Top Banner
1 Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal GOVT. OF HARYANA PUBLIC HEALTH ENGINEERING DEPARMENT, HARYANA. BID DOCUMENTS Assandh Prov.Sewerage Scheme under ESPEstimated Cost:-1880.00Lacs “Design, construction, erection, testing & commissioning of Intermediate Sewage Pumping Station(IPS), Main Sewage Pumping Station (MPS), 5 MLD Capacity Sewage Treatment Plant based on MBBR Technology (Attached Growth Process), effluent outlet pipe, Transformer, Boundary wall, Staff Quarter, all contingent Electrical, Mechanical, Piping & Instrumentation works at IPS, MPS and Sewage Treatment Plant complete in all respect including Operation & Maintenance for 12 months during defect liability period & three years thereafter at Assandh Town, District Karnal” Estimated Cost: Rs. 446.00 Lacs Only. Time limit 12 Months Last Date of Receipt of Tender: ___________________ Date of opening of Tender: ____________________ Executive Engineer, Public Health Engineering Division No.-II, Karnal
206

MBBR Tender Document and BOQs_Haryana Govt

Oct 22, 2014

Download

Documents

rajeshmvs
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Page 1: MBBR Tender Document and BOQs_Haryana Govt

1

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

GOVT. OF HARYANA

PUBLIC HEALTH ENGINEERING

DEPARMENT, HARYANA.

BID DOCUMENTS

“Assandh Prov.Sewerage Scheme under ESP” Estimated Cost:-1880.00Lacs

“Design, construction, erection, testing & commissioning of Intermediate

Sewage Pumping Station(IPS), Main Sewage Pumping Station (MPS), 5 MLD

Capacity Sewage Treatment Plant based on MBBR Technology (Attached

Growth Process), effluent outlet pipe, Transformer, Boundary wall, Staff

Quarter, all contingent Electrical, Mechanical, Piping & Instrumentation works

at IPS, MPS and Sewage Treatment Plant complete in all respect including

Operation & Maintenance for 12 months during defect liability period & three

years thereafter at Assandh Town, District Karnal”

Estimated Cost: Rs. 446.00 Lacs Only.

Time limit 12 Months

Last Date of Receipt of Tender: ___________________

Date of opening of Tender: ____________________

Executive Engineer,

Public Health Engineering Division No.-II,

Karnal

Page 2: MBBR Tender Document and BOQs_Haryana Govt

2

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

PRESS NOTICE

Public Health Engineering Department, Haryana

Public Health Engineering Division No.-II, Karnal

Notice Inviting Tender

No. ________________ Dated:

1. Online bids are hereby invited on behalf of Governor of Haryana for the works mentioned below:-

“Design, construction, erection, testing & commissioning of Intermediate Sewage Pumping Station(IPS), Main Sewage

Pumping Station (MPS), 5 MLD Capacity Sewage Treatment Plant based on MBBR Technology (Attached Growth

Process), effluent outlet pipe, Transformer, Boundary wall, Staff Quarter, all contingent Electrical, Mechanical, Piping

& Instrumentation works at IPS, MPS and Sewage Treatment Plant complete in all respect including Operation &

Maintenance for 12 months during defect liability period & three years thereafter at Assandh Town, District Karnal”

Rs. 446.00 Lacs

During date & time S. No.

of

work

Estimated

Cost

Earnest

Money

Tender

Document

Fee Downloading of Tender

Document & Payment of

Tender Document fees

Online Bid preparation and hash

submission

Rs.446.00

lacs

Rs.8.92 lacs Rs. 15000/- From date 20/09/2011

& time 15:01 hrs.to

date 27/09/2011

& time 15:00 hrs.

From date 20/09/2011

& time 15:01 hrs.to

date 27/09/2011

& time 15:00 hrs.

2. Possession of Digital Signature Certificate (DSC) and registration of the contractors on the portal i.e.

http://haryanaphed.etenders.in is a prerequisite for e-tendering. Kindly contact o/o Nextenders (India) Pvt. Ltd., at Basement,

HSRDC Building, Bay No.13-14, Sec-2, Panchkula. Contact persons : Sh. Manmit – 09815034028 / Sh. Chintan 09592259876

3. For any other queries, please contact Executive Engineer, PHE Division-II, Karnal

Tel.(O) 0184-2266004 Tel (M) 98961-80771 Address Model Town, karnal.

For further details and e-tendering schedule, visit website http://haryanaphed.etenders.in

For & on behalf of Governor of Haryana

Executive Engineer

PHE Division-II, Karnal

Page 3: MBBR Tender Document and BOQs_Haryana Govt

3

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

PUBLIC HEALTH ENGINEERING DEPARTMENT, HARYANA

PUBLIC HEALTH ENGINEERING DIVISON-II, KARNAL

NOTICE INVITING TENDER

Online bids are hereby invited on behalf of Governor of Haryana for the following work as

mentioned below:-

“Design, construction, erection, testing & commissioning of Intermediate Sewage

Pumping Station(IPS), Main Sewage Pumping Station (MPS), 5 MLD Capacity Sewage

Treatment Plant based on MBBR Technology (Attached Growth Process), effluent outlet

pipe, Transformer, Boundary wall, Staff Quarter, all contingent Electrical, Mechanical,

Piping & Instrumentation works at IPS, MPS and Sewage Treatment Plant complete in all

respect including Operation & Maintenance for 12 months during defect liability period

& three years thereafter at Assandh Town, District Karnal”

Rs. 446.00 Lacs

During date & time S.No.

of

work

Estimated

Cost

Earnest

Money

Tender

Document

Fee Downloading of Tender

Document & Payment

of Tender Document

fees

Online Bid

preparation and hash

submission

Rs.446.00

lacs

Rs.8.92

lacs

Rs. 15000/- From date 20/09/2011

& time 15:01 hrs.to

date 27/09/2011

& time 15:00 hrs.

From date 20/09/2011

& time 15:01 hrs.to

date 27/09/2011

& time 15:00 hrs.

1. Tender documents can be downloaded online from the Portal: http://haryanaphed.etenders.in by the

Firms / Individual registered on the Portal.

2. As the Bids are to be submitted online and are required to be encrypted and digitally signed, the

Bidders are advised to obtain Digital Signature Certificate (DSC) at the earliest. For obtaining

Digital Certificate, the Bidders should follow point No. 3 under “Annexure-A - Conditions of e-

tendering”.

3. Key Dates

Sr.

No. PHED Stage Contractor Stage

Start Date and

Time

Expiry Date and

Time

1 Release of Tender

document -

14/09/2011

10:00 hrs.

20/09/2011

15:00 hrs.

2 - Downloading of Tender Document &

Payment of Tender Document fees

20/09/2011

15:01 hrs.

27/09/2011

15:00 hrs.

3 -

Online Bid Preparation, Hash

Submission & Earnest Money

Deposit

20/09/2011

15:01 hrs.

27/09/2011

15:00 hrs.

Page 4: MBBR Tender Document and BOQs_Haryana Govt

4

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

4 Technical & Financial

Lock -

27/09/2011

15:01 hrs.

29/09/2011

15:00 hrs.

5 - Re-encryption of Online Bids 29/09/2011

15:01 hrs.

30/09/2011

12:00 hrs.

6 Open EMD & /PQ bid - 30/09/2011

15:01 hrs.

03/10/2011

17:00 hrs.

7 Eligibility criteria

evaluation -

03/10/2011

17:01 hrs.

05/10/2011

12:00 hrs.

8 Open Financial /

Price-Bid -

05/10/2011

12:01 hrs.

07/10/2011

15:00 hrs.

4. The Bidders can download the tender documents from the Portal : http://haryanaphed.etenders.in.

Tender Documents Fees has to be paid online through payment gateway during the “Downloading

of Tender Document & Payment of Tender Document fees” stage and Earnest Money Deposit has

to be deposited through RTGS (Real Time Gross Settlement) / NEFT (National Electronic Fund

Transfer) in the name of Executive Engineer, Public Health Engineering Division-II, Karnal

bank account No.910010048435025 in Bank name Axis Bank, Mall Road, karnal & Bank

IFSC CODE UTIB0000394. Following particulars are to be given online at the e-tendering web

portal of the department.

a) Name of a/c holder from whose a/c payment for earnest money has been made by the

agency

b) A/C No.

c) Name of the Bank

d) Transaction ID

e) Date & time of transaction

f) Amount of Payment

Willing Contractors shall have to pay the Tender Document Fees through payment gateway

during the “Downloading of Tender Document & Payment of Tender Document fees” stage.

However, the details of the EMD are required to be filled at the time of Bid Preparation and

Hash Submission stage, the Bidders are required to keep the EMD details ready beforehand.

5. The tender shall be submitted by the bidder in the following two separate envelops online:

1. Earnest Money and all the documents

in support of eligibility criteria - Envelope ‘ED’

2. Price Bid - Envelope ‘C I’

Page 5: MBBR Tender Document and BOQs_Haryana Govt

5

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

Note: Online Bidders shall submit the EMD through RTGS/ NEFT. EMD will not be

accepted in parts i.e. whole amount of EMD should be deposited in one instance.

Documents in support of eligibility criteria shall also be submitted in Envelope ‘ED’.

Price Bids are to be submitted mandatory online and shall not be accepted in any

physical form.

Reference of the EMD is to be mentioned online.

The envelopes ‘ED’ & ‘TI’ shall be kept in a big outer envelop, which shall also

be sealed. In the first instance, the Envelop – ‘ED’ of all the Bidders containing the Earnest

Money and documents supporting eligibility criteria shall be opened online. If the Earnest Money

and eligibility of bidder is found proper, the Envelop ‘TI’ containing Technical Bid shall be

opened only if the bidders meet the eligibility criteria as per the Bid document.

The bidder will submit the necessary documents as under.

Envelope ‘ED’ – Earnest Money Deposit and eligibility criteria Envelop

Online EMD Envelope—Reference details of the Earnest Money Deposit instrument and

scanned copy of documents supporting eligibility criteria.

Envelope ‘TI’ – Technical Bid Envelope

Online Technical Envelope – All the information and scanned copies of the Documents /

Certificates as required to be submitted as per the Tender. Also, all such documents, if any, that

cannot be submitted online i.e. all the Information and Documents / Certificates as required to be

submitted in physical technical envelope as per the Tender.

Envelope ‘CI’ – Price Bid Envelope

To be submitted mandatory online- “Information related to Price Bid of the Tender”. The

Envelopes “ED” & “TI” shall be placed in another envelop of bigger size clearly marking the

name of agency & name of work. In case, the Bidders have submitted all the information and

documents/ certificates required as a part of Technical Bid online, physical Envelope “TI” shall

be submitted clearly marking “Blank”.

The bidder can submit their tender documents as per the dates mentioned in the schedule

above.

CONDITONS:-

1) NIT, if required, can be seen on any working day during office hours in office of the

undersigned.

Page 6: MBBR Tender Document and BOQs_Haryana Govt

6

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

2) Conditional tenders will not be entertained & are liable to be rejected.

3) The undersigned reserves the right to reject any tender or all the tenders without assigning

any reason.

4) The societies shall upload & produce a copy of the resolution of the Co-Operative

department for e-tendering.

5) The tender without earnest money will not be opened.

6) The jurisdiction of court will be at Karnal.

7) The tender of the bidder who does not satisfy the eligibility criteria in the bid documents

is liable to be rejected summarily without assigning any reason and no claim whatsoever

on this account will be considered.

8) The bid for the work shall remain open for acceptance during the bid validity period to be

reckoned from the date of “Online Bid preparation and Hash submission”. If any bidder

withdraws his bid before the said period, any modifications in the terms and conditions of

the bid, the said earnest money shall stand forfeited. Bids would require to be valid for 3

months from the date of closing of online “Bid preparation and Hash submission stage”.

For and On Behalf of Governor of Haryana

Executive Engineer

PHE Division-II, Karnal.

Endorsement No. Dated

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

(1) Deputy Commissioner, Karnal at karnal .

(2) Engineer-in-Chief Haryana, PHED, Panchkula

(3) All Superintending Engineers/Executive Engineer, PHED Haryana.

For and On Behalf of

Governor of Haryana

Executive Engineer

PHE Division-II, Karnal.

Page 7: MBBR Tender Document and BOQs_Haryana Govt

7

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

ANNEXURE-A

CONDITIONS OF E-TENDERING

Instructions to Contractors on Electronic Tendering

1. These conditions will over-rule the conditions stated in the tender documents,

wherever relevant and applicable.

2. All the Contractors intending to participate in the tenders processed online, are required to

get registered for the Electronic

Tendering System on the Portal http://haryanaphed.etenders.in

For more details, please see the information in Registration info link on the home page.

3. Obtaining a Digital Certificate:

3.1 The Bids submitted online should be encrypted and signed electronically with a Digital

Certificate to establish the identity of the bidder bidding online. A digital signature

certificate has two keys i.e. Public Key and Private Key. Public Key is used to encrypt the

data and Private Key is used to decrypt the data. Encryption means conversion of normal

text into coded language whereas decryption means conversion of coded language into

normal text. These Digital Certificates are issued by an approved certifying authority, by the

controller of Certifying Authorities, Government of India.

3.2 A Digital Certificate is issued upon receipt of mandatory identity proofs and verification

letters attested by the Notary Public / Charted Account / Any Gazatted Officer whose stamp

bears emblem of Ashoka. Only upon the receipt of the required documents, a digital

certificate can be issued.

3.3 The contractors may obtain Class II B digital certificate from any Certifying Authority or

Sub-certifying Authority authorized by the Controller of Certifying Authorities on the portal

http://cca.gov.in. or may obtain information and application format and documents required

for issue of digital certificate from one such certifying authority given below which is :-

1. TATA Consultancy Services Ltd.

11th Floor, Air India Building, Nariman Point,

Mumbai-400021 website – www.tcs-ca.tcs.co.in

2. Sify Communications Ltd.

III Floor, Tidel Park, 4 Canal Bank Road, Taramani, Chennai-600113. Website

– www.safescrypt.com

3. MTNL Trustline CA

O/o DGM (IT-CA), 5515, 5th Floor, Core-V Mahanagar

Doorsanchal Sadan, CGO Comples, MTNL,

Delhi-110003. Website – www.mtnltrustline.com

Page 8: MBBR Tender Document and BOQs_Haryana Govt

8

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

4. iTrust CA (IDRBT)

Castle Hills, Road No.1, Masab Tank, Hyderabad,

Andhra Pardesh -500057. Website – idrbtca.org.in

5. (n)Code solutions

301, GNFC Tower, Bodak Dev, Ahmedabad-380054,

Gujarat. Website – www.ncodesolutions.com

6. National Informatics Centre Ministry of Communication

and Information Technology

A-Block CGO Complex, Lodhi Road,

New Delhi-110003. Website https://nicca.nic.in

7. e-Mudhra CA

3i Infotech Consumer Services Ltd

3rd

Floor, Sai Arcade, Outer Ring Road,

Devarabeesanahalli, Bangalore560036, Karnataka

Website – http://www.e-Mudhra.com

Contractors may also obtain information and application format and documents

required for issue of digital certificate from the following:-

1. Nextenders (India) Pvt. Ltd.

YUCHIT, Juhu Tara Road, Mumbai-400049

[email protected]

2. Nextenders (India) Pvt. Ltd.

o/o HSRDC, Bays No.13-14, Sec-2, Panchkula-134151

Contact Person: Manmit - 09815034028

Chintan - 09592259876

3.4 Bid for a particular tender may be submitted only using the digital certificate, which is used

to encrypt the data and sign the hash during the stage of bid preparation and hash

submission. In case, during the process of a particular tender, the user looses his digital

certificate (i.e. due to virus attack, hardware problem, operating system problem), he may

not be able to submit the bid online. Hence, the users are advised to keep their Digital

Signature Certificates in safe custody.

3.5 In case of online tendering, if the digital certificate issued to the authorized user of a firm is

used for signing and submitting a bid, it will be considered equivalent to a no-objection

certificate/power of attorney to that User. The firm has to authorize a specific individual via

an authorization certificate signed by all partners to use the digital certificate as per Indian

Information Technology Act 2000. Unless the certificates are revoked, it will be assumed to

represent adequate authority of the user to bid on behalf of the firm for Public Health

Engineering Department, Haryana tenders as per Information Technology Act 2000. The

digital signature of this authorized user will be binding on the firm. It shall be the

responsibility of management / partners of the registered firms to inform the certifying

authority or Sub Certifying Authority, in case of change of authorized user and that a fresh

Page 9: MBBR Tender Document and BOQs_Haryana Govt

9

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

digital certificate is procured and issued an ‘authorization certificate’ for the new user. The

procedure for application of a digital certificate will remain the same for the new user.

3.6 The same procedure holds true for the authorized users in a private/Public limited company.

In this case, the authorization certificate will have to be signed by the directors of the

company.

4. Set up of machine

In order to operate on the electronic tender management system, a user’s machine is

required to be set up. A help file on setting up of the system can be obtained from

NexTenders (India) Pvt. Ltd. or downloaded from the home page of the website -

http://haryanaphed.etenders.in.>> “Information for new users”.

5. Online Viewing of Notice Inviting Tenders:

The contractors can view the N.I.T and the time schedule (Key Dates) for all the packages

floated using the electronic tendering system on the Haryana PHED website

http://haryanaphed.etenders.in. Contractor may refer to NIT in the office of Executive

Engineer.

6. Opening of an Electronic Payment Account:

6.1 For purchasing the tender documents online, contractors are required to pay the tender

documents fees online using the electronic payments gateway service as mentioned at

S.No.8.

6.2 For the list of payments using which the online payments can be made, please refer to the

Home page of the Portal http://haryanaphed.etenders.in

7. Submission of Earnest Money Deposit:

7.1 Contractors have to deposit EMD into the account of the concerned Executive Engineer

through RTGS/NEFT. Earnest Money in parts either through different banks or on different

dates will not be accepted. EMD should be deposited through RTGS / NEFT as

consolidated amount in single transaction so that there is no difficulty in accounting and also

that there is no ambiguity for relating a transaction to a particular tender.

7.2 Refund of Earnest Money Deposit to the unsuccessful bidders will be made through cheque

issued in the name of contractor / agency.

7.3 Payment of EMD may be made upto specified time of “Online bid preparation, Hash

submission & Earnest Money Deposit” as per key dates schedule of tender. Scanned copy

of the proof i.e receipt of transaction of EMD should be uploaded while submitting the

tender. A photocopy of document of transaction made should also be physically submitted

in envelop ED.

7.4 If any agency withdraws its bid after re-encryption stage, then the Earnest Money Deposit of

such agency shall be forfeited.

Page 10: MBBR Tender Document and BOQs_Haryana Govt

10

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

8. Submission of Tender Document Fees:

The Payment can be made by eligible contractors online directly via Credit Card / Internet

Banking Account / Cash Card / Debit card. The contractors have to pay for the tender

documents online by making online payment of tender document fees using the service of

the secure electronic payment gateway. The secure electronic payments gateway is an online

interface between contractors and credit card / online payment authorization networks.

If the tenders are cancelled or recalled on any grounds, the tender document fees will not be

refunded to the agency.

9. Purchase of Tender Documents:

Download of Tender Documents: The tender documents can only be downloaded from the

Electronic Tendering System on the Portal http://haryanaphed.etenders.in

10. Submission of Bid Seal (Hash) of online Bids:

Submission of bids will be preceded by submission of the digitally signed bid seal (Hash) as

stated in the tender time schedule (Key Dates) of the Tender. Bidders should take note of

any corrigendum being issued on the web portal on a regular basis. They should view and

note down the tender Hash and ensure that it matches with their previous noted Hash before

confirming the rates.

11. Generation of Super Hash:

After the time of submission of Bid Seal (Hash) by the bidders has lapsed, the bid round will

be closed and a digitally signed tender Super Hash will be generated by authorized Haryana

PHED official. This is equivalent to sealing the tender box.

