages if any to furniture or fittings and
fixtures shall be recoverable from the contractor.

Measurements
Length and breadth shall be measured correct to a cm. and area shall be calculated in sqm correct to two
places of decimals.

Measurements for Jambs, Soffits and Fills etc. for openings shall be as described in

Instruction to Bidders, Scope of Work 185 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

Corrugated surfaces shall be measured flat as fixed and the area so measured shall be increased by the
following percentages to allow for the girthed area. Corrugated non-asbestos cement sheet 20% Semi
corrugated non-asbestos cement sheet 10% Cornices and other such wall or ceiling features, shall be
measured along the girth and included in the measurements. The number of coats of each treatment shall
be stated. The item shall include removing nails, making good holes, cracks, patches etc. not exceeding
50 sq. cm. each with material similar in composition to the surface to be prepared. Work on old treated
surfaces shall be measured separately and so described.

Rate

The rate shall include all material and labor involved in all the operations described above.

Finishing

Dehradun quality lime and the wash will be mixed to a thicker consistency. The other details and
specifications as described will follow.

White washing with whiting

Preparation of Mix

Whiting (ground white chalk) shall be dissolved in sufficient quantity of warm water and thoroughly
stirred to form a thin slurry which shall then be screened through a clean coarse cloth. Two kg of gum and
0.4 kg of copper sulphate dissolved separately in hot water shall be added for every cum of the slurry
which shall then be diluted with water to the consistency of milk so as to make a wash ready for use.

Other specifications described in 13.14 shall apply in this case also.

Color washing

The mineral colors, not affected by lime, shall be added to white wash. Indigo (Neel) shall however, not
be added. No color wash shall be done until a sample of the color wash of the required tint or shade has
been got approved from the Engineer-in-Charge. The color shall be of even tint or shade over the whole
surface. If it is blotchy or otherwise badly applied, it shall be redone by the contractor. For new work, the
priming coat shall be of white wash with lime or with whiting as specified in the description of the item.
Two or more coats, shall then be applied on the entire surface till it represents a smooth and uniform
finish. For old work, after the surface has been prepared as described in 13.14.2 a coat of color wash shall
be applied over the patches and repairs. Then a single coat, or two or more coats of color wash, as
stipulated in the description of the item shall be applied over the entire surface. The color washed surface
shall present a uniform finish. The finished dry surface shall not be powdery and shall not readily come
off on the hand when rubbed.

Other specifications as described


CPWP SPECIFICATIONS 2009 552

Item - Oil Emulsion (oil bound) washable distempering

Instruction to Bidders, Scope of Work 186 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

Materials

Oil emulsion (Oil Bound) washable distemper (IS 428) of approved brand and manufacture shall be used.
The primer where used as on new work shall be cement primer or distemper primer as described in the
item. These shall be of the same manufacture as distemper. The distemper shall be diluted with water or
any other prescribed thinner in a manner recommended by the manufacturer. Only sufficient quantity of
distemper required for day’s work shall be prepared. The distemper and primer shall be brought by the
contractor in sealed tins in sufficient quantities at a time to suffice for a fortnight’s work, and the same
shall be kept in the joint custody of the contractor and owner.

Preparation of the Surface

For new work the surface shall be thoroughly cleaned of dust, old white or color wash by washing and
scrubbing. The surface shall then be allowed to dry for at least 48 hours. It shall then be sand papered to
give a smooth and even surface. Any evenness shall be made good by applying putty, made of plaster of
Paris mixed with water on the entire surface including filling up the undulations and then sand papering
the same after it is dry. In the case of old work, All loose pieces and scales shall be removed by sand
papering. The surface shall be cleaned of all grease, dirt etc. Pitting in plaster shall be made good with
plaster of Paris mixed with the color to be used. The surface shall then be rubbed down again with a fine
grade sand paper and made smooth. A coat of the distemper shall be applied over the patches. The
patched surface shall be allowed to dry thoroughly before the regular coat of distemper is applied.

Application

Priming Coat:

The priming coat shall be with distemper primer or cement primer, as required in the description of the
item. The application of the distemper primer shall be as described

Note: If the wall surface plaster has not dried completely, cement primer shall be applied before
distempering the walls. But if distempering is done after the wall surface is dried completely, distemper
primer shall be applied. Oil bound distemper is not recommended to be applied, within six months of the
completion of wall plaster. However, newly plastered surfaces if required to be distempered before a
period of six months shall be given a coat of alkali resistant priming Paint conforming to IS 109 and
allowed to dry for atleast 48 hours before distempering is commenced.

For old work no primer coat is necessary.

Cement Primer coat

Cement primer coat is used as a base coat on wall finish of cement, lime or lime cement plaster or on non-
asbestos cement surfaces before oil emulsion distemper Paints are applied on them. The cement primer is
composed of a medium and pigment which are resistant to the alkalis’ present in the cement, lime or lime
cement in wall finish and provides a barrier for the protection of subsequent coats of oil emulsion
distemper Paints. Primer coat shall be preferably applied by brushing and not by spraying. Hurried
priming shall be avoided particularly on absorbent surfaces. New plaster patches in old work should also
be treated with cement primer before applying oil emulsion Paints etc.

Instruction to Bidders, Scope of Work 187 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

Preparation of the Surface

The surface shall be thoroughly cleaned of dust, old white or color wash by washing and scrubbing. The
surface shall then be allowed to dry for at least 48 hours. It shall then be sand papered to give a smooth
and even surface. Any unevenness shall be made good by applying putty, made of plaster of Paris mixed
with water on the entire surface including filling up the undulations and then sand papering the same after
it is dry.

Application

The cement primer shall be applied with a brush on the clean dry and smooth surface. Horizontal strokes
shall be given first and vertical strokes shall be applied immediately afterwards. This entire operation will
constitute one coat. The surface shall be finished as uniformly as possible leaving no brush marks. It shall
be allowed to dry for at least 48 hours, before oil emulsion Paint is applied. The Specifications in respect
of scaffolding, protective measures, measurements and rate shall be as described under

Distemper Coat:

For new work, after the primer coat has dried for at least 48 hours, the surface shall be lightly sand
papered to make it smooth for receiving the distemper, taking care not to rub out the priming coat. All
loose particles shall be dusted off after rubbing. One coat of distemper properly diluted with thinner
(water or other liquid as stipulated by the manufacturer) shall be applied with brushes in horizontal
strokes followed immediately by vertical ones which together constitute one coat. The subsequent coats
shall be applied in the same way. Two or more coats of distemper as are found necessary shall be applied
over the primer coat to obtain an even shade. A time interval of at least 24 hours shall be allowed between
successive coats to permit proper drying of the preceding coat. For old work the distemper shall be
applied over the prepared surface in the same manner as in new work. One or more coats of distemper as
are found necessary shall be applied to obtain an even and uniform shade. 15 cm double bristled
distemper brushes shall be used. After each day’s work, brushes shall be thoroughly

Washed in hot water with soap solution and hung down to dry. Old brushes which are dirty and caked
with distemper shall not be used on the work.

Rate

The rate shall include the cost of all labor and materials involved in all the above operations (including
priming coat) described above.

Item - Cement paint

Material

The cement Paint shall be (conforming to IS 5410) of approved brand and manufacture. The cement Paint
shall be brought to the site of work by the contractor in its original containers is sealed condition. The
material shall be brought in at a time in adequate quantities to suffice for the whole work or at least a
fortnight’s work. The materials shall be kept in the joint custody of the Contractor and the Engineer-in-
Charge. The empty containers shall not be removed from the site of work till the relevant item of the work
has been completed and permission obtained from the Engineer-in-Charge.

Instruction to Bidders, Scope of Work 188 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

Preparation of Surface

For New Work, the surface shall be thoroughly cleaned of all mortar dropping, dirt dust, algae, grease and
other foreign matter by brushing and washing. Pitting in plaster shall be made good and a coat of water
proof cement Paint shall be applied over patches after wetting them thoroughly.

Preparation of Mix

Cement Paint shall be mixed in such quantities as can be used up within an hour of its mixing as
otherwise the mixture will set and thicken, affecting flow and finish. Cement Paint shall be mixed with
admixture.

The first stage shall comprise of 2 parts of cement Paint and one part of water stirred thoroughly and
allowed to stand for 5 minutes. Care shall be taken to add the cement Paint gradually to the water and not
vice versa. The second stage shall comprise of adding further one part of water to the mix and stirring
thoroughly to obtain a liquid of workable and uniform consistency. In all cases the manufacturer’s
instructions shall be followed meticulously. The lids of cement Paint drums shall be kept tightly closed
when not in use, as by exposure to atmosphere the cement Paint rapidly becomes air set due to its
hygroscopic qualities. In case of cement Paint brought in gunny bags, once the bag is opened, the contents
should be consumed in full on the day of its opening. If the same is not likely to be consumed in full, the
balance quantity should be transferred and preserved in an airtight container to avoid its exposure to
atmosphere.

Application

The solution shall be applied on the clean and wetted surface with brushes or spraying machine. The
solution shall be kept well stirred during the period of application. It shall be applied on the surface which
is on the shady side of the building so that the direct heat of the sun on the surface is avoided. The method
of application of cement Paint shall be as per manufacturer’s specification. The completed surface shall
be watered after the day’s work. The second coat shall be applied after the first coat has been set for at
least 24 hours. Before application of the second or subsequent coats, the surface of the previous coat shall
not be wetted. For new work, the surface shall be treated with three or more coats of water proof cement
Paint as found necessary to get a uniform shade. For old work, the treatment shall be with one or more
coats as found necessary to get a uniform shade.

Precaution

Water proof cement Paint shall not be applied on surfaces already treated with white wash, color wash,
distemper dry or oil bound, varnishes, Paints etc. It shall not be applied on gypsums, wood and metal
surfaces. If water proofing cement is required to be applied on existing surface, previously treated with
white wash, color wash etc., the surface shall be thoroughly cleaned by scrapping off all the white wash,
color wash etc. completely. Thereafter, a coat of cement primer shall be applied followed by two or more
coat of water proof cement. The specifications in respect of scaffolding, protective measures,
measurements and rate shall be as described under 13.14. The coefficient for cement Paint on RCC Jalli
shall be the same as provided in Sl. No. 7 of Table 1 under para 13.23.6.4 for painting trellis for Jaffri
work.

Preparation of Surface

For new work, the surface shall be thoroughly cleaned off all mortar dropping, dirt dust, algae, fungus or
moth, grease and other foreign matter of brushing and washing, pitting in plaster shall make good, surface

Instruction to Bidders, Scope of Work 189 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

imperfections such as cracks, holes etc. should be repaired using white cement. The prepared surface shall
have received the approval of the Engineer in charge after inspection before painting is commenced.

Application

Base coat of water proof cement paint - All specifications in respect of base coat of water proofing
cement paint shall be as described. Before pouring into smaller containers for use, the paint shall be
stirred thoroughly in its container, when applying also the paint shall be continuously stirred in the
smaller containers so that its consistency is kept uniform. Dilution ratio of paint with potable water can be
altered taking into consideration the nature of surface climate and as per recommended dilution given by
manufacturer. In all cases, the manufacturer’s instructions & directions of the Engineer-in-charge shall be
followed meticulously. The lids of paint drums shall be kept tightly closed when not in use as by exposure
to atmosphere the paint may thicken and also be kept safe from dust. Paint shall be applied with a brush
on the cleaned and smooth surface. Horizontal strokes shall be given, First and vertical strokes shall be
applied immediately afterwards. This entire operation will constitute one coat. The surface shall be
finished as uniformly as possible leaving no brush marks. The specifications in respect of scaffolding,
protective measures, measurements and rate shall be as described

Item - Lightening conductor

The lightening conductor shall be of copper rod of 20 mm diameter 1.5 M long with knob at the end and
with conical spike at top .Copper tape conductor 20X3 mm size copper earth plate of 3 mm thick and
0.81 Sqm in area clamps, at 1 M centre to centre including providing and fixing 40 mm GI pipe up to 3
M height from ground and 0.5 M below ground including making all connections filling earth pit with
charcoal, salt etc and refilling and watering etc complete as per the specification laid down in relevant IS
codes.

Item - CI Dapuri type steps

Providing and Fixing in position Dapuri type steps made of CI with proper anchorage and providing and
applying 3 coats of anticorrosive paint etc complete,

Item - Sluice gate

Providing of CI gates shall conform to IS specifications. Fixing in position CI sluice gate in position as
per detailed drawings and specification including operating pedestal, operating / connecting rod of
required length, painting with 3 coats of anticorrosive paint etc complete.

Item - BB masonry chamber

Construction of B.B. masonry valve chamber includes excavation to the required size and depth,
Providing and placing in position PCC for levelling course, followed by 15 cm thick M:15 P.C.C.
foundation bedding , The chamber walls shall be in B.B. masonry in c.m. 1:5 proportion and inside
cement plaster in c.m. 1:3, and external cement pointing including precast R.C.C. frame and cover as
directed by Engineer in charge etc complete. The curing shall be carried out as per the specifications
before refilling the sides.

Instruction to Bidders, Scope of Work 190 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

TECHNICAL SPECIFICATIONS MECHANICAL WORKS

The Contractor shall have to design, supply ,erect and commission theme chanical equipment’s as
proposed by him in the treatment train to achieve the required parameters. The design, material of
construction and type of various mechanical equipment’s shall confirm to the standards laid in various
sections ofTender document.
The specification for pumps at sewage pumping station and allied equipment’s is given below

DETAILED TECHNICAL SPECIFICATIONS FOR PUMPING MACHINERY WORK AT SPS

Item: Submersible Non-Clog Sewage Pump Set

The submersible sewage pump shall be non-clog type. It shall be suitable for pumping raw unscreened
sewage containing sludge, storm water, long fibers, plastics, sand etc. The pump shall be able to pass
through soft solids up to 50 mm dia for all flows and capable of dealing with the sewage / sludge with
specific gravity of 1.05. Pump shall be of maximum 1500 rpm (Syn). Head range of pump operation
shall be -25% to +10% of duty point.

The duty conditions shall be as follows,

Pump 69.44 lps 20 m --- HP (Min) (2W+1 SB)

The pump installation design shall be such as to facilitate automatic installation and removal of the pump
without having to enter into the sewage pit by lowering or lifting on single guide pipe by interlocking
with delivery flange through special automatic coupling without disturbing discharge pipe and without
tightening bolts and nuts on discharge flange. Gasket profile shall be provided with automatic coupling
system so as to avoid metal contact between the pump and delivery bend to ensure leak proof joint.

The reverse rotation prevention system shall be incorporated in the pump design to ensure that pump dose
not start rotating in the reverse directions due to wrong electrical connection.

PUMP COMPONENTS.

Pump set shall include the following:

 Guide rail assembly consisting of S.G. iron pedestal, bracket auto coupling delivery bend and upper
guide rail holder.
 Guide pipe, stainless steel of appropriate length as required.
 Lift chain with shackles, stainless steel as of required length.

Instruction to Bidders, Scope of Work 191 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

PUMP CONSTRUCTION:

1. Pump Casing.
The pumps casing shall be of C.I. as per I.S. 210 Gr. FG. 260. The internal surface shall be free of
rough spots. The casing shall be with integral suction and central line delivery.

2. Impeller.
Impeller shall be of Cast steel of grade ASTMA 351/351M –CF8M. Impeller shall be of double vane
semi open, non-clog design. Additionally a special contra block cutting inlet with waved tearing
edge system should also be incorporated on the suction sides and coarse toothed tearing blade on
upper side of impeller of the pump for disposing of soft material which would otherwise clog the
pump.

3. Pump Shaft.
The pump shaft shall be of SS 410. The shaft shall be in one-piece construction.

4. Pump bearing.
Pump bearing shall be of maintenance free anti friction type designed for minimum 40000 hours.
The bearings shall be able to take normal radial and axial forces at any point of operation and to
take care of thrust load due to unbalanced hydraulic load on impellers plus the weight of all
rotating parts of the pumps. Pump bearings shall be designed with a minimum life of 40,000 hours,
the bearing shall be grease lubricated for life and shall be maintenance free.

5. Guide Rail Assembly Suitable to site condition.


The assembly shall consist of S.G. Iron pedestal, bracket, auto coupling stand, lifting chain delivery
bend, MS guide pipe with galvanized coating, upper guide, rail holder, Rail pipe of 50 mm NB of
Class C of length suitable to site situation. The pedestal and bracket shall provide automatic
coupling between pump delivery flange and discharge bend.

The item includes providing, erecting in single length stainless steel guide pipe of 50 mm dia for
hoisting of pump set. The diameter shall match the guide rail assembly being supplied by the
manufacturer.

Each pump shall be provided with carbon steel forged chain of adequate strength. The chain shall
have rings of same size as chain, fixed at an interval of about one meter for engaging the hook of
chain pulley block. The size of chain shall be as recommended by the manufacturer of the pump
being supplied.

6. Mechanical Seals.
Double mechanical seals shall be provided to prevent pumped liquid entering into the motor
winding. The seal shall be situated in oil chamber to ensure proper lubrication. The face
combination of mechanical seals shall be Silicon Carbide V/S Silicon Carbide.

Instruction to Bidders, Scope of Work 192 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

7. Fasteners.
All pump fasteners shall be in Stainless Steel SS 304 only.

8. Foundation Nut and Bolts.


Stainless steel foundation nuts and bolts shall be provided.

9. Protective Coating.
The pumps shall be anti corrosive epoxy painted. For better efficiency Special Surface Treatment
shall be provided to the inner surface of pump casing. The coating used for bringing about efficiency
improvement shall be polymer based system, which is a cold cured highly modified chemically
resistant, two-pack resin system filled with stabilizing enforcement to Improve flow characteristics.

10. Pump Balance.

All rotating parts shall be statically and dynamically balanced as per relevant standards.

11. A - Submersible Motor.

The submersible motor shall be dry, totally enclosed, squirrel cage induction motor working on 415
V + 10% and frequency 50 Hz + 3% suitable for three phase AC supply, continuous duty with class
“F” insulation operating at 1500 rpm (Syn.). Winding of the motor shall be in copper and shall be
impregnated by resin, motor shall have integral cable entry port and cable entry shall be properly
sealed. Water tight cable joint with cable sleeve to relive strain shall be provided. No cable
jointing will be allowed between submersible motor to starter in any case.

The motor shall have copper bar rotor or aluminum dia cast rotor. The motor shall have reverse
rotation protection.

The enclosure of motor shall be IP 68. Each phase of the motor shall be provided with three mica
switches or bimetallic Electro mechanical sensor for thermal protection against overheating. The
sensor’s feedback should be given to individual pump set starter for further protection mechanism.
The motor shall operate satisfactorily at all operating levels in wet well. Motor shall be sealed
against entry of liquid being pumped by using two mechanical seals. The motor hermetically sealed
shall be cooled by surrounding liquid.

The motor shall have minimum reserve margin of 10% over the entire working range of the pump
i.e. - 25% to +10 % of duty head.

11. B - Float Switch


The pumping station shall be provided with a water level sensor and based on the level, the pumps
shall switch ON and OFF. The sequence of switching on and off for four duty and two standby
pumps will be decided. The auto-control shall be through the PLC provided and programmed for
this. The input to PLC will be the station water level and the control will be through the starters of
motor. The auto and manual mode operation shall be provided

Instruction to Bidders, Scope of Work 193 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

12. Moisture Sensor.

Moisture sensor shall be provided in the oil chamber to detect the failure of the mechanical seal.
The sensor will trip the pump motor in case of ingress of moisture in the oil chamber.

13. Submersible Motor Cable.


Each pump shall be provided with 20 meters long adequate size cables, copper conductor, both for
power and control, which shall be terminated in the pump starter panel.

14. Testing.

Manufacturer will conduct and furnish test certificates for the following;

a) Hydraulic test on casing.

b) Routine tests on motor including H.V. test and megger test.

c) Material test for major components certifying the grades of the material used.

All pump sets shall be subjected to factory tests in presence of Engineer-in charge or his
representative and third party inspection agency approved by Deptt. The test shall be according to
IS 5120.

A. Factory Test.

Each pump shall be shop tested by manufacturer to determine following characteristics.

1. Head Capacity curve.


2. BHP curve.
3. Efficiency Curve.
4. Total power consumed.
5. Rotating assembly balancing.
a. Hydrostatic Test.
Pump casing shall be tested at hydrostatic pressure equal to twice duty head or 1.5 times shut off
head whichever is higher as per IS:5120.

b. Performance Test.
Performance test of each pump should be carried out. The test shall generally be carried out as per
IS: 9137 for Acceptance test for pumps of Class-C. The test shall be carried out at full speed and full
load at manufacturer’s work. The test shall cover six points i.e.

i) Duty point.
ii) Two points above duty point.
iii) Two points below duty point.
iv) Shut off head.

Instruction to Bidders, Scope of Work 194 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

The test shall be documented by obtaining concurrent readings showing motor voltage, current,
discharge, head and power consumed at each point.

c. Strip Inspection.
Any one of the pump sets after completion of their performance tests and as selected by the
Engineer or Inspector at random will be offered for strip-inspection and dimensional checking. The
manufacturer/ contractor shall submit all required dimensional drawings. Minimum points as
under shall be checked.

1) Original dimensions of impeller.


2) Dynamic balancing of impellers.
3) Finish of water passage in impeller.
4) Review of raw material test certificate and quality control procedure.
Any deviation from tenders specifications and related IS shall be pointed out in inspection report.
Material test certificate to the various pump components shall be furnished.

B. Field Performance Test.


The test shall be carried out as per relevant IS code of acceptance test of pump Class-C.
As regards P – Q characteristics for acceptance, it shall be checked whether motor is not getting
overloaded within specified range.

a. Volumetric.

Volumetric measurement shall be taken by Ultrasonic calibrated flow meter arranged by the
contractor at his cost.

b. The head shall be measured with calibrated pressure gauge of accuracy 1% or better. At least
three pressure gauges shall be used dully calibrated from two different institutions with prior
approval of the Engineer. The gauge shall be fitted at suitable place on the discharge pipe.

c. The input power to motor shall be measured with portable energy analyzer.

d. The field test shall be taken with entire head range in such a manner that it would cover at least
6 points (i.e. duty point, 2 above, 2 below and shut off). The field performance test at site is
absolutely essential as above (a) to (e).

The item includes removal of existing pumps without disturbing existing routine pumping and
proper stacking of all material as directed by Engineer-In-charge.

Instruction to Bidders, Scope of Work 195 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

Approved makes:

Grundfos / Kishore/ KSB

Item : MS/ CI DF pipes and Specials:

The item includes providing, erecting, jointing with jointing material and commissioning double flanged
MS/ CI pipes and specials for the deliveries of all pumps and common manifold well outside the pump
house. The weight given is tentative. The contractor shall provide required quantity as per site condition
and as approved by the Engineer-In-Charge. All pipes and specials shall be adequately supported and
properly clamped when in vertical position.

This item includes removal of existing pipeline found unnecessary.

The contractor shall submit and get approved the layout drawing before procuring the material. The new
and existing specials and pipes shall be given two coats of anti corrosive paint.

Item : Flanged Joints:

The item includes providing and making flanged joints to flanged CI/ MS pipes and specials including
cost of all jointing material (rubber packing, nu bolts etc), labour, hydraulic testing etc. complete. The
quantity in schedule B is tentative. Payment will be made on actually provided joints.

Item : CI d/f sluice valve.

The item includes providing, laying, jointing with jointing material, commissioning and giving
satisfactory test of CI, D/F Sluice Valve of approved make and shall be provided in the delivery of each
pump. The C.I. Sluice Valve shall be suitable for PN 1.0 rating conforming to IS: 14846. The sluice
valve shall be double flanged, water works pattern, inside screw, non-rising spindle type, electrically
operated. The valves shall be installed on delivery floor as per sizes mentioned below,

a. Pump A 200 mm diameter 1 No. per pump

b. Common manifold : 300 mm diameter 1 No

Material of Construction:

Sr. Component Preferred Ref. To IS Grade of


No. Material No. Design

1. Body, bonnet, dome, stool cover, wedge, stuffing Grey cast iron 210 FG 200
box, gland thrust plate, cap.

Instruction to Bidders, Scope of Work 196 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

2. Hand wheel Grey cast iron 210 FG 200

3. Stem Stainless steel 6603

4. Wedge nut, shoe channel. LT bronze 318 LTB-2

5. Body seat ring, wedge facing ring, bushes. LT bronze 318 LTB-2

6. Bolts Carbon steel 1363 Class 4.6

7. Nuts Carbon steel 1363 Class 4.0

8. Gasket Rubber 638 Type B

9. Gland packing Jute, hemp 5414

10. Gear SG iron 1865 Gr 500/7

11. Gear housing Grey cast iron 210 FG 200

12. Pinion & pinion shaft carbon steel 1570 C55 Mn75

Approved makes:

Kirloskar/ IVI/ IVC/ Gavane Patil/ Mayur/ Durga/AVK

Item: C. I. D/F Reflux Valve:

The item includes providing, laying, jointing with jointing material, commissioning and giving
satisfactory test of CI, D/F Non Return Valve of approved make with PN 1.0 rating, on delivery side
conforming to IS 5312 (I).

a. Pump A 200 mm diameter 1 No. per pump


b. Common manifold 300 mm diameter 1 No

The Non Return valves shall be single door type, free acting, quick closing, giving rapid non slam closure
and with low head loss characteristics when in open position. The valves shall be suitable for following
working pressure and shall be tested at factory.

Test Pressure for

i) Seat 10 Kg/cm2 for 5 minutes.

ii) Body 15 Kg/cm2 for 10 minutes

Instruction to Bidders, Scope of Work 197 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

Material of construction:

Body, Cover, door face etc. Cast Iron conforming to grade IS: 210 Grade FG 200.

Hinges Cast Steel conforming to IS: 1030.

Hinge pins, door pins and door Stainless steel conforming to IS: 6603.
suspension pins.

Bearing bushes, body Hinges and door Gun Meal conforming to grade 2 of IS: 318 LTB
faces.

Fasteners Stainless steel.

Testing:

All Non Return valves shall be tested at manufacturer’s works as per relevant IS. The scope of inspection
is as given below.

a. Review of raw material test certificates and quality control procedure.


b. Body and seat test.

This item includes dismantling of existing valves and piping if required.

Approved makes:
Kirloskar/ IVI/ IVC/ Durga/ Mayur

Item: Kinetic Air valve:


The item includes providing, supplying, laying, jointing with jointing material, commissioning and giving
satisfactory test of Kinetic Double Orifice type Air Valve, 80 mm dia, PN 1.0 rating as per CG PHED
standard specifications having small orifice elastic ball resting on a gun metal orifice nipple, large orifice
vulcanite ball seating on moulded seat ring, with built-in kinetic features and isolating sluice valve of
same size and rating mounted in horizontal portion, operated by wheel gearing, inlet face and drilled etc.
complete.

Approved makes:
Kirloskar/ IVI/ IVC/ Mayur/ Durga

Item: LT Panel:
The item includes designing, providing, installing, commissioning and giving test of LT Panel, floor
mounting cubicle with accessories fitted as per the details given in electrical specifications.

Item: Starter panels:


Separate starter panels, stand alone shall be provided for individual motor with air break contactors of AC
3 duty. The panel shall be cubicle type, floor mounting, made from 14/16 SWG MS sheet, powder coated.

Instruction to Bidders, Scope of Work 198 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

The cubicles shall be provided with screened louvers for cooling. The panel shall incorporate low voltage
protection, over-load protection, single phasing prevention, thermostat protection, reverse rotation
protection, seals monitor relay and automatic sewage level controller.

Ammeter of adequate range shall be provided. Indicator lamps for phase indication, starter on, off and trip
indication shall be provided.

The pump shall be controlled by automatic sewage level controller when the pump is in auto mode. The
sensing electrodes shall be fixed in the well. Necessary control wiring shall be done.

The details as per the electrical specification shall be followed

Approved makes:

Kishore/ KSB/ Grundfos

Item : cables

The items include providing, laying, electrically connecting and commissioning aluminum conductor,
XLPE insulated, armored cables as per schedule B. The cables shall be conforming to IS 1554 or IS 7098.
The cables shall be properly terminated with crimped lugs and cable glands without any extra cost. The
cables shall be run through cable trays of adequate sizes.

The sizes of cables as mentioned below shall be minimum and the contractor may provide higher sizes if
required. The lengths in schedule B are tentative and payment will be made on actually laid lengths only.

3 .5 core, 35 sq. mm, 1.1 KV grade From DGL to LT panel to DOL starter panels

3 .0 core, 10 sq. mm, 1.1 KV grade From LT Panel to DOL starter panels

4 .0 core, 4 sq. mm, 1.1 KV grade From DOL to capacitors

Further details as per the electrical specification shall be followed.


Approved makes:
Finolex/ Gloster/ Ravin/ Trapodur/ Polycab

Item: LT Earthing:
The item includes providing suitable plate type earthing to indoor equipment’s conforming to IS 3043 and
as approved by the Electrical Inspector. The earthings stipulated below are minimum requirements. It
shall how ever be the responsibility of the contractor to design and provide adequate earthing arrangement
without any extra cost.

The earthing shall include supplying and erecting galvanized cast iron earth plate size 60 cm x 60 cm x
0.6 cm buried in specially prepared earth pit so as to keep top of earth plate 1.5 m below ground with 40
kg each charcoal and salt with alternative layers with 19 mm dia GI pipe with funnel with a wire mesh for
watering and brick masonry block, cover complete with necessary length of GI wire connected to nearest
switch gear, duly tested by earth tester and recording the results. All electrical equipment’s shall be
connected by two distinct earth terminals to the earth plates provided.

Instruction to Bidders, Scope of Work 199 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

The item includes providing and extending earth leads from earth plates to all electrical equipment’s by
using GI strip or 8 SWG GI wire.

Further details as per the electrical specification shall be followed.

Item: HOT Crane:


The item includes providing, erecting and commissioning single girder Hand Operated Travelling Crane
up to 6 meter span, 6 m travel and 10 m lift complete with chain pulley block, ISI marked and travelling
trolley both tested for 50% overload including arrangement for circular travel and cross travel with
wheels, hand chain. The capacity of crane shall be 3 MT. The item includes providing and fixing square
bars of 40 mm x 40 mm, EN 8 material or rails of suitable section.

This item includes dismantling of existing hoisting arrangement and proper stacking of the same.

Approved makes:
Morris/ Hercules/Anupam/ SMACO

Item: Pressure gauges:

The item includes providing, fixing and connecting diaphragm type pressure gauge of 100 mm dial on
each pump delivery and common manifold. The item includes piping connection with required hardware
as well.

Approved makes:
Kains/ Addmas/ Shreeji/ Parth/ Tirupati/ Adarsh/H Guru

Item No.11: Pump house Lighting:


The item includes providing Lighting for the entire pump house building, transformers yard, sub-station
area as per I.E. rules including 250 watts sodium vapour lamps / 90 W LED lamps all round outside,
1200 mm long twin fluorescent tube lamps with industrial type reflectors for pump house including a
portable hand lamp and 1200 mm ceiling fan etc. complete as directed by Engineer-In-Charge. The plan
of electrification and allied equipments shall be got approved from Engineer-In-Charge prior to execution.

This item includes dismantling of existing wiring and fixtures without disturbing the daily routine.

Further details as per the electrical specification shall be followed.

Item No.12: Tools:


The item includes supplying set of tools and spares as recommended by the pump manufacturer in
addition to the tools listed below,

1. DE open jaw fix spanner set, 6-32 mm 1 set


2. Bi-hex ring spanner set, 6-32 mm 1 set
3. Ball pan hammer, 800 gm 1 No
4. Combination side cutting plier, 200 mm 1 No

Instruction to Bidders, Scope of Work 200 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

5. Adjustable wrench, 250 mm 1 No


6. Pipe wrench, 60-450 mm 1 No
7. Pipe wrench, 70-600 mm 1 No
8. Screw driver, 6 x 300 mm 1 No
9. Screw driver, 8 x 200 mm 2 No
10. Screw driver, 5 x 200 mm 2 No
11. Hack saw frame, 300 mm 1 No
12. Screw driver cum tester 2 No
13. Triangular file, 300 mm 1 No
14. Bearing puller, 10" 1 No
15. Hydraulic crimping tool, 6-500 sq.mm 1 No
16. Megger, 500 V 1 No
17. Tong tester 1 No
18. Long nose plier, 200 mm 1 No

Approved makes of tools:

Gedore/ Jhalani/ Taparia

Item : DG Set 100 KVAwith AMF Panel:


The item includes providing outdoor DG set at site, carrying out all preparatory works, assembling,
installing, making adjustments, confirming all pre-commissioning requirements as per manufacturer’s
instructions, commissioning, final testing, putting in to operation and handing over of the complete
system including inspection of Electrical Inspector. The work includes necessary minor civil works such
as opening on wall/ slab/ floor and making good as it was and comprehensive maintenance of the DG set
for 1 year from date of commissioning.