12. Submission (Re-encryption) of actual online bids:

Bidders have to submit their encrypted bids online and upload the relevant documents for

which they generated the hash at the stage of hash generation and submission after the

generation of Super Hash within the date and time as stated in the Notice Inviting Tenders

(Key Dates). The electronic bids of only those contactors who have submitted their bid seals

(Hashes) within the stipulated time, as per the tender time schedule (Key Dates), will be

accepted by the System. A bidder who does not submit his bid seal (Hash) within the

stipulated time will not be allowed to submit his bid after the permitted time as per key

dates.

13. Key Dates:

13.1 The bidders are strictly advised to follow dates and time as indicated in the Notice Inviting

Tender. The date and time will be binding on all the bidders. The bidders are required to

complete the stage within the stipulated time as per the schedule to continue their

participation in the tender. All online activities are time tracked and the system enforces

time locks that ensure that no activity or transaction can take place outside the start and end

Page 11: MBBR Tender Document and BOQs_Haryana Govt

11

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

dates and time of the stage as defined in the Notice Inviting Tender. The bidder should

check the status of a particular stage by following the below mentioned procedure:-

a. Click on “Main” after login into the portal.

b. Select “Tender Search” and click on “Go”

c. Next screen will appear on the screen and click on “Search” button to view the list

of various tenders.

d. Select the tender whose status is to be viewed by clicking on the tender no.

e. Click on “Action page” button. The status of all the stages i.e. whether “Pending” or

“Completed” can be viewed.

The bidder should ensure that the status of a particular stage should be shown as

“Completed” before the expiry date and time of that particular stage and he should possess a

copy of receipt of completion of each stage to be performed from his end. It will be the sole

responsibility of the bidder if the status of a particular stage is “Pending” till the expiry date

and time of that stage and he is not able to proceed further in the e-tendering process.

Other Information:

1. The intending bidders shall fill the lump sump rate / item rate / Percentage rate in the online

templates of the online tender. The Price Bid has to be submitted mandatory online. In case

the bidder does not submit the rates of Non-schedule items, intentionally or unintentionally,

then the rates of such items will be considered as Free of Cost. If the bidder does not agree

to execute such N.S. Items for which he has not quoted rates, free of cost, then his EMD will

be forfeited.

2. The photocopy of the receipt of transaction made for payment of Earnest Money Deposit

should be put ‘ED’ sealed envelopes and these sealed envelope and delivered to this office

before the date and time mentioned in the Tender Notice along with documents listed below:

i. A list of all documents accompanying the sealed envelope containing the tender

documents.

ii. Duly accepted power of Attorney in original along with its two certified copies in the

name of bidder or authorized representative to act on behalf of the agency.

3. Tenderer must strictly abide by the stipulations set forth in notice inviting tender & while

tendering for the work, the bidder shall adopt only the two envelope system.

4. The ‘CI’ envelope – Price Bid envelope has to be submitted mandatory online and shall not

be accepted physically under any circumstances. In case any bidder does not comply with

procedure given above, it will be presumed that he is not interested in the work and the work

shall not be let out to him. Further he may be de-listed without further notice to him for

failing to abide by the strictly approved terms of notice inviting tender for this work.

Page 12: MBBR Tender Document and BOQs_Haryana Govt

12

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

5. The tenders which are not accompanied by the earnest money or proof of earnest money or

do not strictly follow the technical requirement, are liable to be rejected summarily.

6. Tenders / quotations which are dependent upon the quotations of another bidder shall be

summarily rejected.

Note: - Bidders participating in e-tendering shall check his/her validity of Digital Signature

Certificate before bidding in the specific work floated online at e-tendering portal of Public

Health Engineering Department, Haryana on the website http://haryanaphed.etenders.in.

Also, the bidder will be held liable solely, in case, while bidding in particular stage - Date &

Time expired as per the key dates available on the tender document. Key dates are subject to

change in case of any amendment in schedule due to any reason stated by concerned

Executive Engineer of the Department.

Page 13: MBBR Tender Document and BOQs_Haryana Govt

13

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

Eligibility Criteria shall be as follows:

1. The bids form the joint ventures are acceptable as per guidelines attached.

2. Open to all agencies enlisted with Deptt./Board/ Corporation of Central Govt., any state

Govt., fulfilling the following Criteria:-

(i) Average Annual financial turnover during the last 3 years, ending 31st March of the

previous financial year, should be at least 30% of the DNIT cost

(ii) Experience of having successfully completed similar works during last 7 years

ending last day of month pervious to one in which applications are invited should be

either of the following:-

(a) Three similar* completed works each costing not less than the amount equal to

40% of the DNIT cost or 40 % of the capacity of the plant.

or

(b) Two similar completed works each costing not less than the amount equal to

50% of the DNIT cost or 50 % of the capacity of the plant.

osr

(c) One similar completed works each costing not less than the amount equal to 80%

of the DNIT cost or 80 % of the capacity of the plant

* Similar work is a single composite work comprising of Sewage Treatment

Plant (excluding Waste Stabilization Pond) of any capacity and any other

RCC/ Masonry/ Pipe Line/ Electrical/ Mechanical work covered in the

same.

For computing the cost of the completed work to the base year, the following

multiplying factor will be used for the cost of completed works so as to bring the financial figures

to a common base:-

Financial year of work completed Multiplying factor

One year old 1.10

Tow year old 1.21

Three year old 1.33

Four year old 1.46

Five year old 1.60

Six year old 1.76

Seven year old 1.94

Page 14: MBBR Tender Document and BOQs_Haryana Govt

14

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

3. The applications performance for each completed work should be certified by an officer not

below the rank of an Executive Engineer or equivalent on the Performa enclosed and should

be obtained in sealed cover.

4. The agency / contractor will have to get him enlisted in the department within 30 days from

the date of award of work to the contractor / agency, if not enlisted earlier.

5. Firms/ Contractor who have been black listed by Govt. Semi. Govt. / Board / Corporation

shall not be eligible to bid for this work.

6. The Department reserves the right to verify the particulars furnished by the applicant

independently, if any information furnished by the applicant is found to be incorrect at a

later stage, the firm / contractors shall be liable to be debarred from future tendering in

Department and legal action will also be initiated and allotment is liable to be cancelled

besides black listing the contractors / firms.

7. All disputes concerning this work shall within the jurisdiction of Karnal.

8. Department reserves the right to reject any / all the application without assigning any

reason.

9. For further details, terms and condition please contact the office of the Executive Engineer,

Public Health Engineering Division-II, Karnal.

10. In case of any variation in nomenclature / typing error in the online Bid documents and

approved DNIT, the provision of approved DNIT will prevail in cases and bidder shall have

no claim whatsoever on this account. In additional the work is to be carried out as per latest

BIS code provisions and the tenderer has to submit his rates accordingly. If there is any

variation in DNIT not consistent with BIS code provision with latest amendments or Water

Supply manual then the BIS code provisions with latest amendments and relevant section of

water supply manual will prevail.

Page 15: MBBR Tender Document and BOQs_Haryana Govt

15

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

Guidelines for Joint Venture:

Joint Venture (herein after called JV) is allowed in tendering subject to the following

stipulations/guidelines :-

1.1 Separate Identity/Name should be given to the Joint Venture firm.

1.2 Number of members in a JV firm shall not be more than three.

1.2.1 One of the members of the JV firm shall be the lead member of the JV firm who shall

have a majority (atleast 51%) share of interest in the JV firm. The other members shall

have a share of not less than 20% each in case of JV firms with upto three members. In

case of JV with foreign member(s), the lead member has to be an Indian firm with a

minimum share of 51% as a whole in JV firm.

1.3 A member of JV firm shall not be permitted to participate either in individual capacity or

as a member of another JV firm in the same tender.

1.4 The tender form shall be purchased and submitted only in the name of the JV firm and not

in the name of any constituent member. Normally EMD shall be submitted only in the

name of JV and not in the name of constituent member. However, in exceptional cases

EMD in the case of lead partner can be accepted subject to submission of specific request

letter from lead partner stating the reasons for not submitting the EMD in the name of JV

and giving written confirmation from the JV partners to the effect that the EMD submitted

by the lead partner may be deemed as EMD submitted by JV firm.

1.5 (i) A copy of the MoU as per prescribed format shall be submitted alongwith tender. No JV

will be accepted after submission of the tender bid. Failure to do so will be treated as

breach of contract with consequent liability and damages. The complete details of the

members of the JV firm, their share and responsibility in the JV firm etc., particularly with

reference to financial, technical and other obligations shall be furnished in the MoU.

(ii) Once the tender is submitted the MoU shall not be modified/altered/terminated during the

validity of the tender. In case the tenderer fails to observe/comply with the above

stipulation, the full Earnest Money amount shall stand forfeited in favour of the PHED. In

case of successful tenders, the validity of this MoU shall be extended till all the

contractual obligations as per the contract agreement are fulfilled.

(iii) Approval for change of constitution of JV firm shall be at the sole discretion of the

Engineer-in-charge after approval of the competent authority. The constitution of the JV

firm shall not be allowed to be modified after submission of the tender bid by the JV firm

except when modification becomes inevitable due to succession laws etc. and in any case

Page 16: MBBR Tender Document and BOQs_Haryana Govt

16

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

the minimum eligibility criteria should not get vitiated. In any case the Lead Member

should continue to be the Lead Member of the JV firm. Failure to observe this requirement

would render the offer invalid. Similarly, after the contract is awarded to the JV firm, the

constitution of JV shall not be allowed to be altered during the currency of contract except

when modification become inevitable due to succession laws etc. and in any case the

minimum eligibility criteria should not get vitiated. Failure to observe this stipulation shall

be deemed to be breach of contract with all consequential penal action as per contract

conditions.

(iv) In case of award of tender to JV, a single Performance Guarantee will be required to be

submitted by JV firm as per tender conditions.

(v) It shall be noted that for all the guarantees related to the contract like Performance

Guarantee, Bank Guarantee for Mobilization Advance, Machinery Advance etc. shall be

accepted only in the name of JV firm and no splitting of guarantees amongst the members

of the JV firms shall be permitted.

1.6 Memorandum of Understanding and Agreement for Joint Venture

(i) The Memorandum of Understanding between JV partners shall be submitted alongwith

the tender document.

(ii) On issue of LOA, an agreement amongst the members of JV firm (to whom the work

has been awarded) has to be executed and got registered before the Registrar of the

Companies under Companies Act or before the Registrar/Sub Registrar under the

Registration Act, 1908. This agreement shall be submitted to the Engineer-in-charge

before signing the contract agreement for the work. In case of tenderer fails to

observe/comply with this stipulation, the full Earnest Money Deposit (EMD) shall be

forfeited and other penal actions due shall be taken against the partners of the JV and

the JV.

(iii) Authorized Member:- Joint Venture members shall authorize one of the members on

behalf of the Joint Venture firm to deal with the tender, sign the agreement or enter into

contract in respect of the said tender, to receive payment, to witness joint measurement

of work done, to sign measurement book and similar such action in respect of the said

tender/contract. This authorization shall be with further stipulation that it shall be valid

for the entire period of the completion/extended period of the work including

maintenance period. All notices/ correspondences with respect to the contract would be

sent to this authorized member of the JV firm.

Page 17: MBBR Tender Document and BOQs_Haryana Govt

17

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

(iv) The Joint Venture Agreement should invariably contain clauses related to following

subject/issues in the manner specified herein below.

(a) Joint & Several Liability:- The members of the JV firm to which the contract is

awarded shall be jointly and severally liable to the Engineer-in-charge for execution of

the project in accordance with the general and special conditions of the contract. The

JV members shall also be liable jointly and severally for the loss, damages caused to

the Govt. or private property during the course of execution of the contract or due to

non-execution of the contract or part thereof.

(b) Duration of the Joint Venture Agreement:- It shall be valid till all contractual

obligation as per contract agreement are fulfilled.

(c) Notices and Correspondences: All notices/correspondences with respect to the

contract would be sent to this authorized member of the JV firm.

(d) Governing Laws: The Joint Venture Agreement shall be in all respect be governed by

and interpreted in accordance with Indian Laws.

(e) All the members of the JV shall certify that they have not been blacklisted or debarred

by PHED or any other Ministry/ Department of the Government of India/ State

Government from participation in tenders/ contract on the date of opening of bids

either in their individual capacity or the JV firm or partnership firm in which they were

members/partners.

(f) Assignability: No member of the Joint Venture firm shall have the right to assign or

transfer the interest, right or liability in the contract without the written consent of the

other party and that of the Engineer-in-charge in respect of the said tender/ contract.

(g) Execution on Non-Judicial Stamp Paper: The Joint Venture Agreement must be on

Non-Judicial Stamp Paper of Rs.100/- or as per Stamp Act of the concerned State

where agreement has been executed.

i) The attested copies of documents in support of the Joint Venture should be submitted.

ii) In case of one or more parties to the Joint Venture Agreement are partnership firm/s,

the following documents should be enclosed.

(a) Notary certified copy of Partnership Deed.

(b) Consent of all the partners of the partnership firm authorizing one of the partners to

enter into the Joint Venture Agreement on a Stamp Paper of appropriate value (in

original).

(c) Power of Attorney for authorized signatory of JV partners.

Page 18: MBBR Tender Document and BOQs_Haryana Govt

18

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

(d) Power of Attorney in favour of one of the partners to act as lead partner of Joint

Venture.

iii) In case of one or more members is/are proprietary firm or HUF;

Affidavit on Stamp Paper of appropriate value declaring that his concern is a

proprietary concern and he is sole proprietor of the concern or he is in position of

“KARTA” of Hindu Undivided Family and he has authority, power and consent given

by other co-partners to act on behalf of HUF.

iv) In case one or more members is/are limited companies, the following documents shall

be submitted:-

Notary certified copy of the Resolutions of the Directors of the company, permitting

the company

a) of entering into the Joint Venture Agreement.

b) of authorizing Managing Director/one of the Director/ Manager of the company

to sign the Joint Venture Agreement.

c) of authorizing Managing Director/Director/Manager or any other person to

sign all other documents, contracts, agreements etc. and create liability against

the company and/or to do any other act on behalf of the company.

d) Copy of Memorandum and Articles of Association of the Company.

e) Power of Attorney (duly registered as per prevailing law) by the Company

authorizing the person to do/act.

1.7 Credentials

Technical and financial capacity of the JV shall be adjudged based on satisfactory

fulfillment of the below mentioned clauses.0

1.8 Essential Qualifying Criteria:

1.8.1 “Average Annual financial turnover during the last 3 years, ending 31st March of the

previous financial year, should be at least 30% of the DNIT cost.

1.8.2 Experience of having successfully completed similar works during last 7 years ending last

day of month previous to the one in which applications are invited should be either of

the following:-

a. Three similar* completed works costing not less than the amount equal to 40% of

the DNIT cost or 40% of the capacity of the Plant.

or

b. Two similar* completed works costing not less than the amount equal to 50% of

the DNIT cost or 50% of the capacity of the Plant.

or

Page 19: MBBR Tender Document and BOQs_Haryana Govt

19

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

c. One similar* completed work costing not less than the amount equal to 80% of the

DNIT cost or 80% of the capacity of the Plant.

* Similar work is a single composite work comprising of Sewage Treatment

Plant (excluding Waste Stabilization Pond) of any capacity and any other

RCC/ Masonry/ Pipe Line/ Electrical/ Mechanical work covered in the

same.

For computing the cost of the completed work to the base year, the following

multiplying factor will be used for the cost of completed works so as to bring the financial

figures to a common base :

Financial year of work completed Multiplying factor

One year old 1.10

Two years old 1.21

Three years old 1.33

Four years old 1.46

Five years old 1.60

Six years old 1.76

Seven years old 1.94

Note:

(i) Contractual payments received by a member in an earlier JV firm shall be reckoned

only to the extent of the concerned member’s share in that JV firm for the purpose of

satisfying compliance of the above mentioned financial eligibility criteria in tender

under consideration.

(ii) The Joint Venture shall qualify in all items of Essential Qualifying Criteria to get

short-listed.

Page 20: MBBR Tender Document and BOQs_Haryana Govt

20

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

2.0 Instruction to Bidders

2.1 Cost of Bidding

2.1.1 The Bidder shall bear all expenses associated with the preparation and submission

of his Bid and the Government shall in no case be responsible or liable for

reimbursement of such expenses, regardless of the conduct or outcome of the

Bidding process.

2.2 Site Visits

2.2.1 The Bidder is advised to visit and examine the site of works and its surroundings and

obtain for himself on his own expense all information that may be necessary for

preparing the Bid and entering into contract. The costs of any such visits shall be

entirely at the Bidder’s own expense.

The Bidder and any of his personnel or agents will be granted permission by the

Engineer-in-charge to enter upon their premises lands for the purposes of such

inspection, but only upon the express condition that the Bidder, his personnel and

agents will release an indemnify. The Engineer-in-charge, their personnel and agents

from and against all liabilities in respect thereof and will be responsible for personal

injury (whether fatal or otherwise), loss of or damage to property and any other loss,

damage, costs and expenses however caused which but for the exercise of such

permission would not have arisen.

2.3 Brand Names

2.3.1 Specific reference in the specification to any material by trade name or catalogue

number shall be construed as establishing a standard of quality and the performance.

Bidders may prepare any other product if the specified brand names are not available

subject to approval of Employer.

2.4 Stamp Duty and Legal Charges.

2.4.1 Whenever required under Govt. regulations, it shall be incumbent on the successful

Bidder to pay stamp duty on the contract agreement, as per ruling on the date of

execution of the contract agreement.

2.5 Payment Terms

2.5.1 The terms of payments are defined in Part III of this tender.

2.6 BIDDING DOCUMENTS

2.6.1 Content of Bidding Documents

Page 21: MBBR Tender Document and BOQs_Haryana Govt

21

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

2.6.1.1 A set of Bid Documents issued for the purpose of Bidding includes the following

volumes.

Part I Section 1 Invitation to Bid and Standard Form of Agreement

Invitation to Bid

Standard Form of Agreement

Section 2 Instruction to Bidders, Additional and Special conditions of contract.

1. Definitions

2. Abbreviations

3. Instruction to Bidders

4. Additional and Special conditions of Contract

Part II Section 1 Brief Description of the project

Section 2 Scope of Work

Section 3 Design Consideration & Design parameters

Section 4 Electrical & Mechanical Designs

Section 5 Specification for Electrical & Mechanical work

Section 6 Specifications of Civil Works

Section 7 Operation & Maintenance

Part III Price Schedule

2.6.1.2 The Bidder is expected to examine carefully all instructions, conditions, forms,

appendix to Bid terms, specifications, annexure, schedules and specifications,

plans in the bid Documents, annexure of specification and failure to comply with

the requirements of bid submission will be at the bidder’s own risk. Pursuant to

Clause 2.7.6 bids, which are not substantially responsive to the requirements of

the bid documents will be rejected.

2.6.1.3 The bidder is deemed to have inspected and examined the site and its

surroundings and to have satisfied him before submitting his bid as to the nature

of site conditions, having taken into account any information in connection

therewith which may have been provided by or on behalf of Executive Engineer,

the extent and nature work, the means of communication with and access to the

site. The accommodation he may require and in general shall be deemed to have

obtained for himself, all necessary information as to the risks, contingencies and

all other circumstances influencing or affecting his bid.

Page 22: MBBR Tender Document and BOQs_Haryana Govt

22

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

2.6.2 Interpretation and Clarification of Bidding Documents

2.6.2.1 Bidders shall carefully examine the Bidding Documents and fully inform themselves

as to all the conditions and matters, which may in any way affect the work or the

cost thereof.