The engine shall be of standard design of original manufacturer. It shall be totally enclosed air cooled
diesel engine with 4 stroke multi cylinder developing suitable power at the load terminals of alternator at
1500 rpm at armature temperature of 400 C. The engine shall be capable of delivering specified power at
variable loads for power factor of 0.8 lagging with 10% overload available in excess of specified output
for 1 hour in every 12 hours. The average load factor of the engine over a period of 24 hours shall be 0.85
for power output. The engine shall conform to IS 10000.

The engine shall be fitted with following accessories,

1. Dynamically balanced fly wheel.


2. Flexible coupling and guard for alternator and engine.
3. Lubricating oil cooler.
4. Air cleaner.
5. Lubricating oil pressure gauge.

Instruction to Bidders, Scope of Work 201 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

6. Lubricating oil filter with replaceable element.


7. Dry exhaust manifold with silencer and vertical hot air duct of required length.
8. 24 V electric starting equipment complete with standard batteries, dynamo, cutout, ammeter, self
starter etc.
9. Mechanical governor of class A2.
10. Radiator.
11. Daily fuel tank of 300 litre capacity.
Engine control panel shall be fitted with following accessories/ indicators,
 Start/ stop key switch
 Lube oil pressure indication
 Water temperature indication
 RPM indicator
 Engine hours indication
 Battery charging indication
 Low lube oil trip indication
 Over speed indication

The battery charger shall be trickle and boost type suitable to charge required number of batteries at 12 V
complete with transformer, rectifier, charge rate selector switch, indicating ammeter, voltmeter and
battery over charging protection with audible alarm.

Battery capacity shall be 180 AH with copper cable of 50 sq. mm size.

Alternator shall be 415 V, 1500 rpm, 3 phases, 50 Hz with 0.8 lagging power factor at 400 C armature
temperature, brushless type, self regulated.

Engine and alternator shall be coupled by means of flexible coupling as per manufacturer’s design and
both units shall be mounted a common base plate together with all auxiliaries to ensure perfect alignment
of engine and alternator with minimum vibrations.

The Automatic Mains Failure panel shall consist of power module, control and metering module,
protection module etc as specified under PWD specifications.

Testing:
DG set shall be tested in the presence of Engineer-In-Charge or his authorized representative for
following before dispatch,

 Full load trial for 12 hours


 10% overload trial for 1 hour within 12 hour test.

Instruction to Bidders, Scope of Work 202 | P a g e


Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

Certificates:
 Manufacturer’s test certificates for engine, alternator, and of the set.
 Certificate for the engine model so selected along with compliance of noise and emission norms
as per latest CPCB guidelines.
 Permission from the Electrical Inspector.

Approved makes:

Maxwell/ Trinity/ Greaves/ Kirloskar/ Cummins/ Mahindra

Item: Test and Trial:


The item includes test and trial of all equipment’s installed after their commissioning. It includes field
tests of pumps, and electrical system etc to prove their suitability as per contractual conditions and
applicable Indian standards. Manufacturers’ recommendations for testing shall be followed. It includes
providing skilled and unskilled man power for operation and maintenance for a period of 1 month after
commissioning.

The contractor shall carry out operation and maintenance of sub-station, pump house, all equipment’s and
the works involved in the scope of this tender. The intention of carrying out operation and maintenance
through the contractor is to operate the pumping machinery as per the requirement of the department and
impart training to departmental staff in a systematic manner.

The contractor shall provide sundry material as required during this period.

Instruction to Bidders, Scope of Work 203 | P a g e


TECHNICAL SPECIFICATIONS – ELECTRICAL AND INSTRUMENTATION WORKS

It shall be the Contractor’s responsibility to obtain adequate in coming HT power from State Electricity
Authority based on the maximum demand load. The Employer will pay the charges for obtaining the
above connection whereas necessary liasioning for the same shall be done by the Contractor in
consultation with Engineer-in-charge.

A. Electrical Specifications
1.0 General

It is not the intent to specify herein all the details pertaining to the design, drawing, and selection of
Equipment/materials, procurement, manufacture, installation, testing & commissioning, however, the
same shall be of high standard of engineering and shall comply with all currently applicable standards,
regulations & safety codes. These specifications cover the equipment to be installed in switchgear,
switchyard, DC supply system and other allied equipment, cables etc. along with the specifications for
workmanship, laying cables, earthing systems, lightning protection etc. It shall be the responsibility of the
contractor to design the electrical system based on the selection of the mechanical equipment. The work
will be executed as per the detailed designs and drawings approved during execution.
The electrical equipment and system has to be connected with the Instrumentation system. The Details of
the connectivity of the electrical system/equipment with the Instrumentation system has to be worked out
by the contractor to be commensurate with the requirement of the Instrumentation system to be provided.
The contractor shall provide all necessary accessories with the equipment dealt herein or additional
equipment required for effective functioning of the electrical systems.The pre-dispatch inspection and
pre-commissioning testing and commissioning details are provided in respective Chapters.
The brief technical specifications of the various electrical equipment are given in subsequent
Clauses comprising the following:
 Applicable Indian Standards
 Other considerations (if any)
 Drawings and documents for review/approval

The various systems covering the installation practices are described separately.
The scope of the contractor shall cover design and drawing of electrical systems, selection of the
Equipment/materials, procurement, expediting, inspection, packing and forwarding, delivery at Site,
erection, testing, commissioning, obtaining the statutory approvals, handing over the complete plant etc.
The scope of the contractor shall cover design and drawing of electrical systems, selection of the
Equipment/materials, procurement, expediting, inspection, packing and forwarding, delivery at Site,
erection, testing, commissioning, obtaining the statutory approvals, handing over the complete plant etc.
1.1 Power Supply Information
The proposed power supplies are as follows:

I. 11 kV AC system Voltage variation +6 to -9% freq. Three phase, 50Hz, effectively


Variation +3 to 5% earthed AC system Short Circuit
(SC) rating 450MVA

204
II. 415 kV AC system Voltage variation +10 to -15% freq. Three phase, 50Hz, effectively
Variation +3 to 5% earthed AC system SC rating
50kA
III. 240 AC System Voltage variation +10 to -15% freq. Single phase & neutral, 50Hz
Variation +3 to 5% effectively earthed system
IV. 110V DC supply Voltage variation +10 to -15% Unearthed two wire system

The ambient temperature for design of the electrical equipment shall be 50°C
The basic objective of the project is to improve the overall energy efficiency of the ULBs which could lead
to substantial savings in the electricity consumption, thereby resulting in cost reduction/savings for the
ULBs. The major energy loads in a Authority are typically the water pumping systems, street lighting,
sewage treatment and handling, and electricity distribution.

1.2 Fault Levels


The fault levels of the proposed units in the sub-station/pump house shall be as per IS: 2026 as follows:
 11 kV system: 450 MVA
 415 V system: 50 kA

2.0 Design Considerations


2.1 General
The electrical installations proposed under the contract are for the project requirement. Wherever found
necessary, the installations shall be done considering the likely extension of the system/system component
for integration with the future extensions.

2.2 Sub-Stations at Rajnandgaon Pump House & STP


The work includes designing, providing, erecting, constructing, testing and commissioning of 11/0.433 KV
Switchyard at Rajnandgaon Sewage Pumping Station (SPS)& Sewage treatment plant. The electricity at
Sewage pumping station will be made available by tapping from the existing 11 KV feeder line for the
Rajnandgaon town water supply headworks at river Sheonath. The contractor is required to provide and
install 11 KV electric feeder line from this tapping point tothe transformer substation near SPS. The work
consists of construction of 11/0.433 KV Switchyard at Rajnandgaon SPS, shall comprise of providing,
installation, testing * commissioning of;

i Incomer gantry with pole mounted structure, Lighting arrestor, double break isolators with earth
switch & Draw out fuse.
ii Transformer with off-load tap changer of adequate capacityand primary side with ASCR
conductor, XLPE cables after transformers, insulators, control cables, and other accessories
including all civil works to complete the work in all respect as per requirements of IS/IE rules.

2.2 Sub-Stations at Rajnandgaon Pump House & STP


The work includes designing, providing, erecting, constructing, testing and commissioning of 11/0.433 KV
Switchyard at Rajnandgaon Sewage Pumping Station (SPS)& Sewage treatment plant. The electricity at
Sewage pumping station will be made available by tapping from the existing 11 KV feeder line for the
Rajnandgaon town water supply headworks at river Sheonath. The contractor is required to provide and
install 11 KV electric feeder line from this tapping point tothe transformer substation near SPS. The work
consists of construction of 11/0.433 KV Switchyard at Rajnandgaon SPS, shall comprise of providing,
installation, testing * commissioning of;

205
i Incomer gantry with pole mounted structure, Lighting arrestor, double break isolators with earth
switch & Draw out fuse.
ii Transformer with off-load tap changer of adequate capacityand primary side with ASCR
conductor, XLPE cables after transformers, insulators, control cables, and other accessories
including all civil works to complete the work in all respect as per requirements of IS/IE rules.

The substation at Sewage Treatment Plant (STP) will receive electrical feeder of 11 KV from the
substation located at 4.5 Km away. The transmission line shall be provided installed, tested and
commissioned by the contractor.

The substation at STP premises will consist of 11 / 0.433 KV switchyard and shall include the

detail components stated above in the substation for SPS with capacities suitable for the load of STP.

2.3 Transformer Capacity


The transformer 1no for Rajnandgaon pump house & 1no for Rajnandgaon sewage treatment plant of
11/0.433 KV. rating as per load requirement of respective sub-station shall be provided.

The design of transformer shall consider the following:


a) The loads of the proposed LT motors along with all other auxiliary loads of the equipment &
lighting in pump house, and other load in campus and other buildings /structures in the campus
area.
b) The transformer capacity shall consider the scenario of largest load switching on at the last, when
all other load are already switched on.
c) Subject to the above requirement1no transformer of 11/0.433 KV of suitable capacity shall be
considered.

2.4 Technical Specifications of Transformers

Standards
No Standards Description
a) IS 2026 Specification for power Transformers
b) IS 2099 Specification for bushing for alternating voltage above 10000V
c) IS 3347 Specification for porcelain transformer bushing
d) IS 1180 Outdoor type oil immersed Distribution Transformers

Other Considerations
The height of the transformer foundation shall be such that the line terminal (11 KV/0.433 KV side) shall
at least be 3670mm above top of the finished ground level of the outdoor switchyard.
The transformers of shall be complete with an off-load tap changing (OCTC) gear with all other
accessories shall be provided as per requirement.
Requirements of Indian Electricity Rules should be fulfilled wherever required.

1. Application Power Distribution

206
2. Rating Voltage ration of each Unit 11 / 0.433 kV
3. Percentage Impedance (Sub IS Tolerance) As per IS 2026 & IS 1180
4. Cooling Method ONAN
5. 3 Phase unit 3Ø unit
6. Winging material Copper
7. Type of winding Delta-star
8. Vector group Dyn11
9. Fault Level on HV side 450 MVA for 11 kV
50 kA for LT
10. Neutral earthing of HV. LV system Solidly earthed
11. Whether fully insulated Yes
12. Impulse voltage withstand As per IS-2026
13. Power Frequency withstand voltage As per IS-2026
14. Temp rise of oil by thermometer 50°C cover ambient
15. Temp rise of winding by resistance 55°C cover ambient
16. Type of tap changing dear OCTC (off circuit tap changer)
17. Tapping on winding HV
18. Total tapping range & step range As per IS 1180 / 2026
19. HV side termination suitable for ACSR conductor
20. LV side termination suitability XLPE cable
21. LV winding neutral end Additional bushing for external system
earthing
22. Installation Outdoor
23. Colour shade of final painting as per IS 5 Yes – (shade – 632)

Marshalling Box (MB)

1. Location Transformer body mounted


2. Application For housing
3. Space heater & lamp in MB Required
4. Degree of protection IP 55
5. Colour of final painting as per IS 5 Yes – (shade – 632)

Accessories

1. Buchholz relay for 11/0.414 kV transformers Required

207
2. Silica gel breather Required
3. Oil conservator tank Required
4. Inspection manhole for 11/0.415 transformer. Required
5. Lifting lugs Required
6. Tap position indication for 11/0.415 transformer. Required
7. Jacking pad for 11/0.415 transformer. Required
8. Detachable radiator Required
9. Oil drain cum sampling valve for 11/0.415 transformer. Required
10. Air release drive for 11/0.415 transformer. Required
11. Explosion vent Required
12. Skids Required
13. Wheel Bi direction

Drawings & Documentation Required


 GA drawings of the complete transformer
 Foundation drawing for transformer
 GA drawings for bus-duct termination, cable box, marshalling box.
 Schematic & wiring diagram for MB
 Quality insurance plan. (QAP)
Testing
The transformer will be tested in manufacturers works as per IS in presence of the Engineer or his
representative.

2.5 11 kV Air Break Switch (Isolator)


The specification covers the design, manufacture, testing at manufactures works, supply, delivery, storage
at site; erection, testing and commissioning of 11 kV Isolator complete with instrumentation controls and
safety devices. The scope of supply shall include spares for 2years of operation of the substation, special
tools and testing devices, all parts accessories etc. which are essential for construction, operation and
maintenance of the Isolator even though these are nor individually or specifically stated or enumerated.
Corresponding components of the Isolator and associated equipment and spares shall be of the same
material, dimensions and finish and shall be interchangeable.

Standards
Standard Description
IS 9921 Specifications for A.C. Disconnectors (Isolator)
IS 2544 Insulators

Other considerations
 Isolators shall have three posts per phase, triple pole single throw, tilting, manual, gang operated
out-door type silver plated contacts with horizontal operating blade and isolators posts arranged

208
vertically. All isolators shall operate through 90 degree from their fully closed position to fully
open position, so that the break is distinct and clearly visible from the ground level.
 All isolators shall have heavy duty self-aligning and high pressure line type fixed contacts of
modern design and made of hard drawn electrolytic copper. The fixed contact should be of reverse
loop type. The pad for connection of terminal connector shall be of aluminum with thickness not
less than 12 mm.
 The switch blades forming the moving contacts shall be made from tubular section of hard drawn
electrolytic copper having outer dia. not less than 38 mm and thickness 3 mm. The surfaces of the
contacts shall be rendered smooth and silver plated. The thickness of silver plating shall not be less
than 25 microns for 11 KV. The current density in the copper parts shall not be less than 2
Amp/sq.mm andaluminum parts shall be less than 1 Amp/sq.mm.
 The earthing switch should be provided below the fixed contacts assemblies of the main switch on
the incoming supply side and the sets of moving contacts having ganged operation. These contacts
shall be fabricated out of electrolytic copper designed to withstand current on the line.
 The clamps should be manufactured by gravity die-casting method only and not by sand casting
process.
 The terminal connector shall be manufactured and tested as per IS: 5561. No part of the clamp
shall be less than 12 mm thick. All nuts and bolts shall be made of stainless steel only. Bimetallic
sleeve/liner shall be 2 mm thick.
 The insulator stack shall conform to IS; 2544.
 The glazing of the porcelain shall be uniform brown colour, free from glisters, burns and other
similar defects. Insulators of the same rating and type shall be interchangeable.
 The porcelain and metal parts should be assembled in such a manner that any thermal expansion
differential between the metal and the porcelain parts throughout the range of temperature variation
shall not loosen the parts or create undue internal stresses which may affect the electrical or
mechanical strength and rigidity. Each cap and base shall be of high-grade cast steel or malleable
steel casting and they shall be machine faced and smoothly dispatched. The cap and base of the
insulators shall be interchangeable with each other.
 11KV isolators technical particulars:
Type of Isolator Double Break, center post rotating Type,
Manually gang operated ( with earth switch)
Installation Outdoor
Nominal system voltage KV (rms) 11
Highest system voltage KV (rms) 12
Rated Current 200 Amp
Short circuit current (kA) 25 kA
Impulse voltage withstand test KV (peak) 75
Visible discharge test KV voltage 27
Creepage distance mm (min) 372
Terminals suitable for ACSR Conductor
Height of operating 1200 mm approx. above operating floor

209
 All Isolators and earthing switches shall have separate dependent manual operation. The Isolator
should be provided with padlocking arrangements for locking in both end position to avoid
unintentional operation. The isolating distances should be visible for isolators.

Technical Parameters
Type of Isolator Tilting Type, Manually gang operated (with or without earth
switch).
Location and type As shown in SLD.
Rated voltage 11 kV
Rated Current 200 A
Short time current (kA) 25 kA for 3 sec
Terminals suitable for ACSR Conductor
Installation Outdoor
Height of operating handle 1200 mm approx. above operating floor
Interlocks Provision Castle Interlock with CB.
Creepage distance 31mm / kV

Testing
The Isolator will be tested in manufacturers works as per IS in presence of the Engineer or his
representative.

2.6 Drop Out Fuse (DOF)


The specification covers the design, manufacture, testing at manufactures works, supply, delivery, storage
at site; erection, testing and commissioning of 11 kV Drop out fuse complete with safety devices. The
scope of supply shall include spares for 2years of operation of the substation, special tools and testing
devices, all parts accessories etc. which are essential for construction, operation and maintenance of the
DO Fuse even though these are nor individually or specifically stated or enumerated. Corresponding
components of the DO Fuse and associated equipment and spares shall be of the same material, dimensions
and finish and shall be interchangeable.

Standards
Standard Description
IS 9385 Specifications for High Voltage Fuses
IS 2544 Insulators

Other considerations
The drop out fuse (DOF) shall be provided on Pole Structure. The height of the GI structure shall be such
that the line terminal shall be 3000 mm above top of the finished ground level/gravel level of the 11-kV
outdoor switchyard.

Technical parameters
Type of DOF HRC fuse type
Quantity and location As per requirement of approved design & drawing.

210
Rated voltage 11 kV
Rated Current of DOF 200A
HRC fuse rating Suitable for the load i.e. transformer rating
HRC fuse link rating As required
Short time current (kA) 25 kA for 1 sec
Rated peak short circuit current 35.36 kA (Peak)
Primary terminal suitable for ACSR Conductor
Installation Outdoor
Creepage distance 25 mm / kV

Testing
The Drop Out Fuses will be tested in manufacturers works as per IS in presence of the Engineer or his
representative.

2.7 Lightning Arrestor (LA)


The specification covers the design, manufacture, testing at manufactures works, supply, delivery, storage
at site; erection, testing and commissioning of 10 kV Lightning Arrestors complete with safety devices.
The scope of supply shall include spares for 2years of operation of the substation, special tools and testing
devices, all parts accessories etc. which are essential for construction, operation and maintenance of the LA
even though these are nor individually or specifically stated or enumerated. Corresponding components of
the LA and associated equipment and spares shall be of the same material, dimensions and finish and shall
be interchangeable.

Standards
Standard Description
IS 3070 Lightning arrestors for alternating current systems
IEC 99 Lightning arrestors for alternating current systems
IS 5621 Insulators

Other considerations
The LA shall be provided on pole structure. The height shall be such that the live terminal shall be 3000
mm above top of the finished ground level/gravel level of the 11-kV outdoor switchyard. Each and every
individual unit of surge arrestor shall be hermetically sealed and fully protected against ingress of moisture
Suitable rubber gaskets with effective sealing system should be used. The hermetic seal shall be effective
for entire life time of arresters and under the service conditions specified. The porcelain should be non-
porous. All exposed ferrous parts shall be hot dip galvanized as per IS: 2633. The top metal gap and the
base of the Lightning Arrestors shall be galvanized. The base of the Lightning Arrestor shall be provided
with two separate terminals distinctly marked for connection to earth.
The lightning arrestor should be provided with monitoring meter for leakage current & counter. As the
lightning arrestor is proposed to install on pole structure, the contractor should make suitable arrangement
to install the monitoring meter. Further the contractor should check for the recommended cable size with
manufacturer.

Technical Parameters
Quantity Single pole, 3 Nos. for incoming
Rated Voltage 10 kV
System voltage 11 kV

211
Type of Earthing Effectively earthed
Nominal discharge current 10 kA
Short time current (kA) 25 kA for 3 sec
Terminal suitable for ACSR conductor
Installation Outdoor
Creepage distance 25mm / kV

Testing
The LA will be tested in manufacturers works as per IS in presence of the Engineer or his representative.

2.8 Switchyard System


Following points shall be considered during planning of switchyard. For further reference see Switchyard
layout drawings. Fault level for the switchyard shall be 25 kA for 11 kV sub-station.
The switchyard equipment such as Isolator, Bus insulators shall have sufficient cantilever strength to
withstand fault level.
The phase to phase and phase to earth clearances shall be maintained as per the IS.
All structural supports in the switchyard shall be of hot dipped galvanized steel.
All structures shall be connected to earthing grid by at least 2 separate earth strips.

2.9 Steel Structures


The steel structures shall be constructed with standard ISMB / ISMC / ISA as required. All the structure
shall be Hot Dip Galvanized as per relevant standards and the requirement of Engineer in Charge. The
quality of hot-dip galvanizing shall be determined sets given in IS : 728 - 1959. Methods for determination
of weight, thickness and quantity of coating on galvanized articles other than wires and sheets. All
gang/drilling work shall be completed and the burrs shall be removed before putting members for
galvanizing.
The structure shall be complete with necessary clamps, bolts, nuts, washers etc. for foundation and also for
mounting of equipment.
All the structures shall be designed to withstand for the following conditions:
Wind pressure in any horizontal direction of 150 Kg/cm2 on 1.5 times the projected area of each member
of one face of built up column and on net area of other portions of the structure. On all the conductors and
insulators carried by the structure, the wind pressure shall be allowed at the rate stated above 2/3 times the
projected area.
Gravity Loading: This will consist of the dead weight of all conductors and apparatus carried by the
structures including structure's own dead weight.
Tension loading: Tension in the conductor and ground wire shall not exceed 900 Kg.
Factors of safety: All structures must be designed with a minimum factor of safety of 2.5 under the
maximum conditions of loading referred above, based on the yield points of the materials.

2.10 Material

Conductor
The conductor shall be standard ACSR `DOG’ and shall confirm to relevant Indian or British standard
specification.

Clamps
The various clamps required shall confirm to the following specifications:

212
The clamps shall be low grade aluminum alloy, complete with nuts, bolts, washers. The joints between the
copper terminal and ACSR conductor shall be ensured through bimetallic plates. Sufficient contact
pressure should be maintained to ensure low contact resistance but not so great as to cause relaxation of the
joints by cold flow. The design of the joint between the clamp and the conductor or equipment terminal
should be such that the pressure is maintained within the said range under all conditions of services.
To avoid excessive local pressure, the contact pressure should be evenly distributed by use of pressure
plates or washers of adequate area and thickness.
All the edges and corners shall be rounded off to avoid corona effect due to sharpness, bimetallic joints
should be protected from the effects of electrolytic action. The resistance of the clamps shall be very low.

Insulators
All Pin, suspension and tension insulators as required, for switchgear and other connections shall conform
to Indian Standard Specification No. 731: 1971 with latest amendment thereof. The tension and suspension
fittings (Hardware) shall be as per IS: 2486 (Part I & II) 1971.
All the insulators shall be complete with necessary hardware fittings. The suspension and tension
insulators shall be so arranged that the maximum loading on them does not exceed 200 kg and 900 kg
respectively. Every suspension and tension insulator string for system shall be provided with arcing horns
both on the conductor and disc and at the structure and disc. The design and location of the arcing horns
shall be such that it will reduce the liability of damages to the conductor, clamps and insulator units under
all flash over conditions and it shall not present a foot hold or porch for large birds. The design of arcing
horns together with complete description and data shall be submitted to the Owner for approval before use.
The porcelain shall not engage directly with hard metal and where necessary, an approved yielding
material shall be interposed between the porcelain and fillings. All fixing material used shall be of
approved quality and applied in an approved manner and shall not enter into chemical action the metal
parts or cause fracture by expansion in service. Where cement is used as fixing medium, cement thickness
shall be taken to correctly center and locate the individual parts during cementing.
The arrangements of connections and method of joining them to the apparatus shall be such that the
expansion or contraction of the connections shall not subject the associated apparatus to any stress.
Joints between bus and tee off connections shall provide ample contact surface for carrying the full rated
current of the equipment. The design of the joints and connectors shall facilitate the breaking of these
joints, when required. Special care shall be taken to avoid the possibility of any electrolyte action between
conductors, clamps and materials of the apparatus. The connector should be bimetallic wherever necessary.
As the ACSR conductor is to be used for switchyard connections, the suspensions insulators, strings,
clamps, jumper connection etc. shall be suitable for connections of ACSR conductor. Two sets of earthing
rods shall be provided for temporary earthing of the bus conductor or circuit connections during outage and
repairs.
Any other minor items, forming the part and parcel of bus bar material, shall be included in the scope,
though not specifically stated here.

2.11 LT Cables
Standard Description
IS 1554 PVC insulated electric Cables.
IS 8130 Conductors for insulated electric cables.
IS 5831 PVC insulation and sheath of electric cables.
IS 3975 Mild steel wires, strips and tapes for armouring of cables.
IS 1753 Aluminum conductors for insulated cables.

213
IS 7098 Crosslinked polyethylene insulated PVC sheathed cable.

Other Considerations
LT Power cable shall be XLPE and control cable shall be PVC. (Please modify the contents accordingly)
Power cable shall be of Al conductor, whereas control and lighting cables shall be of Cu conductor. The
minimum size of Al conductor cable shall be 6 mm2 and Cu conductor cable of 2.5 mm2. Power cable
sizing shall be based on the various de-rating factors recommended by cable manufacturer, rated current,
temperature rise of conductor and voltage drop. Control cables of CTs shall be based on the VA burden of
CT and relays, meters. LT power cables shall be 1100 V grade, heavy duty, aluminum / copper conductor,
multi core, XLPE insulated, armoured, cables complying with IS 7098
LT control cables shall be 1100 V grade, heavy duty, aluminum / copper conductor, multi core, PVC
insulated, armoured, extruded PVC sheathed cables complying with IS 1554.
Outer Sheath
The outer sheath shall be of an extruded FRLS PVC type ST-2as per IS 5831. The sheath shall be resistant
to water, ultra-violet radiation, fungus, termite and rodent attacks. The colour of the outer sheath shall be
black.
Inner Sheath
The inner sheath shall be of extruded PVC type ST-2as per IS 5831.
Armour
The armouring for cables shall comprise a single layer of steel wires or strip as per IS 3975.

Insulation
Conductors shall be insulated with XLPE.
Conductor
Aluminum conductor shall be stranded, grade H4, class 2 as per IS 8130 for LT power cables 6 mm2 and
above.
Copper conductor shall be annealed, stranded copper conductor class 2 as per IS 8130 for control cables
below 4.0 mm2 and shall have 7 strands for the conductors.
Conductor for instrumentation / signal cables shall be of high conductivity annealed,
Tinned, stranded, copper class 2 as per IS 8130.

2.12 Identification of Cores


Colour coding shall be acceptable for all cables up to 5 cores. Cable with more than 5 cores shall have
Hindu Arabic numerals printed on each core. The printing shall be reversible. Where colour coding is used
for cables with up to 5 cores, the choice of colors shall be red, yellow, blue, black and gray.

2.13 Cable Drums


Cable shall be supplied in non-returnable wooden drum. The wood used for construction of the drum shall
be properly seasoned and free from defects. Wood preservative shall be applied on the entire drum. All
ferrous parts shall be treated with a suitable rust preventive coating to prevent rusting during transit or
storage. Cable drums shall conform to IS 10418. Cable ends shall be sealed with non-hygroscopic cap.
Minimum drum length shall be indicated by the tenderer in his offer. The actual length supplied on each
drum shall be within the tolerance limit of ± 5% with an overall tolerance of ± 5% on total ordered quantity
for each size of cable. However the maximum drum length for the largest power & control cable shall not
be less than 1000m in order to avoid joints.
Incremental cable lengths in meters shall be embossed on the outer sheath

214
2.14 Cable Identification
The outer sheath of the cable shall be embossed / stamped with the following details at regular intervals:
 Name of the project
 Name of manufacturer / trade mark
 Voltage grade
 Year of manufacture
 Type of Cable
 Number of cores and nominal cross-sectional area of conductor

2.15 Technical parameters


LT Cables XLPE inner sheath and outer sheath 650/1100 V grade, with multi-stranded
aluminum/copper conductor, armoured
Cable selection  Cable shall be selected considering following points
 Current rating of the load
 De-rating due to grouping of cables
 Voltage drop up to 3% in cable due to cable resistance and 15% starting
voltage drop
 De-rating factor due to ambient temperature.
 De-rating due to depth in case of buried cables

Tests
The following tests shall be performed by the Vendor on the Cables:
Type Tests
Type Tests as per IS 1554-1988 shall be conducted on the cables. If such Tests have already been
conducted at certification laboratories, reports shall be submitted for considering waiving of Tests.
However final decision regarding Tests rests with the Purchaser.
Routine and Acceptance Tests:
Routine and acceptance Tests as per IS as per IS 1554-1988 shall be conducted on the cables
Selected sample from at least 10% of the Drums offered for inspection.

Miscellaneous
Cable glands and lugs
All cable glands shall be made out of brass and shall be of double compression type.
All cable lugs shall be of tinned copper, crimping type.

Lighting Panel
The panels shall be of 14-gauge sheet metal construction. Panels shall be equipped with phase and neutral
bus bars of adequate capacity and miniature circuit breakers. The incomer shall be of ELMCB and
outgoing circuits shall have only MCBs. Miniature circuit breakers shall be mounted in such a way that
operating levers project outside the front cover plates. A hinged door to cover the operating knobs shall be
provided. Synthetic rubber gasketing shall be provided between box and cover. The board shall be
provided with detachable top and bottom plates with 25 mm knockouts. All metal surfaces shall be cleaned
free of rust, given a coat of red oxide primer and finished with two coats of synthetic enamel paint of shade
631 as per IS 5. A 415V danger board and engraved nameplate shall be fixed on the panel. The lighting

215
panels shall be marked with the voltage and No. of phases of the supply. Switching timer and associated
contactor and control circuit shall be provided for outdoor lighting.

Street Light Pole


Coat of bituminous preservatives to be applied before concreting to the embedded portion of the pole.
Two coats of red oxide primer shall be applied followed by two coats of aluminum paints to the portion
above ground of pole and mounting bracket, sleeves etc. 11 m long swage steel tubular pole conforming to
IS 2713 with 1.8 m buried in ground with weather proof junction box fixed at 1500 mm above the ground
containing one 6A, DP 10kA 'B' series MCB and a connector strip to loop in loop out cable, with wiring by
3 runs of 6 mm2 PVC insulated cables from the weather proof box to the top of the pole up to the
luminaires.

Rubber mat
1 M wide 11 kV grade and 1.1 kV grade rubber mat shall be provided in front of the 6.6 kV and 415 V
panels. This mat shall cover the full length of the panel.

Fire Extinguisher
Min. 7.5 kg carbon di oxide extinguishers shall be provided in electrical panel rooms. These cylinders
shall be located on wall at easily accessible locations.Fire bucket stand with 4 numbers round bottom fire
bucket shall be provided outside the transformer room.

2.16 Metal Enclosed LT Switchgear


The specification covers the design, manufacture, testing at manufactures works, supply, delivery, storage
at site; erection, testing and commissioning of Switchgear complete with instrumentation controls and
safety devices. The scope of supply shall include spares for 2years of operation of the pumping station,
special tools and testing devices, all parts accessories etc. which are essential for construction, operation
and maintenance of the switchgear even though these are nor individually or specifically stated or
enumerated. Corresponding components of the Switchgear and associated equipment and spares shall be of
the same material, dimensions and finish and shall be interchangeable.
Standards
No. Standard Description
1. IS 3247 Switchgear general requirements.
2. IS 2516 Circuit breaker
3. IS 8623 Factory built assemblies of Sw. Gr & Cont. Gr (for voltages < 650 V).
4. IS 2147 Degree of protection of enclosure for LV switchgear and control gear.
5. IS 1248 Electrical Indicating Instruments.
6. IS 722 Integrating AC electric meters.
7. IS 2705 Current transformers.
8. IS 3156 Voltage transformers.
9. IS 10118 Installation and maintenance of switchgear.
10. IS 3231 Electric Relays
11. IS 8686 Specification for static relays
12. IS 5082 Wrought aluminum and alloy bars, tubes, rods for Electrical purpose.
13. IS 9431 Indoor post insulators of organic material
14. IS 5621 Insulators
15. IS 11353 Guide for uniform system of marking terminals
16. IS 2544 Porcelain post insulators

216
No. Standard Description
17. IS 375 Marking and arrangement for switchgear bus bars main connections and
auxiliary wiring.

Other Considerations
One sheet steel, totally enclosed, dust and vermin proof L.T. panel Board with degree of protection IP: 52,
suitable for indoor floor mounting with of suitable Amp. Aluminum bus bar and neutral of half the rating
for operation on 415 V 3 Phase, 50 Hz. A.C. system, completely, assembled wired, tested and painted with
rust proof paint for controlling L.T. supply to different auxiliaries of pump house. Each panel shall consist
of following item well installed and connected to suitable size of bus bars provided in the panel.
The main incomer from the transformer shall be through a 3 1/2 C XLPE Cable with suitable termination at
the bottom of the switchgear. The horizontal bus bar chamber shall be on the top whereas vertical bus bars
shall be provided in bus alley at the front.
An Incoming Feeder of Suitable Amp. Rating Comprising of

Pump House Panel Feeder details

1. Triple pole 415 Volts of 500 Amps. Manually operated L.T. M.C.C.B. having 50 kA capacity and
provided with thermal relay along with shunt trip, magnetic release and auxiliary contacts etc. each
comprising of following items will be installed and connected to suitable size of bus provided in the
panel.
2. Indication lamps Red/Green/Amber for ON/OFF and Auto trip position indications receptively.
3. Current transformers having ratio suitable Amp. And V.A. rating Class-I accuracy for metering.
4. 1-96 sq.mm. Ammeter of suitable scale.
5. 1-Ammeter selector switch 3 way ON/OFF.
6. 1-kWh meter suitable for 3 phase, unbalance load.
7. D.O.L. type push button operated reversible starters for individual Butterfly Valve control through
actuator with 2 No. (Normally Open) + 2 NC (Normally Closed) auxiliary contacts, Motors shall be
connected on this panel duly wired through the 32 amps. Rating MCCB unit. Switch for Local/ Remote
control operation should also be provide. Auxiliary relays, contacts, terminals etc. as required. Control
transformer for DOL starter’s operation control shall be provided.
8. Cable termination gland suitable for adequate capacity XLPE cable.
As per the owners concept there will be 16 nos. of feeders from the panel as given below. These are
indicative & the contractor is required to design the actual number of feeder required for his plan &
treatment scheme.
a) 63 AMPS, 415 Volt 4P MCCB & Star-delta starter with neutral link ( 3 nos. motor feeders)
b) 32 AMPS 415 Volts, T.P. MCCB with neutral link (4 Nos.)
c) 32 AMPs 1 No. for Battery Charger, 1 No. for Aux. ACDB and 2 spares.)
d) 32 AMPS 415 Volts, T.P. MCCB with neutral link (2 No. for Lighting,)
e) 63 AMPS 415 Volts, T.P. MCCB with neutral link (2 Nos. for LT capacitors)

217
f) 16 AMPS 415 Volt, TP MCB with neutral Link – (2 Nos.)

STP Panel Feeder Details.


a) 16 AMPS, 415 Volt 4P MCCB &DOL starter with neutral link ( 10 nos. motor feeders)
b) 32 AMPS 415 Volts, T.P. MCCB with neutral link (1 Nos.)
c) 32 AMPs 1 No. for Battery Charger, 1 No. for Aux. ACDB and 2 spares.)
d) 32 AMPS 415 Volts, T.P. MCCB with neutral link (2 No. for Lighting,)
e) 32 AMPS 415 Volts, T.P. MCCB ( 6 Nos)
f) 63 AMPS 415 Volts, T.P. MCCB with neutral link (2 Nos. for LT capacitors)
g) 16 AMPS 415 Volt, TP MCB with neutral Link – (2 Nos.)

Technical parameters
TPN bus bar details High Conductivity Al grade E91E for TPN bare bus bar, size
shall be suitable for current rating shown on the drawings.
Min. clearance Phase to phase - 25 mm & Phase to earth - 20 mm
Earth Bus 50 x 10 GI strip
Power freq. Withstand 2.5 kV RMS, 50 Hz for one minute
Short time 50 kA (rms) for 1 second
Max. temp. of bus bar 70°C
CT details Cast resin, bar primary type, 1 A CT
CT ratio, burden and class as per SLD
MCCB details Rating shall be as per the drawings with static release, U/V &
current limiting feature
Selector switch details AS for Ammeter with R, Y, B, OFF positions.
VS for Voltmeter with RY, YB, BR, OFF positions
Indicating Meter details Moving iron type, 90 scale, for AM & VM,
AM dial range to suit CT primary current.
VM dial range to suit PT primary voltage.
Size 96 mm2 for outgoing feeders
Accuracy Class 1.0
For other details refer drawings
Integrating Meter details Multi-function meter with RS 485 port
Push button details Momentary type, 2 NO & 2 NC contacts
of 10 A at 240 V AC
Indicating lamp details LED Type
Control fuse details HRC cartridge type with base & carrier.
Contractor to select rating.
Miscellaneous details Control Wiring shall be with stranded copper conductor, PVC
insulated, 650 V grade wires of 2.5 mm2 for CT circuits and 1.5
mm2 for other circuits.

218
Control terminals shall be of 10 A, 1100 V grade, clip on type
with din rail mounting.
CT terminals shall be provided with shorting link and earthing
facility
Control wiring - marked with ferrule No. at both ends.
All boards shall be provided with Thermostat controlled space
heater & cubicle illumination.
Degree of protection - IP 52.

Testing
The LT Switchgear will be tested in manufacturers works as per IS in presence of the Engineer or his
representative.

2.17 Cabling System


The work covers detailed engineering work for preparation of cable schedule and cable termination
schedule. This will comprise of detailed study of various equipment’s / panel drawings, Co-ordination with
manufacturers / suppliers and preparation of cable schedule giving the equipment interconnection
references, preparation of cable termination schedules giving the terminals details core identification
purpose etc. Details about Engineering Work for preparation of cable termination schedules giving the
terminal details core identification, purposes etc. The cable schedule to be prepared after study of various
drawings / diagrams shall contain the following details.
 Size of cable.
 Giving the identification number.
 Reference drawing numbers.
 Equipment reference i.e. (from and equipment’s reference . . . . . . to)

 Purpose of interconnection, e.g. power supply alarm, annunciator, control metering trip and close
inter locking etc.
 Approximate lengths of cable.

 In case of spare cables, the terms `spare’ shall be used.


Cable termination schedule shall contain the following.
 Cable number.

 Equipment reference drawing.


 Equipment terminal markings for individual cores.
 Apparatus reference number of equipment.
 Equipment reference.
The contractor shall have to prepare the cable schedule in respect of all the power and control cable
involved in the pump house and associated equipment. The 6.6 cables shall be XLPE AL conductor type
armoured and 1.1 kV cable shall be XLPE insulated AL/Cuarmoured conductor type. The work of
providing and installation of cables shall be started only after the quality of Cables proposed to be provided
is tested and approved by the Engineer-in-charges. The rejected lot of Cables shall be removed from the

219
site. The decision of Engineer-in-charge in this regards shall be final and binding on the tenderer. The work
of wiring and cabling will be done as per the provision of Indian Electricity Act, 1910, 1948, 1956 and
rules in existence from time to time and rules presently in force, and the contractor shall be liable for any
damage or accident or loss or injury due to faulty wiring or cabling or for non-observance of rules or Act
mentioned above.

2.18 Installation
The cables shall be laid in trenches, trays or conduits or buried in ground as specified in the cable layout
drawing. Cable routings given on the drawings shall be checked at site to avoid interference with
structures, piping and ducting. Minor adjustments shall be made to suit the field/site conditions. All cables
shall be carefully measured and cut to the required length, leaving sufficient length for final connections to
the equipment on both ends. The Contractor shall ascertain the exact requirement of cable, for a particular
feeder, by measuring at site along the actual finalized route. Cables shall be laid in complete uncut lengths
from one item of equipment to another. Cables shall be neatly arranged in the trenches, trays in such a
manner, that crisscrossing is avoided and final takeoff to the motor, switchgear is facilitated. Arrangement
of cables within the trench, tray shall be the responsibility of the Contractor.
Power and control cables shall be laid on different trays in one trench. All cables shall be identified close
to their termination point by cable numbers. Cable numbers will be punched on aluminum straps, (2 mm
thick), securely fastened to the cable and wrapped around it.
Underground cables shall be provided with cable markers. These cable marker posts shall be located at
every 50 meters and every corner or change of direction. All temporary ends of cables shall be protected
against dust and moisture to prevent damage to the insulation. While laying cables, the ends shall be taped
with PVC tape. Cables shall be handled carefully during installation to prevent mechanical injury to the
cables. Ends of cables leaving trenches shall be coiled and provided with protective cover until the final
termination to the equipment is completed. Where cables rise from trenches to motors, control stations,
lighting panels etc., they shall be taken up in GI pipes (rigid, flexible) for mechanical protection up to a
minimum of 600 mm above grade level. The diameter of the GI pipe shall be at least 3 times the diameter
of the cable. Cable shall be carefully pulled through conduits to prevent damage. If pipe sleeves installed
are inadequate due to a greater number of cables being laid, then additional pipe sleeves shall be laid. After
the cables are installed and all testing is complete, conduit ends above grade level shall be plugged with
suitable weatherproof plastic compound. Where cables pass through foundation walls or other underground
structures, the necessary ducts or openings will be provided in advance for the same. At road crossings and
other places where cables enter pipe sleeves an adequate bed of sand shall be given. Cables installed above
grade level shall be run in trays, exposed on walls, ceilings or structures and shall be run parallel to, or at
right angles to, beams, walls or columns. The cables shall be so routed that they will not be subjected to
heat. Cables running along with structures will be clamped by means of GI saddles and saddle bars at a
spacing of 300 mm. Cable carrier system i.e. site fabricated ladder type cable trays and supporting steel
shall be painted before laying of cables. Painting shall have two coats of red oxide and one coat of
Aluminum paint. For all outdoor buried cables a 3-meter diameter loop shall be provided at both ends
before termination.

Termination
All LT XLPE/PVC cables shall be terminated at the equipment/panel by means of double compression
type brass glands and tinned copper lugs. All HT XLPE cables shall be terminated at the equipment/panel
by means of HT cable termination kits. Power cable cores shall be identified with red, yellow and blue
PVC tapes. In case of control cables, all cores shall be identified at both ends by their terminal numbers by
means of PVC ferrules. Wire numbers shall be as per inter-connection diagrams, to be furnished to the

220
Contractor. The cable shall be taken through an adequate size gland inside the panel or any other electrical
equipment. Cable leads shall be terminated at the equipment terminals by means of crimped type solderless
connectors. Crimping shall be done by hand crimping/hydraulically operated tool and conducting jelly
shall be applied on the conductor. Insulation of the leads should be removed immediately before the
crimping.

2.19 Testing of cables


Before energizing, the insulation resistance shall be measured from phase to phase and phase to ground.

2.20 Earthing System


To achieve total earth resistance to less than 1 Ω Earthing shall be carried out as per IS 3043. The scope
includes supply of earthing conductors, earth electrode, installation and approval to the satisfaction of
electrical inspector.
Earthing system shall be provided to ensure equipment safety, personnel safety and to facilitate designed
operation of protective switching during earth fault conditions in the associated system. Each earth pit shall
be provided with Earth Pit marker.
Minimum no of earth pits for various installations/equipment shall be as follows-

Lightning Arrestor As per BOQ


Pole structure As per BOQ
Transformer Body earthing As per BOQ
Transformer Neutral earthing As per BOQ
Common Earth Grid than As per BOQ

1. Earthing system shall be in strict accordance with 1S:3043 and Indian Electricity Rules/Acts and
Employer drawings.
2. The earth conductors shall be free from pitting laminations, rust. scale and other electrical,
mechanical defects. The material of the earthing conductors shall be as follows.
a) Conductors above ground level and built up trenches Galvanized
b) Conductors buried in earth Mild steel rod
c) Earth electrodes Mild steel rod

The various sizes of earthing conductors for various application shall be as below

Equipment Earth conductor Earth conductor above


Buried in earth ground level & in trenches
a) Main earth grid 40 mm dia. MS rod 50 x 10 mm GS flat
b) 415 V Distribution board / LT 50 x 6 mm GS flat
Transformer
c) Control panel and control desk 25 x 3 mm GS flat
d) Push button station /JB 8 SWG GI Wire

221
Equipment Earth conductor Earth conductor above
Buried in earth ground level & in trenches
e) Earth electrodes 40 mm dia. MS rod 3 mtr
long
f) Columns, structure cable trays & 50 x 6 mm GS flat
andbusducts enclosures
g) Crane, rails rail tracks and other non- 25 x 6 mm GS flat
current carrying metal parts

Lighting Protection System


1. Lightning protection system shall be in strict accordance with IS: 2309.
2. Lightning conductor shall be of 25x6mm GS ·strip when used· above ground level and shall be
connected through test link with earth electrode/earthing system.
3. Lightning system shall be comprising of air terminations, down conductors test links earth
electrode etc. as per the IS 2309.
4. Down conductors.
5. Down conductors shall be as short and straight as practicable and shall follow a direct path to
earth. Down conductor shall not be connected to other earthing conductors above ground level.
6. Each down conductor shall be provided with a test link at 1000mm above ground level for testing
but it shall be in accessible to interference. No connections other than the one direct to an earth
electrode shall be made below a test point.
7. All joints in the down conductors shall be of welded type.
8. Down conductors shall be cleated on outer side of building wall, at 750mm interval or welded to
outside building columns at 1000mm interval.
9. Lightning conductor on roof shall not be directly cleated on surface of roof. Supporting blocks of
PCC/insulating compound shall be used for conductor fixing at an interval of 1500mm.
10. All metallic structures within a vicinity of two meters of the conductors shall be bonded to
conductors of lightning protection system.
11. The lightning protection system shall not be through cables, conduits and metal enclosures of
electrical equipment.
12. Lightning conductors shall not pass through or run inside GI Conduits.

TESTS
Following routine test shall be carried out on all the equipment’s, devices & materials supplied.

1. Galvanizing Tests:

a) The quality of galvanizing shall be inspected visually and shall be smooth, continuous, and free from
flux stains. In addition following tests shall be conducted.
b) Uniformity of coating-The coating of any article shall withstand for 1 minute dips in, standard copper
sulphate solution without the formation of an adherent red spot of metallic copper upon the basic
metal.
c) The quality of cadmium/zinc plating on items with screw threads shall be inspected visually and shall

222
free from visible defects such as unplanted areas, blisters and modules.
d) In Addition, the plating thickness shall be determined microscopically or electronically.

2. Welding:

a) The Quality of welding shall be visually inspected, particular attention being paid to the following
point.
b) The welded joints shall be continuous along its length on both sides and of uniform width and
thickness. It should be free from blow holes.
c) The weld metal shell be properly fused with the parent metal without undercutting.
d) The outside surface of the weld shall be clean. All slag shall have been removed. All welding shall be
regularly checked for cracking using magnetic particle inspection or their equivalent technique.
e) Physical and dimensional checks for all items.

COMMISSIONING

The Contractor shall carry out the following commissioning tests and checks after erection at site. In
addition the Contractor shall carry out all other checks and tests as recommended by the Manufactures.

1. Earth continuity checks


2. Earth resistance of the complete system as well as sub – systems.

Lighting System (Applicable Standards)

No Standard Description
1. IS 1913 General and Safety requirements for electric lighting
fittings.

2. IS 1777 Industrial lighting fittings with metal reflector

3. IS 1944:1981 Specification for street light poles

4. IS 5077 Decorative lighting outfits

5. IS 2149 Luminaries for street lighting

6. IS 6665 COU for Industrial Lighting

7. IS 1944:1981 Classification of Illumination level for lighting on road

8. IESLM79-08/IS 16106 LED lights

223
Lighting Panels, Switch-boxes
IS 1293: 2005: Plugs & socket outlets of rated voltage up to and including 250volts & rated current up to
and including 16 Amps
IS 2551: 1982: Danger notice plates
IS 13947: Low voltage switchgear and control gear
lS 3854: 1997: Switches for domestic and similar purposes
IS 6875: Control switches (switching devices for control and auxiliary circuits including contactor relays)
for voltages up to and including I000VAC and 200V DC
IS 13703: 1993: Low voltage fuses for voltages not exceeding I000V AC or 150 V DC
Conduits, Pipes and Accessories
IS 2667: 1988: Fittings for rigid steel conduit for electrical wiring
IS 3837: 1976: Accessories for rigid steel conduits for electrical wiring
IS 9537: Conduits for electrical installations
Lighting Wires/Cables
IS 694: 1990: PVC insulated cables for working voltages up to and Including 1100 V
IS 3961: 1967: Recommended current ratings for cables. (PVC Insulated and PVC sheathed heavy duty
cables and light duty cables).
IS 8130: 1984: Conductors for insulated electric cables and flexible cords
lS 10810: Methods of tests for cables
Electrical Installation Practices & Miscellaneous
IS 1944: Code of practice for lighting of public thorough fare
IS 3646: Code of practice for interior illumination.
IS 5572: 1994: Classification of Hazardous areas (other than Mines) having flammable gases and Vapors
for electrical installation
IS 6665: 1972: Code of practice for industrial lighting. National Electrical Code Indian Electricity Rules.
Indian Electricity Act
IS 5: 2004: Color for ready mixed paints& enamels.
IS 280: 2006: Mild steel wires for general engineering purposes
lS 374: 1979: Electric ceiling type fans & regulators
lS 732: 1989: Code of practice for electrical wiring installations
IS 1255: 1983: Code of practice for installation and maintenance of power Cables up to and including
11KV rating
IS 2062: 1999: Steel for general structural purposes

224
IS 2629: 1985: Recommended practice for hot-dip galvanizing of iron and steel
IS 2633: 1986: Methods for testing uniformity of coating of zinc coated articles
IS 2173: 1991: Tubular steel poles for overhead power lines
IS 3043: 1987: Code of practice for earthing
IS 5216: 1982: Guide for safety procedures and practices in electrical work
IS 5571: 2000: Guide for selection of electrical equipment for hazardous areas

Lighting System Description


Normal AC lighting system will be fed from LT MCC through lighting transformer. Emergency lighting
will be provided with portable chartable type emergency light at important locations.

Design Philosophy
a) A comprehensive illumination system shall be provided.
b) Street Lighting shall be automatically controlled by synchronous timer. Provision to bypass the timer
shall be provided in the panel for manual control.
c) The system shall include distribution boards, lighting panels, lighting fixtures, junction boxes,
receptacles switch boards, lighting pole/masts, conduits, cables and wires, etc.
d) The system shall cover all interior and exterior lighting such as area lighting, including Transformer
yard etc. The constructional features of lighting distribution boards are given in item LT Switchgear.
e) The illumination system shall be designed on the basis of best engineering practice and shall ensure
uniform reusable, aesthetically and glare free illumination. The lighting fixtures shall be designed for
minimum glare. The Illumination levels to be adopted for various areas are indicated in Table Below.

Ballasts
All HPSV lamp fixtures shall be provided with wire-wound ballasts. All fluorescent fixtures except for
Class-I, Div.-Il fittings/ increased safety fittings (Div.-Il/Hazardous Area) shall be provided with electronic
ballasts. All luminaries and their accessories and components shall be of type readily replaceable by
available Indian makes.

Fans & Regulators


Ceiling Fans shall be suitable for operation on 240 V, 50 Hz, AC supply comprising of class F insulated
copper wound single phase motor, 1200mm sweep, aerodynamically designed well balanced MS blades (3
Nos.), down rod, die cast aluminum housing, capacitor, suspension hook, canopies etc. finished in stove
enameled white. Power factor of fans shall not be less than 0.9. Each fan shall cover approximately l0 m2
area

Switch Box
Switch boxes shall be made of 1.6 mm thick, MS sheet with 3 mm. thick decorative, cover. Switchbox
shall be hot dip galvanized

Junction Boxes
Junction box for lighting fixtures shall be deep drawn or fabricated type made of mm. 1.6mm thick CRCA
Sheet. The box shall be hot dip galvanized.

225
Conduits, Fittings & Accessories
Conduits, Pipes and Accessories Galvanized heavy duty steel conduits for normal area and galvanized
heavy-duty steel conduits with an additional epoxy coating for corrosive area shall be offered.
Alternatively glass reinforced epoxy conduits with comparable compressive and impact strength with that
of heavy-duty steel conduits may be offered.

Rigid Steel Conduits


Rigid steel conduits shall be heavy duty type, hot dip galvanized conforming to IS: 4 9537 Part-I & II shall
be suitable for heavy mechanical stresses, threaded on both sides and threaded length shall be protected by
zinc rich paint. Conduits shall be 4 smooth from inside and outside.

Flexible Steel Conduits


Flexible conduit shall be waterproof and rust proof made of heat resistant lead coated steel.

Pull-Out Boxes
Pull out boxes shall be provided at approximately 4-metre interval in a conduit run. Boxes shall be suitable
for mounting on Walls, Columns, Structures, etc. Pull out boxes shall have cover with screw and shall be
provided with good quality gasket lining. Pull out boxes shall be weather proof type suitable for lP: 55
degree of protection. Pull out box & its cover shall be hot dip galvanized.

Lighting Wires
Lighting wires shall be 1100 V grade, light duty PVC insulated unsheathed, stranded copper/aluminum
wire for fixed wiring installation, colour of the PVC insulation of wires shall be Red, Yellow, Blue and
Black for R, Y, B phases & neutral, respectively and white & grey for DC positive & DC negative circuits,
respectively. Minimum size of wire shall not be less than 1.5mm2 for copper and 4 mm2 for aluminum.
The size of the lighting wires/ cables shall be selected such that the total voltage drop from the LDB to the
lighting fixture I receptacle does not exceed 3%. Lighting fixtures shall generally be group controlled
directly from lighting panel. However, in office areas, control shall be provided through switch boxes.
Each switch shall control a maximum of three fluorescent fixtures. Wiring shall run throughout in separate
conduits. Wires of different phases shall run in different conduits. Wiring for lighting circuits and
receptacle circuits shall be carried out in separate conduits and from separate feeders. Lighting panels etc.
shall be earthed by two separate and distinct connections with earthing system. Switch boxes, junction
boxes, lighting fixtures, fans, single-phase receptacles etc. Shall be earthed by means of separate earth
continuity conductor. The earth continuity conductor 14 SWG GI wire shall be run along with each conduit
run. Cable armors shall be connected to earthing system at both the ends.

Lighting Levels
Pump House Average Type of fitting Lamps
Indoor Area Illumination Level
in Horizontal plane
(in Lux)
Main Pump 200 High Bay Anodized 250/400 W HPSV Lamp / 120 W
house area Aluminum reflector assembly LED LAMP
complete with control gear
Box
To be supplemented with 2 X 40 W
fluorescent tube lights if
required.
Service Bay 200 - High Bay Anodized 250/400 W HPSV Lamp / 120 W

226
Pump House Average Type of fitting Lamps
Indoor Area Illumination Level
in Horizontal plane
(in Lux)
Aluminum reflector assembly LED LAMP
complete with control gear
Box
To be supplemented with
fluorescent tube lights if
required.
Control Room 300 Mirror optic 2x36Watt fluorescent fixtures
decorative, lower glare mirror
optics, recessed mounting type with
metallic sheets to neutralize radio
interference
Cable floors & 100 Industrial type vitreous 2x40 Watt fluorescent tube lights
other areas enameled reflector
(each)
W.C; galleries 100 Industrial type fitting without 1x40 Watt fluorescent tube lights
& Staircase reflector
Galleries 70 Water proof Bulk Head 60 W Incandescent lamps
Luminaries of cast
Aluminum stove enameled
Battery Room 150 Corrosion proof luminaries 2x40 Watt fluorescent tube lights
cast Aluminum housing with
specially designed Vapour
proof lamp holder
Switchyard 50 Lux Street light fixtures on Steel 250 Watt HPSV / 120 W LED
tubular pole LAMP
Road 20 Lux Street light fixtures on Steel 250 Watt HPSV / 120 W LED
tubular pole LAMP

2.21 General Requirements


Location of lighting fixtures, switches and receptacles shall be relocated if required to suit the site
conditions. 5A, 3 pin, 15A, 6 pin receptacles with switches shall be provided on the light control switch
boards.
LP's shall be provided with labels indicating LP number and outgoing circuit feeder numbers.
LPs shall be provided with cable gland for incoming cable and knockouts for outgoing conduit termination.
Cable and Conduit supports shall be provided at an interval of 300-400 mm for horizontal runs and 400-
500 mm for vertical runs. Cables and Conduits shall be kept, wherever possible at least 300 mm away
from pipes, heating devices and other equipment. For the purpose of calculating connected loads of
various circuits, a multiplying factor of 1.25 will be made to the rated lamp voltage for lamp fixtures to
take into account the losses in the control gear. Junction boxes, pull boxes, terminal blocks, glands,
conduits and accessories (elbows, tees, bends etc.) and supporting/anchoring materials shall be supplied, to
make the installation complete. In all types of cabling, due consideration shall be given to neatness and
good appearance. The work for installation, testing and commissioning of the indoor lighting shall include
the mounting of fixtures with necessary materials, laying of cable/conduit, pulling of wires through conduit
and external earth wire, providing all accessories for cable/conduit installation, including conduit fittings.

227
Providing of light control switch board with switches, switch board mounted 5A, 3 pin receptacles with
switches etc.

Testing

Lighting installation testing shall include but not be limited to the following:
 Measure the insulation resistance of each circuit without the lamps being in place. It should be
not less than 1 M ohms to earth.
 LED lamps should be tested as per IES LM 79-08 / IS 16106
 Current and voltage of all the phases shall be measured at the lighting panel bus bars with all the
circuits switched on with lamps. If required, load shall be re-balanced on the three phases.
 Check the earth continuity for all socket outlets. A fixed relative position of the phase and neutral
connections inside the socket shall be established for all sockets. After inserting all the lamps and
switching on all circuits, minimum and maximum illumination level shall be measured in the area
with an approved industrial light meter

2.22 D.C. BATTERY AND BATTERY CHARGER


BATTERY
INTENT OF SPECIFICATION
This specification is intended to cover the D.C. Battery with all materials and accessories required for the
efficient & trouble free operation of control room. The battery shall be of the high performance Lead Acid
PLANTE type battery. The battery shall be sized to meet all the loads, continuous & random duty and for
the required time as indicated in the specified design data & the load cycle covering continuous DC load
and momentary load related to closing and tripping of all circuit breakers including associated breaker
spring charging motor operating dc load.
The Lead Acid PLANTE type shall be industrial type with cells which shall not lose its capacity
considerably due to the memory effect.
The requirement of number of battery cells, battery type and battery ampere-hour shall be selected by the
Bidder/Vendor as per duty cycle, minimum and maximum site ambient temperature, minimum &
maximum load utilization voltages and other factors referred in the specification. The bidder shall provide
the battery sizing calculations for the approval of the Owner / Consultant, clearly indicating all factors
considered covering as a minimum, the following. The calculation shall include basis for deriving end cell
voltage, number of cells, etc.
a. Battery cell and voltage not to fall below 92.5% of nominal value.
b. Temperature correction as per IS and as per the manufacturer’s recommendation.
c. Future additional loads 10%
d. Design margin of 15%
e. Ageing factor 25%
f. Any other over sizing factor applicable to Lead Acid PLANTE type batteries due to loss of
capacity related to voltage reversal & voltage drops that these cells experience.

2.23 Batteries
Standards
No Standard Description

228
1. IS 8320 General requirements and methods of tests for lead acid storage batteries.
2. IS 1651 Stationary cells and batteries, lead acid type with tubular positive plates.

Other considerations
The batteries to be supplied are of following estimated sizes. The estimated load currents are given at
each stage. The supplier shall verify adequacies of capacities offered for the specified load currents.
Battery Bank shall be sized for 2 hour back-up facility.

Constructional Features
The battery shall be Plante sealed in type suitable for indoor application and shall conform to IS 1651. The
battery shall be of low maintenance, high ampere hour efficiency, low discharge and suitable for indoor
installation in humid and tropical atmosphere. Offered battery capacity shall be derated for site conditions
specified. The plante positive plates shall be cast solid in pure lead in one piece and shall have adequate
mechanical strength. It shall be electrochemically formed and shall be capable of operating under normal
operating conditions without buckling or cracking. The containers shall be made of hard rubber, glass, lead
lined wood, plastics, or fiber reinforced plastics (FRP). The vent plug shall be of the anti splash type,
preferably with more than one hole, and shall allow the gases to escape freely but shall effectively prevent
acid particles or spray from coming out. On removal, it shall permit drawing of the electrolyte samples,
servicing and checking. Inter-cell and inter-tier connectors shall be of lead plated copper. Terminal posts
shall be designed to accommodate external bolted connections conveniently and positively. Each terminal
post shall have two bolt holes of the same diameter. The bottom hole shall be used to terminate the inter
cell connection. All the metal parts of the terminals shall be of lead or lead coated type. Bolts, heads and
nuts, except seal nuts, shall be hexagonal and shall be lead covered. The junction between terminal posts
and cover, and between cover and container shall be properly sealed to prevent any seepage of electrolyte.
The electrolyte shall be battery grade sulphuric acid conforming to relevant standards. Required quantity of
electrolyte for first filling with 10% extra shall be supplied in non-returnable containers.

Accessories
The battery sets shall be complete with accessories. Following minimum accessories shall be provided.
 Battery racks

 Porcelain insulators, rubber pads


 Set of intercell, inter-tier and inter bank connectors as required for the complete installation (10%
spare connectors and accessories).
 Electrolyte for first filling +10% extra.
 HRC fuses and fuse bases

Accessories for testing and maintenance

0ne - 3,0,+3 volts DC voltmeter with suitable leads for measuring cell voltage

One - Hydrometer for measuring specific gravity of electrolyte in steps of 0.005


One - Filler hole thermometer fitted with plug & cap and having specific gravity
correction scale
Three - Pocket thermometers
Three - Acid resisting funnels
Two - Acid resisting jugs of adequate capacity.

229
Two - Rubber aprons
Four - Rubber gloves
Two - Cell lifting straps
One set Terminals and cable boxes with glands for connecting cable as required.
10% spare connectors, vent plugs, nuts and bolts, set of spanners, PVC spill
trays under the battery cells.

Battery Racks
Battery racks shall be constructed from good quality teakwood and painted with two coats of approved acid
resistant paint. The racks shall be rigid, free-standing type and free from warp and twist.

Ventilation
The battery shall operate satisfactorily over the entire range of temperature indicated.

Markings
Each cell shall be marked with following in a permanent manner
 Cell number
 Type of positive plate
 AH capacity at 10 hour rate
 Type of container
 Manufacturer’s name
 Month & year of manufacture.

TESTS
All routine and acceptance tests shall be carried out as per relevant Indian Standards.
Type test report of the tests conducted on identical battery within last five years shall be furnished.
However, for Battery not type tested in last five years, type test need to be performed without any extra
cost to Owner.