2.6.3 Amendment of Bidding Documents

2.6.3.1 At any time prior to the deadline for submission of Bids, the Executive Engineer may, for

any reason, whether at his own initiative or in response to clarification requested by

prospective Bidders modify the Bidding Documents by issuing Addenda.

2.6.3.2 In order to afford prospective Bidder’s reasonable time in which to take such Addenda into

account in preparing their Bids, the Executive Engineer may at their discretion extend the

deadline for the submission of Bids.

2.7 PREPARATION OF BIDS

2.7.1 Language of Bid

2.7.1.1 The Bid prepared by the Bidder and all correspondence and Documents relating to the Bid

exchanged by the Bidder and the Executive Engineer shall be written in English Language.

Supporting Documents and printed literature furnished by the Bidder with his Bid may be in

another language provided they are accompanied by an appropriate translation of pertinent

passages into English language. Failure to comply with the condition may disqualify a Bid.

For the purpose of interpretation of the Bid, the text in the English Language shall prevail.

2.7.2 Bid Prices

2.7.2.1 Unless stated otherwise in the Bidding Documents the Contract shall be for the whole works

as described in vol. II. Technical Specification based on the Schedule of unit rate and prices

submitted by the Bidder.

2.7.2.2 The Bidder shall fill in rate and prices for all items of works described in the schedule of

Prices. Items against which no rate or price is entered by the Bidder will not be paid for by

the Haryana Public Health Engineering Department, when executed and shall be deemed to

be covered by the other rates and / or prices quoted in the schedule of Prices.

2.7.2.3 All duties, taxes and other levies payable by the Contractor under the contract, or for any

other cause, shall be included in the rates and prices and total Contract price submitted by

the Bidder and the evaluation and comparison of Bid by Executive Engineer shall be made

accordingly.

Page 23: MBBR Tender Document and BOQs_Haryana Govt

23

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

2.7.3 Currencies of Bid and Payment

2.7.3.1 The Bidder shall quote the unit rates and prices entirely in Indian currency. All payment to

the successful Bidder under the proposed contract shall be made entirely in Indian Rupees

(Rs.)

2.7.4 Bid Validity

2.7.4.1 Bids shall remain valid and open for acceptance for a period of Ninety days (90) calendar

days after date of Bid opening.

2.7.4.2 In exceptional circumstance, prior to expiry of the original Bid validity period, the

Executive Engineer may request the Bidder for a specified extension in the period of

validity. The request and the responses there-to shall be made in writing or by cable or telex.

A Bidder may refuse the request without the forfeiting of his Bid Security. A Bidder

agreeing to the request will not be required nor be permitted to modify his bid but will be

required to extend the validity of his Bid Security correspondingly

2.7.4.3 Failure to sign the Bid will result in rejection of the Bid.

2.7.5 Variations in Bid Conditions

2.7.5.1 Bidder shall submit offers, which comply fully with the requirements of the Bid Documents,

including the basic requirement for technical design as indicated in the Technical

Specifications in Vol. II.

2.7.6 Format and Signing of Bids: -

The Bids are to be submitted on line & digitally signed as per the procedure laid down in the

e tendering process.

2.8 SUBMISSION OF BIDS

The Bids are to be submitted on line on the electronic tendering system of PHED as laid

down in the e tendering process in the preceding paragraphs.

2.9 Bid opening & evaluation: -

The bid opening & evaluation of bids shall be carried as per the procedure laid down in e

tendering process in preceding paragraphs.

2.9.1 Process to be confidential: -

After the public opening of the bids the in formations relating to the examination,

clarification, evaluation & comparison of bids & recommendations concerning the award of

contract shall not be disclosed to bidders or to persons not officially concerned with such

process until the award of the contact to the successful bidder have been announced.

Page 24: MBBR Tender Document and BOQs_Haryana Govt

24

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

Any effort to influence any of the concerning officers of PHED on matters related to bids

under study in the process of examination, Clarification, evaluation & comparison of bids &

decision concerning award of contract may result in the rejection of bidders’ bids.

2.9.2 Determination of Responsiveness: -

- Prior to the detailed evaluation of Bids, The Executive Engineer PHED Division-II, Karnal

will determine whether each Bid is substantially responsive to the requirements of Bidding

Documents.

- For the purpose of this Clause, a substantially responsive Bid is one which conforms to all

the terms, conditions and specifications of the Bidding Documents or reservation is one

which affects in any substantial way the scope, quality performance of the works, or which

limits in any substantial way, inconsistent with the Bidding Documents The Executive

Engineer PHED Division-II, Karnal rights or the Bidder’s obligation under the Contract and

rectification of which deviation or reservation would affect unfairly the competitive position

of other Bidders presenting substantially responsive Bids.

- If a Bid is not substantially responsive to the requirement of the Bidding Documents it will

be rejected by The Executive Engineer PHED Division-II, Karnal and may not subsequently

be made responsive by the Bidder having corrected or withdrawn the non-confirming

deviation or reservation.

- The Executive Engineer PHED Division-II, Karnal may waive any minor informality or

non-conformity or irregularity in a Bid which does not constitute a material deviation or

reservation in Bid providing that the acceptance thereof does not prejudice to affect the

relative ranking order of any Bidder in the evaluation of Bids.

2.9.3 Correction of Errors: -

Bids determined to be substantially responsive will be checked by The Executive Engineer

PHED Division-II, Karnal for any arithmetical errors in computation and summation. Error

will be corrected by The Executive Engineer PHED Division-II, Karnal as follows: -

(a) Where there was a discrepancy between amount in figures and in words, the amount in words

will govern; and

(b) Where there is a discrepancy between the unit rate and the total amount derived from the

multiplication of unit rate and the quantity, the unit rate as quoted, will govern and the total

amount will be corrected.

Page 25: MBBR Tender Document and BOQs_Haryana Govt

25

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

The total Bid price stated will be adjusted by The Executive Engineer PHED Division-II,

Karnal in accordance with the above procedure for the correction of errors, and with the

concurrence of the Bidder shall be considered as binding upon the Bidder. If the Bidder does

not accept the corrected price of his Bid, his Bid will be rejected and the Bid security will be

forfeited.

2.9.4 Evaluation and Comparison of Bids: -

The Executive Engineer PHED Division-II, Karnal will evaluate and compare only those

bids which have been determined to be substantially responsive to the requirements of

Bidding Documents.

- In evaluating Bids, The Executive Engineer PHED Division-II, Karnal will determine for

each Bid the evaluated Bid price by adjusting the total Bid price as follows:

(a) Making any correction for errors pursuant to Clause 2.9.3.

(b) Excluding the Provisions if any for contingencies in the summary of bill of Quantities but

including the Day work where priced competitively.

- Price adjustments provision applying to the period of execution of the Contract shall not be

taken into account in the Bid evaluation.

- If the Bid of the successful Bidder is unbalanced in relation to the Engineer’s estimate of the

real cost of work to be performed under the Contract. The Executive Engineer PHED

Division-II, Karnal may require that the amount of the bid security set forth in above clauses

be increased at the expense of the successful Bidder to a level sufficient to protect The

Executive Engineer PHED, Division-II, Karnal against financial loss in the event of

subsequent default of the successful Bidder under the Contract.

- Bid appraisal will consider the following factor: -

* The proposed Program of work and any delay beyond the stated maximum time for completion.

* The reliability of the processes and plant offered, as demonstrated in the submission.

* The degree of operational skill required to achieve optimum performance

* The ability to meet the requirements of the specification.

2.10 WARD OF CONTRACT

2.10.1 Award Criteria

2.10.1.1 Subject to Clause 2.10.2, the Executive Engineer will award the Contract to the Bidder

whose bid had been determined to be substantially responsive to the Bidding Documents

and who has offered the lowest Evaluated Bid Price pursuant to Clause 2.9.4.

Page 26: MBBR Tender Document and BOQs_Haryana Govt

26

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

2.10.2 Executive Engineer’s right to accept any bid and to reject any or all the bids.

Notwithstanding Clause 2.10.1, the Executive Engineer reserves the right to accept or reject

any bid and to annul the bidding process and reject all bids at any time prior to award of

contract without thereby incurring any liability to the affected bidder or bidders or any

obligation to inform the affected bidder or bidders of the grounds for the Executive

Engineer’s action .The Public Health Engineering Department reserves the right of

negotiation with the tenderer in case the prices quoted are felt to be on higher side or

otherwise. The negotiations will be carried out with the lowest contractor.

2.10.3 Notification of Award

2.10.3.1 Prior to the expiration of the period of Bid validity prescribed by Executive

Engineer, the Executive Engineer will notify the successful Bidder by cable or telex/fax to

be confirmed in writing by registered letter that his Bid has been accepted. This letter

(hereinafter and in the condition of the Contract called ‘Letter of Acceptance’) shall name

the sum which the Executive Engineer will pay to the completion, operation, maintenance

and guarantee of the works by the Contractor as prescribed by the Contract (hereinafter and

in the condition of the Contract called ‘The Contract Price’) No further correspondence will

be entertained by the Executive Engineer from the unsuccessful Bidders.

2.10.3.2 The Letter of Acceptance will constitute the formation of a Contract.

2.10.3.3 Upon notification of award to successful Bidder in accordance with the provisions of

Clause 2.10.3.1 the Executive Engineer will promptly notify the unsuccessful Bidder that

their Bids have been unsuccessful and return their Bid security.

2.10.4 Signing of Agreement

2.10.4.1 Within 30 days of the letter of Acceptance, the successful Bidder shall sign the

Contract Agreement with the Executive Engineer, Public Health Engineering Division-II,

Karnal, failing to execute the Contract Agreement within the said period may result in

forfeiture of Bid security and disqualification.

2.10.4.2 The person to sign the Contract Agreement shall be the person as described in

Clause 2.7.6.

2.11 Security & Performance Guarantee Amount:

Security and Performance Security deposited by the contractor shall be payable as per

clause number 7-A of conditions of contract.

Page 27: MBBR Tender Document and BOQs_Haryana Govt

27

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

2.12 SUB-CONTRACTORS

The bidder shall indicate if he intends to subcontract any of his work, and if so, for which of

the items. He shall list the names and address of his proposed subcontractors and the work

to be performed by each, with temporary facilities to be provided by each, with full

description, availability, location and condition of each major piece of equipment. The

proposed subcontractor’s qualifications and previous experiences of similar types of works

shall be listed.

Page 28: MBBR Tender Document and BOQs_Haryana Govt

28

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

RULES & STANDARD FORM OF AGREEMENT

Name of Work: “Design, construction, erection, testing & commissioning of Intermediate

Sewage Pumping Station(IPS), Main Sewage Pumping Station 5.4 MLD (MPS), 5 MLD

Capacity Sewage Treatment Plant based on MBBR Technology (Attached Growth Process),

effluent outlet pipe, Transformer, Boundary wall, Staff Quarter, all contingent Electrical,

Mechanical, Piping & Instrumentation works at IPS, MPS and Sewage Treatment Plant

complete in all respect including Operation & Maintenance for 12 months during defect

liability period & three years thereafter at Assandh Town, District Karnal”.

Estimated cost Rs. 446.00 Lacs

Time Limit: 12 Months.

HARYANA PUBLIC HEALTH ENGINEERING DEPARTMENT

PUBLIC HEALTH ENGINEERING DIVISION-II, KARNAL.

FORM : F-1 Signature

Dy Supdt.

TENDER AND CONTRACT FOR WORKS

General Rules and Directions for the Guidance of Contractor: -

CONTRACTORS SHOULD CAREFULLY STUDY THE RULES GIVEN BELOW WHICH ARE

FOR THEIR GUIDANCE. BEFORE SUBMITTING THE TENDERS & COMPLY WITH THE

SAME. ANY NON COMPLIANCE OF THE SAME IS LIKELY TO RESULT IN

FOREFEITURE OF EARNEST MONEY & MAY RESULT IN CANCELLATION OF HIS

CERTIFICATE OF ENLISTMENT.

Rule No. 1

[General]

Brief information about the works proposed for a execution by contract have been notified in a

shape of “Notice” pasted on the Notice Board hung up in the office, duly signed by the Executive

Engineer. Further the detailed document called “NOTICE INVITING TENDERS” and can be seen

in the office of the Executive Engineer on any working day. This form states the work to be carried

out, as well as the date & time for submitting and opening of tenders and the time allowed for

Page 29: MBBR Tender Document and BOQs_Haryana Govt

29

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

carrying out, the work, the earnest money required to accompany the tenders, also the amount of

security to be deposited by the contractor whose tender is accepted, the conditions of contract on

which contract agreement would be concluded, copies of the technical specification, designs &

drawings, Contract Schedule or Rates, and also a Schedule of Ceiling Premia” by which the rates of

various items of the Contract Schedule of Rates shall be increased so as to be called the “Ceiling

Premia”. Further any other documents required in connection with the works duly signed by the

Executive Engineer for purpose of identification shall also be open for inspection by the

Contractors in the office of the Executive Engineer as mentioned in the “NOTICE”.

Rule No. 2

Any Contractor who submits tender may sign an affidavit to the effect that he has no connection or

relation with the firm/Contractor black-listed by Haryana Government /Govt. of India from time to

time. The form of affidavit can be seen in the office of the “Executive Engineer”.

Rule No. 3

(Conditional Tenders)

The tender shall not be burdened or loaded with any Conditions. Only rate shall be quoted. A

conditional tender is liable to be rejected outright at the discretion of the accepting authority. In the

alternative, the accepting authority may treat the conditions as null and void and make a counter

offer to the tenderer to do the work at the rate quoted by him without the conditions. If the

Contractor, who submitted the tender refuses to accept the said counter offer to do the work at the

rates quoted by him without the conditions within one week of the said offer having been made by

the accepting authority, the earnest money which accompanied the tender shall stand forfeited and

the Contractor shall have no claim to the same whatsoever.

Rule No. 4

[Contractor’s Signatures]

The tender shall be signed by the person or persons authorized to do so in a manner by the authority

granting the certificate of enlistments. Any tender not signed in the manner so authorized shall be

deemed to be an invalid tender and shall be rejected and the earnest money shall be forfeited

without prejudice to any other rights & remedies available to the Executive Engineer.

In the event of the tender being submitted by a firm, it must be signed separately by each member

thereof, or in the event of the absence of any partner, it must be signed on his behalf by a person

holding power of attorney authorizing to do so.

Page 30: MBBR Tender Document and BOQs_Haryana Govt

30

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

For the purpose of identification, the Contractor shall supply to the Executive Engineer specimen

signatures duly attested by a Gazetted Officer known to the Executive Engineer. The specimen

signatures must be supplied well before the date of submission of tender.

The Contractor(s) shall sign on all pages of tender form to be submitted by him. In addition he shall

also sign at the places, where he is to sign which are marked ‘X’ on pages.

All corrections shall be made in a manner so that the original is legible. There shall be no over

writing. The corrections shall be authenticated by the signature of the authorized person as

described above.

Any tender not so signed may be rejected and the earnest money forfeited.

Rule No. 5

[For Non-Schedule Items]

A person submitting a tender shall fill up the rates against each item shown on page ____ No

premium over the rates quoted by him will be admissible over these NS items.

6. (a) The Executive Engineer or any other officer duly authorized by him will open tenders.

Any Contractor (s) (who may have submitted tenders) or their authorized agents may be allowed to

be present at the time of opening of tenders.

(b) The officer opening the tender will first make, a list of those tenders

which are on the prescribed form. All other Documents purporting to be tenders shall be

separated and sealed separately without even announcing the identity of the tenders.

Out of the list of tenders received on the prescribed form, the officer opening the tenders

will then separate out those which are not accompanied by requisite amount of earnest

money or in the required form. Infirmities shall be notified and such tenders shall be

resealed without announcing the rates.

(C) He will then announce the rates quoted by all other contractors whose tenders do not

suffer from any infirmities. In cases where the tenders have any or many short- coming, the

rates may not be announced and such tenders may be put in a cover and sealed. This fact

shall be announced. The tender so sealed shall be dealt with according to rules and

regulations on the subject/ situation.

(d) The Executive Engineer shall have the right of rejecting all or any of the tenders without

assigning any reason.

Page 31: MBBR Tender Document and BOQs_Haryana Govt

31

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

In the event of a tender being accepted, an acknowledgement of the Deposit at Call receipt

forwarded therewith shall thereupon be given to the Contractor who shall thereupon for the

purpose of identification, sign copies of specifications and other Documents mentioned in

Rule 1. In the event of a tender not being accepted, the earnest money forwarded with such

tender unless the same has been forfeited will thereupon be returned to the concerned

tenderer.

7 The memorandum or work tendered for and the memorandum of materials to be supplied by

the Public works Department and their issue rates shall be filled in and complete in the

office of the Executive Engineer before the tender form is uploaded.

8. The Department may refuse or suspend payments on account of a work when executed by a

firm, or by Contractors described in their tender as a firm, unless receipts are signed by all

the partners, or one of the partners, or some other person produces written authority

enabling him to give effectual receipts on behalf of the firm.

Page 32: MBBR Tender Document and BOQs_Haryana Govt

32

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

MEMORANDUM

General Description (Name or work/contract) -

“Design, construction, erection, testing & commissioning of Intermediate Sewage Pumping

Station(IPS), Main Sewage Pumping Station 5.4 MLD (MPS), 5.0 MLD Capacity Sewage

Treatment Plant based on MBBR Technology (Attached Growth Process), effluent outlet

pipe, Transformer, Boundary wall, Staff Quarter, all contingent Electrical, Mechanical,

Piping & Instrumentation works at IPS, MPS and Sewage Treatment Plant complete in all

respect including Operation & Maintenance for 12 months during defect liability period &

three years thereafter at Assandh Town, District Karnal”.

(a) Estimated Cost (as given in Notice Inviting Tender): - Rs. 446.00 Lacs

(b) Earnest Money (as given in Notice Inviting Tender): -Rs. 8.92 Lacs.

(c) Performance Security (including earnest money) @ 3 % of contract value, including

earnest money.

(d) Retention Money / Security Deposit @ 2 % of gross amount of each running bill where will

be deducted from bills.

(e) Time allowed for the work from date of written order to completion 12 months excluding 3

months trial run.

(f) Sale Tax and Income Tax will be deducted from contractors all bills on Gross amount as per

Govt. Rules.

In case this tender is accepted I/We hereby agree to abide by and fulfill all terms and provisions of

the said conditions of Contract annexed hereto so far as applicable or in default thereof forfeit to

pay to the Haryana Public Health Engineering Division or its successor in office, the sums of

money mentioned in the said conditions.

The sum of Rs. Lacs deposited vide deposit at call in the name of Executive Engineer

……………………… dated …………… as earnest money, the full value of which is to be

absolutely forfeited to the Haryana Public Health Engineering Division or its successor in office

without prejudice to any other rights or remedies of the said Haryana Public Health Engineering

Division or its successor in office should I/We fail to commence the work specified in the above

memorandum the said sum of Rs. Lacs shall be retained by the Haryana Public Health

Engineering Division-II, Karnal on account of the security deposit specified in Clause I of the said

conditions of contract should I/We withdraw or modify the tender within four calendar months

from the date of opening of tender, my/our earnest money will stand forfeited to the side of

Haryana Public Health Engineering Division-II , Karnal

Page 33: MBBR Tender Document and BOQs_Haryana Govt

33

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

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

Witness …………………………….

Occupation ……………………………

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

Dated the ……………….. Day of ………………….2011………

Executive Engineer

Public Health Engineering Division-II,

Karnal.

Page 34: MBBR Tender Document and BOQs_Haryana Govt

34

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

PRICES FORMAT:

1.0 Schedule of lump sum amount to be paid to the Contractor for:-

“Design, construction, erection, testing & commissioning of Intermediate Sewage Pumping

Station(IPS), Main Sewage Pumping Station 5.4 MLD (MPS), 5 MLD Capacity Sewage

Treatment Plant based on MBBR Technology (Attached Growth Process), effluent outlet

pipe, Transformer, Boundary wall, Staff Quarter, all contingent Electrical, Mechanical,

Piping & Instrumentation works at IPS, MPS and Sewage Treatment Plant complete in all

respect including Operation & Maintenance for 12 months during defect liability period &

three years thereafter at Assandh Town, District Karnal”

Item

No.