Routine Tests
All the routine tests listed below shall cover cells containers, hard wares being supplied as per the latest
issue of relevant IS

Container
 Verification of constructional requirements.
 Verification of working and packing.
 High voltage tests
Cell and Batteries
 Verification of construction requirements
 Verification of marking
 Verification of dimensions
Type tests
All type tests listed below shall cover cells containers, hardware of each type being supplied, as per the
latest issue of relevant IS

230
Container (Rubber and Plastic containers)
 High voltage test
 Drop ball test
 Plastic yield test
 Acid resistance test
 Hydraulic thrust endurance test

Cell and Batteries


The following shall be carried out in the sequence given below:-
 Tests for capacities for suitable time discharge rates and test for voltage during discharge.
 Ampere hours and watt-hour efficiency test.
 Endurance tests.
Type tests shall be carried out on three cells selected randomly. Two cells shall undergo all tests except
capacity and endurance tests while the other would undergo only capacity and endurance test.
Acceptance Tests
All acceptance tests as listed below shall be carried out at site after completion of installation.
 Verification of markings.
 Verification of dimensions.
 Battery capacity verification test, charge / discharge cycle of battery
After the unit is loaded to the maximum capacity rating, the unit will be put on trial run for 15 days in
which minimum 72 hours is uninterrupted or reduced period at the discretion of the Owner at rated full
load/partial load as made available by the Owner to demonstrate to the Owner the following:
 Continuous running capability of the equipment.
 Reliability of the equipment and auxiliaries.
 Adequacy of the various auxiliaries, ancillaries, systems, instruments andcontrols.
 The capability of each equipment of the plant to correctly perform thefunctions for which it
was specified.
The Contractor shall arrange for all necessary equipment, including the variable resistor, tools, tackles and
instruments. If a Battery fails to meet the guaranteed requirements the Owner shall have the option of
asking the Contractor to replace the same.

Battery Charger
The charger shall be 2 x 100% float-cum boost type. Battery charger panel shall be IP 42 The charger in
float mode shall supply float-charging current of battery. In boost mode the charger shall charge the fully
discharged battery in 8 hours.
The battery charger shall be of solid state using rectifiers with full wave, fully controlled bridge
configuration and complete with automatic voltage regulator, current limiting circuitry, surge suppression
network, smoothing filter circuits (to limit the ripple content to less than 3%) and soft-start feature the
charger shall have individually adjustable float / boost modes, over load and over voltage surge suppresser.
On the power input side 3 Ph, 415 V, suitable current rating MCCB shall be provided. The battery shall be
connected through a MCCB / MCB rated for battery short circuit current.
Dry type, double wound with copper conductor rectifier transformers with class B insulation shall be
provided for main supply input to the charger. The DC output voltage during float charging shall be
stabilized within + 1% of the set DC bus voltage for the input AC voltage variation of + 10%, frequency
variation of + 5% and DC load variation from 0 – 100%. The ripple content shall be within 3% of DC

231
nominal output voltage.The setting of the output DC bus voltage shall be adjustable between + 10% of
nominal rated voltage.
The load-limiting feature of the float charger should be designed for short time over load to take care of
testing of lamps. All printed circuit boards shall be plug-in type, interlocked to prevent insertion in a wrong
slot. Each card shall have LED indication on its front plate to indicate normal condition.
The boost charge voltage and current settings shall be adjustable between 70% to 100% of maximum boost
charge voltage and between 30 to 100% of maximum boost charging current. All components shall be
clearly marked and all wiring €-coded and tagged. All power and control wiring shall be done with 1.1 kV
grade stranded copper conductor and shall be adequately sized. Minimum size of control wiring shall be
1.5 mm2& power wiring 4 mm2. Ground terminals with isolating links shall be provided.
Following minimum protections shall be provided for the charger.
 Charger goes into current limit mode if battery and or charger current exceed the set value.
 Charger trips if
 Input u/v or DC o/v condition is sensed
 Instantaneous DC current high is sensed.
Following alarms/indications and meters shall be provided.
 Ph, AC input supply ‘ON’
 DC ‘ON’ condition.
 Charger ‘ON’
 Battery on load
 Battery under voltage
 Charger failure
 Battery CB open
 Any other necessary for monitoring
 72 X 72 mm, AC voltmeter and ammeter with selector switches.
 72 X 72 mm, DC voltmeter and ammeter with shunt.
 An under-voltage relay shall be provided to isolate battery from load when the cell voltage
drops below 50% of healthy cell voltage
 All non-current carrying metallic parts, instrument and relay cases shall be connected to earth
busbar by 2.5mm2-stranded copper earthing conductor, green colour.
Power & control terminal blocks shall be of unbreakable polyamide material. Protective covers shall be
provided over open cable terminals. Adequate space shall be provided for termination of incoming cables.
All meters and relays shall be flush mounting type. Panel shall be fabricated of cold rolled sheet steel of
thickness not less than 2.5 mm for front and rear equipment bearing surfaces and 2 mm for sides, top and
bottom portions. The panel shall be free from undulations, dents and flaws and sufficiently re-enforced to
provide level surfaces, resistance to vibration and rigidity during transportation and installation.
The perimeter of all doors, removable cover plates shall be gasket all round with neoprene gaskets.
Ventilating louvers, if provided, shall have fine brass or GI mesh screens. All doors shall be provided with
concealed type hinges.

PAINTING
Pre-treatment of all sheet steelwork, including de-greasing, rust/scale removal, phosphating and oven
drying shall be carried out as per applicable standard. The phosphate coating shall be sealed by the
application of two coats of ready mixed, staving type zinc chromate primer. The first coat may be ‘flash
dried’, while the second coat shall be stove. After application of the primer, two coats of finishing

232
synthetic, enamel paint shall be applied, each coat followed by staving. The second finishing coat shall be
applied after completion of€. The colour of the finishing paint shall be shade 631 as per IS 5. The final
finished thickness of paint film on steel shall be 100 microns. A small quantity of finishing paint shall be
supplied for minor touching up required at site after the installation of the Panel.

TESTS
The routine tests shall be carried out on Battery Chargers as per relevant latest Indian Standards. The type
test report of the tests conducted on identical Battery charger within last five years from the date of Letter
of Award shall be furnished. However, if the type test are not conducted in last five years, the type tests
need to be performed without any extra cost it Owner.

2.24 Miscellaneous
Cable glands and lugs
All cable glands shall be made out of brass and shall be of double compression type. All cable lugs shall
be of tinned copper, crimping type.

Cable trays
Cable carrier system shall comprise of site fabricated ladder type cable trays for power cables and
perforated trays for control cable made out of structural steel and painted with two coats of red oxide
primer and a final coat of enamel paint. The construction of the cable trays shall be as per the site
requirement. An alternate cable carrier system may be considered made of Hot Dip Galvanized Iron.

Local Push-button (PB) Stations

Construction Outdoor type weatherproof


Main pump motor On-off with de-interlock switch and ammeter
Other motors On-off
Valve motors Forward-reverse-stop

2.25 Technical Specifications for Installation, Testing and Commissioning of Electro-Mechanical


Equipment’s and Systems

SCOPE
This specification covers complete mechanical, hydraulic and electrical installation including labour,
materials, tools, instruments, services, storage during erection, unpacking, grouting, cabling etc. and also
testing, commissioning and putting into commercial operation of all pumping units driven by electric
motors along with all the electrical and mechanical equipment and systems. '

233
EXTENT AND ITEMS OF WORKS
Places of Erection: The installation works, covered by the present specification is distributed principally
in the pumping station and shall include the all the equipment and Cubicles covered in this specification.
The installation work also includes laying of power and control cables for inter-connecting power and
control circuits.

Items of works: The contractor shall provide skilled, semi-skilled and unskilled labour, all necessary
services, construction tools, derricks, cables and slings, rigging skids, blocking, scaffoldings, welding
machines, equipment’s for heating, stress relieving equipment, instruments, appliances, materials and
supplies required for handling, storage duringerection, erection and testing etc., that may be required to
accomplish the work under this contract, unless otherwise provided for. Adequacy of such equipment’s
will be subject to final approval by the Engineer.

The materials to be furnished by the contractor shall include but not be limited to the following:
1. All consumable material and devices
2. All joining materials like gaskets, round rubber, gland-packing etc.
3. Cable identification tags, wire identification ferrules, LT insulating tapes, Bitumen tapes, solder
etc.
The work to be performed by the contractor shall include but not be limited to the following services as
required for the complete installation and placing the equipment in commercial operation:
 Indenting of equipment and materials (the equipment shall be received by the contractor from
his stores and transported into the erection bay).
 Providing adequate, mechanical and weather proof protection for the equipment and materials
 Providing temporary power and lighting facilities inclusive of all materials, required for the
installation work
 Handling and assembling equipment and materials including erection, leveling aligning,
grouting, fixing, cabling, wiring, piping, welding, purifying and filling oil and lubricants,
connecting, start up and initial
 Checking of all systems and components of equipment’s, pre-commissioning and
commissioning test, bringing into initial operation and commissioning.
 According for all material/ equipment and returning all the unused items to the Engineer.
 Painting of all non-galvanized steel parts and paining for phase, circuit, voltage and equipment
identification of different circuits, switches, piping etc.
 All incidental and auxiliary works as may be necessary for the satisfactory and successful
completion of the work in accordance with the specification, standards and manufacture’s /
consultant’s instructions.
 All the works shall be carried out to the satisfaction of the Engineer. The contractor shall be
responsible for the correctness, alignment and positioning of the work according to the
drawings and manufacture’s /supplier’s instruction, base lines and bench marks.
 The contractor shall be completely responsible for all the works covered under the scope of
this specification.
 The contractor shall prepare, get the approval from the Electrical Inspector to the sub-station
drawing. After installation contractor shall arrange the visit of electrical inspector & get
clearance for charging the sub-station. Necessary fees shall be paid by the contractor.

234
2.26 STANDARDS
The procedure followed and precautions taken and the equipment’s/ materials used in the installation work
shall conform to the relevant Indian or Internal Standards and also to the following wherever applicable.
 Indian Electricity Rules, 1956& 2005
 Indian Boiler Regulations and all other applicable statutory rules and regulations.
 Indian Factories Act
 Indian Explosives Act
 National Electrical Code-Standards of the National Board of Fine Underwrites (USA)

2.27 EquipmentInstallation and Commissioning


1. The contractor shall check, clean all dirt and rust, install, connect, test and place in commercial
operation all plan/ machinery, equipment’s included in this specification, in accordance with the
detailed Instructions/drawings of the manufactures/suppliers or as directed by the Engineer. All
works shall be performed by qualified, trained and experienced personnel, licensed where
required in the various trades.
2. Extreme care shall be taken in handling equipment in position and moving it into place. Any
damage to the equipment or T&P belonging to the contractor or employer shall be reported to
the Engineer. Installation of the damaged equipment shall not proceed until the Engineer has had
an opportunity to assess the extent of damage and decide on the procedure to be adopted. The
contractor shall repair or replace at his expense, any equipment damaged by him during the
progress of work. Such repairs or replacements shall be subject to the Engineer's approval.
3. All equipment’s shall be installed and secured in place in a workman like manner so that it is level
and true, properly aligned and oriented. Tolerances shall be as per manufacturer's
drawings/instructions or. as specified by the. Engineer No equipment shall be permanently
bolted down to foundation or structure until the alignment has been checked and found
acceptable by Engineer.
4. Contractor shall make his own arrangement for hoisting and handling the equipment. The
contractor may suitably plan the sequence of erection of equipment so that the crane is Installed
and commissioned by him prior to erection of the pumping unit.
5. The erection and installation of the equipment shall be subject to the supervision of the Engineer
or his representative. The contractor shall also arrange for the service of the erection supervisor
of the manufacture at his own expense wherever it is felt essential. The contractor shall comply
with the instructions of the Engineer/erection supervisor regarding the procedure, method and
quality of work and shall execute the work to their satisfaction. The detailed action schedule,
including the number, specialization and duration of stage of all supervisory erection and
commissioning personnel of various suppliers shall be finalized by the contractor and shall be
subject to the approval of the employer.
6. It shall be the responsibility of the contractor to provide and depute the required number of first
class welders, welding rods, welding sets for all types of welding work. at his cost. All welders
shall be certified welders who shall be got tested and approval by the Engineer at site. All
arrangements in regard to the tests for approval of thewelders, at site, will have to be made by
the contractors, at his cost. Details of welding tests and acceptance standards shall be laid out by

235
the Engineer in consultation with the erection supervisors of the manufacturer and will be
binding on the contractor.
7. The contractor shall provide concrete foundations, furnishing and placing of reinforcement and
concreting as and when necessary. The contractor shall also be responsible for setting the anchor
bolts and foundation bolts correctly and in position. The contractor shall also carry out grouting
to the satisfaction of the employer.
8. A service bay is provided in the each pump house for facilitating unloading and assembly of
equipment.

2.28 Equipment Specifications and Information


1. The technical specifications of various equipment and systems to be erected are given in various
sections. The drawings as listed in a separate volume indicating the general arrangement and
layout of different items at various levels in the each pump house are enclosed. The weights and
dimensions of various items of heavy equipment may be indicated in the offer by the contractor.
2. The contractor shall familiarize himself with the constructional features of all Electrical &
Mechanical plant &equipment’s as applicable for scheme. The erection schedule shall need to be
adhered to and the bidder shall quote accordingly. Any deviation from this shall be clearly
brought and in the tender along with reasons. for such deviations. The employer reserves the
right to reject, any bid deviating from the schedule as envisaged without assigning any reason.
3. The contractor' shall review the location of equipment/various panels and give his
recommendations regarding their location which could be more suitable from the point of view
of erection, operation and maintenance. Cables, Racks, Trays & Accessories.

4. The power and control cables for the aforementioned equipment to be erected shall be on cable
racks, in buildup trenches on cable trays and supports in conduits and ducts or bars on walls,
ceiling etc. which shall be got approved from the engineer.
5. The contractor's scope of work .include laying, fixing, joining. bending and terminating of
power/control cables pertaining to the pumping units and its auxiliary equipment such as unit
control and automation boards, motor terminals etc. All the control and power equipment as
well as auxiliary transformer and H.T. switch gear to be erected in the switchyard. Permanent
cable trenches for laying cables underground, the excavation and back fitting of trenches and'
permanent reinstatement are included in the scope of work of this contract.
6. Standard cable grips and reels shall be used for cable pulling and care shall be taken to avoid
damage to cable end seal and cable insulation or stressing cable beyond manufacturer's
recommendations in pulling.
7. All the cable termination shall be made according to the relevant drawings in a neat workman
like and approved manner. Cables shall be provided with non-corrosive type identification tags at
the ends and at suitable intervals in long· runs. At the control cable terminations, each core shall
also be provided with ferrules designating the wire number or any other identifications mark as
given in the schedule. The cable cores or any. other identification mark as given in the schedule.

236
The cable cores or wires which are not used for making connections shall be sharply cut without
exposing any conductor. All identification tags, wire ferrules etc. required shall be provided by
the contractor. Metal sheath and armour of the cable shall be bounded to the earth system of
station.
8. All power cables shall be megger tested before connecting or jointing. After jointing all LV cables
shall be mugger tested and HV cables appropriately pressure tested before commissioning. All
the cable cores shall be tested for continuity, insulation resistance to earth and between
conductors. The contractor shall furnish all testing kit and instruments required for field testing
including high voltage testing kit.

2.29 Initial Operation, Commissioning and Commercial Operation


1. Before putting the units in operation, all equipment shall be thoroughly cleaned and then
inspected in the presence of the Engineer-in-charge for correctness and completeness of
installation and acceptability for operation
2. The procedure to be followed for completion tests, trial run and period of initial operation shall
be as per standard and as agreed to between the contractor and engineer prior to the tests being
carried out. Sufficient notice 'should be given by the contractor about readiness for performing
the trial run and initial operation.
3. When the contractor and engineer as satisfied that the equipment is operating properly, tests
report sheets, in the form as approved by the engineer shall be compiled for each piece of
equipment. Five copies of each report shall be submitted to the Engineer.
4. Immediately .after the trial run, an overall inspection of the station shall be made to detect any
signs of mal-functioning of any part of the equipment or of any auxiliary system.

5. Approval in writing will be given by the employer/engineer after he is entirely satisfied regarding
the correct and proper functioning of all equipment’s auxiliaries, services etc. for putting the
pumping units into initial operation.
6. After commissioning and within 15 days, bidder shall submit 6 sets of as built drawings in hard
and one soft copy on CD drive.

2.30 Training of Engineer's Staff


The contractor shall provide the necessary facilities for training the project staff for the erection, testing
and commissioning of the equipment including in these specifications. The training shall commence
immediately after the award of the contract and shall continue till all the plant and equipment is erected,
tested and commissioned. These trainees will be deputed to operate and maintain the machinery
subsequently.

2.31 Erection and Commissioning Schedule


The contractor shall furnish along with the tender a detailed erection and commissioning target given in
these specifications.

237
2.32 Schedule of Construction Equipment and Experience
The tender shall indicate the list of construction equipment which will be brought by him to the site for
carrying out various construction and testing activities

B Instrumentation & SCADA Works


 PLC based Automation System with application software based on Rockwell or equivalent tocontrol
SBR System including all Gates, Air Blowers, Pumps, Valves and Decanters as
perBidder’s/Technology Provider’s own design including I/Os with 20 % Spares and UPS.
 HMI Panel shall comprise latest Personal Computer with 22” LCD Monitor, Multi Media Kit,Printer,
Internet Connection, RS-View, RS-Links (Gateway Version), Process and OperatorSoftware with
dynamic Flow Charts, Pictures, Screens, Alarms, Historical Trends, Reports etc.
 SCADA based Automation System to monitor the following parameters continuously in each
SBR Basins:
 Fill Volume
 Discharge Volume
 Temperature
 DO Level
 Oxygen Uptake Rate
 Air Blower Speed
 Decanter Speed

PLC/PC/SCADA Based Automation System for Entire Plant


The complete Plant shall be designed for automatic operation through Programmable Logic Control (PLC)
and Supervisory Control and Data Acquisition (SCADA). This shall be achieved byEither individual
equipment PLCs with SCADA/HMI or single PLC and SCADA for entireSewage Treatment Plant. These
shall be located at control room of the STP.

The plant shall have provision for operations in following modes –


1. Automatic – Auto operation through PLC/digital controller.
2. Manual – Operator intervention through SCADA/HMI.
3. Local – Local operation through local control panel located near equipment.

Audio Visual Alarms –


Audio visual alarms shall be initiated under emergency or equipment trip conditions, other thanUsual
service alarms. Salient features of the proposed control system shall be as follows:
 Dynamic display of all Units, equipment and drives shall be available on SCADA screen.
 It shall Acquire, process and manage the processed data.
 It shall safeguard the process by means of interlocks and alarms.
 Auto/Manual operation of each drive shall be made by selecting a soft switch on SCADA/HMI
screen.
 In Auto mode, each drive shall operate based on pre-set sequence and interlock. Also, Automatic
change over from working to standby drive shall happen after a drive reaches pre-set hours of
operation.

238
 In Manual mode, each drive shall be operated in Local/Remote mode by selecting a soft switch on
SCADA/HMI screen. In Local mode, each drive shall be operated from the Local Push Button
Station (LPBS) located nearby. In Remote mode, operation from LPBS shall be disabled and each
drive shall be operated manually from PLC. Also, provision for working/standby selection of
drives by selecting a soft switch on SCADA screen shall be provided.
 Run/Trip indication of all drives shall be displayed on SCADA/HMI screen.
 Open/Close indication of all Auto Sluice Gates and Auto Valves shall be displayed on
SCADA/HMI screen.
 Annunciation & Alarm facility shall be available in PLC/HMI/SCADA. In the event of a Fault, the
symbol representing the equipment/drive shall continue flashing on SCADA/HMI screen with
equipment/drive description appearing at bottom of the SCADA/HMI screen and electric Hooter
shall continue blowing until the Fault Alarm is acknowledged.
 Data logging of Running Hours of each drive, Alarms, Historical Trends of monitored
Parameters, etc. shall be envisaged in SCADA.
 Report generation for plant performance.
 The process system must have pre-configured software packages which can be adapted to the
Process by parameterization.
 The monitor images must be designed to be user-friendly by hierarchical breakdown with the
Possibility of selective display and optimum selection possibilities.
 Changing of parameters and other software units must be possible "online", i.e. with the system
running.
 Different alarms colors provide information on their priorities.
 For the system engineering offered, the Contractor must take measures, e.g. by the installation of
surge voltage arresters or surge voltage filters, to ensure that internal and external surge voltages
do not impair the function of his parts of the system.
 The programs and data entered must be backed up in a non-volatile read-only memory.
A limit value and plausibility check must be provided in the software of the process station for the
measured values and messages. Exceeding of limit values or deviations detected by the above
checks must trigger an event and cause a message to be sent.

Further demanded features of the process system:


 Integrated, detailed error message and fault detection concept with display on the HMI/SCADA for
quick localization of faults. The system operator must be able to identifythe fault from the error.
 Essentially maintenance-free
 Robust against external interferences of all kinds
 Proven design and solder-free connection technique
 Protection of the equipment against surge voltages
 Automatic fault detection and quick troubleshooting in the PLC system by integrated,
 hierarchically structured diagnostic devices
 Power supply in wide admissible voltage range
 Simple function-oriented operation

The process system (PLC, HMI/SCADA) shall be protected against power failure by anuninterruptible
power supply (UPS). When the critical charge state of the UPS is reached, the process system is
automatically shut down.

239
Mode selector switch
A mode selector switch is to be installed on the MCC or distribution board. It serves for preselection
Between Automatic mode and Manual/Local mode.
The following switching functions must be provided:

Automatic – Manual/Local
 Automatic: In this position, only automatic operation is possible; the local switches have no
function (Except emergency stop).
 Local: Automatic mode cannot be started. The drives can be operated individually without
interlock with the local switches.

Local switches (LPBS)


Each drive must be equipped with a local switch positioned in such a location that the
Corresponding machine or conveyor can be switched on in Manual/Local mode and can be Monitored
visually at all times.
The local switch must have the following switching functions:

PLC
The automatic start-up of the whole system, sequential operations and the automatic shutdown, allowing
for external control influences, e.g. EMERGENCY STOP, etc., is performed by Programmable logic
controller (PLC).
This performs not only the control of the system, but also the display of the operating state in the
HMI/SCADA. The interlocks of the individual process groups and their signaling must be performed by
the PLC. A system must be selected which is sufficiently protected against external interference in the
Supply, control and signaling lines. The aim is that the program can continue to run without fault Signals in
the event of transient earth faults in the supply grid. In the event of prolonged power failures, on the other
hand, a controlled restart must be triggered (under-voltage trip of the nonautomatic circuit breaker).

PLC Specifications: Technical


 The PLC shall be non-redundant.
 PLC of individual equipment shall be selected to carry out necessary operations without
overloading the PLC memory.
 The PLC shall have adequate I/O per card.
 There shall be 15% spare I/O of each type.
 The CPU shall not be loaded more than 60% of its capacity.
 Retentively shall be 100% to save the recorded data and saving the programmed logic, other
attributes connected with system for power & system failure.
 Change in programme / modifications to programme shall be possible by a portable laptop.
 It is preferred to have all PLC‟s in the plant from same manufacturer.

HMI/SCADA system
The HMI system shall be designed as a minimum 6”, colour, and touch-screen on the panel.
WhereasSCADA system must be computer based.
All displays must be designed by the Contractor with graphic sophistication and all texts in the
Visualization system must be displayed in English.
A sub-menu for each operating mode and further menus for editing the system parameters, fault Archive,
etc., must be developed. It must be as simple as possible to switch between the various Menus and to edit

240
the system parameters.When designing the user interface or the assignment of the function keys, attention
must be paid that the function key assignment remains the same in all sub-menus so that it is possible to
jump to another menu without first having to jump back to the main menu.
It must be possible to edit the following parameters at the touch-panel and SCADA:
 Operating mode
 Changes in the speeds of frequency converter-controlled equipment
 Start-up times
 Shutdown times
 Duration of the operation of warning devices
 Limit values for sensors, etc.
Faults, level messages, pressed EMERGENCY STOP buttons, etc., must also be clearly displayed at the
bottom of the screen, irrespective of the selected screen page or sub-menu.
It must be possible to output all important menu items to the printer. The corresponding interfaces must be
provided.
The display of the function plans, images, etc. is affected in direct dialog with the system by means of the
mouse and keyboard.
The central SCADA shall generate various reports to analyse plant performance. The process is
documented via the laser printer.

Computer hardware and software


All programs required for operation of the system must be correspondingly compatible. The corresponding
licenses must be supplied for the standard programs. The operating systems must be agreed upon with the
Client. Minimum requirements shall meet:

CPU
1. Processor-Intel xeon 4 core or higher
2. Processor speed- 3.4 GHz or higher
3. Configuration-Tower
4. Architecture-64 bit
5. System memory (RAM)-16 GB
6. Hard disk-1000 GB or higher
7. DVD Drive-Combo (Read/Write)
8. Operating system-Microsoft Windows 7 professional
9. Communication ports USB – 4Nos
10. Ethernet – 2 Nos.
11. Graphic accelerator-Nvidia 2 GB
12. Power supply-240V, 50Hz, 1Phase
13. Keyboard-Internet Keyboard (with USB interface)
14. Mouse-Optical, 3 buttons (with USB interface)

Monitor
1. Type-Full HD LED colour monitor
2. Screen size-28” or higher
3. Resolution-1920 x 1080
4. Power supply-240V, 50Hz, 1Phase

Instruments Technical Specifications:


Electromagnetic Flowmeter:
Flow Sensor:
Type : Pulse DC excitation

241
System : Separate with cable output
Power Supply : 240 V AC, 50 Hz
End Connection : CS Flanges
Flange Rating : PN 10
Electrode : SS 316
Electrode type : Round Head Electrodes
Meter Tube : SS 304
Liner : Hard Rubber
Coil Housing : SS 304 with fully welded construction
Protection category : IP 68
Connection / Junction Box : SS 304
Earthing : Grounding Rings (Grounding Electrode Not acceptable)
Accuracy : ±0.5 % of MV inclusive of linearity,
Repeatability, pressure effects and hysteresis
Marking : Flow direction with arrow, size Serial No. & make.

Flow Transmitter / Converter :


Type : Micro processor based & Modular
Mounting : Remote
Display language : English
Display Two line back lit LCD for indication of actual flow rate, forward, reverse and sum totalizer.
Empty Pipe Detection : Required.
Output : One current output (4 – 20 mA)
Protection Category : IP 68
Enclosure : Die cast aluminum with polyurethane finish With glass window
Programming : From front fascia through keypad / optical pin programming. Programming should be
done without the opening of display cover.
Power Supply: 240 V AC, 50 Hz
Cable Gland: ½” NPT, 4 glands double compression type
Mounting: Wall Mounted
Interface: HART
Power failure mode: Provision of RAM /PROM to store parameter entered and measured flow data during
power failure.
Separation: Up to 100 metres.
Terminal: Shock -Hazard - Protected push lock Terminal
Error identification: 0/3.6/22 mA
Interchangeability: Fully interchangeable with all the flow Sensors

These tests should be performed in the in-house laboratory of the meter manufacturer.
The Employer will depute Third Party Inspection Agency to the meter manufacturing facility of
themanufacturer to inspect the meter as per QAP approved by Engineer In charge. inspection chargesand
all other charges shall be borne by the contractor.

INSTRUMENTATION CABLE
All cabling required for connecting all field instrument, sensors, transmitters, PLC etc. shall be providedby
contractor. This item shall be executed as per specific requirement supported with justification withprior
consent and approval of the Engineer.

Specifications for cables: -


1. All conduit and cable entering control panels shall be gland sealed to prevent the intrusion
of gas and moisture.
2. All signal cables for carrying 4-20 Ma , 0-5 V, low level transducer outputs, etc shall be copper
PVCinsulated twisted pairs, individually screened with tinned copper drain wire, overall screened,

242
steelwire armoured and overall PVC sheath. The twisted pairs shall be constructed with 24-30 twists
permetre.
3. The rated working voltage shall be 100 V rms and the maximum working voltage shall be 600 V
rms.The continuous current rating shall be at least 5. Insulation between conductors and earth shall notbe
less than 10 Mega Ohms at 500 Volts.
4. Screening shall provide a minimum of 95% coverage of Copper braid or Mylar backed Aluminumfoil.
Individual shields in multi core cables shall be insulated from each other and from the overallshield and
armoring.
5. Strict segregation shall be followed with not more than one type of signal run in any multi corecable.
The different types of signals shall be segregated from each other and shall be contained inseparate
cables.

Owner’s Control Philosophy:


1. Coarse screens
Each mechanical coarse screen shall be installed the same shall be operated on the basis of set level in
SCADA. Also, if differential level is not reached for certain time period, the screen shall be operate don
the basis set time in SCADA.
A conveyor shall work in tandem with screen so as to convey the screened material to a container for
disposal.
The selection of Auto / Manual and Working / Stand-by shall be made available in SCADA. In manual
mode, the screen operation will be done from SCADA screen. Physicals witch over of screens in plant
will be done by operator using manual gates.
Necessary inter locks, controls, alarms, report generation, etc. shall be considered in PLC for auto
operation of coarse screen.

2. Raw Sewage Sump and Pumps


The sump will employ an Ultrasonic level transmitter to measure level. The combined operation of Raw
Sewage Pumps will be dependenton rate of change of level with reference to time. The selection of Auto
/ Manual and Working / Stand-by shall be made available in SCADA. In manual mode, the pump Start /
Stop will be done through SCADA screen.
An Electro magnetic flow transmitter shall be provided at common header of pumps for measurement of
flow to sewage treatment plant. PLC shall calculate instantaneous flow as well as cumulative flow, both
shall be displayed on SCADA.
Necessary inter locks, controls, alarms, report generation, etc. shall be considered in PLC for auto
operation of Raw Sewage Pumps

3. Inlet chamber
An Electro magnetic flow transmitter shall be provided on inlet pipe of inlet chamber for measurement
of flow coming to Sewage Treatment Plant. PLC shall calculate instantaneous flow as well as
cumulative flow, both shall be displayed on SCADA.

4. Fine screens
Each mechanical fine screen shall be installed with ultrasonic differential level transmitter across it; the
same shall be operate don the basis of set level in SCADA. Also if level is not reached for certain time
period, the screen shall be operatedon the basis set time in SCADA.
A conveyor shall work intandem with screen so as to convey the screened material to a container for
disposal.

243
The selection of Auto / Manua land Working / Stand-by shall be made available in SCADA. In manual
mode, the screen operation will be done from SCADA screen. Physicals witch over of screens in plant
will be done by operator using manualgates.
Necessary interlocks, controls, alarms, report generation, etc. shall be considered in PLC for auto
operation offine screen.

5. Grit Chambers
Each grit chamber will consist of Detroiter (1No.), Organic Return Pump (1No.) and Screw Conveyor for
grit removal (1No.). As such Detroiter, Organic Return Pump and Screw Conveyor will no thave auto
operation; these will be started and stopped from SCAD A screen as required. Necessary inter locks,
alarms, report generation, etc. shall be considered in PLC for operation of Grit chamber requipment.

6. SBR Basin
Complete operation and control of SBR plant will be done through a separate SCADA. However, it
shall have necessary inputs and generate required outputs to operate in co-ordination upstream and
downstream units of balance plant.
Alternatively, contractor may provide single PLC for entire Sewage Treatment Plant. Necessary
interlocks, controls, alarms, report generation, etc. shall be considered in SBR PLC for auto operation
SBR basin. The aeration Blowers in the SBR basin will be VFD operated and interlocked with the DO
meter.
Each SBR basins shall be equipped with Level Transmitter, DO Transmitter for monitoring and
recording of critical operation parameters through SCADA.

7. Sludge sump and pump


An ultrasonic type level transmitter shall be used for measurement of level in sludge sump.
Screw pumps will be used to feed sludge to Centrifuge. These will operate as per level in sludge
sump. The selection of Auto / Manual and Working / Stand-by shall be made available in SCADA
for sludge pumps. In manual mode the Start / Stop of pump will be done from local push button
centre.
Necessary interlocks, alarms, report generation, etc.shall be considered in PLC for operation of
chlorination system.

8. Chlorination tank
The selection of Auto / Manual and Working / Stand-by shall be made available in SCADA for Booster
pumps. In manual mode the Start / Stop of pump will be done from local push button station.
Though chlorine at or will have stand alone operation, feedback for the equipment shall be taken to
PLC and displayed SCADA for monitoring purpose. Treated Sewage will be analysed by the online
residual chlorine analyzer, which will be interlocked with the outlet Automatic gate valve of the treated
sewage discharge line also with the chlorine dosing system.