Short description Lump sum amount

payable for the

complete work (to be

quoted both in words

and figures)

1.0 “Design, construction, erection, testing & commissioning of

Intermediate Sewage Pumping Station(IPS), Main Sewage

Pumping Station 5.4 MLD (MPS), 5 MLD Capacity Sewage

Treatment Plant based on MBBR Technology (Attached Growth

Process), effluent outlet pipe, Transformer, Boundary wall, Staff

Quarter, all contingent Electrical, Mechanical, Piping &

Instrumentation works at IPS, MPS and Sewage Treatment Plant

complete in all respect including Operation & Maintenance for 12

months during defect liability period & three years thereafter at

Assandh Town, District Karnal”

NOTE:-

TOTAL AMOUNT

(A-1 to A-9) IS

TREATED AS

LUMPSUM

TENDER

AMOUNT

Total Rs. For A1 to A-9

Grand Total Rs.A1 to A-9

In words:-

Page 35: MBBR Tender Document and BOQs_Haryana Govt

35

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

2.0. PRICE SCHEDULE

MAIN PUMPING STATION & SEWERAGE

TREATMENT PLANT UNITS

Qty. Rates to be quoted by

the contractor

A-1 Design, Construction, erection, commissioning and

testing of Intermediate Pumping Station including

pumping machinery, piping and all other works

contingent thereto.

1

JOB

Total of A-1

A-2 Design, construction, erection, commissioning and

testing of Main Pumping Station of 5.4 MLD

capacity for 5 MLD STP at Sr. No.3 including

Pumping Machinery, Piping, instrumentation and all

other works including thereto.

1

JOB

Total of A-2

A-3 Design, construction, erection, testing and

commissioning of 5 MLD capacity Sewage

Treatment Plant based on Moving Bed Biological

Reactor Technology (attached Growth Process)

complete in all respect including all contingent

Electrical, Mechanical, Piping & Instrumentation

works at Sewage Treatment Plant including

construction of sullage carrier channel of

approximately 65 m length capable of carrying

treated effluent.

1

JOB

(a) Complete Civil Work:-

(b) MBBR Media

(c) Complete Mechanical Work:-

(d) Complete Electrical Work:-

(e) Complete Instrumentation Work:-

Total A-3 (a) to A-3 (e)

A-4 Design and construction of internal roads 3.75 M

wide as per DNIT specifications and Paved area as

per DNIT specifications.

Internal Roads and Paved Area 300

M

Total A-4

A-5 Supplying, Laying, Testing & Commissioning of

Sluice valves with fittings including construction of

sluice valves chamber as per DNIT specifications and

drawings on the transmission main leading to STP.

600 mm Φ 2 Set

Total A-5

A-6 a) Providing Boundary walls consisting of columns.

Braces work all around the IPS and STP premises

734

RM

b) Construction of security guard room of size 2.5M

x 2.5M in Brick work.

6.25

SQM

c) providing and fixing 5M wide MS fabricated gate 2

Page 36: MBBR Tender Document and BOQs_Haryana Govt

36

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

on rollers of suitable design as approved by engineer

in charge. (1 at IPS & 1 at STP)

Nos.

Total A-6 (a+b+c)

A-7 Construction of 2 Nos. (41sq. Mt.) Staff Quarter as

per standard drawing attached with the DNIT

according to PWD specifications. ( 1 at IPS & 1 at

STP)

82

SQM

Total of A-7

A-8

(a) Design supply & Erection of Transformer of suitable

capacity 11/0.433KVA rating. Outdoor type 11KVA

VCB, Geo switch, HT Metering Panel APFC panel,

capacitors, battery charges, 11KVA substation, entire

cable work & further distribution up to main LT

panel, earthing, safety equipment & any other work

contingent there to complete in all respect as per

DNIT. (1 at IPS & 1 at STP)

2nos.

(b) Design, supply & Erection of suitable capacity DG

Set with acoustic of suitable rating with change over

switch & complete as per DNIT (1 at IPS & 1 at

STP)

2nos.

(c) Design construction & Erection of suitable sized

platform, including drains etc. and fencing of the

same for installation of outdoor transformers, DG

sets and blowers.

2nos.

Total A-8(a) to A-8(c)

A-9 OPERATION & MAINTENANCE Rate be quoted in both words

& figures.

The rate to be quoted shall include operation &

maintenance of IPS & all STP units as illustrated in

the scope of work after expiry of 3 months trial run

period.

a) For one year defect liability period

immediately.

b) For 1st year after completion of defeat liability

period.

c) For 2nd

year Operation & Maintenance

d) For 3rd

year O & M.

Total of a+b+c+d

Page 37: MBBR Tender Document and BOQs_Haryana Govt

37

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

CONDITIONS OF CONTRACT

This will be the

same percentage as

that in the tender

Clause – 1

The person/persons whose tender may be accepted (hereinafter called the

Contractor) shall permit the Executive Engineer, Haryana Public Health

Engineering Division-II, Karnal hereinafter called the Engineer-in-charge

at the time of making any payment to him for work done under the

Contract to deduct such sum as well (with the earnest money deposited by

him) amount to five percent of all moneys so payable. Such deductions to

be held by Govt by way of security deposits.

Compensation of

delay

Clause – 2

The time allowed for carrying out the work as entered in the tender shall

be strictly observed by the Contractor, and shall be reckoned from the

date on which the order to commence work is given to the Contractor. The

work shall throughout the stipulated period of the Contract be proceeded

with all due diligence (time being deemed to be the essence of the

Contract on the part of the Contractor) and the Contractor shall pay as

compensation an amount equal to one percent which the Engineer-in-

Charge may levy on the amount of the estimated cost of the whole work

as shown by the tender for every day that the work remains un

commenced or unfinished, after the proper dates. And further, to ensure

good progress during the execution of work the Contractor shall be bound,

in all cases in which the time allowed for any work exceeds one month to

complete one-fourth of the whole of the work before one-fourth of the

whole time allowed under the Contract has elapsed, one-half of the work

before one-half of such time has elapsed and three-fourth of the work

before three-fourth of such time has elapsed. In the event of the contractor

failing to comply with his condition he shall be liable to pay as

compensation an amount equal to one percent which the Engineer-in-

Charge, may levy on the said estimated cost of the whole work for every

day that due quantity of work remains incomplete provided always that

the amount of compensation to be paid under the provisions of this

Page 38: MBBR Tender Document and BOQs_Haryana Govt

38

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

Clause, shall not exceed ten percent of the estimated cost of the work as

shown in the tender. The Superintending Engineer on representation in

writing for the Contractor may reduce the amount of compensation and

his decision in writing shall be final.

Clause – 3

In any case in which under any Clause or Clauses of this Contract, the

contractor shall have rendered himself liable to pay compensation the

Executive Engineer on behalf of the as best suited in the interest of

Government shall have power to adopt any of the following courses, as he

may deem best suited to the interests of Haryana Public Health

Engineering deptt..

Action when

whole security

deposit is forfeited

To rescind the Contract (of which rescission notice in written to the

Contractor under the hand of the Engineer-in-Charge shall be conclusive

evidence) and in which case the security of the Contractor shall stand

forfeited and be absolutely at the disposal of Government.

b) To employ labor paid by the Public Works Department & to supply

material to carry out the work or & part of the work debiting the

contractor with the cost of the labor & the price of the materials (of the

amount of which cost & price a certificate of the Executive Engineer

shall be final & conclusive, against the contractor) & crediting him

with the value of the work done, in all respects in the same manner and

at the same rates as if it had been carried out by the contractor under the

terms of his contract the certificate of Executive Engineer as to the

value of the work done shall be final & conclusive against the

contractor.

c) To measure up the work of the contractor, & to take such part there of

as shall be unexecuted out of his hands & to give to another contractor

to complete, in which case & expenses which may be incurred in

excess of the sum which would have been paid to the original

contractor of the whole work had been executed by him (of the amount

of which excess the certificate in writing of the Executive Engineer

shall be final & conclusive) shall be borne & paid by the original

Page 39: MBBR Tender Document and BOQs_Haryana Govt

39

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

contractor & may be deducted from any money due to him by

Government under the contract or otherwise or from his security

deposit.

In the event of any of the above courses being adopted by the Executive

Engineer, the contractor shall have no claim to compensation for any loss

sustained by reason of his having purchased or procured and materials, or

entered into any engagement for made advances on account or with a view

to the execution of the work or the performance of the contract. And in

case the contract shall be rescind under the provision aforesaid the

contractor shall not be entitled to recover or paid any sum for any work

therefore, actually performed under it is contract unless & until the

Executive Engineer will have certified in writing the performance of such

work & the value payable in respect there of, & be shall only be entitled to

be paid the value so certified.

Clause – 4: -

In any case in which any of the powers conferred upon Executive Engineer

by clause 3 hereof shall have become exercisable & the same shall not be

exercised, the not exercise there of shall not constitute a waiver of any of

the conditions hereof & such powers shall not withstanding be exercisable

in the event of any future case of default by the contractor for which by any

clause or clauses there of, he is declared liable to pay compensation

amounting to the whole of this security deposit & the liability of the

contractor for past & future compensation shall remain unaffected. In the

event of the Executive Engineer putting in force either of power (a) or (c)

vested in him under the preceding clause he may, if he of desires, take

possession of all or any tools, plant, materials & stores in or upon the

works, or the site there of belonging to the contractor of procured by him

intended to be used for execution of the work or any part thereof paying or

allowing for the same in account at the contract rates, or in case of thee not

being applicable & correct market rates to be certified by the Executive

Engineer whose certificate there of shall be final, otherwise the Executive

Engineer may be notice in writing to the contractor or his clerk’s of the

Contractor remains

liable to pay,

compensation if

action not taken

under clause –3

Power to take

possession of or

require removal of

or sell contractor’s

plant,

Page 40: MBBR Tender Document and BOQs_Haryana Govt

40

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

works, foreman or other authorized agent require him to remove such tools,

plant materials or sores from the premises within a time to be specified in

such notice and the event of the contractor failing to comply with any such

requisition. The Executive Engineer may remove them at the contractor’s

expenses or sell them by action or private sale, on account of the contractor

& at his risk in all respect & the certificate of Executive Engineer as to the

expense for any such removal & the amount of the proceeds & expense of

any such sale shall be final and conclusive against the contractor.

Clause – 5: -

If the contractor shall desire an extension of the time for completion of the

work on the ground of his having been unavoidable hindered in its

execution or on any other ground of his having unavoidable hindered in its

execution or any other ground, he shall apply in writing to the

Superintending Engineer, Public Health Engineering Circle,

Karnal through the Executive Engineer, Public Health Engineering

Division-II, Karnal within 30 days of the date of hindrance but before the

expiry of the contractual period on account of which he desires such

extension as aforesaid, but before the expiry of contract period & the

Executive Engineer / Superintending Engineer shall in his opinion (which

shall be final) reasonable ground be shown therefore authorize such

extension of time if any as may, in his opinion be necessary or proper.

Extension of time

Contractor to

submit returns

every months

for any work

claimed as

extra

District rates

mean the

Haryana Public

Health

Engineering

Clause 5 (a) – The Contractor shall deliver in the office of the Executive

Engineer, on or before the 10th

day of every month during continuance of the

work covered by this contract, a return showing details of any work claimed or

as a return showing details of any work claimed as extra & as such return shall

contain the value of such work as claimed by the Contract, which value shall

be based upon the rates and prices mentioned in the Contract or in the schedule

of rates in force in the district for the time being. The Contractor shall include

in such monthly return particulars of all claims of whatever kind and however

arising which at the date thereof he has or may claim to have against the

Executive Engineer under or in respect of, or any manner arising out of the

execution of work and the Contractor shall be deemed to have waived all

Page 41: MBBR Tender Document and BOQs_Haryana Govt

41

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

Division rates

for that

District.

claims not included in such return will have no right to enforce any such

claims not so included whatsoever be the circumstances.

Final

Certificate

Clause – 6 – Without prejudice to the rights of Government under any Clause

hereinafter contained on completion of the works, the Contractor shall be

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

Engineer-in-charge) of such completion, but no such certificate shall be given,

not shall the work be considered to be complete until the Contractor shall have

removed from the premises on which the work shall be executed all

scaffolding, surplus materials and rubbish and cleaned off the dirt from all

wood works, doors, windows, walls, floors or other parts of any building, in

upon or about with the work to be executed, or of which he may have had

possession for the purpose of the execution thereof and the measurements in

the said certificate shall be binding and conclusive against the Contractor, if

the Contractor shall fail to comply with the requirements of this Clause as to

removal of scaffolding surplus materials and rubbish and cleaning off dirt on

or before the date fixed for the completion of the work, the Engineer-in-charge

may at the expense of the contractor remove such scaffolding, surplus

materials & rubbish and dispose off the same as he think and clean off such

dirt aforesaid; and the Contractor shall forthwith pay the amount of all expense

so incurred and shall have no claim in respect of any such scaffolding or

surplus materials as aforesaid except for any sum actually realized by the sale

thereof less any expenses by the Engineer-in-Charge in connection there with..

Payment on

intermediate

certificate to be

regarded as

advances

Clause 7 - No payment shall be made for work estimated to cost less than one

thousand, till after the whole of the works shall have been completed and a

certificate of completion given. But in case of works estimate to cost more

than One thousand the Contractor shall be submitting the bill thereof be

entitled to receive a monthly payment proportionate to the part thereof then

approved & passed by the Engineer-in-Charge whose certificate of such

approval and passing of the sum so payable shall be final and conclusive

against the Contractor. But all such intermediate payments shall be regarded as

payments by ways of advance against the final payments only and not as

Page 42: MBBR Tender Document and BOQs_Haryana Govt

42

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

payments for work actually done and completed and shall not preclude the

requiring of bad, unsounded and imperfect or unskillful work to be removed

and taken away and reconstructed or re-erected, or be considered as an

admission of the due performance of the Contract or any part thereof in any

respect, or the accruing of any claim, nor shall it conclude or any of them as to

the final settlement & adjustments of the account or otherwise or in any other

way or vary or affects the contract. The final bill shall be submitted by the

Contractor within one month of the date fixed for completion of the work

otherwise the Engineer-in-Charge’s certificate of the measurement and of the

total amount payable for the work accordingly shall be final and binding on all

parties.

Clause 7 (a) -

The deductions referred to in Clause 1 herein before or such part thereof as

may be due to the Contractor under this Contract shall be payable to the

Contractor as under: -

a) 50 % of the Performance security and Security Deposit shall be payable to

contractor after testing & commissioning of the plant including trial run for

a period of 3 months or till prescribed parameters are attained (whichever

is later).

b) 50% of the balance Performance security and security deposit shall be

payable to the contractor after successful completion of defect liabilities

period of one year against equivalent amount of Bank Guarantee submitted

subsequently in three parts of equal amounts, Each one to be released after

successful completion of each O&M year.

Clause 8- A bill shall be submitted by the contractor each month on or

before the date fixed by the Engineer-in-charge for all work executed in the

previous month & the Engineer-in-charge shall take or cause to be taken

the requisite measurement for the purpose of having the same verified &

the claim as far as admissible; adjusted if possible, before the expiry of ten

days from the presentation of the bill. If the contractor does not submit the

bill within the time fixed as aforesaid, the Engineer-in-charge may depute a

subordinate to measure up the said work in the presence of the Contractor,

Bill to be

submitted monthly

Page 43: MBBR Tender Document and BOQs_Haryana Govt

43

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

whose counter signature to the measurement list will be sufficient warrant

& Engineer-in-charge may prepare a bill from such list which shall be

binding on the contractor in all respects.

Clause 9: - The contractor shall submit all bills in triplicate on printed

forms to be had on application from the office of the Engineer-in-charge, &

the charge in the bill shall always be entered at the rate specified in the

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

conditions, & not mentioned or provided for in the tender at the rates

hereinafter provided for such works.

Bill to be on

printed forms

Clause 10: - If the specification estimate of the work provide for the use of

any special description of materials to be supplied from Engineer-in-

charge’s store or if it is required that the contractor shall use certain stores

to be provided by the Engineer-in-charge (Such materials and stores, and

the prices to be charged therefore as hereinafter mentioned being so far as

practicable for the convenience of the contractor but not so as in any way

to control the meaning or effect to this contract specified in the schedule or

memorandum hereto annexed), the contractor shall be supplied with such

materials & stores required from time to time to be used by him for the

purpose of the contract only, & the value of the full quantity of materials &

stores so supplied to the rates specified in, the said schedule or

memorandum may be set off or deducted from any sums then due, or

hereafter to become due to the contractor under the contract, or otherwise,

against or from the security deposit or the proceeds of sale thereof if the

same is held in Government securities the same of the sufficient portion

thereof being in this case sold for the purpose. All material supplied to the

Contractor shall remain the property of the Contractor but shall not on any

account be removed from the site of the work without the written

permission of the Engineer-in-charge, & shall at all times be opened to

inspection by him. Any such materials unused and in perfectly good

condition at the time of the completion of the Contract, shall be returned to

the Engineer-in-charge’s store if by a notice written under his hand he shall

or require, but the contractor shall not be entitled to return any such

Stores supplied by

the Government.

Page 44: MBBR Tender Document and BOQs_Haryana Govt

44

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

materials unless with such consent and shall have no claims for

compensation on account of any such materials so supplied to him as

aforesaid being unused by him, or for any wastage in or damage to any

such materials.

Clause – 11: - The contractor shall execute the whole & every part of the

work in the most substantial & workman like manner & both as regard

materials and otherwise every respect in strict accordance with the Haryana

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

contractor shall also confirm exactly, fully & faithfully to the designs,

drawings, and instructions in writing relating to the works signed by the

Engineer-in-charge & lodged in the office & to which the contractor shall

be entitled to access, at such office or on the site of the work for the

purpose of Inspection during office hours and the contractor shall, if he so

requires be entitled at his own expense to make or cause to be made copies

of the specifications & of all such designs, drawings and instructions as

aforesaid.

Works to be

executed in

accordance with

specifications,

drawings, orders

etc.

Clause 11 (a): - The Engineer-in-charge shall have full powers at all times

to objects to employment of any workman, foreman or other employee on

the works by the contractor, and if the contractor shall receive notice in

writing from the Engineer-in-charge requesting the removal of any such

man or men from the work, the contractor to comply with the request

forthwith.

No such workman, foreman or other employee after his removal from the

works by the Engineer-in-charge shall be re-employed or re-instated on the

works by the contractor at any time except with the previous approval in

writing of the Engineer-in-charge.

Removal of

employees,

workmen and

foremen.

The contractor shall not be entitled to demand the reason from the

Engineer-in-charge for requiring the removal of any such workman,

foreman, or other employee.

Alterations in

specifications &

design do not

Clause – 12: - The Engineer-in-charge shall have power to make any

alteration or omissions or additions to, or substitutions for the original

specifications, drawings designs & instruction, that may appear to him to be

Page 45: MBBR Tender Document and BOQs_Haryana Govt

45

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

invalid contracts.

Extension of time

in consequence of

alterations.

Rates for works

not in estimate or

schedule of rates

of the district.

necessary or advisable during the progress of the work & the contractor

shall be bound to carry out the work in accordance with any instructions

which may be given to him in writing signed by the Engineer-in-charge &

such alteration, omissions, additions or substitutions shall not invalidate the

contract, & any altered, additional or substituted work which the contractor

may be directed to do in the manner above specified as part of the work

shall be carried out by the contractor on the same conditions in all respects

on which he agreed to do the main work, & at the same rates as specified in

the tender for the main work. The time for the completion of the works shall

be extended in the proportion that the altered additional or substituted work

bears to the original contract work, & the certificate of the Engineer-in-

charge shall be conclusive as to such proportion. And if the altered,

additional of substituted work includes any class of work, for which no rate

is specified in this contract, then such class of work shall be carried out at

the rates entered in the schedule of item of the district, subject to the same

percentage above or below as for the items included in the contract, & if

such class or work is not entered in the schedule of item of the district then

the contractor shall within seven days of the date of his receipt of the order

to carry out the work inform the Engineer-in-charge if does not agree to his

rate, he shall give notice in writing be at liberty to cancel his order to carry

out such class of work, & arrange to carry to out in such manner as he may

consider advisable, provide always that the contractor or shall commence

work or incur any expenditure in regard thereto before the rates shall have

been determined as lastly herein before mentioned, than & in such case he

shall have been determined as lastly herein before mentioned, than & in

such case he shall only be entitled to be paid in respect of the work carried

out or expenditure incurred by him prior to the date of the determination of

the rates as aforesaid according to such rate or rates as shall be fixed by

Engineer-in-charge. In the event of a dispute the decision of the

Superintending Engineer, Public Health Engineering Circle Karnal shall be

final.

No compensation Clause 13: - If at any time after the commencement of the work, the

Page 46: MBBR Tender Document and BOQs_Haryana Govt

46

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

for alteration in

restriction of

work to be carried

out.

Government shall for any reason whatsoever not require the whole work

thereof as specified in the tender to be carried out, the Engineer-in-charge

shall give notice in writing of the fact to the contractor who shall have no

claim to any payment compensation, whatsoever on account of any profit or

advantage, which he might have derived from execution of the work in full

but which he did not derive in consequence of the full amount of the work

not having been carried out, neither shall have any claim for compensation

by reason of any alteration having been made in the original specification,

drawings, design & instructions which shall invoice any curtailment of the

work as originally contemplated.

Action &

compensation

payable in case of

bad work.

Clause 14: - If it shall appear to the Engineer-in-charge or his subordinate

in charge of the work, that any work has been executed with unsound,

imperfect or unskillful workmanship or with material of any inferior

description or that any materials or articles provided by him for the

execution of the work are unsound or of a quality inferior to the contracted

for, or otherwise not in accordance with the contract, the contractor shall on

demand, in writing from Engineer-in-charge specifying the work materials

or articles complained of not withstanding that the same may have been

inadvertently passed certified & paid for forthwith rectify, or remove &

reconstruct the work so specified in whole or in part as the case may require

or as the case may be, remove the materials or articles so specified &

provide other proper & suitable material or articles at his own proper charge

& cost & in the event of his failing to do so within a period to be specified

by the Engineer-in-charge in his demand aforesaid, then the contractor shall

be liable to pay compensation to the rate of one percent of the amount of the

estimated cost of work covered by this contract for every day not exceeding

10 days, while his failure to do so shall continue & in case of any such

failure the Engineer-in-charge may rectify or remove & re-execute the work

remove & replace with other materials or articles complained of as the case

may at the risk & expense in all respects of the contractor.

Clause 15: - All works under or in course of execution or executed in Work to be open to

Page 47: MBBR Tender Document and BOQs_Haryana Govt

47

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

pursuance of the contract shall at all times be open to the inspection &

supervision of the Engineer-in-charge and his subordinates and the

contractor shall at all times, during the usual working hours, and at all other

times at which reasonable notice of the intention of the Engineer-in-charge

or his subordinate to visit the work shall have been given to the contractor,

either himself be present for that purpose order given to the contractor’s

agent shall be considered to have the same force as if they had been given

to the contractor himself.

Inspection

Contractor or

responsible agent

to be present.

Clause 16: - The contractor shall give not less than five day’s 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 same may be measured & contract dimensions

thereof be taken before the same is so covered up or placed beyond the

reach of measurement & shall not cover or place beyond the reach of

measurement any work without the consent in writing of the Engineer-in-

charge or his subordinate –in-charge of the work, & if any work shall be

covered up or placed in behind the reach of measurement without such

notice having been given or consent obtained, the same shall be uncovered

at the contractor expense, or in default thereof no payment or allowance

shall be made for such work or the materials with which the same was

executed.

Notice to be given

before work is

covered up.

Clause –17: - If the contractor or his work people or his servants shall

break, deface, injure or destroy any part of a building in which they may be

working or any building, road, fence, enclosure or grassland cultivated

ground continuous to the premises on which the work or any part of it is

being executed, or if any damage shall happen to the work while in

progress from any cause whatever or any imperfections become apparent in

three month after the certificate final or other of its completions shall have

been given by Engineer-in-charge as aforesaid the contractor shall make

the same good at his own expense or in default the Engineer-in-charge may

cause the same to be made good by other workman, & deduct the expense

(of which the certificate of the Engineer-in-charge shall be final) from any

Contractor liable

for damage done &

for imperfections

for 3 months after

certificate.

Page 48: MBBR Tender Document and BOQs_Haryana Govt

48

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

sums that may be then, or at any time thereafter may become due to the

contractor or from his security deposit or, of a sufficient portion thereof.

Clause-18: - The contractor shall supply at his own cost all material except

such special materials if any may in accordance with the contract be

supplied from the Engineer-in-charge’s stores plants, tools appliances,

implements, ladders, tackle, scaffolding & temporary works, requisite or

proper execution of the work, whether original, altered or substituted &

whether included in the specifications or other documents forming part of

the contract or referred to in these conditions or not, or which may be

necessary for the purpose of satisfying or complying with the requirements

of the Engineer-in-charge as to any matter as to which under those

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

together with carriage therefore to & from the work. The contractor shall

also supply without charging the requisite number of persons with the

means & material necessary for the purpose of setting out works &

counting, weighing & assisting in this measurement of examination at any

time & form time of the work or material, failing which the same may be

provided by the Engineer-in-charge at the expense of the contractor & the

expense may be deducted from any money due to the contractor under the

contract, or from his security deposit or the proceed of sale thereof, or of a

sufficient portion thereof the contractor shall also provide all necessary

fencing & lights required to protect, the public from accident & shall be

bound to bear the expenses of defense or every suit, action or other

proceedings at law that may be brought by any person for injury sustained

due to neglect of the above precautions, & to pay any damages & cost

which may be awarded in any such suit, action or proceedings to any such

persons or which may with the consent of the contractor be paid to

compromise any claim by any such person.

Contractor to

supply ladders,

plant, scaffolding

etc.

And be liable for

damages arising

from non-

provision of lights

fencings etc.

Clause-18 A: - The final bill of the contractor shall not be paid unless or

until he furnishes to the satisfaction of the Engineer – in – Charge a proof

of the proof of the earth used for the works having been fully paid to the

owner of the land from which the earth was removed or of the matter

Page 49: MBBR Tender Document and BOQs_Haryana Govt

49

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

having been amicably settled with them.

The contractor shall also be liable to indemnify the government against all

claims made proceedings & action taken by any person in respect of the

price of earth removed by the contractor from his land for the work against

all losses, damages, cost & expenses which the government may suffer or

incur as a result of such claims.

Labor Clause 19 A: - No laborer below the age of 18 years shall be employed on

the work.

Clause 19 B: - The contractor shall pay his laborer not less than the wages

determined under minimum wages act for the District.

Work on Sunday Clause 20: - No work shall be done on Sunday without the sanction in

writing of Engineer-in-charge.

Contractor liable

for payment of

compensation to

injured workmen

or in case of death

to his relations.

Clause 20 A: - In every case in which by virtue of the provisions of Section

12, sub section (1) of the workman’s compensation Act, 1923 The

Government is obliged to pay compensation to workman employed by the

contractor, in execution of works The Government will recover from the

contractor the amount of the compensation so paid & without prejudice to

the right of the government under Section 12, sub section (2), of the said

Act, the government shall be at liberty to recover such amount or any part

thereof by deducting it from the security deposit or from any sum due by

The government to the contractor whether under this contract or otherwise.

The Government shall not be bound to contest any claim made against it

under section 12 sub section (1) of the said act except on the written request

of the contractor & upon his giving request to Government full security for

all costs for which Government might become liable in consequence of

contesting such claims.

Works not to be

sublet. Contract

may be rescind &

security deposit

forfeited for

subletting bribing

Clause 21: - The contract shall not be assigned or sublet without the written

approval of the Engineer-in-charge.

And if the contractor shall reassign or sublet his contract or attempt to do so

or become insolvent or commence any insolvency proceedings or make any

compensation with his creditors or attempts so to do or if any bribe gratuity,

gift, loan, perquisite, reward or advantage, pecuniary or otherwise shall

Page 50: MBBR Tender Document and BOQs_Haryana Govt

50

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

or if contractor

becomes

insolvent.

either directly or indirectly be given, promised or offered by the contractor

or any of his servants or agents to any public officer or person in the

employment of Government in any way relating to his office for

employment or if any such officer or person shall becomes in any way

directly or indirectly in the contract, the Engineer-in-charge may thereupon

by notice in writing rescind the contract & the security deposit of contractor

shall thereupon stand forfeited & be absolutely at the disposal of

Government & the same consequences shall ensure as if the contract has

been rescinded under clause 3 hereof & in addition the contractor shall not

be entitled to recover or be paid for any work therefore actually performed

under the contract.

Sum payable by

way of

compensation to

be considered as

reasonable

compensation

without reference

to actual loss.

Deductions of

amounts due to

The Government

on any account

whatsoever to be

permissible from

sums payable to a

contractor

Clause 22: - All sums payable by way of compensation under any of these

conditions shall be considered as reasonable compensation to be applied to

the use of Government without reference to the actual loss or damage

sustained & whether or not any damage shall have been sustained.

Clause 22-A: - Any excess payment made to the contractor inadvertently or

otherwise under this contract or on any account whatsoever & any other

sum found to be due to the Government by the contractor in respect of his

contract or any other contract or work order of any to account may be

deducted from any sum whatsoever, payable by the Government the

contractor either in respect of this contract or any other work order or by

any other account by any other department of the Government.

Changes in

constitution of

firm

Clause 23: - In the case of tender by partners any change in the constitution

of the firm shall be forthwith notified by the Contractor to the Engineer-in-

Charge for his information.

Work to be under

direction of

Clause 24: - All works to be executed under the Contract shall be executed

under the direction and subject to the approval in all respects of the

Page 51: MBBR Tender Document and BOQs_Haryana Govt

51

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

Superintending

Engineer.

Claims for

payment of an

extra ordinary

nature to be

referred to

Government for

decisions.

Superintending Engineer of the Circle for the time being who shall be

entitled to direct at what point and in what manner they are to be

commenced & from time to time carried on.

Clause 25: - No claim for payment of an extraordinary nature, such as

claim for a bonus for extra employed in completing the work before the

expiry of the Contractual period at the request of the Engineer-in-Charge or

claims for compensation where work has been temporarily brought to a

standstill through no fault of the Contractor, shall be allowed unless and to

the extent that the same shall have been expressly sanctioned by the

Government under the signatures of one of its secretaries.

ARBITRATION CLAUSE

Clause 25 A: –

1. If any dispute or difference of any kind whatsoever shall arise in any

way between the Governor of Haryana / his authorized agent and the

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

execution of the work that in (I) whether before its commencement or

during the progress of the work or after its completion. (ii) And whether

before or after the termination, abandonment or breach of the contract, it

shall in the first instance be referred to for being settled by the

Executive Engineer-in-charge of the work at the work at the time and he

shall within a period of sixty days after being requested in writing by the

contractor to do so, convey his decision to the contractor, and subject to

arbitration as hereinafter provided, such decision in respect of every

matter so referred, shall be final and binding upon the contractor. In

case the work is already in progress, the contractor will proceed with the

execution of the work on receipt of the decision by the Executive

Engineer-in-charge as aforesaid, with all due diligence whether he or the

Governor of Haryana / his authorized agent requires arbitration as

hereinafter provided or not. If the Executive Engineer-in-charge of the

work has conveyed his decision to the contractor and no claim to

arbitration has been filed with him by the contractor within a period of

sixty days from the receipt of letter communicating the decision, the

Page 52: MBBR Tender Document and BOQs_Haryana Govt

52

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

said decision shall be final and binding upon the contractor and will not

be a subject matter of arbitration at all. If the Executive Engineer in

charge of the work fails to convey his decision within a period of sixty

days, after being requested as aforesaid the contractor may, within

further sixty days of the expiry of first sixty days from the date on

which request has been made to the Executive Engineer-in-charge

request the Engineer in Chief, that the matters in dispute be referred to

arbitration as hereinafter provided.

2. All disputes of differences in respect of which the decision is not final

and conclusive shall at the request in writing of either party, made in a

communication sent through Registered A.D. post, be referred to the

sole arbitration of any serving Superintending Engineer or Engineer in

Chief of Haryana Public Health Engineering Branch at the relevant

time. It will be no objection to any such appointment that the arbitrator

so appointed is a Government servant or that he had to deal with the

matters to which the contract relates and that in the course of his duties

as a Government servant, he had expressed his views on all or any of the

matters in dispute. The Arbitrator to whom the matter is originally

referred being transferred or vacating his office, his successor-in-office,

as such shall be entitled to proceed with the reference from the stage at

which it was left by his predecessor. In case the arbitrator nominated by

the Engineer in Chief is unable or unwilling to act as such for any

reason, whatsoever, the Engineer in Chief shall be competent to appoint

and nominate any other Superintending Engineer or Chief Engineer, as

the case may be, as arbitrator his place and the Arbitrator so appointed

shall be entitled to proceed with the reference.

3. It is also a term of this arbitration agreement that no person other than a

person appointed by the Engineer in chief Public Health Engineering

Branch shall act as arbitrator and if for any reason that is not possible,

the matter shall not be referred to arbitration at all. In all cases where the

aggregate amount awarded exceeds Rs. 25000.00 (Rupees Twenty Five

thousand only) the arbitrator must invariably give reasons for his award

Page 53: MBBR Tender Document and BOQs_Haryana Govt

53

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

in respect of each claim and counter-claim separately.

4. The arbitrator shall award separately giving his award against each

claim and dispute raised by either party including any counter-claims

individually and that any lump-sum award shall not be legally

enforceable.

5. The following matters shall not lie within the purview of arbitration:

(a) Any dispute relating to the levy of compensation as liquidated damages,

which has already been referred to the Superintending Engineer and is

being heard or / and has been finally decided by the Superintending

Engineer in charge of the work.

(b) Any dispute in respect of substituted, altered, additional work / omitted

work / defective work referred by the contractor for the decision of the

Superintending Engineer In charge of the work if it is being heard or has

already been decided by the said Superintending Engineer.

(c) Any dispute regarding the scope of the work or its execution or

suspension or abandonment that has been referred by the contractor for

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

finally by the Haryana Government.

6. The independent claim of the party other than the one getting the

arbitrator appointed, as also the arbitrator notwithstanding will entertain

counter-claims of any party that the arbitrator has been appointed at the

instance of the other party.

7. It is also a term of this arbitration agreement that where the party

invoking arbitration is the contractor, no reference for arbitration shall

be maintainable unless the contractor, furnishes to the full satisfaction of

the Executive Engineer In charge of the work, a security deposit of a

sum determined according to details given below and the sum so

deposited shall, on the termination of the arbitration proceedings, be

adjusted against the cost, if any, awarded by the arbitrator against the

claimant party and the balance remaining after such adjustment in the

absence of any such cost being awarded, the whole of the sum will be

refunded to him within one month from the date of the award.

Page 54: MBBR Tender Document and BOQs_Haryana Govt

54

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

Amount of Claims Rate of security deposited

i. For claims below Rs. 10,000 2% of amount claimed

ii. For claims of Rs. 10,000 and above 5 % of amount claimed and below

Rs. 1,00,000

iii. For claims of Rs. 1,00, 000 and 10 % of amount claimed above

The stamp fee due on the award shall be payable by the party as desired by

the arbitrator and in the event of such party’s default the stamp-fee shall be

recoverable from any other sum due to such party under this or any other

contract.

8. The venue of arbitration shall be such place or the arbitrator in his sole

discretion may fix places as. The work under the contract shall continue

during the arbitration proceedings.

9. Neither party shall be entitled to bring a claim for arbitration if the

appointment of such arbitrator has not been applied within six months: -

(a) Of the date of completion of the work as certified by the Executive

Engineer In charge, or

(b) Of the date of abandonment of the work, or

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

abandonment, or written orders to commence the work as applicable, or

(d) Of the completion of the work through any alternative agency or means

after withdrawal of the work from the contractor in whole or in part

and/or its recession, or

(e) Of receiving intimation from the Executive Engineer In charge of the

work that final payment due to or recovery from the contractor had been

determined which he may acknowledge and/or receive whichever of (a)

to (e) above is the latest.

If the matter is not referred to arbitration within the period prescribed

above, all the rights and claims of any party under the contract shall

deemed to have been forfeited and absolutely barred by time even for civil

litigation notwithstanding.

10. It is also a term of this arbitration agreement that no question relating to

this contract shall be brought before any Civil Court without

Page 55: MBBR Tender Document and BOQs_Haryana Govt

55

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

(I) Involving and completing the arbitration proceedings as above if the

scope of the arbitration specified herein covers issues that can be brought

before the arbitrator i.e. any matter that can be referred to arbitration shall

not be brought before a Civil Court. The pendency of arbitration

proceedings shall not disentitle The Government to terminate the contract

and make alternative arrangements for the completion of the work.

11. The arbitrator shall be deemed to have entered on the reference on the

day he issues notices to the parties fixing the first date of hearing. The

arbitrator may, from time to time, with the consent of the parties enlarge

the initial time for making and publishing the award.

12. If also a term of arbitration agreement that subject to stipulation here in

mentioned the arbitration proceedings shall be conducted in accordance

with the provisions of the Arbitration Act, 1996 or any other law in

force for the time being.

Fluctuation

Railway Freight

Clause 26: -

Any fluctuations in Railways freight, which may occur during the

subsistence of and affecting freights of any materials to be supplied under

this contract shall be brought to the notice of the “Engineer-in-charge” by

the contractor within Fifteen (15) days, from as such without prejudice to

the right of The Government should the contractor failed to comply with the

above requirements any excess or short charge on account of such increase

or decrease shall be admissible in consequence of fluctuation in railway

freight when such railway freight is on account of material which is

required by a contractor in the manufacture of an article to be supplied

under this contract e.g., fluctuations of railway freight on coal required for

burning bricks will not be taken into consideration, or for an article which

form part of a finished work, for purposes of this clause or similarly no

alteration in rates will be allowed when manufactured articles are

transported by rail from place A to place B to form part of finished work.

Clause 27: -

The contractor shall be responsible for making his own arrangements for

securing priorities & licenses for material & transportation require for the

Page 56: MBBR Tender Document and BOQs_Haryana Govt

56

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

works & Engineer – in – charge shall not be held responsible in any way for

making such arrangements for any of them.

Action where no

specification

Clause 28: -

In the case of any clause of work for which there is no such specification as

is mentioned in rule 1, such work shall be carried out in accordance with the

district specifications and in the event of there being no district

specification, then in such cases the work shall be carried out in all respects

in accordance with the instructions and requirements of the Engineer-in-

Charge.

Definition of

work

Clause 29: -

The expression “Work” or “Works” where used in these conditions shall,

unless there be something either in the subject or context repugnant to such

constructions be constructed and taken to mean the work by or by virtue of

the contract contracted to be executed whether temporary or permanent and

whether original, altered, substituted or additional.

Clause – 30: -

The Lump sum referred to at page 5 & 6 Volume III of the tender will be

calculated on the gross amount value of finished work including cost of

materials whether purchased from The Government or direct of (1) the

items of works to which the rates in the tender apply any also (2) the items

of work to which rates exist in the schedule of rates.