9. Centrifuge
The drives and instruments of centrifuge shall be connected to PLC for its auto operation.

244
Starting of dewatering system will be a manual process. Necessary interlocks, alarms, report
generation, etc. shall be considered in PLC for auto operation of centrifuges.

245
INSPECTION, TESTING ERRECTION COMMISSIONING AND TRIAL RUN

1. Intent of specification

1.1. This specification is intended to cover furnishing of all labor, supervision, consumable materials,
tools and tackle and services necessary for receiving, unloading and storing, transportation, pre-
assembly at site, if required, complete erection, testing and commissioning of all items included in
the complete plant and equipment.
1.2. Omission of any specific reference to any method, parts, accessories or material required for
proper and efficient execution of the work shall not, in any way relieve the bidder from his
responsibilities from providing such facilities and performing the complete erection, testing and
commissioning at no extra cost to the Owner.

2. Equipment, material and services to be provided by the bidder


The Bidder shall perform the following in addition to design, manufacture and supply of equipment
materials and accessories.
a. Leading and transportation from the manufacturer’s work site to the receiving area at the Owner’s
plant site.
b. Unloading and clearing of materials from rails and other means of transport carriages.
c. Receiving and unloading at the Owner’s plant site.
d. Opening of packages and inspecting all materials and equipment
e. Checking of all materials with consignment note, reporting for missing or damaged items,
repairing damages and cleaning before erection.
f. Proper stacking and storing of materials under bidder custody with suitable weather protection.
g. Maintaining proper record of the materials and place of storage for quick identification as and
when required.
h. Transportation/shifting of materials from storage place to erection site and vice versa.
i. Pre-assembly at site after proper checking/overhauling as required.
j. Construction of site offices and covered storage’s as required.
k. Cleaning up of site during and after erection
l. Erection including all civil works (of all mechanical and electrical equipment included in the
scope and subsequent cleaning/flushing as required, pre-commissioning checking to ensure
correctness of erection)
m. Final adjustment of foundation levels by chipping and dressing, checking location, elevation etc.
of anchor bolts and base plates.
n. Site testing and commissioning services as required
o. Taking up insurance covering transit storage, erection and commissioning
p. Training of Owner’s personnel in operating and maintaining the system and various equipment as
to make them proficient.

246
q. All tests required for all materials/equipment supplied by the bidder to provide quality of
workmanship or any other tests as desired by the Owner shall be carried out by the bidder at no
extra cost.
r. All arrangement for transporting the equipment, materials and personnel of the bidder to and from
the site shall be done by the bidder at his own expense.
s. Watch and ward to ensure security and safety of materials under the bidder’s custody
t. Furnishing of residential accommodation to all personnel including erection laborer of the bidder.

3. Detailed scope of erection, testing and commissioning


3.1. General

3.1.1 The scope of work shall include all activities at site including placing of equipment on foundation,
leveling and alignment, grouting of foundation, other miscellaneous minor civil work such as
dressing / chipping of foundation surfaces as required, scrapping, edge preparation, assembly and
pre-assembly, inspection and testing by inspecting authority whenever required, minor
rectification, welding, cutting, site adjustments, and all other incidental activities as applicable.
3.1.2 The Bidder shall furnish all labor (supervisory, skilled, unskilled and administrative), all erection
materials, hardware and consumable materials as required for the complete installation, transport
vehicles, mobile cranes, hydraulic jacks, all erection tools, tackles and equipment precision levels
including micro level, dial and other gauges, surface cleaners, blowers, pumps and other equipment
necessary for hydro testing, and all other necessary implements in sufficient numbers as may be
required for timely and efficient execution of the contract. The materials supplied shall be of the
best quality, the specification and quality of which have to be approved by Engineer-in-charge
before the same are used for erection work.
3.1.3 Construction Site facility
The services and facility at construction site will be provided by the Owner as spelt out in the
specification.
3.1.4 Protection of work, inspection of work, erection programs and progress, responsibility of erection
and completeness of work etc. and other general information shall be as spelt out in this
specification.

4. Supervision during erection

The contractor shall be required to provide, at proper time, the necessary supervisory engineers,
supervisors and other supervising, personnel duly qualified and in sufficient number for transportation,
erection, pre-commissioning and post commissioning checkup, start up, testing and trial operation of
plants and equipment. The bidder shall keep competent representative who will be Resident Engineer
and shall remain as “In charge” of Bidder’s work-site and also remain answerable to the Engineer-in-
charge for all activities of the Bidder at site. Before his placement at site, the Bidder shall submit his bio-
data to the Engineer-in-charge for his approval.

The resident Engineer shall supervise the work of all men of the Bidder working at site. He shall work in
complete harmony and cooperation with Engineer-in-charge and Manufacturer’s engineers working at site.
All statutory rules and labor laws prevailing in the area must be observed by the Bidder. All safety
measures against occurrence of accidents must be take effectively. Resident Engineers shall not be
withdrawn without written permission of the Engineer-in-charge. If any of the Bidder’s personnel was

247
found unsuitable for the job, the bidder shall remove him forthwith and a suitable replacement shall be
posted to site within a reasonable time. No compensation for withdrawal of unsuitable or unqualified
person(s) from site or for posting suitable person(s) to site at any stage of the project shall be allowed by
the Owner.

5. Sequence of erection work


5.1 The bidder shall furnish along with his proposal a detailed erection program which shall be finalized
after placement of order in consultation with the engineer-in-charge keeping in view the various site
facilities and consumables encountered during various phases of work. This erection program shall be
strictly adhered to unless some modification is called for due to non-availability of erection fronts.
The Bidder shall take appropriate steps as directed by the Engineer-in-charge to make up for any
slippage from this erection program and no additional compensation shall be allowed on this account.
5.2 All packing cases and packages shall be opened in present of the engineer-in-charge or his authorized
representative. Timber packing cases shall be carefully opened to avoid damage to materials.
5.3 Each material after stripping from boxes or received loose, shall be carefully inspected, checked with
shipping list and identified with erection drawing if necessary. Any short supply and / or damages
part shall be reported forthwith to the Engineer-in-charge in writing. The Bidder shall be completely
responsible to make all necessary arrangements, application and follow procedure to process claim on
underwriters, obtain replacement repair/rectify and modify as required on all such
damaged/defective/lost equipment and material at no extra cost to the Owner in order to execute the
work in satisfaction to the Engineer-in-charge within the stipulated contract time. Once the materials
are inspected, the same shall be preserved properly and adequately protected from theft and
deterioration or damage by rain, storm, dust, and water tempering by casual visitors or workers. The
Bidder shall prepare and maintain stores, ledgers and bin cards for all materials in his custody.
5.4 Carrying out all repairs to damages that might have suffered during transit and in subsequent storage
modifications and rectification work and replacement all lost parts, are under the Bidder’s scope.

6. Erection
6.1 Erection work shall be carried out in the manner and sequence as may be directed by respective
equipment manufacturer’s supervisory engineers and the Owner’s engineer.
6.2 As erection proceeds each assembled part before being boxed up with a view to erecting it finally
shall be inspected and approved by the concerned supervisor. Should any defect be found out
during such inspection the Bidder shall make it good as per directives from Engineer-in-charge.
6.3 The equipment shall be placed on respective foundation or support, leveled and aligned with
precision measuring instruments, checked for proper clearance between moving and stationary parts
wherever applicable and grouted on the foundation. Positions of piping with respect to anchor
points shall be checked for hot and cold clearances.
6.4 The installation of motors shall be carried out along with driven equipment in accordance with
manufacturer’s instructions and / or as directed by the Owner.
6.5 Wherever the scope includes control panels, all connections in control panels shall be completed,
checked and adjusted to ensure safety and satisfactory operation of the equipment.
6.6 All fabrication and engineering work incidental to erection, like scaffoldings structural forming for
pre-assembly, transport and erection etc. shall have to be done by the bidder at his own cost. The
structural steel required for such work shall be arranged by the bidder. Wherever steel is supplied
by the Owner as per prior agreement with the Bidder, he shall maintain complete record of use of
such steel and submit the same to the Owner. Any unused material shall be returned to the Owner.

248
The total unaccountable wastage shall not be more than 1% of the fabricated items. Any fabrication
work like cutting, grinding, welding, straightening, filling, reaming, drilling, threading, fitting up
etc which in the opinion of the engineer are incidental to the erection at site shall have to be done by
the bidder. Any defect in the fabrication shall have to be rectified by the bidder at his own cost.
6.7 All piping work shall be done as per Owner’s certified drawings. The scope of work of the bidder
shall include installation of all items supplied by others but coming on the pipelines included under
this specification. Such items are flow elements, control valves and other specialties etc. All
impulse piping up to the last root value and connection on terminal equipment/piping shall also be
done by the Bidder.
6.8 All pressure vessels should be directly placed on the foundation in fully fabricated form.
6.9 Particular attention shall be given towards removal of buckles and other forms of distortion.
6.10 Holes in plate work to assist in erection should be avoided. Lugs required for erection shall be
removed and projections of weld shall be chipped and grounded flush.
6.11 Misalignment in vertical joints shall not exceed 10% of plate thickness or 1 mm, whichever is
larger.
6.12 Misalignment in horizontal joints shall not exceed 14% of upper plate thickness with a maximum of
2 mm for plate thickness above 8 mm and a maximum of 1 mm for plate thickness less than 8 mm.
6.13 All equipment shall be safeguarded from wind or other external causes by providing suitable steel
cables/guys until completion or erection.
6.14 Welding sequence shall be adopted in such a way so as to minimize distortion due to weld
shrinkage and shall be got approved from the engineer prior to commencement of work.
6.15 Welding shall not be carried out on wet surfaces and shall be protected from high winds,
6.16 All materials such as electrodes, gaskets, bolts, nuts, etc shall be of reputed make and conforming to
relevant Indian standards. Prior approval of engineer will have to be obtained before
commencement of work. Manufacturer’s test certificate shall have to be provided when called for.
6.17 All electrical equipment included in the scope shall be installed in conformity with the Indian
Electricity act and Indian electricity rules as amended up to date and the latest revisions of the
following codes and standards:

i. IS: 900 Code of practice for installation and maintenance


Of Induction motors
ii. IS: 5561 Electrical power connectors
iii. IS: 5216 Guide for safety procedure and practices in Electrical work
iv. IS: 3043 Code of Practice for Earthling

7. Safety regulations

7.1 When going to or from place to work in the plant only the prescribed walkways, paths or
crossovers shall be used. Railroad crossing warnings shall be heeded.
7.2 Crawling on, over or under moveable equipment shall generally be prohibited.
7.3 All persons are to stay clear of lifts being made by overhead cranes
7.4 For overhead work, proper signs shall be placed below and when conditions justify, a watchman
shall be stationed to warn employees in the vicinity.
7.5 Work on or about crane runways shall not be undertaken without the engineer’s permission.
Whenever it is necessary to do any work on or above the crane runways, the bidder shall furnish a
flagman stationed on the floor.

249
7.6 Only scaffolds which meet the requirements of any governing laws shall be used in the project.
7.7 Work in area of electric wires and cables shall be generally be avoided.
7.8 Everything burning and welding equipment shall conform to, and be used in accordance with,
regulations governing such equipment. No burning or welding shall be done at any place on the
site until location where such work is to be done is approved.
7.9 Adequate fire protection shall be available before work shall be preceded.

7.10 All warning signs shall be observed.


7.11 Use of explosives shall comply with all regulations.
7.12 Proper care shall be taken in the use of compressor.
7.13 Bidder shall require his employees to wear hard hats all times when they are in an area where they
are danger from falling objects.
7.14 Goggles shall be worn whenever there is a possibility of flying particles or splashing corrosive
fluid.
7.15 When working around caustic or acid solutions, worker shall wear gloves, goggles and protective
shoes.
7.16 When ladders are the means of access to a platform they shall be firmly secured top and bottom
and the ladder rails shall extend at least one meter above the top landing. When a ladder cannot be
secured a man shall be stationed at the base.
7.17 Safety belts shall be used by men working in high places when no hand rails or other guards are in
place.
7.18 All accidents resulting in injury shall be reported to the engineer promptly. The report shall
contain the following:

a. Name of employee and identifying information


b. Whether injury involved lost time or not
c. Occupation of injured
d. Date of accident
e. Time of accident
f. Place of accident
g. Nature of injury
h. What injured was doing at the time of accident
i. Detailed description of accident

7.19 A checklist in triplicate will be furnished for the approval of engineer wherein all items to be
checked and necessary instructions will be listed. Inspection and checking shall strictly follow this
checklist. On completion of the joint inspection and checking two (2) copies of the check list will
have to be handed over to the Engineer. The check lists after checking will have to be jointly
signed by the Bidder’s supervisor and the engineer to ensure that all inspection and checking have
been properly carried out; however, such endorsement shall not relieve the bidder from the
responsibility in ensuring proper erection and cleaning.

250
7.20 During inspection, all clearance, alignment and important measurements and adjustments as may
be directed shall be noted by the Bidder for future reference and guidance. Two (2) copies of such
notes shall be delivered to the engineer.

8. Cleaning
8.1 The Bidder shall observe strict cleanliness during execution of the work. They shall check that all the
finished surfaces are greased and covered and all pipes are covered, with plastic or suitable type cap
during storage.
8.2 Before boxing up the Bidder shall examine carefully ensure that no foreign material such as welding
run ends, welding beads, metal chips, rope-working tools, etc has been left inside any equipment or
piping duct.
8.3 Cleaning sequence and arrangement of temporary piping will be developed by the Bidder and shall
be executed by him to the satisfaction of the engineers.
8.4 In the case of motors, the following procedure shall be observed:

a. Checking and cleaning of bearings and charging / filling of lubricants, wherever necessary.
c. Cleaning of core and winding, drying out and varnishing the winding and measurement of air
gap for motor assembled at site.

9. Pre-commissioning testing
9.1 After alignment of all equipment, alignment tests shall be carried out by the Bidder to check leveling,
clearance, eccentricity etc.
9.2 Hydro testing shall be conducted for all pressure parts after installation at required pressure. All
necessary blanking arrangement necessary for such hydro testing shall be furnished by the Bidder.
All necessary test pump, temporary piping, etc shall be supplied by the Bidder.

10. Start up and trials runs


10.1 Test run
Following the satisfactory completion of inspection, checking and cleaning of a unit, the plant will
be placed in test run. During this period, all adjustments and repairs as required shall be made by the
Bidder; the plant may be shut down if necessary to carry out such adjustments and repairs. On
completion of satisfactory trial operation, the plant will be placed under initial operation.
Prior to trial operation of any equipment the following shall be checked:
a. Proper installation of the drive and equipment on the foundation.
b. Proper alignment of drive and the equipment
c. Proper connection of supports, hangers, piping, valves, instruments and other fittings.
d. Freeness of the rotors of drive and equipment
e. Healthiness of lube oil system, changing and filling as necessary.
f. Wherever the scope includes control panels, the following tests shall be conducted.
i) The healthiness of interlocks between various pieces of equipment and
protections for the equipment.
ii) Insulation tests by meger.
iii) Tests where considered necessary.
iv) Checking of healthiness and proper operation of indication lamps.
v) Calibration and operation tests for instruments.
g. Any other feature applicable to the equipment.

251
h. Prior to trial operation of equipment, the drive motor shall be checked and tested by
the Bidder.
Following steps in motor testing shall be followed.
i. Insulation test of winding by meger, drying out and, if necessary, high potential
test.
ii. Winding resistance measurement on all 3 phase for motors of bigger size.
iii. Testing the motor for proper direction of rotation and reconnection, if necessary.
iv. Adjustment and setting of limit switch torque switches and breaks for valve
motors.
v. No load test run of the motor for a minimum of eight (8) hours to check out
bearing or other associated arts.
During test run, hourly record of currents on all the three phases shall be maintained and careful
watch shall be maintained on the equipment for any abnormal sound, temperature of bearing,
vibrations etc.
Owner will provide required number of operators in shifts, if required, for trial operation of
equipment under supervision of commissioning / start-up engineer. All other labors for starting,
trial operation, repairs and adjustments shall be provided by the bidder. Requirement of Owner’s
operators, if any, shall be indicated by the bidder well in advance.
10.2 After no load trial run of the motor each rotary equipment shall be coupled and shall be subjected
to a trial run. The duration of this trial run shall be mutually agreed.

11. Testing and trial run – general requirement

Any other pre-commissioning and field test not included in the above list and which are specified in the
relevant standards, Electricity rules, code of Practice shall be carried out at no extra cost to Owner. Also, if
the Owner wishes any particular test is to be repeated or newly carried out, the same shall be done by the
Bidder without any extra cost.

12. Loading the unit and reliability run

12.1 After the above pre-commissioning operations, the plant will be started up and loaded. During
these loading operations all the controls and protections shall be finally set.
12.2 After the unit is loaded to the maximum capacity rating and the Bidder is fully satisfied with its
performances he shall offer the unit for reliability run by communicating the same to the Owner /
Engineer in writing. After receipt of such communication the unit will be put on reliability run.
The run will be for an uninterrupted minimum period of fifteen (15) days at rated full load / part
load as made available by the Owner to demonstrate to the Owner / Engineer the following:

(i) The sustained capacity of the unit


(ii) The reliability of the plant and auxiliaries
(iii) The adequacy of the various auxiliaries, ancillaries and systems and instruments
and controls.
(iv) The capability of each equipment of the plant to correctly perform the functions
for which it was specified.

252
The run shall be undertaken jointly with the Owner. A joint log would be maintained to note
various performance data, the malfunctions, output deficiency and short comings and would be
complied and furnished at the end of the trial run.
The malfunction, shortcomings and deficiencies shall be rectified by the Bidder to the satisfaction
of the Owner / engineer-in-charge at no extra cost.
After completion of reliability run the vendor shall prepare the unit for Performance / Acceptance
test and offer the same for Performance / Acceptance test.
The Performance / Acceptance test shall be carried out jointly on a mutually agreed date within 30
days from completion of reliability run within which period no de-rating of the equipment
performance will be permitted. In case of delay in carrying out the performance/acceptance test
for reason(s) not attributable to the Owner, the Vendor shall be required to prove the specified
performance guarantee without any de rating factor.

13. Performance / acceptance test


13.1 The performance test of the plant and equipment will be conducted in accordance with good
engineering practice or equivalent performance test code to establish the performance requirements
as mentioned in the various specifications enclosed. The bidder shall furnish and install all standard
instruments as stipulated in the relevant code to conduct the Performance / Acceptance test and shall
be complete with all primary elements, tapping points, etc, as necessary. The class of accuracy of
the instruments shall be as specified in the code. The bidder shall have all the instruments
calibrated in a recognized laboratory and shall furnish the certified calibration curves. The
unmeasured quantities will be accounted for in a acceptable manner. Proper corrections will be
made to take into account the variations of terminal conditions, which do not correspond to the
specified terminal condition if such a situation arises. The correction curves for such variations in
terminal condition curves for such variations in terminal condition shall be furnished in advance for
acceptance by the owner/engineer. The detailed procedure of test shall be jointly agreed upon prior
to commencement.
13.2 The guaranteed performance figures of the equipment shall be proved by the Bidder during these
tests. Should the results of these show any deficiency from the guaranteed value, the Bidder shall
modify the equipment as required at no extra cost to enable it to meet the guarantee.
13.3 Till successful completion of Performance / Acceptance test the owner shall not be responsible for
providing any supervisory or skilled manpower except for owner’s operators.
13.4 The tests to be carried out on the equipment shall include the tests mentioned in other Sections of
this Specification.

14. Taking over

Upon successful completion of all the tests to be performed at site on the equipment furnished and erection
by the Bidder, the engineer shall issue to the Bidder a taking over certificate as a proof of the final
acceptance of the equipment. Such certificate shall not unreasonably be withheld nor will the engineer
delay the issuance thereof, on account of minor omissions or defects, which do not affect the commercial
operation and / or cause any serious risk to the equipment. Such certificate shall not relieve the Bidder of
any of his obligations which otherwise survive, by the terms and conditions of the Contract after issuance
of such certificate.

253
15. Trial run for four months

Upon successful testing and commissioning of the plant, the contractor shall run the plant for a period of
four months. During this period the RMC will provide the electricity, chemicals, diesel. However, the
polyelectrolyte to be dosed shall be at the cost of contractor. All the operators and labor required for the job
shall be provided by the contractor at his cost. The day to day laboratory testing of samples shall be carried
out by the contractor and report submitted to the Engineer.

254
APPROVED MAKES

Sr. Equipment’s Makes


No
A. Mechanical

Jash/Johnson / Huber
Mechanical Fine Screen
1

Manual Fine Screen Shivpad /Voltas


2
Hindustan Dorr-Oliver/Shivpad Triveni/ Voltas/
Thermax
3 Grit Mechanism
Everest Transmission/Swam Pneumatics
4 Air Blowers
/AerZen/Robuschi Blowers/ Turbomax
EDI/OTT/Reheau Polymer
Fine Bubble Membrane
5
Diffusers & Pipe Grid
Pumps:Submersibl Grundfos /Kishore /Kirloskar /Aqua
e Sewage Pump
6A

Pumps: Horizontal ABS / Flygt / Kishore / KSB / Jyothi / Kirloskar /


Centrifugal Mather & Platt /Aqua
Pumps: Screw Alpha Helical / Hydro Prokav Netzsch
6B Ramo/Roto/Aqua
6C Pumps: Metering Milton Roy / Prominent Shapotools Sandur
Grundfoss/Aqua

255
Sr. Equipments Makes
No
.
Chloro Control/ Industrial Devices
7 Chlorination System
Metito/Pennwalt

Alfa Laval/Hiller Humboldt Pennwalt


Solid Bowl Centrifuge
8
9 Agitators Fibre&Fibre /Remi/
Standard Engineers
Indef/Hercules Hoists
Chain Pulley Block / Electric
10 Ltd/W.H. Brady &
Hoist
Co. Ltd.

11 Pipes
MS Pipes As per IS 3589

SS Pipes As per Relevant IS

As per IS 8329
DI Pipes

HDPE Pipes Reliance/ Duraline/ Hasti/ Jain /Sangir

UPVC Pipes Astral, George Fischer & other


12 Valves cocomparable

BDK/IVC
Knife Gate Valves Jash Vaas KSB Ltd.
Kirloskar Brothers Ltd Indian Valve
International

256
Sr. No. Equipments Makes
BDK/Crane
Non Return Valves /
Butterfly Valves Intervalve
Jyoti/
KSB Ltd.
Kirloskar Brothers Ltd
Indian Valve International/IVC
Ball Valves / Needle Audco
Valves BDK
Intervalve KSB
Ltd.
Kirloskar Brothers Ltd
Indian Valve International Fouress
Engineering Ltd

257
Sl. No. Particulars Make
B Electrical & Instrumentation
Power Transformer
Oil filled Transformer CGL / VOLTAMP / Kirlosker
Dry Type Transformer VOLTAMP / CGL/KEC/Areava/ABB/EMCO
Motors
Crompton Greaves /Siemens/Bharat BIJLEE/
A.C. L.T. Motor ABB
D.C. Motor Kirlosker / Crompton Greaves
Switchgear Panel
ABB /Siemens / L&T
H.T. Switchgear
L&T / Siemens / Schneider Electric India Ltd. /
L.T. Switchgear MCC ABB
D.C. distribution Board/ MLDB MK Engineers / Siemens / Legrand
/ SLDB / Lighting Panels
CT, PT Pragati / Kappa I Power Gear

Indoor Isolator Driescher Panicker /A bond strand Pvt. Ltd.

Localcontrolpanel/Localpush Control & schematics / intrelec / Popular


button Station switchgear / MK Engineers
Polycab / Universal Cables / KEI Industries Limited
Cables
Instrumentation Cables Paramount Cables / Cords Cables Industries Ltd./
Delton Cables

258
Sl. No. Particulars Make
Emerson Network Power Pvt. Ltd. / DB Power
UPS
Electronics / Siemens Ltd.
Lighting Fittings Philips / Bajaj / Crompton / Wipro
Voltamp / Truvolt / Trans0 India / Indcoil /
Lighting Transformer Indushree
VFD Panel Siemens/L&T/ABB/GujaratHirel/Rockwell
Automation
Battery & Charger
Lead-Acid Battery AMCO / EXIDE / AMARA RAJA
Battery Charger CHHABI / AMARA RAJA / HBL
Miscellaneous Items

Contactor & Oil Relay Siemens I L&T I BCH


Timbers Siemens /L&T /BCH
Control switches/ Areva / Kaycee / Siemens / L&T / Teknic
Selector switches
Push Buttons / Lamps Siemens / L&T / Bch / Kaycee
Terminal Blocks ELMAX / TOSHA / ESSEN / EE / Connectwell /
WAGO
MCB Schneider/ ABB/ Siemens/ Legrand
Hooters Kheraj / Tullu / Waves Electronics
Plug & Sockets BCH/ Shakti Electricals / Cyclo Electric/ Kaypee
Electrical
Earthing Materials R.K. Smelting / Industrial Perforation / India
Electricals Syndicate
H.T. termination and 3M / Raychem /Densons
Jointing kits
Cable Trays R.K.Smelting Enterprise/ Industrial Perforation/
Indiana Cable Trays / Technofab
Level Indicator Bradbury Instrument /EIP Bulk Controls /Sapcon
/ Levecon
Protective Relays ABB / Schneider / Siemens /

Interposing Relays AREVA / L & T / OMRON / JYOTI

Electrical Panel Meter Automatic Electric / Meco / RishabInstruments /


(Ammeter, Voltmeter) IMP

Transducers Siemens / ABB / MECO / Automatic Electric Ltd.


/ Southern Transducers (L & T)
Outdoor Insolator With ABB I ELPRO I OBLUM / Driescher Panlckker I
Earth Hwelm Industries / PEI / Sterling Isolator
Switch
259
H.T. termination and Jointing kits 3M / Raychem /Densons
Cable Trays R.K.SmeltingEnterprise/IndustrialPerforation/
Indiana Cable Trays / Technofab
Level Indicator BradburyInstrument/EIPBulk Controls/Sapcon
/ Levecon
Protective Relays ABB / Schneider / Siemens /
Interposing Relays AREVA / L & T / OMRON / JYOTI
Electrical Panel Meter Automatic Electric /Meco/ Rishab Instruments/
(Ammeter, Voltmeter) IMP
Transducers Siemens / ABB / MECO / Automatic Electric Ltd.
/ Southern Transducers (L & T)
Outdoor Insolator With Earth ABB I ELPRO I OBLUM / Driescher Panlckker I
Switch Hwelm Industries / PEI / Sterling Isolator

Sl. Particulars Make


No. Lightning Arrestor CGL I ELPRO I OBLUM / WS Insulators
Capacitors CGL I Madhav I Meher I Universal Cables
Insulators Jayshree /Modern I WS Insulators I Allied Ceramic
Motors Contactors BhartiaCurtler /Hammer /L&T /Siemens
Relays ABB /Schneider / L&T
Switch /Fuses GE /L&T / Siemens
Instrument & Meters Universal Electrics Ltd. /Automatic Electric Ltd. / Meco
Instruments (P Ltd. Industrial Motors (P) Ltd. / Endress&
Hauser / Forbes Marshall Polymetron

Local Push Buttons and Bhartiya /Cutler/ Hammer /L&T / Siemens /Vaishnov
Indication Lamps

Ceiling Fans Bajaj /Crompton / Orient / Usha

Lighting Fixtures Bajaj /Crompton / Philips / Wipro


Exhaust Fan Bajaj / Crompton / GE
DieselGenerators Cater Pillar /Cummins India / Kirloskar
Instrumentation
Pressure Gauge: Bourdon Tube H. Guru/ Gluck/ Waree/ Pricol/ General Instruments/
/ Sealed Diaphragm Type Baumer/ Fiebig
Level Switch: Float Type Levcon /vivo Control/ P&F/SBEM
Level Sensor and Transmitter: Emerson/ Siemens/ Endress & Hauser/ Krohne
Ultrasonic Marshall
Electric Actuators Marsh, Rotork/ Auma/ ABB
Sl. Particulars Make
No. Lightning Arrestor CGL I ELPRO I OBLUM / WS Insulators
Capacitors CGL I Madhav I Meher I Universal Cables
Insulators
Motors Contactors Jayshree /Modern
BhartiaCurtler I WS Insulators
/Hammer I Allied Ceramic
/L&T / Siemens
260
Relays ABB /Schneider / L&T
Switch /Fuses GE /L&T / Siemens
Instrument & Meters Universal Electrics Ltd. /Automatic Electric Ltd. / Meco Instruments
Sl. Particulars Make
No. Lightning Arrestor CGL I ELPRO I OBLUM / WS Insulators
Capacitors CGL I Madhav I Meher I Universal Cables
Insulators Jayshree /Modern I WS Insulators I Allied Ceramic
Motors Contactors BhartiaCurtler /Hammer /L&T /Siemens
Relays ABB /Schneider / L&T
Switch /Fuses GE /L&T / Siemens
Instrument & Meters Universal Electrics Ltd. /Automatic Electric Ltd. / Meco
Instruments (P Ltd. Industrial Motors (P) Ltd. /
Endress& Hauser / Forbes Marshall Polymetron
Local Push Button sand Bhartiya /Cutler/ Hammer /L&T / Siemens /Vaishnov
Indication Lamps
Ceiling Fans Bajaj /Crompton / Orient / Usha

Lighting Fixtures Bajaj /Crompton / Philips / Wipro


Exhaust Fan Bajaj / Crompton / GE
DieselGenerators Cater Pillar /Cummins India / Kirloskar
Instrumentation

Pressure Gauge: Bourdon Tube H. Guru/ Gluck/ Waree/ Pricol/ General Instruments/ Baumer/
/ Sealed Diaphragm Type Fiebig
Level Switch: Float Type Levcon /vivo Control/ P&F/SBEM

Level Sensor and Transmitter: Emerson/ Siemens/ Endress & Hauser/ Krohne Marshall
Ultrasonic
Electric Actuators Marsh, Rotork/ Auma/ ABB

261
MCCB/MCB and LV Switchgear MDS/ Schneider/ Siemens/ Standard/ Havells

Programmable logic control Allen Bradley/Siemens/ Messung/ Mitsubishi/


Schneider
HMI Allen Bradley / Siemens / Messung / Mitsubishi /
Rockwell / Schneider Electric India /
Siemens India Ltd./
Messung
Ultra-sonic /Electromagnetic flow meter Krohne Marshall / Endress & Hauser (India) Pvt. Ltd. /
Siemens/ Emerson/ Rittmeyer/ Panametric

Online Analyser E&H/ Hach/ Krohne Marshall/ Emerson

SCADA Software Intelution / Wonderware /Ellipse/Rockwell/


Automation / Schneider /
Tata Honeywell
Energy Meters with MODBUS HPL Socomec / Schneider / L&T / Conzerve

262
Sl. Particulars Make
No.
Modem / Router Siemens / Messung / Mitsubishi / Wave Com /
ACTL / Viola / Cisco / Kalki
Pressure Dataloggers Halma / Primayer / Siemens / Emerson
Pressure Reducing Valve & Singer / AVk
Altitude valve
DO Meter Roemount / E&H / Forbes Marshall Hach /
Honeywell
Variable Frequency Drive ABB / Mitsubishi Siemens

PLC Allen Bradley / Messung Mitsubishi Schneider /


Siemens
Personal Computer Apple / Dell /HP / Lenovo

Mandatory Spares – Electrical & Instrumentation Works


** The mandatory spares shall be 10% of Total equipment quantity supplied by the
contractor and the same shall be finalized .