Clause – 31: -

The terms and conditions of the agreement have been explained to me / us

and I / we clearly understand them.

ADDITIONAL CLAUSE

Clause 32

The contractor states that he is not related to any of the officers employed

by the Haryana Public Health Engineering Department.

Clause 33

No pit shall be dug by the contractor near the site of the work for taking out

earth for use on the work. In case of default, the department at the cost of

Page 57: MBBR Tender Document and BOQs_Haryana Govt

57

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

the contractor will fill in the pit so dug.

Clause 34

Fair wages clause attached.

Clause 35

The contractor shall have to pay sales tax to Excise and Taxation

Department in accordance with the rules in force time to time.

Clause 36

All payment for work done under this contract shall be made by cheque to

the contractor. The work covered by this contract as shown on the plans,

which have been signed by the contractor, is annexed herewith.

Clause 37

Should the tenderer withdraw or modify his tender after opening the

Envelope ‘B’ containing rates of tender he is liable to be black listed and

earnest money forfeited.

Clause 38

All royalty and compensation for building stone, bajri, and stone metal etc.

should be included in the rates to be quoted and is payable by the

contractor.

Clause 39

The rates given are for the finished work inclusive of octroi, sales tax &

excise duty etc. if any.

Clause 40

It will be the responsibility of the contractor to ensure that all trees at the

site of work and in the vicinity or their fruit etc. are not damaged by his

labour or agent assessed at the cost of such damage, if any, will be at the

discretion of the Engineer-in-Charge and deducted from the bill of the

Page 58: MBBR Tender Document and BOQs_Haryana Govt

58

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

Contractor.

Clause 41

The contractor shall provide at his own cost separate latrine, bathing,

enclosure and platform for use of the men and women labour and keep them

clean to the satisfaction of the Engineer-in-Charge. He should also arrange

at his own expense for clean drinking water, housing, medical facilities

necessary for the welfare of the labour employed at his work. In case of his

failure The Government shall provide the same at contractor’s cost. Any

dispute regarding this will be settled by the Engineer-in-Charge whose

decision will be binding.

Clause 42

Any material left at the site of work after one month from the completion of

the work shall become a property of the Govt. and no payment shall be

made for it.

Clause 43

The amount of work can be increased or decreased according to the

requirement of the department and no claim whatsoever on this account will

be entertained.

Clause 44

The Department reserves option to take away any items of the work or part

thereof any time during the currency of the contract and re-allot it to another

agency with due notice to contractor without liability or compensation.

Clause 45

It is not obligatory on the contractor to employ labour through employment

exchange but he may avail the facilities offered by the Employment

Exchange in case he wises to do so.

Clause 46

No claim on account of fluctuation in prices due to war or any other cause

Page 59: MBBR Tender Document and BOQs_Haryana Govt

59

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

will be entertained.

Clause 47

The contractor shall be liable to make good all damages caused by breakage

from the moment of the stores; pipes and fitting etc. are handed over to his

charge.

Clause 48

No compensation whatever will be payable on account of any delay or

default in the supply of material mentioned in the “list of material to be

issued to the contractor” by the Department and consequent delay in the

execution of work.

Clause 49

The contractor will inform the CMO about the employment of labourer on

the work for carrying out Malaria Surveillance.

Clause 50

Sales tax / Income Tax will be deducted from gross payment as per

Government instructions.

Clause 51

No premium shall be payable on non-schedule ites.

Clause 52 : All civil structures, designs be got vetted from NIIT,

Kurukshetra.

FAIR WAGES CLAUSES

a. The contractor shall pay not less than the fair wage to labour engaged by

him on the work. Explanation: - Fair wage means wage whether for time

or piece of work notified at the time of inviting tenders of the work and

where such wages have not been so notified, the wages prescribed by

the Public Health Engineering Branch for the district in which the work

is done.

b. The contractor shall, not withstanding the provisions of any agreement

to the contrary, caused to be paid fair wages to labourers, indirectly

Page 60: MBBR Tender Document and BOQs_Haryana Govt

60

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

engaged on the work including any labour engaged by his sub

contractors in connection with the said work, as if the labourers had

been directly employed by him.

c. In respect of labour directly or indirectly employed on the works for the

performances of the contractor’s part of this agreement the contractor

shall comply with or cause to be complied with Haryana Public works

Department Contractor’s Labour’s Regulation made by The

Government from time to time in regard to payment of wages, period

deductions unauthorizedly made maintenance of wage work, wage slip

publication of wages and other terms of employment, inspection and

submission of periodical returns and all other matter of a like nature.

d. The Executive Engineer or Sub Divisional Engineer concerned shall

have the right to deduct, from the moneys due to the contractor, any sum

required or estimated to be required for making good the loss suffered

by a worker or workers by reason of non fulfillment of the conditions of

the contract for benefit of the workers, non payment of wages or

deductions made from his or their wages, which are not justified by the

terms of the contract for non observance of the regulations referred to in

Clause c above.

e. Vis-à-vis the Haryana Government, the contractor, shall be primarily

liable for all payments to be made under and for the observance of the

regulations aforesaid without prejudice to his right to claim indemnity

from his sub contractors.

f. The regulations aforesaid shall be deemed to be a part of this contract.

g. The contractor should invariably issue attendance card to their worker,

which should be returned to the contractors concerned at the time of

receiving payment of their wages.

h. Before making payment to the contractors the authorities concerned

should obtain certificate from the contractors that he has made payment

to all the workers connected with the execution of the work of which the

payment is being made.

i. Contractors employing 50 or more workers on the site of a particular

Page 61: MBBR Tender Document and BOQs_Haryana Govt

61

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

work should provide facilities of housing, latrines, water and light to

their workers at their own expense.

j. The normal working hours of workers employed by contractors for the

execution of work allotted to them should be 8 hours per day with a

break of 2 hours during summer, one hour, during winter after

continuous work of 4 hours at the latest. The spread over should in no

case exceed 10 hours. Workers working beyond these hours should be

paid over time wages at the double ordinary rate to their wages

calculated by the hour.

Page 62: MBBR Tender Document and BOQs_Haryana Govt

62

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

HARYANA PUBLIC WORKS DEPARTMENT

CONTRCTOR’S LABOUR REGULATIONS

SHORT TITLE

These regulations may be called Haryana (I) Public works department Public Health

Engineering Branch contractor labor regulations.

DEFINITIONS

In these regulations, unless otherwise expressed or indicated, the following words and

expressions shall have the meaning hereby assigned to them respectively, that is to say:

i) “Labour” means worker employed by a Public Works Department Contractors

directly, or indirectly through a sub contractor or other persons or by an agent on his

behalf.

ii) “Fair Wages” means wages whether for time or piece work notified at the time of

inviting tenders for the work & where such wages have not been so notified the

wages prescribed by the Public Works Department for the district in which the work

is done.

iii) “Contractor” shall include every person whether a sub-contractor or Headman or

Agent, employing labour on the work taken on contract.

iv) “Wages” shall have the same meaning as defined in the payment of wages Act &

include time and piece rate wages.

DISPLAY OF NOTICE REGARDING WAGES, ETC.

The Contractor shall before he commences his work on Contract, display and correctly

maintained and continue to display and correctly maintain in a clean and legible condition in

conspicuous places on the work, notices in English and in local Indian language spoken by

the majority of the workers, giving the fair wages notified by the Executive Engineer,

Superintending Engineer, Chief Engineer or regional Labour Commissioner as fair wages &

the hours of work for which such wage are earned a copy of sub notice to the District

Labour Welfare Officer.

PAYMENT OF WAGES

i) Wages due to every worker shall be paid to him direct.

ii) All wages shall be paid in current coin or currency or in both.

Page 63: MBBR Tender Document and BOQs_Haryana Govt

63

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

FIXATION OF WAGE PERIODS

i) The contractor shall fix the wage periods in respect of which the wages shall be payable.

ii) No wages period shall exceed one month.

iii) Wages of every workman employed on the contract shall be paid before expiry of ten days

after the last day of the wage period in respect of which the wages are payable.

iv) When the employment to any worker is terminated by or on behalf of the contractor, the

wages earned by him shall be paid before the expiry of the day succeeding the one on which

his employment is terminated.

v) All payments of wages shall be made on a working day except that the work is completed

before the expiry of the wage period in which case final payment shall be paid with in 48

hours of the last working day.

WAGE BOOK AND WAGE SLIPS ETC:

i) The contractor shall maintain a Wage Book of each worker in such forms as may be

convenient, but the same shall include the following particulars:

a) Rate of daily or monthly wages.

b) Nature of work on which employed.

c) Total number of days worked during each wage period.

d) Total amount payable for the work during each wage period.

e) All deductions made from the wages with an indication in each case of the ground for

which the deduction is made.

f) Wages actually paid for each wage period.

ii) The Contractor shall also maintain a wage slip for each worker employed on the work. The

wage slip shall contain all the particulars given in the wage book.

iii) The authority competent to accept the contract may grant an exemption from the

maintenance of wage book & slips to a contractor who in his opinion may not directly or

indirectly employ more than 50 persons on the work.

FINES AND DEDUCTIONS WHICH MAY BE MADE FROM WAGES

a) The wages of a worker shall be paid to him with out any deductions of any kind except the

following: -

a) Fines

b) Deductions for absence from duty i.e. from the place or the places where by the terms of his

employment he is required to work. The amount of deduction shall be in proportion to the

period for which he was absent.

Page 64: MBBR Tender Document and BOQs_Haryana Govt

64

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

c) Deduction for damage to or loss of goods expressly entrusted to the employed person for

custody, or for loss of money for which he is required to account, where such damage or loss

is directly attributable to his neglect or default.

d) Any other deduction, which the Government may from time to time allow.

ii) No fine shall be imposed on a worker and no deduction for damage or loss shall be made

from his wages until the worker has been given an opportunity of showing cause against

such fines or deductions.

iii) The total amount of fines which may be imposed in any one wage period on a worker

shall not exceed equal to five paisa in a rupee of the wage payable to him in respect of that

wages period.

iv) No fine imposed on a worker shall be recovered from him by installment of after expiry of

60 days from the date on which it was imposed.

REGISTER OF FINES ETC.

i) The Contractor shall maintain a register of fines and of all deductions for damages or loss.

Such register shall mention the reason for which fine was imposed or deductions for damage

or loss, which was made.

ii) The contractor shall maintain a list in English and the local language clearly defining the

acts and omissions for which penalty or fine can be imposed. He shall display such list &

maintain it in a clear & legible condition in a conspicuous place on the work.

PRESERVATION OF REGISTER

The wage book, the slips & the register of fine deduction, required to be maintained under

these regulations shall be preserved for 12 months after the date of last entry made in them.

10. POWERS OF LABOUR WELFARE OFFICERS TO MAKE INVESTIGATION OR

ENQUIRY

The Labour Welfare Officer or any other person authorized by the Government on their behalf

shall have power to make enquiries with a view to ascertaining and enforcing due and proper

observance of the share wage clauses and the provisions of these regulations. He shall

investigate into any complaint regarding the default made by the contractor or sub-contractor in

regard to such provisions.

11. REPORT OF LABOUR WELFARE OFFICER

The labour welfare officer or any other persons authorized as aforesaid shall submit report of

result or his investigation or enquiry to the Engineer-in-charge concerned indicating the extent,

Page 65: MBBR Tender Document and BOQs_Haryana Govt

65

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

if any, to which the default has been committed, and the amount of fine recoverable in respect

of acts of commission if the labourers with a note that necessary deduction from the contractor’s

bill be made and the wages and the other dues be paid to the labourers concerned.

12. APPEALS AGAINST THE DECISION OF LABOUR WELFARE OFFICER

Any person aggrieved by the decision and recommendations of the Labour Welfare Officer or

other person so authorized may appeal, the decision to the Regional Labour Commissioner with

in 30 days from the date of decision forwarding simultaneously a copy of appeal to the

Executive Engineer concerned but subject to such appeal, the decision of the Officer shall be

final and binding upon the contractor.

13. REPRESENTATION OF THE PARTIES: -

1. The workmen shall be entitled to be represented in any investigations, enquiry under

these regulations by: -

a) An Officer of the registered trade union to which he is a member.

b) An officer of Federation of trade unions to which the trade union referred to in clause (a)

if affiliated.

c) Where worker is not a member of any registered union & officer of registered trade

union connected with or any other workmen employed in the industry in which the

worker is employed.

2. An employer shall be entitled to be represented in any investigation or enquiry under

these regulations by

a) An Officer of an association of employees of which he is member.

b) An officer of an association of employees to which the association referred to in clause

(a) if affiliated.

c) Where the employer is not a member of any association or employers by an officer of an

association of employers connected with or by any other employer is engaged.

14. INSPECTION OF REGISTER

The contractor shall allow inspection of the wage books and the wage slips & register of fines &

reductions to any of his workers or to his agent at convenient time and places after due notice is

received or to the Labour Welfare Officer or any other persons, authorized by the Government

on his behalf.

15. SUBMISSION OF RETURN

Page 66: MBBR Tender Document and BOQs_Haryana Govt

66

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

The contractor will be (Regulation & Abolition Act, 1970) & the contract labour (Regulation &

Abolition Central Rules, 1971) enforced by Haryana labour & Employment Department memo

No. 1226 – 78 – (4 labour dated 10/06/79). The contractor shall submit periodical returns as

may be specified from time to time.

16. LICENSING OF CONTRACTOR

Every contract who employs or who employed any day of the preceding 12 calendar months 20

or more workmen is covered by the Act & is required to obtain a license. The contractor should

obtain the necessary license as required under section 12 of contract labour (Regulation &

Abolition Act, 1970) before commencing the work.

17. AMENDMENTS

The Government from time to time can amend the regulations and on any question as to the

application, interpretation or affect of those regulations, the decision of the Labour

Commissioner of The Haryana Government or any other person authorized by The Haryana

Government in that behalf shall be final.

Page 67: MBBR Tender Document and BOQs_Haryana Govt

67

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

Appointment of Arbitrator.

(i) In so far as the Engineering Departments are concerned, the Engineer-in-Chief, Chief

Engineer, will make the appointment of arbitrator at their own level in the cases, where the

cost of the work including interest does not exceed Rs.5.00 lac. In each individual cases, the

case involving more than Rs.5.00 lac shall be submitted to the Administrative Department

for final approval. For such case (involving more than Rs.5.00 lac), the department shall

prepare panel of Arbitrator and submit to the Administrative Department for final approval.

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

departments concerned and submit to administrative department for final approval. While

doing so the point regarding appointment of an IAS Officer as an arbitrator shall be kept in

view.

(iii) In order to avoid unjustified benefit to the contractor / agency, two or three Arbitrator may

be appointed for cases involving financial implication of more than Rs.5.00 lac. The

possibility of appointment of arbitrator other than the office of Department concerned

should not be ignored, especially in case of world bank project works. The appointment of

out sided arbitrator in respect of the world bank project cases, keeping in view the merit and

circumstances of the case may also be kept in view.

(iv) While issuing the appointment orders of the arbitration it will be clearly specified that the

Arbitrator will give a speaking award along with item wise detail of claim and amount of

awarded expenditure and reasons thereof.

2. Agreement

The agreement which is entered into with the contractor at the time of allotment of the work

should be clear and specified. For claim exceeding Rs. 5.00 lacs, it should be clearly

indicated in the agreement that the State Govt. can appoint one more arbitrators. The

arbitrators may be asked to give a specking award with a reasonable time as per the

provisions in the arbitration and conciliation Act. 1996. A format of such agreement should

be prepared by the department concerned in consultation with the law Department.

Page 68: MBBR Tender Document and BOQs_Haryana Govt

68

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

AFFIDAVIT

I ___________________________________ S/O Sh._____________________________________

Resident of ______________________________________________________________________

Section ____________________________ Distt. ________________________________

Contractor / Partner / shareholders (strike out which is not applicable) (firm or contractor) do

hereby solemnly declare as here under: -

2. That the person / firms black listed by Public Health Engineering Branch / Haryana Govt. /

Govt. of India from time to time never had any connection & interest in my business.

3. That the above said contractor / persons / firms do not have any substituting in my business,

&

4. That the said persons / firms are not employee of my firm & are not in any way connected

with my business.

Deponent

Witness

DATED:

I do hereby solemnly declare & affirm that the above declaration is true & correct to the best of my

knowledge & belief. No part of it is false & nothing has been concealed.

Deponent

Witness

DATED:

Page 69: MBBR Tender Document and BOQs_Haryana Govt

69

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

DECLARATION BY THE CONTRACTOR

1. I/we ……………………… have read the general and special conditions of the contract,

which are appended to the Bid and I/we…………………………., agree to the conditions

laid therein if the contract is awarded to me/us.

2. I/we have also read the specifications, studied the drawings, and understood the scope of

works included in the Bid and to be executed by us.

3. I/we have visited the site of works and am/are well acquainted with the local practices,

availability of the materials and labour and their prevailing market rates.

4. I/we agree to abide by the departmental rules regarding deductions made in the bills like

income tax, sales tax, and security deposits etc.

5. I/we have noted the issue rates and conditions of supply of departmental materials.

6. I/we do not ask for revision of rates due to any escalations in rates of materials or labour in

the rates quoted by me/us in this offer through out the period of construction and completion

of the works.

7. I/we undertake to complete the works and handover the works within the stipulated/allotted

time for the completion of the works in good workman like manner.

8. I/we keep the validity of our offer for 90 days from the date of opening of the Bid.

9. I/we stand guarantee for the repair of the works to the full satisfaction of the department

during the maintenance period.

10. I/we have no doubts or unclear ambiguities regarding the specifications, details in the

drawings, scope of the works and have fully understood our responsibilities in executing

and completing the works to the full satisfaction of the department.

11. We shall commence the work on site with in 30 days from the award of work except as may

be expressly sanctioned or ordered by the employer or be wholly beyond the contractor’s

control.

12. I/we have based our Bid rates having the full knowledge of the statements and facts.

Place ………………………. Signature …………………..

Date ……………………… Name …………………..

Address ……………………

Page 70: MBBR Tender Document and BOQs_Haryana Govt

70

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

PERFORMANCE GUARANTEE

That I, ……………….. (Name and address of the contractor) as principal here-in-after called

Contractor, guarantee to the following:

1. That the contractor agrees to “Design, construction, erection, testing & commissioning of

Intermediate Sewage Pumping Station(IPS), Main Sewage Pumping Station 5.4 MLD (MPS),

5 MLD Capacity Sewage Treatment Plant based on MBBR Technology (Attached Growth

Process), effluent outlet pipe, Transformer, Boundary wall, Staff Quarter, all contingent

Electrical, Mechanical, Piping & Instrumentation works at IPS, MPS and Sewage Treatment

Plant complete in all respect including Operation & Maintenance for 12 months during defect

liability period & three years thereafter at Assandh Town, District Karnal”.

As per the tender document & approved by the Engineer in Charge.

2. The contractor agrees that the entire works & its components shall be successfully tested to

achieve the desired performance results satisfaction of the Engineer-in-Charge.

3. The contractor further agrees that he shall be responsible for these results up to 48 Months after

the completion of successful trial run of 3 months.

If the plant does not give desired performance the contractor shall cause the same to such Level at

his own cost at first notice served upon him in writing by the Engineer-in-Charge. In

Case, the contractor fails to execute the corrective measures, the Engineer-in-Charge will be

At Liberty to get the shortcomings rectified at the risk and cost of the contractor.

4. The contractor agrees that the approval of design and drawings by the Engineer-in-charge does

not absolve the contractor from any of his responsibility to the soundness and satisfactory

performance of the structures, plant and it’s functioning.

5.That the contractor guarantees against any construction or manufacturing defect due to faulty

workmanship for a period of 12 months from the date of commissioning of the plant & operation &

maintenance during this period the contractor will replace/repair the faulty equipment to the

satisfaction of the Engineer-in-Charge at no extra cost to the department.

6. The contractor agrees that all electrical erections are to get approved from Chief Electrical

Inspector, Haryana at the cost of contractor, as per rule.

7. The contractor agrees that import license if required by the contractor shall be arranged at his

own cost.

Page 71: MBBR Tender Document and BOQs_Haryana Govt

71

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

8. The contractor agrees to deposit performance guarantee amount of 2 % of contract value to the

Public Health Engineering Division & the same will be deposited & returned as per Clause 7.A.

Date at ……………………………………………………………….

This…………………Day of…………………………………………

Bidder………………………………………………………………..

By………………………

Title…………………………………………………………………

Address……………………………………………………………..

………………………………………………………………………

Page 72: MBBR Tender Document and BOQs_Haryana Govt

72

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

3. Definitions

In this contract as here in after defined, the following words and expressions shall have the meanings hereby assigned

to them (except where the context requires otherwise)

3.1 ‘Owner’ means Haryana Public Health Engineering Department.

3.2 ‘Employer’ means the party named in Section 2.1.1 that will employ the Contractor and the

legal successors in title to the employer, but not, except with consent to the Contractor,

any assignee of the employer.

3.3 ‘Contractor’ means the person(s), firm or company whose tender has been accepted by the

Employer and who has concluded a contract with the employer to execute the works

included in the tender and contract agreement. This includes the contractor(s) personal

representatives, successors and assignees.

3.4 “Sub contractor’ means any person, firm or company other than the contractor named in the

contract for any part of the work, or any person to whom any of the works/part of the

works included in the contract has been sublet with the consent in writing of the

Engineer, and to sub contractor’s legal personal representatives, successors and

permitted assignees.

3.5 ‘Tender’ means the bid.

3.6 ‘Bidder’ means the contractor/agency who submits the bid against the invitation for bid.

3.7 Award means the written acceptance of bid by the Haryana Public Health Engineering

Department to the successful bidder.

3.8 Engineer/Engineer-in-Charge’ means the Executive Engineer, who is in-charge of execution

of the works and administration of the contract on behalf of the employer. The Engineer-

in-Charge may assign his duties to his sub-ordinates who assist him in execution of

works and administration of the contract. His subordinates shall be termed as Assistant

Engineer, Junior Engineer as the case may be. These subordinates shall be Engineer-in-

Charge’s representatives at the site of works. The Engineers representatives will carry

out such duties of the Engineer’s like issuing of instructions certificates and orders as

are required in the execution of the works. Engineer’s representative will watch and

supervise the works, test and examine the materials, equipment, plant and machinery

and workmanship employed in connection with the works under the contract. The

Engineer’s representatives with the approval of the Engineer will have the authority to

relieve the contractor of any of his obligations under the contract and to order any extra

Page 73: MBBR Tender Document and BOQs_Haryana Govt

73

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

work involving delay in completion of the works and also requiring any extra payment

to the contract.

3.9 ‘Department’ means the Haryana Public Health Engineering Department. The words

department and Superintending Engineer and his representatives have been used

interchangeably at places and mean the same i.e. the engineer or his representatives.

3.10 Consultants means the consultant appointed by the Government for the purpose of

preparation of Design, DPR, Drawings, Tender Documents, construction, supervision at

appropriate level, advise in commissioning and carrying out start-up and monitoring of

the entire contract at Karnal.

3.11 ‘Works’ means all items of Work to be Design, Construction, Supply, erection,

Testing and commissioned by the contractor, under the contract, testing and handing

over the same in complete manner compliance to provision of the contract.

3.12 ‘Contract’ means promise to execute the ‘Works’ in accordance with the conditions

of contract, specifications, drawings, schedules, tender, the letter of acceptance and the

contract agreement.

“Design, construction, erection, testing & commissioning of Intermediate Sewage

Pumping Station(IPS), Main Sewage Pumping Station 5.4 MLD (MPS), 5 MLD

Capacity Sewage Treatment Plant based on MBBR Technology (Attached Growth

Process), effluent outlet pipe, Transformer, Boundary wall, Staff Quarter, all

contingent Electrical, Mechanical, Piping & Instrumentation works at IPS, MPS and

Sewage Treatment Plant complete in all respect including Operation & Maintenance

for 12 months during defect liability period & three years thereafter at Assandh Town,

District Karnal”.

3.13 ‘Site’ means the land and other places where the permanent works or temporary

works desired by the engineer are to be executed and any other lands and places

provided by the employer for working space or any other purpose as may be specifically

designated in the contract as forming part of the site.

3.14 Public Health Engineering Department means Public works Department of Haryana.

3.15 ‘Drawings’ means the drawings referred to in the list of drawings attached to the tender and

any modification of such drawings approved/issued in writing by the Engineer and such

other drawings as may from time to time be furnished or approved in writing by the

Engineer.

Page 74: MBBR Tender Document and BOQs_Haryana Govt

74

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

3.16 The ‘contract sum’ means the sum identified in the contract for the completion of works as

per contract.

3.17 ‘Contract price’ means a portion of the contract sum adjusted to give effect to such additions

or deductions as are provided for in the contract which is properly apportion able to the

work or plant in question having regard to the state conditions and location of the plant, the

amount of work done and all other relevant circumstances in the cost of executing the

works.

3.18 ‘Contractor’s equipment’ means all appliances or things of whatsoever nature required for

the purpose of completing the works but does not include plant, material or other things

intended to form or forming part of the works.

3.19 ‘Portion of the work’ means a part of the work or section of the work.

3.20 ‘Sections of the works’ mean the sections into which the works are divided for the purposes

described and set out in the specifications.

3.21 Specifications and particular specifications mean the regulating guidelines contained in the

Haryana PWD specifications, Manual on water supply & Treatment published by the

Central Pubic Health and Environmental Engineering Organization (CPHEEO) under the

Ministry of works and Housing. Indian Standard specifications and codes, all of latest

editions and those contained in the tender documents and also those based on good

engineering practices.

3.22 ‘Month’ means 30 days.

3.23 ‘Day’ means calendar day.

3.24 ‘Week’ means seven consecutive days.

3.25 ‘Time for completion’ means the time as stipulated for completion of the works or any

section or portion there-of as stated in the contract or as extended under clause and shall be

calculated from the date specified in the contract. It will be the date when the contract enters

into force for fulfillment of any obligation as per necessary legal, financial or administrative

requirements.

3.26 ‘Defect liability period’ Defect liability period for the work is 12 months. It shall be

counted after the successful trial run for a period of 3 months or till prescribed parameters is

not attained & whichever is later of the two. During the defect liability period the contractor

shall be responsible for repair and replacement of any defective material used on the entire

work & he will carry the full liability to make good to the complete satisfaction of the

engineer, any defects in the completed work or any bad work visible or detected after words.

Page 75: MBBR Tender Document and BOQs_Haryana Govt

75

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

3.27 ‘Cost’ means the amount which shall be deemed to include all overhead costs whether

incurred on or off the site, all taxes, excise duties, royalties etc. as applicable on the

materials labour or any other item which is required to complete the works.

3.28 ‘Headings or Notes’ the headings and marginal notes in these conditions of contract shall

not be deemed to be taken into consideration in the interpretation or construction thereof or

of the contract.

3.29 ‘Temporary Works’ mean temporary works of every kind required in or about the execution

of works.

3.30 ‘Permanent Works’ means the permanent works to be executed and maintained in

accordance with the Contract.

3.31 Trial run:- Trial run period for the work is 3 months of the entire scheme including

achievement of prescribed performance parameters. In the event of non-achievement of

prescribed parameters within a period of 3 months, specified above the trail run period could

be extendable to a period till the parameter parameters are achieved. During the trail run

period the contractor shall be responsible for the maintenance of the entire scheme including

all staff, Labor material etc. repair of any defects/ replacement of the defective material used

at the cost at his own cost excluding energy charges diesel charges which will be borne by

the department.

Page 76: MBBR Tender Document and BOQs_Haryana Govt

76

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

ABBREVIATIONS

The abbreviations used in the tender documents or any other correspondence will stand for the full forms given as

under

ACB = Air Circuit Breaker

CAD = Computer Aided Design

CPHEEO = Central Public Health and Environment Engineering Organization

CC = Cement Concrete

CI = Cast Iron

DPR = Detailed Project Report

E & M = Electrical & Mechanical

FSL = Full Supply level

GA = General Arrangement

GL = Ground level

GP = Generator Panel

HDPE = High Density Polyethylene

HRT = Hydraulic Retention Time

HFL = Highest Flood level

KWH = Kilo Watt Hour

KVA = Kilo volts Ampere

LP = Lightning Panel

MEP = Main Electrical Panel

MLD = Million Liters Per day

M.S. = Mild Steel

O & M = Operation and Maintenance

PFR = Project Feasibility Report

PM = Project Manager/Plant Manager

P & I = Process and Instrumentation

PDB = Power Distribution Board

MCC = Motor Control Centre

MCCB = Molded Case Circuit Breaker

MPS = Main Sewage Pumping Station

RCC = Reinforced Cement Concrete

Page 77: MBBR Tender Document and BOQs_Haryana Govt

77

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

RL = Reduced Level

RS = Rolling Shutter

SB = Stand By

SBC = Soil Bearing Capacity

SS = Stainless Steel

TOR = Terms of Reference

T & P = Tools and plant

STP = Sewerage Treatment Plant

TSS = Total Suspended Solids.

S & S Tank = Storage & Sedimentation Tank.

CWR = Clear Water Reservoir.

RWS = Raw Water Sump.

CWS = Clear Water Sump.

SS = Stainless Steel.

HSR = Haryana Schedule of Rates.

Page 78: MBBR Tender Document and BOQs_Haryana Govt

78

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

GNERAL CONDITIONS

1.0. The entire material including Cement, Steel, Pipe, Pipe Fittings is in the scope of Contractor

& no material will be issued by the Department for works.

2.0. The DI Pipes and HD PE Pipes of all sizes along with one Tyton joint per pipe shall be

arranged by the contractor.

3.0. The DI Specials and sluice valves, butterfly valves, kinetic air valves to be used shall be

provided and fixed by the contractor.

4.0. The cement will be arranged by the contractor/ Agency/ Firm at his own level. The cement

shall be ordinary Portland- 43 grade, duly ISI marked & confirming to ISI- 8112 with latest

amendments. The cement manufactured by mini cement plants shall not be used.

5.0. The cement shall be purchased from Authorized Distributor or Manufacturer or Authorized

Dealer.

6.0. The cement arranged by the contractor/Agency will be brought at site & shall be kept in the

store maintained at site, provided with dual locking system i.e. one key of locks with

representative of the Department & 2nd

key of lock authorized representative of agency.

7.0. The Contractor/Agency will inform the Executive Engineer/Sub Divisional Engineer for the

quantity of the cement brought at site with bill/challan in the name of that agency before using

that cement & Executive Engineer-In-charge or his authorized representative may check the

actual receipt of cement at site.

8.0. The Engineer – In Charge or his authorized representative may, if need be, also send the

cement for testing to any Government Lab/ reputed Lab. The samples of the cement will be

collected as per BIS specifications in the presence of the contractor/ agency or his authorized

representative. In case the cement is found as per specifications than the cost of testing will be

born by the department, but in case the cement sample fails to meet the BIS requirements,

then appropriate as per Contract Agreement will be taken. The cost on the testing of cement

along with any loss caused to Government shall also be recovered from the Contractor /

Agency & no claim in this respect will be entertained.

9.0. The stock of cement at site shall not be more than one month consumption & only sufficient

quantities shall be kept to ensure continuity of the work.

10.0. The cement/steel consumption register showing date of cement brought at site by the

Contractor/Agency & its day-to-day utilization will be maintained. The said register shall be

open to inspection by representatives of the Engineer-in-Charge during his visit at site. The

Page 79: MBBR Tender Document and BOQs_Haryana Govt

79

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

consumption & receipt of cement & steel in the register shall be initiated jointly by the

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

Charge. The said register will be issued by office of concerned Sub Divisional Engineer under

his dated signature for each agreement separately. The register will also contain the columns

for work executed against the cement/steel issued.

11.0. Quality check register will be maintained at site & regular sampling of work executed every

month shall be recorded in the same.

12.0. The Public Health Engineering Department Haryana reserves the right of negotiations as per

policy approved by the State Government with the tenderers in case the process quoted are

felt to be on higher side or otherwise. The negotiations will be carried out with 1st lowest

contractor.

13.0. The Engineer-in-Charge will opt for 3rd

party inspection other than Department. In addition to

Inspection by Department staff. The 3rd

party would inspect the work during its execution to

ensure execution of work as per specifications / agreement and also quality control i.e. drawl

of samples. Testing and other items etc. the report of the same would be submitted to

Engineer-in-Charge by the 3rd

party inspection and shall take remedial measures for execution

of work as per specifications in agreement. The inspection and sample testing charge will be

borne by the Department.

14.0. The labour cess @ 1% of the cost of work done by contractor shall be deducted from each

bill. 12)

15.0 Contractor shall be fully responsible for Hydraulic & Structural safety in respect of all the

structure existing/under construction in the vicinity of structures under construction.

16.0 The rates included in the contract schedule of the rates cover the cost of filling the water

retaining structures for testing for water tightness to the full satisfaction of Engineer-in-Charge

and emptying the same if desired.

17.0 Minimum 40mm clear cover be provided on the reinforcement on the inner side of the water

retaining structure. The contractor shall give structurally safe and water proof structure.

18.0 All taxes such as Royalty, Municipal tax, Octori charges, Forest tax and any other kind of

taxes shall be paid by the contractor and are included in the rate quoted by the contractor, for

which no premium will be allowed separately.

Page 80: MBBR Tender Document and BOQs_Haryana Govt

80

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

19.0 It will be the responsibility of the contractor/ agency to dewater the sub-soil water and

execution of wet earth work, if required during execution of work and nothing extra will be paid

on this account.

20.0 The power would be supplied free of cost during the trial run period for three months.

21.0 The bidder shall have to get Soil Analysis carried out for determining the Safe Bearing

Capacity [SBG] of the soil as per relevant code through a reputed firm. The charges for the

same shall be included in the offer.

22.0 The bidder should ascertain about the actual Sub Soil Water Table at site. Price quoted shall

be inclusive of cost of pumping Sub Soil Water/Seepage water from any other source required

for execution of work. No extra payment shall be made due to variation in Sub Soil Water Level

if mentioned anywhere in the tender documents either for designing or execution, on account of

fluctuation due to any reason whatsoever.

23.0 Materials, for which specifications are not given, the requirement of respective Indian

Standards are to be fulfilled. The contractor shall get prior approval of the materials proposed to

be used under the contract from the Engineer in-charge.

24.0 The cost of the water & power used during construction shall be borne by the agency. In

case water is supplied by the department then half percent of the agreement cost will be

deducted from the bills of agency.

25.0 The depth of foundation shall be kept as per IS specification along with the condition that

structures shall rest on firm ground.

26.0 The mix for all the RCC structures shall be as per relevant IS codes with latest amendments.

27.0 The contractor will operate and maintain IPS, MPS and STP mentioned in price bid after

commissioning of the work. Repair of electrical, mechanical equipment is also included in this

scope of work. The work also includes repair to all civil structures, pipe line at head works,

sluice valves, lawns /roads/ path and watch & ward of all the works. The contractor will

maintain area within boundary wall in neat and clean manner.

Page 81: MBBR Tender Document and BOQs_Haryana Govt

81

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

4.0 ADDITIONAL AND SPECIAL CONDITIONS OF CONTRACT

4.1 Additional Conditions of Contract

All conditions of standard form of agreement shall form part of this agreement. In addition to that, following

additional conditions shall be applicable.

4.1.1 Site Facilities:

The contractor shall its own cost construct a site office and store shed for materials. He shall provide in the

premises of the site office place for the engineer and his representatives/visitors for joint discussions and

meetings. He shall also dismantle the same after three works are completed, and arrange for site cleaning

operations by removal of soil and debris. If the contractor fails to dismantle the temporary structure after the

works are completed it shall be treated as unauthorized occupation of the owner’s land and necessary action as

deemed fit under such circumstances shall be initiated for the vacation of the land.

4.1.2.1. TIME FOR FULL COMPLETION OF CONTRACT: -

Time for full completion of work under this contract is 12 months, excluding trial run for 3

months and operation and maintenance during defect liability period of 12 months and 36

months thereafter for operation and maintenance.

4.1.2.2. OPERATION & DEFECTS LIABILITY PERIOD: -

The contractor shall operate & be responsible for satisfactory performance & maintenance

of the work under all design & operation conditions for the duration of the defects liability

period of 12 months and 36 months thereafter, except for damages due to unprecedented

natural calamities. The contractor has to provide for the additional training of the staff.

Any constructional defect such as defects to premature use of materials, works not executed

in accordance with the contract, hidden faults in material & equipment not discovered

during inspection & testing, fault in design, manufacturing, erection & in construction shall

be pointed out by the Engineer in Charge & shall have to be rectified by the contractor

during this period. The cost for repair of material, spare parts, transport, tests & repairing

staff has to be borne by the contractor. If the contractor fails to rectify the defect with in a

period of one month after aforesaid notice the Engineer in Charge may forfeit the security

deposit or an amount thereof required for the rectification through a third party without

prejudice to any other right of Public Health Engineering Division may have against the

Contractor in respect of his failure to remedy such defects.

4.1.2.3. FINAL CERTIFICATE: -

Page 82: MBBR Tender Document and BOQs_Haryana Govt

82

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

The Engineer in Charge shall issue a final certificate not later than 30 days after the expiry of the

defects liability period & 12 months and operation & maintenance period of 36 months thereafter.

With the issue of this certificate the contractor ceases to be under any obligation to Public Health

Engineering Department..

4.1.2.4. FORCE MAJEUR: -

Neither party shall be liable to the other for any loss or damage occasioned by or arising out of acts

of God, and in particular, unprecedented flood, volcanic eruption, earthquake or other convulsion of

nature and other acts such as but not restricted to invasion, the act of foreign countries, hostilities or

warlike operation before or after declaration of war, rebellion, military or usurped power which

prevent performance of the contract and which could not have been foreseen or avoided by a

prudent person.

4.1.3. Contractor’s Liability

4.1.3.1.Observance of laws, local regulations, notices and attachments.

The contractor shall confirm to all laws of the land, the regulations and by-laws of any local

authority and/or of any water or lighting companies with those whose systems the works are

proposed to be connected. He shall before making any variations from the drawing or specifications

that may be necessitated for so confirming give to the engineer written notice, specifying the

variation proposed to be made and the reasons for making them, and apply for instructions thereon.

Incase the/contractor shall not receive such instructions within 7 days proceed with the work

confirming to be provisions, regulations or by laws in question and any variations in the drawings

or specifications so necessitated shall be dealt with under clause 4.1.8.2. The contractor shall give

all notice required by the said acts regulations or bylaws and pay all fees in connection therewith.

He shall also ensure that no attachments are made against materials or works related to the contract.

In every case to in this clause, the contractor shall protect and indemnify, Government against any

claim or liability arising from or based on the violation of such law, ordinance, regular decree or

attachment by him or by his employees.

4.1.3.2.Compensation to workmen

The contractor on occurrence of accident, arising out of the work, which results in serious injuries to the person or

property, shall within 24 hours of such occurrence, report to the engineer, stating clearly and in sufficient details the

facts and circumstances of the accident and the action taken by the contractor. In all cases the contractor shall

indemnify the Engineer against all loss or damage including penalties or lines sustained by Government resulting

directly or indirectly from contractor’s failure to give notice under the Workman’s Compensation Act or otherwise.

4.1.3.3.Contractor dying, becoming insolvent, Insane or imprisoned.