Note: For any other makes other than suggested in the list, the contractor shall take
approval from the Client during Tender negotiations

263
ANNEXURE – “F” (MAIN) PRICE SCHEDULE
Sr. No. Component Percentahe Breakup
1 Construction of STP with all 90.26%
allied works
O & M for 5 Years Excluding 9.74%
cost of elecricity charges

Sr. No Description of Works % of PAC


Prelimary Survey, Hydraulic Designs, Structural Designs
A. 2.0
and their Vetting from NIT/ Govt. Engg College
1 Weir at nalla 0.96

2 Sump & Pump house at Nalla 2.89


Sub Break up
2a Inlet Chamber at nalla 0.24
2b Coarse screen chamber 0.33
2c Wet well pumping station 2.32

3 Raw sewerage Pumps (procurement & installation) 3.05


3a Design and Approval 0.06
3b Procurement of Pumps and Accessories including TPI 2.00
3c Installation and Testing to Desired Capacities 0.79
3d On Completion of 18 months Trial Run 0.20

4 Electrical works at Nalla and STP 4.45


4a Substation works at Nalla P H 3.35
4b Other allied electrical works 1.10

300 MM DIA DI K-9 Rising main From Nalla to STP of


5 24.96
length=3.6km
5a Excavation
Providing Pipes, Valves and Specials
Payment shall
Lowering ,Laying and jointing be made as
Refilling and bedding per the
Note(I)
Concreting including piers, Columns, Trust Blocks, Road
mentioned
Encasing.
below
Installation of Valves
Construction of RCC Chambers

264
SBR & Septic Sludge Treatment mechanical &
6 Instrumentation at Rajnandgaon ( As per the Sub break 24.09
up Attached below in table 6 a)

SBR (6.2 MLD) & Septic Sludge Treatment (300m3/day)


7 Civil Work at Rajnandgaon 27.76

7A Equaliser tank 5.95


7B Inlet Chamber 0.19
7C screen chamber 0.08
7D Grit Chamber 0.11
7E Distribution Chamber 0.09
7F SBR Basin 6.88
7G Chlorine Dosing System 0.47
7H Chlorine Contact Tank 1.82
7I Gravity Sludge Thickner 0.86
7J Decanter Unit 0.58
7K Filtrate collection sump 0.53
7L Admin Room and Lab 0.37
7M Compound Wall 1.52
7N Sludge Sump for septic Sludge Treatment 1.27
7O Gravity Sludge Thickner for septic Sludge Treatment 4.04
7P Centrifudge unit for Septic Sludge Treatment 1.91
7Q Filtrate collection sump for Septic Sludge Treatment 1.08

8 Electrical Works at STP 9.61


8a Sub station works at STP 8.09
8b Other allied works at STP 1.52

9 50m long 500mm HDPE Gravity main from SBR-CCT 0.15

10 50m long 450mm RCC pipe from CCT-Canal 0.08

Total Cost 100.00

Table 6 (a)

Sr.No. Mechnical Equipment % of PAC

265
Coarse Screen Mechanism with
1 screening conveyor at STP Inlet 0.14
convayor motor for Coarse Screen
2 0.04
Manual Chain Pulley Mechanism at
3 Sewage PS 0.21
Fine Screen Mechanism with screening
4 conveyor at STP Inlet 0.14
convayor motor for Fine Screen
5 0.04
Grit Scrapper Mechanism
6 0.17
Centrifuge type Grit Washing Mechnism
7 with organic return pump 0.25
Mixer for selector zone
8 0.05
Decanter Mechanism Motor
9 0.06
Air Blowers for SBR Units
10 3.82
Centrifuge Mechanism for Sludge
11 Dewatering 0.85
Centrifuge Feed Pump
12 1.87
Sludge Recirculation Pumps
13 5.60
Waste Sludge Pump
14 0.42
Chlorine Gas Dosing System
15 0.17
Agiataor For Filtarte Sump
16 0.07
Filtrate Transfer Pump
17 0.14
Poly Dosing Pump
18 0.02
Poly Dosing Tank
19 0.02
Thickener Scrapper
20 0.25
EOT Crane for Chlorine Toner lifting
21 0.26
Auto equipments and instruments
22 1.10
Scada System
23 6.28
Septic Sludge System
24 3.09

266
NOTE (I)

The payment of R.A. Bills shall be made as per SOR for pipe line works (PHED, PWD & WRD with all
uptodate ammendments), with percentage below or above of contractor’s lumpsum offer with respect to
PAC. However, in any case, the total payment made to the contractor shall not exceed the amount fixed by
percentage of pipe line works.
The final payment shall be equal to the amount fixed by percentage of pipe line works. In case of
additional/ reduced work, the additional payment/ deduction shall be made as per SOR of PHE/ PWD/
UADD. No percentage above below shall be applicable on additional work/ reduced work.

NOTE (II) Secured advance

Advances to contractor are as a rule prohibited, and every endeavor should be made to
maintain a system, under which no payments are made for unmeasured work except for work actually
done. Exceptions are, however permitted in the following cases. Cases in which a contractor whose
contract is for finished work, requires an advance on the security of materials brought to site,
Commissioner may in such cases sanction advances up to an amount not exceeding 75% of the value of
material and 90% in the case of steel (as assessed by the Executive Engineer) provided that the rate(s) of
allowed in no case is/are more than the rate payable for the finished item as stipulated in the contract of
such materials, provided that they are of imperishable nature and that a formal agreement is drawn up with
the contractor under which Nagar Nigam Rajnandgaon secures a lien on the materials and is safeguarded
against losses due to the contractor postponing the execution of the work or to the shortage or misuse of the
materials, and against the expense entitled for their proper watch and safe custody. Payment of such
advances should be made only on the certificate of an officer not below the rank of Executive Engineer,
that the quantities of materials upon which the advances are made have actually been brought to site, that
the contractor has not previously received any advance on that security and that all the materials are
required by the contractor for use on items of work for which rates for finished work have been agreed
upon. Recoveries of advances so made should not be postponed until the whole of the work entrusted to the
contractor is completed. They should be made from his bills for work done as the materials are used the
necessary deductions being made whenever the item of work in which they are used; are billed for. Before
granting the above-secured advance the contractor shall sign the prescribed Indenture Bond in the
prescribed form.

267
268
SCHEDULE OF PAYMENT FOR O&M

1. Payment on Operation Services

1.1 The Payment shall be paid to the Contractor on monthly basis (As per the offered rate
for O & M/ 18 months) subject to fulfilment of the following conditions:

(i) Maintaining the minimum personnel as specified in contract during


the previous month.
(ii) Compliance with the obligations under the Contract.

1.2 The essence of the contract is achieving superior performance in service delivery.
Towards achieving this, deductions as proposed below shall be made from the
Payment in case of below satisfactory or inferior performance in achieving the
performance indicators.

Sr. Parameters Units Monthly Penalty /


No. Deductions of Payment
A Non Operation of Plant
1. Upto 4 hours per month 5% of O&M Fees
2. More than 4 hours but 20% of O&M Fees
less than 24 hours per
months

3. More than 24 hours but 35% of O&M Fees


less than 36 hours per
months
4. More than 36 hours 100% deduction of O&M
Non Operation of Fees for the particular
Plant* month
5. More than 168 hours per 10% of performance
month security over and above
100% deduction of O&M
fees for the month
6. Non operation of plant 100% of performance
for the month security (Capital and O&M)
OR and Authority to
more than 168 hours per t e r m i n a t e t h e contract
month for 3 months in a year for the default of
contractor.

269
Sr. Parameters Units Monthly Penalty /
No. Deductions of Payment
B. Fail to achieve the effluent parameters as per Contract
1. Upto 2% of samples No deduction of the fees
2. Failure more than 2% but 5% deduction of the fees
Fail to achieve the less than 5% of samples
3. effluent parameters Failure more than 5% but 10% deduction of the fees
as per Contract** less than 10% of samples

4. Failure more than 10% of 50% deduction of the fees


samples

Note:
* Non operation of plant in case of non availability of Raw Sewage shall be exempted from
performance deduction.
** Sample shall be collected for testing at the discharge point of STP by Authorised agency
appointed by Authority in addition to sample testing done by contractor shall be as per
parameters given for effluent quality as per Pollution Control norms.

4. Adjustment for changes in costs for Design- Build:


Not Applicable

5. Adjustment for changes in costs for Operation Services:


Not Applicable

270
ANNEXURE- "G-I"
GUARANTEE BOND
(To be used by approved scheduled banks)
1. In consideration of Municipal Corporation Rajnandgaon (here in after called the Corporation) having
agreed to e x e m p t......... ................................
............................................................................ (herein after called the said
c o n t r a c t o r ( s ) f r o m t h e d e m a n d u n d e r t h e t e r ms a n d c o n d i t i o n s o f a n a gr e e m e n t
d a t e d ........................................ made between ..............................................and Municipal
Corporation for the work of........................................................................................ (here
after chatted the said Agreement)
Indicate name of work) notified vide N.I.T. N ................................................... Dated
.....................................issued bythe Executive Engineer. Municipal Corporation. Rajnandgaon (herein
after called the said Agreement) of earnest money deposited for the due ful4ilment, by the said
contractor(s) of the terms and conditions contained in the said agreement on production of a Bank
Guarantee for Rs . ............................... ( R u p ee s
… … … …… … …… … …… … … …… … …… … …… … … …… … . . .
… … … …… … …… … …… … … …… … …… … …… … … …… … …… … …… … … …… … …
… … … …… … … .… …… .................................only.) We to the as
"The Bank" at the request of the said contractor(s) do hereby undertake to pay the
Municipal Corporation(an amount not exceeding Rs .............................................
against any loss or damage caused to or suffered or would be caused to or suffered by the
Municipal Corporation by the reason of any breach by the said contractor (s) of the terms or
condition contained in the said agreement.
2 . We ............................. ..................... .......(`)
…………...................................................................
Bank Ltd.. do hereby under -take to pay the amounts due and payable under this
guarantee without any demur merely on a demand from the Municipal Corporation stating
that the amount claimed is due by way of loss or damage caused to or suffered by the
Municipal Corporation by reason of any breach by said contractor {s) of any of the
terms or conditions contained in the said agreement or by reason of the contractor (s)
failure to perfor m the said agreement. Any such demand made on t he Bank shall be
conclusive, as regards the amount due and -payable by the bank under this guarantee
However, our liability this guarantee shall be restricted to an amount not
exceedingRs..................................................................................................................................................
3. W e ……………………………........B a n k l i m i t e d f u r t h e r a g r e e w i t h t h e
g u a r a n t e e h e r e i n contained shall remain in full force and effect during the period that
would be taken for the performance of the said agreement and that if shall continue to be
enforceable till all dues of corporation under or by virtue of said agreement have been fully
paid and its claims satisfied or till .. ....................................... department
.................................... certifies that the terms of the said agreement have been fully and
properly carried out by the said contractor (s) and accordingly discharges the guarantee
unless a demand or claim under this guarantee is made on us in writing on or before the

271
...................................... we shall be discharged from all Liability under this guarantee thereafter,
4. We .................................................. (*) ........................................ .................. Further
agree that the guarantee herein contained shall remain in lull force and affect during the
period that would be taken for the perf ormance of the said agreement and that shall continue
to be enforceable till all the dues of the Municipal Corporation under or by virtue of the said
agreement have been fully paid and its claims satisfied or discharged or till the Executive
Engineer, Municipal Corporation certify that the terms and conditions of the said agreement
have been fully and properly carried out by the said contractor (s) and accordingly
discharges this guarantee. Unless a demand or claim under this guarantee is made on us in
writing on or before the .................................................... ...(*w)....
...................................... we shall be discharged from all liability under this guarantee.
5. We................................................................. ....("`).........................................................
............ further agree with the Municipal Corporation that Municipal Corporation shall be The
fullest liberty without effecting in any manner our obligation hereunder to vary any of the
terms and conditions or the said agreement to extend time of performance by ......
.............................................................................
*(indicate name of the bank)
**Here write a date beyond 9 months of the prescribed date of opening of tenders,
The said contractor(s) from time to Time or to postpone for any time or for time to time, any of
the power exercisable by the Government against the said contractor(s) and to forebear or
enforce any of the terms and conditions relating to the said agreement and we shall not be
relieved from our liability by reason of any such variation, or extension being granted to the said
contractor(s) or any
Forbearance act or commission on the part of the Municipal Corp oration or any
indulgence by the Commissioner municipal Corporation to the said contractor(s) or by any such
matter or thing whatsoever which under the law relating to sureties, would but for this provision have
effect of so relieving us.
6. This guarantee which not be discharged due to the change in the
Constitution of the Bank or the an tractors)
7. We.........................................................(*) Bank Limited, lastly undertake not to revoke this
guarantee it currency except with The previo us consent of the Municipal Corporation, in
writing dated ...............................................................................day of
............................................................
or........................................................................................................ (indicate the name of the Bank)
indicate The name of the Bank

272
ANNEXURE- "G-II"
(Revised form of Bank Guarantee Bond)
GUARANTEE BOND
(in lieu of Security Deposit)
( To be used by approved scheduled Bank )
1. In consideration of Rajnandgaon Municipal corporation (here in after called the Government) having
agreed to exempt................................................................................................................................. (herein
after ailed the said contractors) from the demand under the terms and conditions of an
agreement dated .....................................made between .......................................... for the work (Name of
work) ................................................................................... (Herein after called the said
Agreement) of security deposit for' the due fulfillment by the said contractors) of the
Terms and conditions in The said agreement On production of a Bank Guarantee for R s
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . R u p e e s ......................................................only...............................
......................................... (*) ..............................................(herein after referred to as "The
Bank" (at the request of the said contractors) do here by undertakes to pay to The Municipal
Corporation and a amount not exceeding Rs .........................................against any loss or
damage caused to or suffered or would be caused to or suffered b y the Municipal Corporation, by
reason of any breach by the said contractor (s) of the terms or conditions contained in the said
agreement in cache said contractor and the Government for the work of ............ ..................
(indicate name of work) notified vide N.I.T. No................................................... Dated
................................... issued by the Executive Engineer, Municipal Corporation, Rajnandgaon
(herein after called the said Agreement) of earnest money for the due fulfillment by the said
contractor (s) of the germs and condition.
2 . W e ( * ) ………………………………….....do hereby undertake to pay the amounts due and
payable under this guarantee without any demur merely on a demand from The
Municipal Corporation stating that the amount claimed is due by way of loss or damage
caused to or suffered by The Municipal Corporation by reason of any breach by said
contractor(s) of any of the terms or conditions contained in is said agreement or by
reason or The contractor(s) failure to perform the said agreement. Any such remand
made on the Bank shall be conclusive as regards the amount due and payable by the bank under
is guarantee. However, our liability under this Guarantee shall be restricted to an amount not exceeding
Rs..............................................................................................................................................................

3. We undertake to pay To the Municipal Corporation any money so demanded not withstanding
any dispute or disputes raised by the contractor(s) in any suit or proceedings pending before
any court or T ribunal relating thereto, our liability under this present being absolute and unequivocal.
4. We (*) ................................................................................ further agree That the
guarantee herein contained shall remain in full force and effect during the period That would be
taken for the performance of ne said agreement and That is shall continue to be enforceable
till all the dues of the Municipal Corporation under or by virtue of the said agreement have
been fully paid and its chums satisfied or :is charged or till the Executive Engineer, Municipal

273
Corporation, Rajnandgaon certified That the terms and conditions of the said agreement have been
fully and properly carried out by the said contractor(s) and accordingly discharged this guarantee.
Unless a demand or claim under this guarantee Is made or 1JtR in writing on or be fore The
........................................................................... (here indicated a date which*%M falls 9
months beyond the due date of completion of the work)
……………………………………………….we shall be discharged from all liability under this
guarantee.
5 . Me (*) ……………………………….. further agree with the Municipal Corporation shall
have that fullest liberty without our consent and with effecting in any y manner our obligations here
under to vary any of the terms and conditions of the said agreement to extend, try e of
performance by the said contractors) from time to time or to postpone for any of the powers
exercise able by the Municipal Corporation against the said contractors) and to forebear or
enforce any of the, terms and conditions relating to the said agreement and we shall not be
relieved from our liability by reasons of any such variations, or extension being granted to the
said contractor(s) or forbearance, actor commission on the part or the Municipal Corporation or
any indulgence by The Municipal Corporation to the said contractor(s) or by any such matter or
thing whatsoever which under the law relating to sureties would, but for this provision have effect of
so relieving us.

6. This guarantee will not be discharged due to , the change in the Constitution of the Bank or
The contractor(s).
7. We (*) .................................................................. lastly undertake not to revoke this
guarantee it currency except with the previous consent of the Municipal Corporation, in writing

Dated the ………………………. Day of


…………………………………………….
For (*)
………………………………………………………………………………...
(*) In indicate the name of the Bank
………………………………………………………………………….……………………………………
……………………………..

274
ANNEXURE H

SPECIAL CONDITIONS OF N.I.T


(Reference Clause 8 of NIT)
(1) “Additional performance security (APS) shall be deposited by the successful bidder at the time of
signing of agreement when the bid amount is seriously unbalanced i.e. less than the estimated cost
by more than 10% in such an event the successful bidder will deposit the Additional performance
security (APS) to the extent of difference of 90 % of the PAC and bid amount in the shape of FDR,
in favor of the Commissioner before signing the agreement. The same shall be refunded along with
the normal S.D. after completion of the work. If the contractor fails to complete the work or left the
work incomplete, & the additional performance security (APS), Shall be forfeited by the
department, & the agreement shall be terminated and action shall be taken in accordance with
clause 3 of the agreement. In case the tendered/contractor refuses to deposit Additional
performance security (APS) then his bid will be rejected by the sanctioning authority and earnest
money shall be forfeited”
(2) If the tendered, whose tender has been accepted, and after signing the agreement, (i) does not start
regular actual physical items of work within 25% (twenty five percent) of the time allowed for
completion, or abnormally slowdown the work or (iii) abandons the work, or (iv) merely goes on
applying for extension or time, the Commissioner shall serve a “show cause” notice with details to
the contractor in this regard and if the contractor dose not reply, or if his reply is considered not
satisfactory (at the sole discretion of the Commissioner), his earnest money and the performance
security money or the Bank Guarantee in this regard shall be forfeited in favour of the
RAJNANDGAON MUNICIPAL CORPORATION. if the contractor has committed a similar
default on earlier occasion (s) in previous three consecutive years the contractor shall be debarred
from participating in any future tender of RAJNANDGAON MUNICIPAL CORPORATION for a
period of 2 (two) years from the date of such order, by the authority which had registered him/her.
Such orders & action shall be final binding and conclusive
(3) Detailed program Construction:
(i) Within 15 days of issue of order to star work, the contractor shall submit in the prescribed
Performa a detailed construction programme month wise mentioning start and completion or each
item/event involved in the due performance of the contract for contract more than 10 Crores
Contractor shall also submit detailed proramme month wise for
(a) Materials procurement
(b) Their transport arrangement to work site with details of No. of truck/tippers
(C) Detailing of construction plants & equipments
(d) Cash flow / revised Cash flow
(ii) The contractor shall submit in the first week of each month a statement of “target vis-à-vis actual
performance” of each item/event with slippage, if any mentioning reasons of slippage and proposal
for revised construction programme to complete the same in targeted date or validly extended date.
Failure to submit this monthly statement for 4 (Four) months can be treated as “Fundamental
Breach of Contract” and can result in invoking clause 3 of the conditions of contract.

275
If Contractor Fails To Submit Bank Guarantee of 5% Amount of The Gross Bill, Then 5% Amount
of Bill shall be Deducted form his Running and Final Bill Payment. However, The Constructor
Can Get Refund of Such Performance Cash Security Amount Deducted If He Submits Appropriate
Bank Guarantee Valid For The Period As Stated Above or 36 (Thirty Six) Month of one Year (As
The Case May Be) After Actual Completion.
If required, the Executive Engineer shall ask the contractor to extend the validity period of the
bank guarantee (s) for such period which be consider it proper and the contractor shall extend the
validity period of such bank guarantee accordingly. If the contractor fails to extend the period
accordingly, the Commissioner shall encase the B.G. before the expiry of the validity period.
(i) The contractor shall have to carry out all necessary “ Rectification” of defects noticed, caused due
to any reasons at his own cost within such reasonable period mentioned in such communication
notice from the Executive engineer to him.
(ii) Failure of the contractor to rectify the defects properly in the given period, it shall be open for the
Executive Engineer/Assistant Engineer to get the defect (s) rectified either departmentally or
through other agency (without calling any tender/quotation) and recover the actual cost plus 15%
(Fifteen Percent) of such cost from the contactor from any sum, in any form, and available with the
department or can be recovered as “Arrears of Land Revenue”
(iv), (v) Deleted in case form date of completion of work (one year)
(iii) After two years of completion of construction, 50% (Fifty Percent) of available performance Bank
Guarantee shall be returned to the contractor subject to the satisfaction of the Commissioner
RAJNANDGAON MUNICIPAL CORPORATION.
(vi) Remaining performance Bank Guarantee as would be remaining (after recovery all cost plus 15%
(Fifteen percent) shall be returned after 3 years of completion.
The performance guarantee will be in addition to the normal security to be deducted as per clause 1
of agreement for the execution of contract.
(4) The tendered/contractor shall give in advance authority letter (s) in favour of the Commissioner,
authorizing him to get all bank’s fixed deposit receipts, Bank Guarantees (either normal security
deposit and or for performance security) to get these bank receipts and guarantee deeds verified
and got confirmed from the concerned bank. It will be only after getting such confirmation that the
Commissioner shall pay any amount accordingly or refund the equal amount for which BG
submitted has been duly verified and confirmed.
(5) The contractor shall no remove minor mineral form borrow areas, quarries without prior payment
of Royalty charges.

276
Municipal Corporation Rajnandgaon Name of Contractor ………………………

Date or work order …………………………………… Due date of completion

Detail work programme – Original/1st Revision/2nd Revision/ …………….. Revision)


Work Items

Sr. Items Unit Months


No. 1 2 3 4 5 6 7 8
1
2
3
4
5
6

Approved Executive Engineer Signature

277
MONTHLY TARGET Vs. ACTUAL ACHEVEMENT
Cumulative Achievement of item of work for the month ending of
Agt. No. ………………………………………… Name of Work
Length Date of W.O. ………………………………
……………………………………………………................. Date of Completion…………..

Sr. Items Cumulative Work Programme Cumulative Slipage if Reason for


No. As per 1St Last No. Achievemtnt any (Period) slippage
Original Revison Revision actual (Use add
sheet if
needed)
1 2 3 (a) 3 (b) 3C 4 5 6

Comments of Executive Engineer if any


Cash Flow for performing the contract (applicable fro works cost)
Name of Division ………………………………. Name of Contractor
…………………………...
Period of Contract ………………………………
Value

(A) Investment 1st 2nd 3rd 4th 5th 6th


Month Month Month Month Month Month
(I) Initial (E.M.) P.G.
Insurance (Establish
Site Office)
(II) Advance for
Procurement of
Material (if any)
(III) Advance for
Procurement of labour
(if any)

278
(IV) Purchase of New
Equipment (if any)

(V) Other overheads staff


including head office
(VI) Other if any (Furnish
details)
Total Investment(x)
(B) Receipt
(I) Gross Bill Amount
Deductions.
a S.D.
b Advance
c TDS
d Other recoveries if any
(y) Total Receipt
Net cash flow (x-y)

Note: - (1) This Should co-relate to work programme/progress of work during the month.
(2) Running bill will be expected to be paid within 15 days of the receipt and checking of
measurement, quality and quality of items
(3) Investment less net receipt for 1st 15 days and then during.
(4) (Final bills is expected to be paid within 2 months of satisfactory completion work.
(5) Total investment less Total Receipt (-) be shown in bracket.

Commissioner
Municipal Corporation
Rajnandgaon

279
ANNEXURE-I

Guidelines for bidders on using Integrated eProcurement System Govt. of Chhattisgarh.


https://eproc.cgstate.gov.in
Note: These conditions will over-rule the conditions stated in the tender document(s), wherever
relevant and applicable.

1. Vendor / Bidder Registration on the e-Procurement System:


All the Users / Bidders (Manufacturers / Contractors / Suppliers / Vendors / Distributors etc.) registered
with and intending to participate in the Tenders of various Govt. Departments / Agencies / Corporations /
Boards / Undertakings under Govt. of Chhattisgarh processed using the Integrated e-Procurement System
are required to get registered on the centralized portal https://eproc.cgstate.gov.inand get approval on
specific class (e.g. A, B, C, D, UGE, UDE) from Public Works Department (in case to participate in
tenders restricted to vendors / bidders in a particular class).

The non – registered users / bidders who are also eligible to participate in the tenders floated using the e-
Procurement system are also required to be registered online on the e-Procurement system.
Vendors are advised to complete their online enrolment / registration process on the portal well in advance
to avoid last minute hassle, it is suggested to complete enrolment at least four days before the last date of
bid submission date, failing which may result in non-submission of bids on time for which vendor/end user
shall be solely responsible.
For more details, please get in touch with e-Procurement system integrator, M/s. Mjunction Services
Limited, Raipur – 492 001 on Toll free 1800 258 2502 or email helpdesk.eproc@cgswan.gov.in.

2. Digital Certificates:
The bids submitted online must be signed digitally with a valid Class II / Class – III Digital Signature
Certificate to establish the identity of the bidders submitting the bids online. The bidders may obtain pair of
Encryption & Signing Class – II / Class – III Digital Certificate issued by an approved Certifying Authority
(CA) authorized by the Controller of Certifying Authorities (CCA), Government of India.

Note: It may take upto 7 to 10 working days for issuance of Class-II / Class-III DigitalCertificate,
Therefore the bidders are advised to obtain it at the earliest. It is compulsory to possess a valid Class-II /
Class-III Digital Certificate while registering online on the above mentioned e-Procurement portal. A
Digital Certificate once mapped to an account / registration cannot be remapped with any other account /
registration however it may be inactivated / deactivated.

Important Note: bid under preparation / creation for a particular tender may only besubmitted using the
same digital certificate that is used for encryption to encrypt the
bid data during the bid preparation / creation / responding stage. However bidder may prepare / create and
submit a fresh bid using his/her another / reissued / renewed Digital Certificate only within the stipulated
date and time as specified in the tender.
In case, during the process of a particular bid preparation / responding for a tender, the bidder loses his/her
Digital Certificate because of any reason they may not be able to submit the same bid under preparation
online, Hence the bidders are advised to keep their Digital Certificates secure to be used whenever required
and comply with IT Act 2000 & its amendments and CVC guidelines.

The digital certificate issued to the authorized user of an individual / partnership firm / private limited
company / public limited company / joint venture and used for online bidding will be considered as
equivalent to a no-objection certificate / power of attorney to the user.
Unless the certificate is revoked, it will be assumed to represent adequate authority of the specific
individual to bid on behalf of the organization / firm for online tenders as per Information Technology Act

280
2000. This authorized user will be required to obtain a valid Class-II / Class-III Digital Certificate. The
Digital Signature executed through the use of Digital Certificate of this authorized user will be binding on
the organization / firm. It shall be the responsibility of management / partners of the concerned
organization / firm to inform the Certifying Authority, if the authorized user changes, and apply for a fresh
digital certificate for the new authorized user.

3. Online Payment: As the bid is to be submitted only online, bidders are required tomake online
payment(s) of the Registration fee / Transaction or Service fees / EMD using the online payments gateway
services integrated into the e-Procurement system using various payment modes like Credit Card / Debit
Card / Internet Takiyang / Cash Card / NEFT / RTGS etc.

For the list of available online modes of electronic payments that are presently accepted on the online
payments gateway services, please refer the link ‘Paymentsaccepted online’ on theeProcurement
portalhttps://eproc.cgstate.gov.in.
4. Setup of User’s Computer System: In order to operate on the e-Procurementsystem for a bidder /
user, the computer system / desktop / laptop of the bidder is required to have Java ver. 765 , Internet
explorer 9 / 11, latest Mozila firefox with IE Tab V2 (Enhanced IE Tab) or any other latest browser. A
detailed step by step document on the same is available on the home page. Also internet connectivity
should be minimum one MBPS.

5. Publishing of N.I.T.: For the tenders processed using the e-Procurement system,only a brief
advertisement notice related to the tender shall be published in the newspapers and the detailed notice shall
be published only on the e-Procurement system. Bidders can view the detailed notice, tender document and
the activity time schedule for all the tenders processed using the e-Procurement system on the portal
https://eproc.cgstate.gov.in.
6. Tender’s Critical Dates & Time/Tender Time Schedule: The bidders are strictlyadvised to follow the
tender time for their side for tasks / activities and responsibilities to participate in the tender, as all the
activities / tasks of each tender are locked before the start time & date and after the end time & date for the
relevant activity of the tender as set by the concerned department official.

7. Download Tender Document(s): The tender document and supportingdocument(s) if any can be
downloaded only online. The tender document(s) will be available for download to concerned bidders after
online publishing of the tender and up to the stipulated date & time as set in the tender.

8. Submit Online Bids: bidders have to submit their bid online after successful fillingof forms within the
specified date and time as set in the tender.
The encrypted bid data of only those bidders who have submitted their bids within the stipulated date &
time will be accepted by the e-Procurement system. It is expected that the bidder complete his bid ad
submit within timeline, a bidder who has not submitted his bid within the stipulated date & time will not be
available during opening.
Bid documents uploading during bid preparation should be less than five MB (for individual document)
and over all bid documents should be less than fifty MB.

9. Submission of Earnest Money Deposit: The bidders shall submit their EarnestMoney Deposit Either
as in usual physically sealed Earnest Money Deposit envelope and the same should reach the concerned
office OR Online using payment gateway as stated in the Notice Inviting Tender/ Tender document.
Bidders also have to upload scanned copy of Earnest Money Deposit instrument OR Online Payment
/NEFT/RTGS receipt along with the reference details online.

281
10. Opening of Tenders: The concerned department official receiving the tenders orhis duly authorized
officer shall first open the online Earnest Money Deposit envelope of all the bidders and verify the same
uploaded by the bidders. He / She shall check for the validity of Earnest Money Deposit as required. He /
She shall also verify the scanned documents uploaded by the bidders, if any, as required. In case, the
requirements are incomplete, the next i.e. technical and commercial envelopes of the concerned bidders
received online shall not be opened.

The concerned official shall then open the other subsequent envelopes submitted online by the bidders in
the presence of the bidders or their authorized representatives who choose to be present in the bid opening
process or may view opened details online.

11. Briefcase: Bidders are privileged to have an online briefcase to keep theirdocuments online and the
same can be attached to multiple tenders while responding, this will facilitate bidders to upload their
documents once in the briefcase and attach the same document to multiple bids submitting.
For any further queries / assistance, bidders may contact:
1. The Service Integrator of e-Procurement system, M/s. Mjunction Service Ltd. on Help Desk Toll free
No. 1800 258 2502 or email helpdesk.eproc@cgswan.gov.in.
2. Mr. Shailesh Kumar Soni, Sr. Manager, Chhattisgarh Infotech & Biotech Promotion Society (CHiPS)
on Tel. No. 0771 - 4014158 or email: pro-chips@nic.in.

282
Annexure – ‘J’
Pre contract Integrity Pact
1. GENERAL

1.1 This pre-bid contract Agreement (herein after called the Integrity Pact) is made on…….day of the
month………….20…….between, theRAJNANDGAON MUNICIPAL CORPORATION acting through
Shri………………………………………………..(Designation of the officer , Department)
RAJNANDGAON MUNICIPAL CORPORATION (hereinafter called the “BUYER” which expression
shall mean and include, unless the context otherwise requires, his successors in the office and assigns) and
the First Party , proposes to procure (name of the Stores / Equipment /Work/Service) and M/s
………………………………….represented by Shri ………………………………………….Chief
Executive Officer (hereinafter called the “BIDDER/Seller” which expression shall mean and include ,
unless the context otherwise requires, his successors an permitted assigns) and the Second Party, Is willing
to offer/has offered.

1.2 WHEREAS the BIDDER is a Private Company/Public Company/Government


Undertaking/Partnership/Registered Export Agency, constituted in accordance with the relevant law in the
matter and the BUYER is a Ministry/Department of the Government, performing its function on behalf of
the RAJNANDGAON MUNICIPAL CORPORATION.

2. OBJECTIVES

NOW , THEREFORE the BUYER and the BIDDER agree to enter into this pre-contract agreement ,
hereinafter referred to as Integrity Pact, to avoid all forms of corruption by following a system that is fair,
transparent and free from any influence/prejudiced dealings prior to during and subsequent to the Contract
to be entered into with a view to :-

2.1 Enabling the BUYER to obtain the desired Stores/Equipment /Work/Service at a competitive price in
conformity with the defined specifications by avoiding the high cost and the distortionary impact of
corruption on public procurement, and

2.2 Enabling BIDDERs to abstain from bribing or indulging in any corrupt practices in order to secure the
contract by providing assurance to them that their competitors will also abstain from bribing any corrupt
practices and the BUYER will commit to prevent corruption, in any form, by its official by following
transparent procedures.

3. COMMITMENTS OF THE BUYER

The BUYER commits itself to the following :-


3.1 The BUYER undertakes that no official of the BUYER, connected directly or indirectly with the
contract, will demand, take promise for or accept, directly or through intermediaries, any bribe,
consideration, gift, reward, favors or any material or immaterial benefit or any other advantage from the
BIDDER, either for themselves or for any person, organization or third party related to the contract in
exchange for an advantage in the bidding process, bid evaluation, contracting or implementation process
related to the contract.

3.2 The BUYER will, during the pre-contract stage, treat BIDDERs alike, and will provide to all BIDDERs
the same information and will not provide any such information to any particular BIDDER which could
afford an advantage to that particular BIDDER in comparison to the other BIDDERs.
3.3 All the officials of the BUYER will report the appropriate RAJNANDGAON MUNICIPAL
CORPORATIONoffice any attempted or completed breaches of the above commitments as well as any
substantial suspicion of such a breach.
In case any such preceding misconduct on the part of such official(s) is reported by the BIDDER to the
BUYER with the full and verifiable facts and the same prima facie found to be correct by the BUYER,

283
necessary disciplinary proceedings, or any other action as deemed fit, including criminal proceedings may
be initiated by the BUYER and such a person shall be debarred from further dealings related to the contract
process. In such a case while an enquiry is being conducted by the BUYER the proceedings under the
contact would not be stalled.

4. COMMITMENTS OF BIDDERS

The BIDDER commits itself to take all measures necessary to prevent corrupt practices, un fair means an
illegal activities during any stage of its bid or during any pre-contract or post- contract stage in order to
secure the contract or in furtherance to secure it and in particular commit itself to the following :-

4.1 The BIDDER will not offer, directly or through intermediaries, any bribe, gift, consideration, reward,
favour any material or immaterial benefit or other advantage, commission, fees, brokerage or inducement
to any official of the BUYER, connected directly or indirectly with the biding process, or the any person,
organization or third party related to the contract in exchange for any advantage in the bidding, evaluation,
contracting and implementation of the contract.

4.2 The BIDDER further undertakes that it has not given, offered or promised to give, directly or indirectly
any bribe, gift, consideration, reward, favour , any material or immaterial benefit or other advantage,
commission, fees, brokerage, or inducement to any official of the BUYER or otherwise in procuring the
Contract of forbearing to do or having done any act in relation to the obtaining or execution of the contract
or any other contract with the RAJNANDGAON MUNICIPAL CORPORATIONfor showing or
forbearing to show favour or disfavor to any person in relation to the contract or any other contract with the
Government.

4.3 The BIDDER further confirms and declares to the BUYER that the BIDDER in the original
Manufacture/Integrator/Authorized RAJNANDGAON MUNICIPAL CORPORATIONsponsored export
entity of the stores and has not engaged any individual or firm or company whether Indian or foreign to
intercede, facilitate or in any way to recommend to the BUYER or any of its functionaries, whether
officially or unofficially to the award of the contract to the BIDDER, nor has any amount been paid,
promised or intended to be paid to any such individual, firm or company in respect of any such
intercession, facilitation or recommendation.

4.4 The BIDDER, either while presenting the bid or during pre-contract negotiations or before signing the
contract, shall disclose any payment he has made, is committed to or intends to make to officials of the
BUYER or their family members, agents, brokers or any other intermediaries in connection with the
contract and the details of services agreed upon for such payments.

4.5 The BIDDER will not collude with other parties interested in the contract to impair the transparency,
fairness and progress of the bidding process, bid evaluation , contracting and implementation of the
contract.

4.6 The BIDDER will not accept any advantage in exchange for any corrupt practice, unfair means and
illegal activities.

4.7 The BIDDER shall not use improperly, for purpose of competition or personal gain, or pass on to
others, any information provided by the BUYER as part of the business relationship, regarding plans,
technical proposal and business details, including information contained in any electronic data carrier. The
BIDDER also undertakes to exercise due and adequate care lest any such information is divulged.

4.8 The BIDDER commits to refrain from giving any complaint directly or through any other manner
without supporting it with full and verifiable facts.

284
4.9 The BIDDER shall not instigate or cause to instigate any third person to commit any of the acts
mentioned above.

5. PREVIOUS TRANSGRESSION

5.1 The BIDDER declares that no previous transgression occurred in the last three years immediately
before signing of this Integrity Pact with any other company in any country in respect of any corrupt
practices envisaged hereunder or with any Public Sector Enterprise in India or any RAJNANDGAON
MUNICIPAL CORPORATIONDepartment in India that could justify BIDDER’s exclusion from the
tender process.

5.2 If the BIDDER makes incorrect statement on this subject, BIDDER can be disqualified from the tender
process or the contract , if already awarded, can be terminated for such reason.

6. EARNEST MONEY (SECURITY DEPOSIT)

6.1 Every BIDDER while submitting commercial bid, shall deposit an amount as specified in RFP as
Earnest Money/Security Deposit, with the BUYER through any of the following instruments :

(i) Bank Draft or a Pay Order in favour of …………………………..

(ii) A confirmed guarantee by an Indian Nationalised Bank, promising payment of the guaranteed sum to
the ………………..(BUYER) …………………on demand within three working days without any demur
whatsoever and without seeking any reasons whatsoever, The demand for payment by the BUYER shall be
treated as conclusive proof of payment.

(iii) Any other mode or through any other instrument (to be specified in the RFP).

6.2 The earnest Money/Security Deposit shall be valid up to a period of five years or the complete
conclusion of the contractual obligations to the complete satisfaction of both the BIDDER and BUYER,
including warranty period, whichever is later.

6.3 In the case of successful BIDDER a clause would also be incorporated in the Article pertaining to
Performance Bond in the Purchase Contract that the provisions of Sanctions for violation shall be
applicable for forfeiture of Performance Bond in case of a decision by the BUYER to forfeit the same
without assigning any reason for imposing sanction for violation of this Pact.

6.4 No Interest shall be payable by the BUYER to the BIDDER on Earnest Money/Security Deposit for the
period of its currency.

7. SANCTIONS FOR VIOLATIONS

7.1 Any breach of the aforesaid provisions by the BIDDER or any one employed by it or acting on its
behalf (whether with or without the knowledge of the BIDDER ) shall entitle the BUYER to take all or
any one of the following actions, wherever required :-

(i) To immediately call off the pre contract negotiations without assigning any reason or giving any
compensation to the BIDDER. However, the proceeding with the other BIDDER (s) would continue.

(ii) To forfeit fully or partially the Earnest Money Deposit (in pre-contract stage) and/or Security
Deposit/Performance Bond (after the contract is signed), as decided by the BUYER and the BUYER shall
not be required to assign any reason therefore.

285
(iii) To immediately cancel the contract, if already signed, without giving any compensation to the
BIDDER.

(iv) To recover all sums already paid by the BUYER, and in case of the Indian BIDDER with interest
thereon at 2% higher than the prevailing Prime lending Rate while in case of a BIDDER from a country
other than India with Interest thereon at 2% higher than the LIBOR. If any outstanding payment is due to
the BIDDER from the BUYER in connection with any other contract such outstanding payment could also
be utilized to recover the aforesaid sum and interest.

(v) To encase the advance bank guarantee and performance bond/warranty bond, if furnished by the
BIDDER, in order to recover the payments, already made by the BUYER, along with interest.

(vi) To cancel all or any other contracts with the BIDDER and the BIDDER shall be liable to pay
compensation for any loss or damage to the BUYER resulting from such cancellation / rescission and the
BUYER shall be entitled to deduct the amount so payable from the money (s) due to the BIDDER .

(vii) To debar the BIDDER from participating in future bidding processes of the RAJNANDGAON
MUNICIPAL CORPORATION for a minimum period of five years, which may be further extended at the
discretion of the BUYER.

(viii) To recover all sums paid in violation of this Pact by BIDDER (s) to any middlemen or agent or
broken with a view to securing the contract.

(ix) In cases where irrevocable Letters of Credit have been received in respect of any contract signed by the
BUYER with the BIDDER, the same shall not be opened.

(x) If the BIDDER or any employee of the BIDDER or any person acting on behalf of the BIDDER, either
directly or Indirectly, is closely related to any of the officers of the BUYER, or alternatively if any close
relative of an officer of the BUYER has financial interest/stake in the BIDDER’s firm, the same shall be
disclosed by the BIDDER at the time of filling of tender Any failure to disclose the interest involved shall
entitle the BUYER to rescind the contract without payment of any compensation to the BIDDER.

The term ‘close relative for this purpose would mean spouse whether residing with the
RAJNANDGAON MUNICIPAL CORPORATIONservant or not, but not include a spouse separated from
the RAJNANDGAON MUNICIPAL CORPORATIONservant by a decree or order of a competent court,
son or daughter or step son or step daughter and wholly dependent upon RAJNANDGAON MUNICIPAL
CORPORATIONservant but does not include a child or step child who is no longer in any way dependent
upon the RAJNANDGAON MUNICIPAL CORPORATIONservant, or of whose custody the
RAJNANDGAON MUNICIPAL CORPORATIONservant has been deprived of by or under any law, any
other person related, whether by blood or marriage, to the RAJNANDGAON MUNICIPAL
CORPORATIONservant or to the RAJNANDGAON MUNICIPAL CORPORATIONservant’s wife or
husband and wholly dependent upon RAJNANDGAON MUNICIPAL CORPORATIONServant.

(xi) The BIDDER shall not lend to or borrow any money from or enter into any monetary dealings or
transactions, directly or indirectly with any employee of the BUYER, and if he does so, the BUYER shall
be entitled forth with to rescind the contract and all other contracts with the BIDDER The BIDDER shall
be liable to pay compensation for any loss or damage to the BUYER resulting from such rescission and the
BUYER shall be entitled to deduct the amount so payable from the money(s) due to the BIDDER.

7.2 The decision of the BUYER to the effect that a breach of the provisions of this pact has been
committed by the BIDDER shall be final and conclusive on the BIDDER However, the BIDDER can
approach the Monitor (s) appointed for the purpose of this Pact.

286
8. FALL CLAUSE

8.1 The BIDDER undertakes that if has not supplied /is not supplying similar product/systems or
subsystems at a price lower than that offered in the present bid in respect of any other Department of the
RAJNANDGAON MUNICIPAL CORPORATION or PSU and if it is found at any stage that similar
product/systems or sub systems was supplied by the BIDDER to any other Department of the
RAJNANDGAON MUNICIPAL CORPORATION or a PSU at a lower price, then that very price, with
due allowance for elapsed time, will be applicable to the present case and the difference in the cost would
be refunded by the BIDDER to the BUYER, if the contract has already been concluded.

9. INDEPENDENT MONITORS

9.1 The BUYER will appoint Independent Monitors (hereinafter referred to as Monitors) for this Pact.

9.2 The task of the Monitors shall be to review independently and objectively, whether and to what extent
the parties comply with the obligations under this Pact.

9.3 The Monitors shall not be subject to instructions by the representatives of the Parties and perform their
functions neutrally and independently.

9.4 Both the parties accept that the Monitors have the right to access all the documents relating to the
project/procurement including minutes of meetings. The Monitor shall be under contractual obligation to
treat the information and documents of the BIDDER/Subcontractor(s) with confidentially.

9.5 As soon as the Monitor notices, or has reason to believe, a violation of this Pact , he will so inform the
Authority designated by the BUYER.

9.6 The Monitor will submit a written report to the designated Authority of BUYER/Secretary in the
Department/within 8 to 10 weeks from the date of reference or intimation to him by the BUYER/BIDDER
and, should the occasion arise, submit proposals for correcting problematic situations.

10. FACILTATION OF INVESTIGATION

In case of any allegation of violation of any provisions of this Pact or payment of commission, the BUYER
or its agencies shall be entitled to examine all the documents including the Books of Accounts of the
BIDDER and the BIDDER shall provide necessary information of the relevant documents and shall extend
all possible help for the purpose of such examination.

11. LAW AND PLACE OF JURISDICTION


This Pact is subject to Indian Law, the place of performance and jurisdiction shall be the seat of the
BUYER.

12. OTHER LEGAL ACTIONS


The actions stipulated in this Integrity Pact are without prejudice to any other legal action that may follow
in accordance with the provisions of the any other law in force relating to any civil or criminal
proceedings.

13. VALIDITY
13.1 The validity of this Integrity Pact shall be from the date of its signing and extend up to 5 years or the
complete execution of the contract to the satisfaction of both the BUYER and the BIDDER/Seller
whichever is later. In case BIDDER is unsuccessful , this Integrity Pact shall expire after six months from
the date of the signing of the contract.

287
13.2 If one or several provisions of this Pact turn out to be invalid ; the remainder of this Pact shall remain
valid. In such case, the parties will strive to come to an agreement to their original intentions.

The parties hereby sign this Integrity Pact at …………………………….on…………...

BUYER BIDDER

Name of the Officer COMMISSIONER


Designation
Department /PSU

Witness Witness
1)………………………………………… 1) ………………………………
…………………………………………… ……………………………….
2)………………………………………… 2) ………………………………
…………………………………………… ……………………………….

288
Performance Security for Works Contract Period

Option 1: (Demand Guarantee)

[Insert Guarantor letterhead or SWIFT identifier code]

Beneficiary:[Insert name and Address of the Employer]

Date:[Insert date of issue]

PERFORMANCE GUARANTEE No.:[Insert guarantee reference number]

Guarantor: [Insert name and address of place of issue, unless indicated in the letterhead]
We have been informed that [insert name of Contractor, (hereinafter called "the Applicant") has entered
into Contract No. [insert reference number of the contract]dated [insert date]with the Beneficiary, for the
execution of [insert name of the contract and brief description of the Works] (hereinafter called "the
Contract").
Furthermore, we understand that, according to the conditions of the Contract, a performance guarantee is
required.
At the request of the Applicant, we as Guarantor, hereby irrevocably undertake to pay the Beneficiary any
sum or sums not exceeding in total an amount of [insert amount in figures]([insert amount in words]),1
such sum being payable in the types and proportions of currencies in which the Contract Price is payable,
upon receipt by us of the Beneficiary’s complying demand supported by the Beneficiary’s statement,
whether in the demand itself or in a separate signed document accompanying or identifying the demand,
stating that the Applicant is in breach of its obligation(s) under the Contract, without the Beneficiary
needing to prove or to show grounds for its demand or the sum specified therein.
This guarantee shall be valid until the date of issue of the Works Contract Completion Certificate.
This guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010 Revision, ICC
Publication No. 758, except that the supporting statement under Article 15(a) is hereby excluded.
_____________________
[signature(s)]

[Note: All italicized text (including footnotes) is for use in preparing this form and shall be deleted from
the final product.]

1
The Guarantor shall insert an amount representing the percentage of the Accepted Contract
Amount specified in the Letter of Acceptance, less provisional sums, if any, and denominated either in the
currency(cies) of the Contract or a freely convertible currency acceptable to the Beneficiary.

289
Performance Security for O&M Contract Period

Option 1: (Demand Guarantee)

[Insert Guarantor letterhead or SWIFT identifier code]

Beneficiary: [Insert name and Address of the Employer]

Date: [Insert date of issue]

PERFORMANCE GUARANTEE No.: [Insert guarantee reference number]

Guarantor: [Insert name and address of place of issue, unless indicated in the letterhead]

We have been informed that [insert name of Contractor,(hereinafter called "the Applicant") has entered
into Contract No. [insert reference number of the contract]dated [insert date]with the Beneficiary, for the
execution of [insert name of the contract and brief description of the Works] (hereinafter called "the
Contract").
Furthermore, we understand that, according to the conditions of the Contract, a performance guarantee is
required.
At the request of the Applicant, we as Guarantor, hereby irrevocably undertake to pay the Beneficiary any
sum or sums not exceeding in total an amount of [insert amount in figures]([insert amount in words]),1
such sum being payable in the types and proportions of currencies in which the Contract Price is payable,
upon receipt by us of the Beneficiary’s complying demand supported by the Beneficiary’s statement,
whether in the demand itself or in a separate signed document accompanying or identifying the demand,
stating that the Applicant is in breach of its obligation(s) under the Contract, without the Beneficiary
needing to prove or to show grounds for its demand or the sum specified therein.
This guarantee shall be valid until the date of issue of the Final Contract Completion Certificate.
This guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010 Revision, ICC
Publication No. 758, except that the supporting statement under Article 15(a) is hereby
excluded.____________________
[signature(s)]
[Note: All italicized text (includin footnotes) is for use in preparing this form and shall be deleted from the
final product]

290
APPENDIX-1
Qualification Information

1.1 Constitution or legal status


of Biddcr/attach copy]

Place of registration of Firm/ Company


(in case of other than individuals)

Principal place of business:

Name of Power of attorney holder


of signatory of Bid (bidder)/«//ac7? copy]

1.2 Total annual volume of civil engineering Finan (Rs. in crores)


construction work executed and payments cial
received each year in the immediate Year "Civil engineering Add for Total
five years preceding the year in which construction work" Turn over indexing
tenders are invited. (Attach certificate in the year
fro Chartered Accountant)- indexed@ 2011-
10% (ten percent) compounded per year 12
2012-
13
2013-
14
2014-
15
2015-
16

Note :
1.1 Preparatory firm, partnership firm with the certificate of registration by register/artocle and
Memorandum of Association with Certificate of Incorporation.
1.2 Mention and highlights the year, which the tendered considers for evaluation for the Committee

291
APPENDIX - 2
Information regarding minimum one similar work
(i) One Work completed as similar work during last five years
(ii) Or being executing one such similar work

Remarks Remarks
Explaining reasons for Delay,
if any and the amount of
Value Date of Value
Stipulated Actual Deductions
Name of of Contract Issue of of
Sno Project Date of Date Of due to delay
Employer Contract No. Work Work
Completion Completion Also mention if any
Order Done
Claim or dispute is
Pending in any forum.

1 2 3 4 5 6 7 8 9 10

Note :-
(i) Attach certificates from the Engineer in change not belie the rank of Examiner or equivalent.
(ii) Tendered may attach certified copies of work order and completion certificate issued by Engineer in charge not below the rank of Executive Engineer

292
APPENDIX - 3
Work Performed on all classes of Civil Engineering Construction Works over the last ten years

Remarks
explaining
Dat Reasons for
e Delay if
Of Stipul Any and the
Descri
Name Value Issu ated Actual Year wise value of work done as amount
pt Contea
Project of of e Date Date Of per certificate of employer Rs. In Of deductions due
Sno Ion of ct
Name Emolo Contr Wor of Completi Lacs to
Work No.
yer act k Comp on Delay also
Ord letion mention if
er Any claim or
dispute
Is pending in any
Forum.
1 2 3 4 5 6 7 8 9 10 11 1 13 14 1 16
2 5

293
Note :-
(iii) Attach certificates from the Engineer in change not belie the rank of Examiner or equivalent.
(iv) Tendered may attach certified copies of work order and completion certificate issued by Engineer in charge not below the rank of Executive Engineer

294
APPENDIX - 4
Existing commitments and on going all classes of civil engineering construction works.

Sn Projec Desc Cont Name& Value Date Stipula Stipulate Antici Value of Probable value Anticipate Months Value of Claims
o t ript ract Adders of of ted d pate Work of Works Required Completion Or Dispute If
Name ion No Of the Contra Issue Date of period of A date done Remaining Of balance works Any pending
of & Employ ct of Compl Completi of Up to date To be
Wor Year er (Rs. Wor etion on in Comp Of issue Completion
k Lakhs. k Months letion Of N.I.T (Rs. Lakhs)
) Orde (Rs. **
r Lakhs)**
1 2 3 4 5 6 7 8 9 10 11 12 13 14

Note –
1. ** Enclose certificates from Engineer (s) in charge (Not below the rank of Executive Engineer or equivalent) for value of work remaining to be completed,
value of work done, anticipated date of completion.
2. Tendered may attach certified copies of work order issued by Engineer in charge not below the rank of Executive Engineer

295
APPENDIX - 5

Availability of Major items of Contractor's Equipment proposed for carrying out the Works. List all information requested below.

Item of Total number Description n, Condition Nos. (i)Owned, (ii) If these are in use in some No. of equipments proposed to
equipment available make, and age (new, good, leased, or (iii) to be work, mention the details. be utilized in this work (Out of
(Years), and poor) and purchased total Nos.)
capacity number
available

1 2 3 4 5 6 7

296
APPENDIX – 6
Qualifications of consultants /each technical personnel proposed for the Contract.

Position Name Qualify action Date from which Years of experience Remark
they are working in
the bidders
organization
Road Building Bridge Water Supply
Works Works works works

1 2 3 4 5(a) 5(b) 5(c) 5(d) 6

Note :
I. If any personal is proposed to be engaged, furnish details here under:- (if necessary use separate sheet for each -for C. V.) (Enclose certificates)
II. If any technical persons are to be changed during the construction periods, than it can be changed with prior intimation to the Engineer in charge.

297
APPENDIX – 7

Financial reports for the immediate previous five years: balance sheets, profit and loss statements, audited auditors’ reports, etc., list below and attach
copies.

Auditors
Income Tax Net Other
,
Year Clearance Balance Profit & Reserve credit information if
Report
Certificate Sheet loss brought Balance the
(optional) statement forward if any bidder
in any [for debit wishes
show (-)] to submit

1 2 3 4 5 6 7 8

2011-12

2012-13

2013-14

2014-15

2015-16

298
APPENDIX – 8

Information on current claims, arbitration, litigation in which the Bidder is involved.

SI. no. Name of Other Agt. No. date year Brief of cause of Where Litigation pending Amount
party(s) and Deptt. claims, arbitration (in the department/Court/a Involved/
/dispute (give reference arbitration) (mention claimed
of contract details ) Deptt./Court /Arbitration)

Can use separate sheets for each agreements if necessary.

299
APPENDIX – 9

List of key plant & Equipment to be deployed on Contract Work to be filled by the Contractors

Contract Package Size


SI. Maximum age as on
Type of Equipment
1.04.16 (years) From Rs Rs.50 Crores , above

1 2 3 4

Total

300
APPENDIX – 10
List of key plant & Equipment to be deployed on Contract Work

Contract Package Size


SI. Maximum age as on
Type of Equipment
1.04.16 (years) From Rs Rs.50 Crores , above

1 2 3 4

Total

Note: - The list & other Details of the equipment and plants as mentioned above are tentative. S.E. of the

Nagar Nigam/ Commissioner RMC/ Directorate can modified the above list of the plant and equipment

301
as per their requirements.

APPENDIX – 11
List of Technical person to be deployed on Contract work

Contract Package Size


From Rs. 3 From Rs. 1 From Rs.
From Rs. 31
SI. Personnel Qualification Crores 1 Crores to Rs.51
Crores to
toRs.10 Rs.30 Crores &
Rs.50 Crores
Crores Crores above
1 2 3 4 5 6 7
B.E. Civil+15years Exp
Project Manager
1 in Water Supply Scheme. 1 1 1
(5 years as manager)
B.E. Civil+ 10 years Exp.
Site Engineer
2 (5 years in Water 1 1 2 4
Supply.)
B.E. Mech.+lO Years
Plant Engineer
3 Exp. or Dip. Mech+15 1 1 1 2
years Exp.
B.E. Civil+7 Years Exp.
Quantity Surveyor
4 or Dip. Civil+ 10 Years 1 1 1 2
Exp.
Soil & Material
5 B.E. Civil +10 years Exp. 1 1 1 2
Engineer
B.E. Civil +5 years Exp.
6 Survey Engineer or Dip. Civil+8 years 1 1 1 2
Exp.

Total

Note' - The list of (he Technical persons Qualification & Experience as mentioned above are tentative.
S.E. of the Nagar Nigam/Commissioner RMC/ Directorate can modified the above list as per
their requirements.

302
APPENDIX – 12

CONTACT PERSONS

SI
Name of Executive Engineer Divisional STD Code Phone No. Office/
No. Name District
of the Division residence

1 2 3 4 5 6

303
APPENDIX - 13

Affidavit

I.................................... S/o..................................................................................................

A.ged........ .years.........resident....................................... ..of..........................................................

..................................(address..........................................................................................................................
.......................................................................................................................................)

(For and on behalf of......................................................................................), do

here by and herewith solemnly affirm / state on oath that: -


1. All documents and Information’s furnished are correct in all respects to the best of my
knowledge and belief
2. I have not suppressed or omitted any information as is required.
3. I am/ We are neither black listed nor debarred by Govt. of India / Other State Govt.
Departments/ Chhattisgarh State Govt. Departments/Urban Local Body.
4. I hereby authorize the Nagar Nigam/Nagar Palika/Nagar panchayat Officials to get all the
documents verified from appropriate source(s).
Deponent
(………………………………………………
….……….)
Authorized signatory / for and on behalf of
…………………
(Affix Seal)
Verification

I.................................... S/o..................................................................... do here by affirm


that the contents stated in Para 1 to 4 above are true to the best of my knowledge and believe
and are based on my / our record.
Verified that this ......................... date of ....................... 200... at (Place)..........................

Deponent
Seal of attestation by a Public
Notary with date Authorized signature / for and on behalf
of.................

304
ANNEXURE ‘E-I’

Technical Schedules

The technical Schedule sheets are to be filled in by the Bidder and Returned with Bid. Bids without filled
up technical schedule shall not be considered for evaluation

a) Treated Waste Water Quality & Quantity (Guaranteed)

Parameter Units As required As guaranteed by


Bidder
pH - 6.5 – 9.0
BOD5 mg/l  10
COD mg/l  50
Total Suspended Solids mg/l  10
Total Phosphorous (TP) mg/l ≤2 mg/l
Total Nitrogen (TN) mg/l ≤10 mg/l
Ammonical Nitrogen (NH4-N) mg/l ≤5 mg/l
Fecal Coliform Count MPN /100 ml  100

Dewatered Sludge Generation (Data to be furnished by bidder)

Parameter As Kg/d Dry Concentration as % Volume in m3/d


Solids
Dewatered Sludge Quantity
from Sewage Treatment Plant

Power Consumption (Data to be furnished by bidder)


The bidder shall furnish the data about the motor terminal power consumed every day for each of the
unit as well as the power that will be consumed by the plant as a whole in a day with the full capacity
operation

Parameter Unit As Guaranteed by Bidder


Power Consumed at Motor KWH
Terminal , per day

305
Design Details / Specification Sheets of Equipment / Units
Legend – MSEP – Mild Steel Epoxy Painted. , SWD – Side Water Depth , W-Working , S- Standby
Stilling Chamber
Minimum specified As offered by bidder
Number No. 1
Retention Time min. Minimum 1 min on peak flow
Effective Volume m3 Bidder to Specify
Material of Construction RCC in M30
Size
Width, m Bidder To Specify
Length, m Bidder To Specify
Liquid Depth, m Bidder To Specify
Total Depth Bidder To Specify
Free Board, mm Min. 500 mm
Top Open/Close Bidder to specify
(To be at least covered with green agriculture
type net)
Steps in chamber / MS rungs
sump
Bar Screens, (1 Mechanical working + 1 Manual standby)
As specified As offered by bidder
Number Nos 1 Mechanical
working + 1 Manual
standby
Type Bidder To Specify
Channels
Width, m (Mechanical) Bidder To Specify
Width, m (Manual) Bidder To Specify
Length, m Minimum 4.0 m
Liquid Depth in unclogged Bidder To Specify
condition, m
Free Board, mm Minimum 500 mm
Material of Construction RCC in M30
Screens
Manual Screen
Clear Spacing (Manual) 6 mm
Bar Size (Manual) 5 mm, minimum
Material of Construction SS 316
Approach velocity at peak flow 0.8 to 1.0 m/sec
Make Manual Bidder to specify
Mechanical Screen
Clear Spacing 6 mm
Bar Size 5 mm, minimum
Material of Construction SS 316
Approach velocity at peak flow 0.8 to 1.0 m/sec
Screening Discharge Chute Yes

306
Grit Separator
As specified As offered by bidder
Number & Type 2Nos.mechanical (1
working + 1
Standby)
Size of Grit mm dia. 0. 20
Specific Gravity of Grit - 2.30
Retention Time (peak flow) min. Minimum 01 min.
Settling velocity, m/sec 0.014
SS at 10 Deg. C
Surface overflow rate at peak m3/m2/ 959
flow at 10 Deg. C day
Material of Construction, RCC in M30
Chamber.
Material of Construction, Grit Wetted parts in MSEP
Separator
Size
Width, m Bidder To Specify
Length, m Bidder To Specify
Liquid Depth, m Bidder To Specify
Total Depth, m Bidder To Specify
Free Board, mm 500

Sequential Batch Reactor

As specified As offered by bidder


System Proposed Sequential Batch Reactor
Bio Reactor – Tank
Numbers 2
Width / Diameter , m Bidder to specify
Length, m Bidder to specify
Liquid Depth, m Bidder to specify
Free Board, mm Minimum 500 mm
Material of Construction RCC in M30
Selector zone
Numbers 1

Width / Diameter , m Bidder to specify


Length, m Bidder to specify
Liquid Depth, m Bidder to specify
Free Board, mm Minimum 500 mm
Material of Construction RCC in M30
Selector Zone Agitator
MOC MSEP
Mixer RPM Bidder to specify

307
Mixer HP Bidder to specify
Aeration System
Type Fine Bubbling
Material of Construction
Main Air pipe from blower to MSEP
tank
Main Air Pipe inside the tank SS 316
Air lateral inside the tank UPVC - PN-1
Diffusers MOC EPDM
Blower Capacity (m3/hr) , FAD Bidder to specify
No. of Air Blowers Bidder to specify with 50% as
standby. Owner recommend 3
nos. 2 working + 1 standbye
Blower RPM < 1400
Air Blower Drive KW Bidder to specify
Blower Capacity Bidder to specify
Blower Pressure (mm wc) Bidder to specify

Disinfection
As specified As offered by bidder
Disinfectant Free Chlorine
Chlorine Dosage Required 5 mg/l

Dosing Arrangement

Type Gas chlorination-chlorination


with safety equipment like
canister mask, gloves, goggles,
safety shower, emergency
repair kit , chlorine leak
detector etc.
No of Chlorinators 1 working

Total Chlorine required in Bidder to specify


kg/day
Chlorine Shed and neutral pit Bidder to specify, neutral pit
size size min to accommodate one
tonner
Material of construction of RCC frame structure for
chlorination shed & neutral pit chlorinator shed and for neutral
pit RCC M25 with suitable lining
Chlorine Contact Tank With Epoxy painting
AS SPECIFIED AS OFFERED BY BIDDER
Numbers 1
Effective Retention time, min. at 30
average flow

308
As specified As offered by bidder
Width / Diameter, m Bidder to specify
Length, m Bidder to specify
Liquid Depth, m Bidder to specify

Free Board, mm 300


Tank Material of Construction RCC in M 30, with inside epoxy
painting.
Chlorine Contact arrangement Bidder to specify

Sludge Sump
As specified As offered by bidder
Dry Sludge Quantity in kg/day Bidder to specify
Specific Gravity of Sludge Bidder to specify
Solid Consistency in Sludge in % Bidder to specify
Volume of Sludge in m3/day Bidder to specify
Retention Time, hours Min. 12 hrs.
Size – Sump
Quantity Bidder to specify
Length, m Bidder to specify
Width, m Bidder to specify
Liquid Depth, m Bidder to specify
Free Board, mm 500
Tank Material of Construction RCC in M 30
Mixing in Sump
Type Coarse Bubbled Air
Mixing Requirement, m3/m3/hr 0.7- 0.9
Liquid Depth, m Bidder to specify
Air Grid Material of SS 316
Construction

Sludge Thickener Feed Pumps


As specified As offered by bidder
Numbers 1W+1S

Type Submersible / Screw


Capacity Bidder to specify
Head Bidder to specify
Material of Construction CI Body & CI Impeller in case of
centrifugal, Alloy Steel Rotor in
case of Screw

Sludge Thickener
As specified As offered by bidder
Quantity Bidder to specify

309
As specified As offered by bidder
Type Centrally driven
Material of construction of MS (Rubber Lined
Thickener Mechanism
Total Sludge (Dry Basis) in Bidder to specify
kg/day
Specific Gravity of Sludge Bidder to specify
Sludge Consistency in % Bidder to specify
Sludge Volume in m3/day Bidder to specify
Solids Loading, kg/m2/day 50-60
Filtrate Quantity in m3/day Bidder to specify
Size of Thickener
Diameter, m Bidder to specify
Liquid Depth, m Minimum 3.0
Free Board, mm 500
Hopper Slope 1:8
Tank Material of Construction RCC in M30
Over Flow Weirs Pipes or Openings.
Type Proposed Bidder to specify
Material of Construction Bidder to specify
Sludge Removal By Pump
Sludge Pipe Dia Bidder to specify
Performance – Sludge
Specific Gravity of Sludge Bidder to specify
Thickened Sludge 3.0 – 3.5
Concentration, % (w/w)
Thickened Sludge Volume in Bidder to specify
m3/d
Performance – Clarity
TSS in Overflow in mg/l Bidder to specify

Centrifuge Feed Pumps


As specified As offered by bidder
Numbers 1W+1S
Type Screw
Capacity Bidder to specify
Head Bidder to specify
Material of Construction As per Detailed specs

Sludge De Watering Equipment


As specified As offered by bidder
Type Solid Bowl Centrifuge
Total Sludge (Dry Basis) in Bidder to specify
kg/day
Nos. offered 1

310
Feed Sludge Volume in m3/day Bidder to specify
Solids Loading in kg/hr Bidder to specify
Dewatered Sludge Consistency Min. 20%
Dewatered Sludge quantity in Bidder to specify
m3/day
Bidder to specify
Filtrate Quantity in m3/day
Material of Construction SS 304

Dewatering Polyelectrolyte Dosing System If Required


a) Dewatering Polyelectrolyte Dosing Tank
As specified As offered by bidder
Quantity of Polymer in kg/day Bidder to specify
Chemical Solution % Maximum 0.2 %
Volume of chemical solution In Bidder to specify
m3/day,
Service Time, hrs As per working hours of
Dewatering Mechanism
Size – Tank Bidder to specify
Numbers 1 for dosing + 1 for solution
preparation
Length, m Bidder to specify
Width, m Bidder to specify
Liquid Depth, m Bidder to specify
Free Board, m 300
Tank Material of Construction Bidder to specify

b) Mixer – Dewatering Polyelectrolyte Dosing Tank


As specified As offered by bidder
Numbers 02
Type Motorised – Slow Speed
Capacity To suit polymer dosing tank
Material of Construction SS 316

Dewatering Polyelectrolyte Dosing Pumps


As specified As offered by bidder
Numbers 1W+1S
Type Plunger / Diaphragm
Capacity Bidder to specify
Head Bidder to specify
Material of Construction CI Body, PP / SS Wetted Parts

311
Instrument – Flow Meter
As specified As offered by bidder
Type Electromagnetic
Location Stilling Chamber Inlet Pipe,
Waste Sludge Discharge Pipe
No. of Flow meter 2
Size of Flow meter Bidder to specify as per design

INSTRUMENT – Level Switch


Type Ultrasonic

No. of Level Switch 1 for each following tanks:


RS pump sump, Grit Chambers,
SBR tanks, Filtrate Sump,
Sludge Sump, Sludge Thickener

Chemical Dosing
Dose Point Chemical Dose in Purity, Quantity Chemical
Proposed To Be mg/l % in kg/d Solution
Used required per
annum
At the inlet of Chlorine Gas Chlorine * * * *
Contact Tank

At the inlet of Centrifuge Dewatering * * * *


unit Polyelectrolyte

* Bidder to specify

Sheds & Buildings


Name of shed/building Area specified Area as proposed by bidder
Administrative Bldg. cum Minimum 100 m2
Laboratory
Main Electrical & Instrument Panel Minimum 50m2
Room
Room for Bowers Minimum 50 m2
Chlorine tonner & Chlorinator Minimum 30 m2
Shed
Shed for Chemical Tanks & pumps. Minimum 20 m2
Centrifuge Shed Minimum 20 m2

312
Electric Drives List
The following schedule to be filled by the bidder for all drives – Without the drive schedule the bid shall
be considered as non-responsive

Please consider additional drive if required.


Drive For Nos. Nos. Phase Ratings No. of Hrs of Total KWH per
installed Operating in kW operation for day for 12.5
12.5 MLD MLD

Piping & Valves Schedule


The bidder to fill in the following pipeline schedule – Without the pipeline schedule the bid shall be
considered as non-responsive. Use additional sheets if required.

A) Pipes & Fittings


From To Flow ( m3/hr) Pipe Dia Material of Remarks
construction

313
B) Valves
Application Type / Code Material of construction Remarks

314
Instrumentation Schedule
Field Instrumentation
Please list all instruments being provided

Instrument Location Operation Type Nos offered by


bidder

Waste water flow On Inlet of Stilling To Record & Electromagneti


meter Chamber, Waste Integrate Flow c
bio-sludge
discharge line
Pressure Gauges Discharge of Indication Of Glycerin filled
Blower Pressure At Blower
Discharge
Pressure Gauges Discharge Of all Indication Of Seal
Pumps Pressure At Which Diaphragm
liquid Is Being
Pumped
Level Switch Sewage Sump, Auto Control Of Displacer /
Screen, Grit Pumps – Start / Float Operated
Chambers, SBR Stop Tilted Type
Tanks, Sludge Tank,
Sludge Thickener,
Filtrate Sump
Others

Technical Schedule – Power, Chemicals & Utilities


The technical Schedule sheets are to be filled in by the Tenderer / Bidder and returned With Bid. Bids
without filled up technical schedule shall not be considered for evaluation
a) Chemicals
The bidder should list the chemical consumption & the approximate (+/-10%) delivered rate of the
chemicals at the project site to be used by them for the STP.
This information is to be used for evaluating of the Offer .however final figure will be decided by the
department as per rates prevailing in the market./considering higher figure quoted by any bidder.
Chemical / Utilities Units Delivered Rate in Daily Consumption
Rs. / Unit
Chlorine Kg/day * *
Dewatering Polyelectrolyte Kg / day * *

* Bidder to fill in the data

315
b) Power Consumption

1 2 3 4 5 6 7 9
S. No. Drive For Total Nos. Nos. Operating Drive Guaranteed
Nos. Operatin Standby Hours / Rating Consumed
g day KW Power per
day kWH,
at motor
terminal for
12.5 MLD

Total Installed Power, kW ________________


Total Guaranteed Consumed Power day, kWH, at motor terminal -----------

c) Service Water

Service Water Quantity required in m3/d

d) Sludge Generated
Dewatered Sludge Quantity; (m3/d) -------------
(Tons/day) ---------------------

316
Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

BOQ

Rajnandgaon Project - BOQ

Rate
in Am
Rupee ou
Description of item Quantity Unit s nt
1 Weir across Mohara nalla.
Topographical, Geotechnical survey, collection of
rainfall and hydrological data for the area and stream,
Hydrological and structural, planning, Design,
construction, supplying, erection, testing and
commissioning of Kolhapur type gated RCC weir
including MS gates as per the approved drawing with
fabrication, erection, provision of channel guides, for
smooth operation etc., complete.(manual operation) Compet
across Mohara Nalla 1 e job

2 Raw Sewage Pumping Station of 6.2 MLD Capacity


Design, construction, erection, testing and
commissioning of Raw Sewage Pumping Station
including following components including Operation
and maintenance for 1 Year
(i) Topographical and geotechnical survey, Designing
and Construction of pipe connecting submergence of
weir to reciving chamber of pumping station, RCC
receiving chamber. The entire construction shall be in
M30 grade concrete and as per IS 3370 and IS 456. RCC
access platform minimum 1000 mm wide with railing as
per specifications shall be provided on one side of the Compet
chamber 1 e job
(ii)Topographical and geotechnical survey,
Design,construction, erection and commissioning of
Coarse Screen Channel designed for 6 MLD with peak
factor of 1.25 including One mechanical screen working
and one standbye manual screen as per Technicanical
Specification. Manually operated CI gates shall be
provided upstream and downstream ends to regulate
the flow.
Adequate RCC Platforms shall be provided at the upper
level to enable operation. Railings shall be provided Compet
around the entire periphery of the platform. The entire 1 e job

317 | P a g e
Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

structure is to be in M30 concrete and as per IS 3370


and IS 456 including the platform. RCC staircase 1000
mm wide shall be provided for access from the ground
level to the top of the unit & to the operating platform
(iii) Topographical and geotechnical survey,Design,
Construction, erection, testing and commisioning wet
well and overhead pump house duly designed for the
operation of 3 number pumps of 3 MLD each with
minimum storage required as per technical
specifications and minimum pump space required as
per design considerations whichever is higher. The
minimum diameter shall not be less than 4.6 m. The
construction shall be in RCC M30 as per IS 3370 and IS
456 including all allied acessaries as per Technical
specification.

3 Pumping Machinary at Raw Sewage Pumping Station


(i)Providing, installing, testing and commissioning of
submersible sewage pumps 3 Nos. of 160 m3 / hour
(2W+1SB) at 20 mtr. head with all necessary fixtures
and fitting such as piping, auto-coupling, duckfoot bend,
guide rail,Monorail with manual hoist shall be provided
in stead of EOT, lifting chain, required header pipe and
valves in DI double flanged pipes duly designed for the
velocity considerations as per CPHEEO manual for each
etc. complete in all respects.

Electrical accessories and electricity


4
conection for Pumping Station
4.1 Power and Motor Control Center

318 | P a g e
Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

Providing, installing at site of work and testing of sheet


steel, dust and vermin proof, indoor floor mounting
type L.T. Panel completely assembled with O/C, E/F &
S/C release, MCCB, MCB, wired, tested, painted,
confirming to relevant IS completely suitable for
following duties. a) Electrical system – 0.415 kV, 3
phase, 50 Hz
b) Bus Bar Capacity – 500 Amps.
c) Panel shall comprise of the following
i. One no. incoming MCCB with rating current – 500
Amps 1.00 Nos.
ii. Minimum rupturing capacity – 50 kA
iii. Three nos. outgoing star delta starter, Overload relay
(for 30 kW SB motors)
iv. Battery charger /UPS Feeder
v. One nos. 32A MCB Feeder
vi. Two nos. 32A MCCB Feeder (for Lighting)
vii. Two nos. 32A MCB Feeder
viii10% Spare feeder considered
ix. Capacitor Feeder (25 kVAR)

4.2 Batteries, Battery Charger & DCDB


Providing, installing at site work and testing of Batteries
(24 V, 50 AH), Battery Chargers & D.C.D.B. complete
unit comprising of following specifications.
I )Batteries 2 x 1.22 cell, 24 volts D.C. 50 Amps Hour
capacity along with all accessories
II) Battery Charger 24 volts, 30 Amps for above Batteries
comprising of Float cum Boost Charger receptivity 1.00 Nos.
complete with protective Relays etc.
III) D.C.D.B. comprising of incoming Double Pole
Miniature Circuit Breaker 25 Amps, 2 Nos. 16 Amps & 4
nos. 10 Amps outgoing feeder with MCB complete with
all accessories etc. with all leads and lifts with
contractors own materials.

Preparation of Cables Schedule and Supply,


4.3
installation and Testing of Cables as Below :
Providing, installing at site of work and testing of
I) suitable cables and wires complete as per requirement
of Pump house
Supply,Erection,Testing and Commissioning of 1.1 kV,
a 2R X 3.5 X 150 sq.mm, Aluminium conductor, armoured, 120.000 Mtr
XLPE cable

319 | P a g e
Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

Supply,Erection,Testing and Commissioning of


b Termination of 3.5 X 150 sq.mm 1.1 kV grade Aluminum 8.00 No.
XLPE cable

Supply,Erection,Testing and Commissioning of 1.1 kV,


a 2R X 3C X 25 sq.mm, Aluminium conductor, armoured, 150.00 Mtr
XLPE cable
Supply,Erection,Testing and Commissioning of
b Termination of 2R X 3C X 25 sq.mm 1.1 kV grade 18.00 No.
Aluminum XLPE cable

Supply, Transport, insurance, Laying in trench,


II) termination, testing and commissioning of Power and
Control cables of various sizes
a 3C X 10 SQ.MM. YWY 100.00 Mtr
b 7 C X 2.5 SQ.MM. YWY 250.00 Mtr
c 4 C X 16 SQ.MM. AYFY 300.00 Mtr
c 4 C X 25 SQ.MM. AYFY 300.00 Mtr

Supply, Transport, insurance and Erection of Cable


III)
termination
a 7 C X 2.5 SQ.MM. YWY 6.00 Nos
b 4 C X 16 SQ.MM. AYFY 20.00 Nos
c 4 C X 25 SQ.MM. AYFY 8.00 Nos
4.4 Lighting
a) 2 x 40 W Industrial tube light fixture 3.00 Nos.
b) 1 x 40 W Industrial tube light fixture 2.00 Nos.
c) 2 x 40 W Corrosion proof 2.00 Nos.
d) 2 x 40 W Decorative 2.00 Nos.
e) 125 W LED Street light fitting with lamp 2.00 Nos.
f) 90 W LED High bay fitting with lamp 2.00 Nos.
g) Ceiling Fans 2.00 Nos.
h) Exhaust Fans 2.00 Nos.
i) 240V, 16A, 6 Pin Receptacle with switch (Industrial) 2.00 Nos.
j) 415V, 16A, 6 Pin Receptacle with switch (Industrial) 2.00 Nos.
Lighting Panel with 32Amp. 4P MCB as incomer and
1.00 Nos.
k) adequate no. of SP outgoings as per speicifications.
l) Light Points 25.00 Nos.
4.5 Spares and Tools
Supplying at site set of spares, maintenance tools and
1.00 Lot
tackles

320 | P a g e
Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

4.6 Isolators
Supplying, erecting, testing and commissioning of 11 kV
rated insulation class BIL 170 kV peak 200 A, 25 KA
breaking capacity, 3 phase, 50 cycles, double break
centre post rotating, outdoor type isolator without 1.00 Nos.
earth blades along with supporting insulators, base
channels, manual operating mechanism, terminal
connector etc.

4.7 Drop Out Fuse


Supplying, erecting, testing and commissioning of 11 kV
rated insulation class BIL 170 kV peak 100 A, 25 KA 2.00 Nos.
breaking capacity , 3 phase, 50 cycles, Drop out Fuse

4.8 Ligtning Arrestor


Supplying, erecting, testing and commissioning of 12 kV
rated voltage, 30 kV rated insulation class, BIL 170 KA
peak, single phase 50 Hz, Gapless type, station class, 3.00 Nos.
outdoor, lightning arrester along with surge counter
and insulation base

4.9 Pole Structure


Supplying, erecting, testing and commissioning of steel
structures alongwith hardware such as nuts, bolts, Tonne
washers, foundation bolts etc.
RSJ/ISMB 152 x 152 mm, 13M Long (Wt. 37.1 kG / M) 2.00 Nos.
ISMC 150 x 75 mm, 6 M Long (Wt. 16.8 kG / M) 5.00 Nos.
ISA 75x75x6mm, 3 m long (Wt. 7 kg / M) 6.00 Nos.
Clamps, Connectors, Hardware, etc. 1.00 Lot

4.10 Conductor Material and Insulators


Supply, Erection, Testing and Commissioning of Bus bar
material ACSR conductor, suspension / support
insulator, insulator hardware, power
connectors,clamps, shield wire (for lightning
protection), etc.
ACSR RACOON Conductor 0.10 KM
11 kV String Insulator 6.00 Nos.
Stay wire 7/10 SWG Guy with GI stay rod, bottom base
2.00 Set
plate

321 | P a g e
Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

4.11 Junction Boxes


Supplying, erecting, testing and commissioning of
Junction Boxes for each equipment in a bay including
1.00 Lot.
wiring cabling, connecting clamps, terminal connectors
etc. and also marshalling boxes one for each bay

4.12 Cable Trays


Supplying and erecting at site Galvanised perforated
cable trays (16 SWG) for laying power and control
cables inside switchyard in trenches and from
switchyard to control room and inside control room
300 mm wide 150.00 Mtr
100 mm wide 100.00 Mtr
Bends, risers, Tees
Providing, installing at site of work the cable tray and
0.60 Ton
support for laying the cables

4.13 Earthing Material


Supplying and erecting at site Earthing materials for
substation and Pumping Station including Earthmat
with G. S. flat 50 x 10 mm
Earthing Strip 0.50 Tone
Earthing Pits
i) Rod type 6.00 Nos.
ii) Pipe Type 3.00 Nos.
iii) Plate Type 1.00 Nos.

4.14 11 kV Transmission Line 1.5 kM


Supplying, erecting, testing and commissioning of 11 kV
rated insulation class "11 kV Transmission line"
considering all related accessories support of RSJ poles,
insulator, insulator hardware, power 1.00 lot
connectors,clamps, shield wire & 11 kV Raccon
Conductor with all connectors & accesorries with
distance of 1.5 km
4.15 Transformers
Supplying, erecting, testing and commissioning of 250
kVA, 11/0.415 kV, Transformer Complete with first
filling of oil (10 % extra oil in drums) and vector group of 1.00 Nos
Dyn11 and with OCTC from - 7.5% to +7.5% @ step of
2.5% each.

322 | P a g e
Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

4.16 Lighting system for switchyard


150 W HPSV Street light fixtures 2.00 Nos
150 W HPSV lamps 2.00 Nos
Steel tubular poles swan neck 11 m long 2.00 Nos
Control switch box with foundation arrangement ICDB,
1.00 Nos
MCCB etc.
Lighting panel 1.00 Nos

4.17 Fencing, Gates, and other Civil Work


Supplying and erecting at site Fencing,, civil foundations
(poles, fence posts, lighting poles, all electrical 30.00 Mtr.
equipments, etc.)
Fencing Gate 1.00 Nos

4.18 Lightning arrestor 100.00 Mtr.


Supplying, erecting, testing and commissioning of
Lightning arrestor system for complete switchyard as
per drawing with material of GS (Galvanized steel)

Supply, Transport, insurance, Laying in trench,


4.19 termination, testing and commissioning of Power and
Control cables of various sizes.
Supplying, erecting, testing and commissioning of 11 kV
(UE) 1R X 3C X 120 sq.mm, Aluminum conductor, XLPE 100.00 Mts.
cable as per specifications.
Supplying, erecting, testing and commissioning of Heat
shrinkable termination kits for termination of 11 kV 1R 6.00 Nos.
X 3C X 120sq. mm. Aluminum XLPE cable

Supplying at site set of spares, maintenance tools and


4.20 1.00 Lot
tackles

Supply,Erection,Testing and Commissioning of 1.1 kV,


4.21
conductor, armoured, XLPE cable as per specifications
21C X 2.5 SQ.MM. YWY 120.00 Mtr.
3C X 2.5 SQ.MM. YWY 80.00 Mtr.
4CX16 SQ.MM AYFY 150.00 Mtr.

Supply, Transport, insurance and Erection of Cable


4.22
termination
21C X 2.5 SQ.MM. YWY 12.00 Nos
3C X 2.5 SQ.MM. YWY 12.00 Nos

323 | P a g e
Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

4CX16 SQ.MM AYFY 28.00 Nos

5 Raw Sewage Conveyance Main


Earth work in excavation for pipe trench in ordinary soil
areas including dressing, watering and ramming and
5.1 disposal of excavated earth lead up to 50 meters and lift
up to 1.5m, disposal earth to be levelled, neatly
dressed. 3094.2 Cum

Earth work in Excavation for pipe trench in laterite soil


areas including dressing, watering and ramming and
5.2 disposal of
Excavated earth lead up to 50 meters and lift up to
1.5m, disposal earth to be levelled, neatly dressed. 2062.8 Cum

a) Filling in plinth and floors / trenches with contractor's


murum for bedding in 15 cm to 20 cm layers including
watering and compaction, etc. complete. 3.42 Cum

Filling available excavated earth in trenches, plinth sides


of foundation in layers not exceeding 20cm. in depth
5.3 including
consolidation of each layer by ramming watering, lead
up to 50m and lift up to 1.5m in all kinds of soils
Murum bedding with available excavated stuff. 360.99 Cum

Providing and supplying ISI mark D.I S & Spipes (push on


joints pressure pipes ) o f D I of following class and
diameters confirming to the IS specification inclusive c
os t of jointing materials (rubber gasket of EPDM quality
)including all statutary duties and taxes levied by GOI &
GO Minallrespec t ,educationcess ,VAT ,thirdpart y
inspectioncharges of TP Iagency approved by MJP
5.4
including transitinsurance ,railwayfreight,unloading
from railway wagon,loadingintotruck,transportation to
departmental store/siteofwork,unloading,stacking
etc.completeas directed by engineerincharge.(IS-
8329/2001forPipes&IS-158/1969&IS-12820/1989 or
latest edition/revision with amendments for rubber
gasket.)
DI K-9-300MM 3600 RMT

324 | P a g e
Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

Lowering,laying and jointing with SBR rubber gaskets


C.I.S/S pipes of various classes with CI/M S specials of
following diameters in properposition,grade and
alignmentas directed by Engineer-in-charge including
5.5
conveyance of materials from stores to site of
work,including cost of jointing materials and
rubberrings,labour,giving hydraulic testing, etc.
complete 3600 RMT

Providing and supplying ISI standard D.I. specials and


fitting s with sealing rubber gaske t of S.B.R. complete
with Cast Iron follower gland and M.S. nut bolts
5.6 coated or otherwis e protected from rusting and
suitable for D.I. pipes including cost of labour,material
and transportation to stores/site, loading,unloading
including all taxe s,etc.complete as per IS-9523
A ) Bends 90 / 45 degree 4 No.
300 mm dia.(45 Degree)
B) Pipe End 1 No.
300 mm dia.
C) 300 X 300 X 200 branch flanged Tee 1 no.
300X 250 socketed - flanged reducer 2 no.

Providing & fixing of Cast iron double flanged sluice


valves as per I.S.:14846-2000 fitted with cast iron cap
5.7 including jointing & testing with cost of jointing material
such as bolts, nuts, rubber insertions etc. all complete.
(Steel Spindle)
sluice valve PN-1
300 mm 1 No
Scour Valve PN-1
150mm 3 No

B)Lowering, laying, jointing in position following CIDF


Reflux, butterfly valves and sluice valves including cost
5.8 of all labors jointing material including nutbolts and
giving satisfactory hydraulic testing etc complete (Rates
for all class of valves )
Sectioning valve (sluice valve) PN-1
300 mm 1 No
Scour Valve
150mm 1 No

325 | P a g e
Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

Providing and laying in situ cement concrete of


trap/granite/quartzite/ gneiss metal for RCC work in
foundation like raft, grillage, strip foundation and
footing of RCC columns and steel stanchions including
5.9 normal dewatering,plywood form work, compaction,
finishing and curing, etc, complete. (By weigh batching
and mix design for M-250 and M-300 only. Use of L & T,
A.C.C., Ambuja, Birla Gold, Manikgad, Rajashree, etc.
cement is permitted.) 143 Cum

Providing and fixing in position steel bar reinforcement


of various diameters for RCC piles, caps, footings,
foundation, slabs, beams, columns, canopies, staircases.
newels, chajjas, lintels, pardies, copings, fins, arches,
5.10 etc. as per detailed designs, drawings and schedules;
including cutting, bending, hooking the bars, binding
with wires or tack welding and supporting as required,
etc. complete.
(including cost of binding wire) 16 MT

Refilling the trenches with available excavated stuff


with soft material first over pipeline and then hard
5.11
material in 15 cm layers with all leads and lifts including
consolidation, surcharging, etc. complete. 4285 Cum

5.12 Road Reinstating 3600 RMT


Repairing the damaged Road line during the excavation
& laying of pipeline.

Excavated material additional leads involved in disposal


5.13 of excavated material beyond the initial lead of 50 M
from the excavation site for above items. 872 cum
Excavated material

Sewage Treatment Plant of 6.2 MLD capacity and


6
septage treatment facility for 300 m3 /day

326 | P a g e
Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

Topographical and Geotechnical survey, process,


hydraulic and structural Design, Construction, erection,
testing & commissioning of 6.2 MLD Capacity Sewage
Treatment Plant for treating the waste water of the
given parameters for design purposes to the outlet
parameter specified in technical specification / scope of
works based on Sequential Batch Reactor (SBR)
Technology complete in all respect, including CCT and
chlorination equipment, chlorine cylinders / tonners
and safety equipments etc including Gravity RCC
pipeline for treated effluent to be carried to the canal
including its designing, providing, lowering, laying
jointing and supports of concrete if any for achieving
gravity, septage treatment facility for 300 cum/day,
Administrative building, blower room, electrical control
and SCADA room, Laboratory, Landscapping, Approach
Road, Internal Road, Internal Street light of LED, Storm
water Drains, Internal Septic Drains, Tools and Tackels,
Compound Wall & all other contingent equipments i.e.
Electrical, Mechanical, Piping & Instrumentation works
with PLC & SCADA arrangement for STP & SPS along
with synchronizing it with each other Including
Operation and maintenance for 1 Year.The work
includes landscaping of the STP plot by developing
american blue grass of 740 sq.m. and plantation with
specified species of trees (300 nos.) approved by
Engineer Incharge including the piping and drip /
sprinkler system required for watering the lawn using
treated sewage and maintaining the landscape for Compet
complete O&M period. 1 e job

Electrical conection for STP and Septage


7
tretment facility
7.1 Isolators
Supplying, erecting, testing and commissioning of 11 kV
rated insulation class BIL 170 kV peak 200 A, 25 KA
breaking capacity, 3 phase, 50 cycles, double break
centre post rotating, outdoor type isolator without 1.00 nos.
earth blades along with supporting insulators, base
channels, manual operating mechanism, terminal
connector etc.

7.2 Drop Out Fuse


Supplying, erecting, testing and commissioning of 11 kV
rated insulation class BIL 170 kV peak 100 A, 25 KA 2.00 Nos.
breaking capacity , 3 phase, 50 cycles, Drop out Fuse

327 | P a g e
Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

7.3 Ligtning Arrestor


Supplying, erecting, testing and commissioning of 12 kV
rated voltage, 30 kV rated insulation class, BIL 170 KA
peak, single phase 50 Hz, Gapless type, station class, 3.00 Nos.
outdoor, lightning arrester along with surge counter
and insulation base

7.4 Pole Structure


Supplying, erecting, testing and commissioning of steel
structures alongwith hardware such as nuts, bolts, Tonne
washers, foundation bolts etc.
RSJ/ISMB 152 x 152 mm, 13M Long (Wt. 37.1 kG / M) 2.00 Nos.
ISMC 150 x 75 mm, 6 M Long (Wt. 16.8 kG / M) 5.00 Nos.
ISA 75x75x6mm, 3 m long (Wt. 7 kg / M) 6.00 Nos.
Clamps, Connectors, Hardware, etc. 1.00 Lot

7.5 Conductor Material and Insulators


Supply, Erection, Testing and Commissioning of Bus bar
material ACSR conductor, suspension / support
insulator, insulator hardware, power
connectors,clamps, shield wire (for lightning
protection), etc.
ACSR RACOON Conductor 0.10 KM
11 kV String Insulator 6.00 Nos.
Stay wire 7/10 SWG Guy with GI stay rod, bottom base
2.00 Set
plate

7.6 Junction Boxes


Supplying, erecting, testing and commissioning of
Junction Boxes for each equipment in a bay including
1.00 Lot.
wiring cabling, connecting clamps, terminal connectors
etc. and also marshalling boxes one for each bay

7.7 Cable Trays


Supplying and erecting at site Galvanised perforated
cable trays (16 SWG) for laying power and control
cables inside switchyard in trenches and from
switchyard to control room and inside control room
300 mm wide 150.00 Mtr
100 mm wide 250.00 Mtr
50 mm wide 650.00 Mtr
Bends, risers, Tees

328 | P a g e
Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

Providing, installing at site of work the cable tray and


0.60 Ton
support for laying the cables

7.8 Earthing Material


Supplying and erecting at site Earthing materials for
substation and Pumping Station including Earthmat
with G. S. flat 50 x 10 mm
Earthing Strip 0.50 Ton
Earthing Pits
i) Rod type 6.00 Nos.
ii) Pipe Type 3.00 Nos.
iii) Plate Type 1.00 Nos.

7.9 11 kV Transmission Line 4.5 kM


Supplying, erecting, testing and commissioning of 11 kV
rated insulation class "11 kV Transmission line"
considering all related accessories on RSJ support
insulator, insulator hardware, power 1.00 lot
connectors,clamps, shield wire & 11 kV Raccon
Conductor with all connectors & accesorries with
distance of 4.5 km

7.10 Transformers
Supplying, erecting, testing and commissioning of 250
kVA, 11/0.415 kV, Transformer Complete with first
filling of oil (10 % extra oil in drums) and vector group of 1.00 Nos
Dyn11 and with OCTC from - 7.5% to +7.5% @ step of
2.5% each.

7.11 Lighting system for switchyard


90 W LED Street light fixtures 2.00 Nos
90 W LED lamps 2.00 Nos
Steel tubular poles swan neck 11 m long 2.00 Nos
Control switch box with foundation arrangement ICDB,
1.00 Nos
MCCB etc.
Lighting panel 1.00 Nos

7.12 Street Lighting system for Complete plant


90 W LED Street light fixtures 25.00 Nos
90 W LED lamps 25.00 Nos
Steel tubular poles swan neck 11 m long 25.00 Nos
Control switch box with foundation arrangement ICDB,
3.00 Nos
MCCB etc.
329 | P a g e
Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

Lighting panel 3.00 Nos

7.13 Fencing, Gates, and other Civil Work


Supplying and erecting at site Fencing,, civil foundations
(poles, fence posts, lighting poles, all electrical 45.00 Mtr.
equipments, etc.)
Fencing Gate 1.00 Nos

7.14 Lightning 100.00 Mtr.


Supplying, erecting, testing and commissioning of
Lightning system for complete switchyard as per
drawing with material of GS (Galvanized steel)

Supply, Transport, insurance, Laying in trench,


7.15 termination, testing and commissioning of Power and
Control cables of various sizes.
Supplying, erecting, testing and commissioning of 11 kV
(UE) 1R X 3.5C X 120 sq.mm, Aluminum conductor, 100.00 Mts.
XLPE cable as per specifications.
Supplying, erecting, testing and commissioning of Heat
shrinkable termination kits for termination of 11 kV 1R 6.00 Nos.
X 3.5C X 120sq. mm. Aluminum XLPE cable

Supplying at site set of spares, maintenance tools and


7.16 1.00 Lot
tackles

Supply,Erection,Testing and Commissioning of 1.1 kV,


7.17
conductor, armoured, XLPE cable as per specifications
21C X 2.5 SQ.MM. YWY 120.00 Mtr.
3C X 2.5 SQ.MM. YWY 80.00 Mtr.
4CX16 SQ.MM AYFY 150.00 Mtr.

Supply, Transport, insurance and Erection of Cable


7.18
termination
21C X 2.5 SQ.MM. YWY 12.00 Nos
3C X 2.5 SQ.MM. YWY 12.00 Nos
4CX16 SQ.MM AYFY 28.00 Nos

7.19 Fencing, Gates, and other Civil Work


Supplying and erecting at site Fencing,, civil foundations
(poles, fence posts, lighting poles, all electrical 45.00 Mtr.
equipments, etc.)

330 | P a g e
Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

Fencing Gate 1.00 Nos

7.20 Spares and Tools


Supplying at site set of spares, maintenance tools and
1.00 Lot
tackles

331 | P a g e
Tender Document for 6.2 MLD Sewage treatment plant at Rajnandgaon
Rajnandgaon Municipal Corporation

Drawings

Details given in drawings are tentative . the contractor is required to carry out topographical survey of proposed
site to confirm lengths and RLs and prepare detailed and submit L-section of raw sewage rising main , detailed
drawings of proposed STP , raw sewage sump-cum-pump house etc complete.

Contractor will also carry out Plate Load Test at the proposed site of sump and STP to determine SBC..

332 | P a g e

You might also like