Page 83: MBBR Tender Document and BOQs_Haryana Govt

83

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

(a) Liquidation, the contract may be terminated by notice in writing posted at the site of the

works and advertised in one issue of the local newspaper and all acceptable, works shall be

paid for after recovering all the contractors dues Public Health Engineering Division, there

from, at appropriate rates to the person or persons entitled to receive and give a discharge for

the payment.

(b) If the contractor becomes bankrupt or has received order made against him or compound with

the creditor or being a corporation commence to be wound up not being a voluntary winding

up for the purpose only of amalgamation or reconstruction or carry on its business under a

receiver for the benefit of the creditors or any of them, the Government shall be at liberty.

(i) To give such liquidator, receiver, or other person the option of carrying out the contract

subject to his providing a guarantee for the faithful performance of the contract up to an

amount to be determined by the Government.

(ii) To terminate the contract forthwith by notice in writing to the contract or to the liquidator

or to any person in whom the contract become vested and to act in the manner as provided

in the clause “Breach of contract”.

4.1.4. Contractor to supply labor, plant, ladders, scaffolding:

4.1.4.1.The contractor shall supply at his own cost all labor, skilled and unskilled, and all

things necessary (except such special things, if any, as, in accordance with the specification that

may be supplied from the Engineer’s stores) such as plants, tools, appliances, implements, ladders,

cordage, tackles, scaffolding, shoring, strutting, pumps, fuel oil, packing derricks, boring tools,

winches and power as well as other apparatus and temporary works requisite for the proper

execution of the work whether original, altered or substituted and whether included in the

specifications or other document forming part of the contract or referred to in these conditions or

not which may be necessary for the purpose of satisfying or complying, with the requirement of

Engineer as to any matter as to which under these conditions he is entitled to be satisfied, or which

he is entitled to require, together with carriage hereto for and from the work. The contractor shall

also supply without charge the requisite number of persons with the means and things necessary for

the purpose of setting out the works, and counting, weighing and assisting in the measurement and

examination at any time and from time to time, of the works done, or materials supplied by him.

The Engineer at the expense and risk of the contractor may provide failing his so doing the same

and the expenses (of which the certification of the engineer shall be final) may be deducted from

any money due to the contractor under this contract or from his Earnest Money Deposit.

Page 84: MBBR Tender Document and BOQs_Haryana Govt

84

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

The contractor shall also provide at his own expense all necessary fencing and lights required to

protect the public from accident and shall assume all the liability for and indemnify the Engineer

against all actions or suits arising out of or in connection with neighboring owners or workmen

employed on the works. With the carrying of the works, whether such actions are brought by

members of the public, the contractor shall carry out the works conforming to the statutory and

other legal enactment’s applicable to them and gives all notices and pays all fees payable to local

authorities and others in respect of them. The contractor shall be responsible for the adequacy,

strength and safety of all shoring, strutting, curbing, bonding, brickwork, masonry, concrete,

permanent or temporary appliances, matters and things furnished by him for the purpose of this

contract.

4.1.4.2.Materials and plant of contractor

All materials brought by the contractor upon the site of the works shall be deemed to be the

property of the Government and shall not or any account be removed from the site of the works

during the execution of the works and shall at all times be open to the inspection of the Engineer.

The Engineer on the completion of the works or upon the stoppage of the works shall have an

option of taking over any such unused materials at prevailing market rates, with the provision that

the price allowed to the contractor shall not exceed the amount originally paid by him for the same,

as he (the Engineer) shall desire upon giving a notice in writing under his signature and within 15

(fifteen days) of the completion of the works to that effect, and all materials not so taken over by

the Engineer shall cease to be the property of the P H E D and the contractor shall have to claim for

compensation on account of any such material as aforesaid which are not so taken over by the said

Engineer unused by him (the contractor) or for any wastage in or damaged to any such materials.

4.1.4.3.Employment of an experienced site engineer

The contractor shall employ a site engineer of the rank of a Resident Engineer who is well

experienced in the type of the works he has to handle and shall have worked in similar such projects

earlier. He shall be well acquainted with all latest Indian Standards, codes of practice, and local

practices of construction and has good managerial qualities, capable of handling labour force

tactfully and extract good quality of workmanship and plant execution of works efficiently. He shall

be well conversant with specifications, construction equipment use, testing, inspecting and

supervising the works. He shall have good ability to guide his subordinates. His name and Bio-data

should be submitted along with the list of other key technical staff at the time of submission of bid.

In addition to this other technical staff shall have to be employed from time to time as directed by

the Engineer. Changes in staff will be upon the approval of engineer.

Page 85: MBBR Tender Document and BOQs_Haryana Govt

85

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

4.1.4.4.Contractor to Employ competent, agents and foreman

During the execution of the works and until the work is taken over by the order of the Engineer, the

contractors shall employ competent agents and such foremen as may be necessary for the proper

execution of the works (and when work is carried on day and night there shall be a foremen in

charge of each shift) who shall be engaged constantly on the work to ensure proper management

and efficient control.

4.1.5.5 Experience of Labour Force

The contractor shall employ in his pay roll only such workers who are well experienced in the trade

of job for which they have been employed. The engineer shall have full power to direct the

contractor to removed and engaged on work persons to do not possess any experience in the trade

and whose work is not satisfactory. If in the opinion of the Engineer a person is found to be

incompetent an experienced person to the satisfaction of the Engineer shall replace such person.

4.1.5.6 Working on Sundays and holidays and Night Work

Prior permission in writing should be taken from the Engineer-in-Charge to work on Sundays,

Holidays, during Nights and to work Overtime. No women labour should be engaged on works

during night work.

4.1.5.7 Conduct of Labour

The contractor is solely responsible for the peaceful and orderly conduct of labour in the

neighborhood of work site. The Engineer-in-charge shall have full powers to order the contractor to

prevent undesirable labour force from entering the work site. Further the Engineer has full powers

to ask the Contractor to remove from the site of the work any person who misconduct’s himself and

is undesirable at site.

4.1.5.8 Labour Welfare

All facilities to the welfare of the labour shall be provided by the contractor at own cost as per the

existing labour laws, and as described in the tender documents.

4.1.5.9 The contractor shall make all arrangement for supply of safe drinking, bathing and washing

water to the labour, at his own expenses.

4.1.5.10 . Adequate first aid and medical facilities shall be provided.

4.1.5.11 Proper, Separate toilet facilities for Men and Women shall be provided.

4.1.5.12 Protective accessories like gumboots, gloves, goggles etc. as found necessary shall be

provided to the laborers.

4.1.5.13 Caution lights

Page 86: MBBR Tender Document and BOQs_Haryana Govt

86

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

The contractor shall provide caution signs/lights near excavations, trenches, fencing etc. and

employ watchmen during nights and off working days and hours.

4.1.5.14. Safety of Workers

The contractor shall ensure that all precaution are taken to avoid accidents, by providing

scaffoldings, platform, etc. of adequate strength which can be safely take the loads of labour and

materials and shock loads, by properly bracing, tying and anchoring as necessary. No extra cost

shall be claimed for all the above safety works.

4.1.5.15. The contractor shall provide at his own cost, all safety requirements to the laborers

like fencing barricades, temporary crossings, bringing etc. to prevent accidental slips, falls, injuries

etc.

4.1.5.16. The contractor shall make his own arrangements for conveyance of materials and labor to

the work site by making if necessary any temporary paths, roads, accesses etc at his own cost.

4.1.5.17. Stud is to be purchased by the contractor for use on the works.

4.1.7. Drawings and specifications

4.1.7.1. Alteration in specification or drawings

The Engineer shall have powers, to make any alterations in, or additions to, the original

specifications, drawings and instructions that may appear to him to be necessary or advisable during

the progress of the works. The contractor shall be bound to carry out the work in accordance with

any instruction which may be given to him in writing signed by the Engineer and such alteration

shall not invalidate this contract. Any additional work, which the contractor may be directed to do

in the manner above specified, as the contractor on the same condition in all respects on which he

agreed to do the main work shall carry out part of the work. The time of the completion of the work

shall be extended if applied for by the contractor in writing in the proportion that the additional

works bears to the original contact work. The certificate of the Engineer shall be conclusive as to

such extension. And of the additional or altered works include any class of work for which no rate

is provided in this contract then such class of work shall be carried out at rates to be agreed upon in

writing between the Engineer and the contractor prior to the work being taken in hand.

The basis for fixing such rates shall ordinarily be the current schedule of rates, Provided always that

if the contractor shall commence work or incur any expenditure in regard there to before the rates

shall have been determined as before mentioned, he shall only be entitled to be paid in respect of

the work carried out or expenditure incurred by him prior to the date of the determination of the

rates as aforesaid according to such rate or rates as shall be fixed by the Engineer. In the event of a

dispute the decision of the Superintending Engineer shall be final.

Page 87: MBBR Tender Document and BOQs_Haryana Govt

87

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

If the additional or altered work for which no rate is entered in the contract or in the PWD Haryana

schedule of the rates is ordered to be carried out before the rates are agreed upon, then the

contractor shall within seven days of the date of receipt by of the order to carry out such works and

if the engineer does not agree to this date, he by notice in writing, be at liberty to cancel this order

to carry out such work and he carry out such works as he may consider advisable. Where however

the work is to be carried out according to designs, drawings and specifications provided to the

contractor by Public Health Engineering Division the alteration above referred to, shall be within

the scope of such designs, drawings and specifications appended to the tender.

4.1.7.2 Action where no specifications are provided

In the case of any class of work of which there is not mention in the specification, such work shall

be carried out in accordance with the instructions and requirements of the Engineer.

4.1.7.3 Deviations from drawings and specifications

No deviations or changes shall be made by the contractor himself without the expenses approval of

the Engineer, from the dimensions, sizes, material or workmanship specifications of works etc.

shown in the drawings, specifications, instructions issued on the same by the Engineer or his

authorized representative. All the works shall be executed strictly according to the drawings, and

specifications using best quality of raw and finished materials and best workmanship to the

complete satisfaction of the Engineer.

4.1.7.4. Copies of supply orders and other literature of articles procured from the trade.

Copies of supply order and other literature of articles procured from the trade shall be furnished to

the Engineer. The technical literature, dimensional and material specifications, guarantees of

materials procured from the trade along with operation, maintenance and installation manuals also

should be submitted to the Engineer in triplicate.

4.1.7.5 Shop drawings and schedules

Drawings showing workshop fabrications etc shall be submitted in advance and approvals shall be

obtained before commencement of works from the Engineer or his authorized representative.

However, the approvals shall not absolve the contractor from the responsibility of the performance

of the plant.

4.1.7.6 Workmanship

All civil, electrical, and mechanical works included in the tender shall be properly coordinated so as

not to wait for each other and shall be completed in time in a complete manner and handed over in a

perfect workmanship manner, in good working condition after testing to the complete satisfaction

of the Engineer.

Page 88: MBBR Tender Document and BOQs_Haryana Govt

88

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

4.1.7.7. Engineer’s rights in case of use of inferior materials, workmanship and plant.

The Engineer during the course of execution of the works shall have absolute powers here under to

order the following in written from time to time regarding the quality of the works.

• The discontinuance of the use of inferior quality of materials, which do not conform to the

specifications, and removal of the rejected material from the site of works forthwith.

• Stoppage of improper inferior and unsuitable plant used for construction, stoppage of inferior

workmanship. Improper construction methods etc.

• The re-execution of dismantled/rejected work(s) using fresh materials, labour, plant according

to the specifications laid down in the contract in case the contractor fails to execute the orders

the Engineer shall have powers to get the defective work rectified/re-constructed/replaced by

another agency and all the expenses on account of same shall be charged to the contractor and

are recovered from payments due to him or from payments due to him or from payments to

become due to him.

4.1.7.8 Setting out of works

The contractor is responsible for setting out the works as indicated in the Approved drawings and

instructions given in the regard and to obtain the approvals of the same from the Engineer or his

authorized representative before commencing the works. The contractor shall provide free of cost,

all facilities like labour, instruments, etc. and all cooperation to the Engineer to check all

dimensions, alignment level etc. This shall however not absolve the contractor of his own

responsibility of maintaining the accuracy of work.

4.1.8 Inspection, testing and miscellaneous

4.1.8.1 Access to the work

The Engineer-in-Charge, his superiors in Public Health Engineering Department or his authorized

representatives and consultants of the Engineer shall be provided with all facilities for access to the

site of works, lubrication shops, stores of materials, labor camps, testing shops and other premises

connected with the execution of works in any way at all time, for inspection, supervision,

examination of all related works.

4.1.8.2 Guarantees

Not withstanding the detailed drawings supplied and specifications given in the tender, the

contractor can not claim any relief from his responsibility towards the performance of mechanical

and electrical equipment and the whole functioning of the works for which it is intended. The

contractor is deemed to possess the above knowledge absolutely, before tendering without any

Page 89: MBBR Tender Document and BOQs_Haryana Govt

89

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

ambiguities or doubts which if any may be got clarified from the Engineer and then only submit this

tender.

4.1.8.3 Power and water required for construction/ testing

Contractors shall make their own arrangements for power and water required for execution and

testing of works at their own cost and the rates quoted shall be deemed to include all such

expenditure. The above required for testing shall also be the contractors responsibility.

4.1.8.4 Dewatering and extra work in foundations

Dewatering of foundation, trenches etc. shall not be paid extra over and above the rates quoted and

the rates quoted shall be deemed to be inclusive of the above items of work. Shoring and strutting

work required for excavation, excavation in difficult conditions of soil shall not be paid extra.

4.1.8.5 Existing utility Services

The contractor at his own cost shall protect the existing electric, telephone, water supply and

sewerage utilities if met with during excavations by properly supporting the same by singing or

otherwise as required at site, without allowing for any disruption of services. If any damage is

caused to the above said public utility services or any other properly the contractor shall be

responsible to make good the damages at his own cost to the entire satisfaction of the concerned

owner of such public utility service for private properly.

4.1.8.6 As built drawings

On completion of the works before issuing of the completion certificate by the Engineer the

contractor shall submit 3 (three) sets of drawings as built drawings. One will be on tracing cloth and

remaining on reproduction paper.

4.1.8.7 Site Clearance

No extra money will be payable to the contractor for removal of shrubs, debris, rubbish mounds of

earth or any such unevenness in the ground levels before commencement of the works. Similarly he

will remove from site above said materials and spoil and surplus materials as directed by the

Engineer and leave the site in a condition that is acceptable to the engineer as far as the cleanliness

of work site is concerned without any additional payment. His rates shall be deemed to include all

expenditure.

4.1.8.8. Except with prior permission in writing of the Engineer, the contractor shall not divert his

plant labor, materials to any other work. In granting such permission the Engineer may impose any

conditions as may be found necessary to ensure that no delays or interruptions are caused in

execution of the works under the contract. The contractor shall not be entitled to any compensation

Page 90: MBBR Tender Document and BOQs_Haryana Govt

90

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

resulting from such delays. Granting such permission shall not absolve the contractor from the

responsibility of completing the works as per time schedule specified in the contract.

4.1.8.8 Making available drawings and documents at site.

One set of drawings and all other documents relating to the works under contract shall be kept in

the site office and made readily available for discussions, examinations of the Engineer or his

representatives.

4.1.8.10.Decision of the Engineer-in-Charge

Except where otherwise specified in this contract, the decision of the Engineer-in-Charge for the

time being shall be final, conclusive and binding on parties to the contract upon all questions

relating to the meaning of the specifications, drawings and instruction herein before mentioned and

to the quality of workmanship and materials used on the work or as to any other question, claim,

right matter to things, whatsoever in any way arising out of or relating to the contract drawings,

specifications, estimates, instructions, orders or these conditions, or otherwise concerning the works

or the execution of failure, to execute the same, whether arising during the progress of the work or

after the completion or the sooner determination thereof of the contract.

4.1.8.11. Tests Inspection and rejection of defective materials and work

The contractor shall without extra cost provide samples and cooperate in the testing of materials

and inspection of work. The Engineer shall have access at all times to the places above materials

are being made for use under the contract, to determine that manufacturer a proceeding in

accordance with the drawings and specifications and to the place of work.

The Engineer may reject at any stage, any work, which he considers being defective in quality of

materials or workmanship and he shall not be debarred from rejecting, wrought materials by reason

of this having previously passed them in an unworked condition. Any portion of the work or

materials rejected shall be removed from the work site at the contractor’s expense after written

instructions to that effect by the Engineer for replacement of such work. In lieu of removing the

work or materials which are not in accordance with the contract, the Engineer may allow such work

or materials to remain, and in that case such work may be paid at the reduced rates as may be

decided by the Engineer.

The equipment shall be inspected and passed by the manufacture’s inspector. A certificate issued by

the manufacture’s inspection monitoring that the said equipment conforms to the required

specifications shall accompany each consignment. In addition, the Engineer or his representatives

shall be entitled at all reasonable times during manufacture and before dispatch of the goods to

inspect, examine and test on the contractor’s premises, the materials and workmanship of all

Page 91: MBBR Tender Document and BOQs_Haryana Govt

91

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

equipment to be supplied under the contract, and if part of the said equipment is being

manufactured on other premises, the contractor shall obtain for the Engineer, permission to inspect,

examine and test as if the said equipment were being manufactured on the contractor’s premises.

Such inspection, examination or testing if made shall not relieve the contractor from any obligations

under the contract.

The contractor shall give the Engineer thirty (30) days notice in writing of the date and the place at

which a plant will be ready for testing as provided in the contract, unless the Engineer shall attend

to the place so named within ten (10) days of the date which the contractor has stated in his notice,

the contractor may proceed with the test which shall be deemed to have been made in the

Engineer’s presence and shall forth with forward to the Engineer duly certified copies of the results.

The Engineer shall give the contractor 24 hours notice in writing of his intention to the tests.

The inspection and testing will be carried out generally as per Indian Standards for domestic

supplies and as per the relevant equivalent Standards prevailing in the country of manufacture for

imported supplies.

As and when any plant shall have passed the tests referred to in this article. The Engineer shall

furnish the contractor a certificate in writing to that effect. The contractor shall provide all facilities

(labor, material, apparatus, instruments etc.) for inspection and tests and such inspection and tests

will be free of charge to the owner.

4.1.8.12 Programme of Works: -

As soon as the letter of intent is issued to the contractor, he will submit to the Engineer his

programmed to complete the works by the time indicated in the contract, in the form of a bar chart

for review of the Engineer and make suggested modifications before his approval of the same. The

approved bar chart shall be diligently and strictly followed with a view to complete the works as per

schedule. The Engineer shall review the programme of works from time to time and he may modify

the same depending upon the exigencies of the work and stage of the works.

4.1.8.13 Patents rights etc.

The contractor shall fully indemnify the purchaser against all actions, suits, claims, demands, costs,

charges and expenses arising from, or incurred by reason of any arrangement for any letters, patent

designs, trademark or name, copyright or other protected rights in respect of any machine, plant,

work material thing or system or method of using, fixing, working or arrangement used or fixed or

supplied by the contractor but this indemnity shall not extend or apply to any action, suit, claim

demand cost charges or expenses arising from or incurred by reason of the use of the works or any

part thereof otherwise than in the manner or for a purpose contemplated by the contract. All

Page 92: MBBR Tender Document and BOQs_Haryana Govt

92

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

royalties and other similar payments which may have to be paid for the use of any such machine,

plant work, material thing, system or method as aforesaid (whether payable in one sum or by

installments or otherwise) shall be covered by the contract price and payable by the contractor.

In the event of any claim or demand being made or action or suit brought against the purchaser in

respect of any such matter or matters as a foresaid the contractor shall be duly notified thereof, and

he shall conduct all negotiations for the settlement of such claims or demand and such action of suit

shall also be conducted by him subject, if and as far as the owner shall think proper, to the

supervision and control of the owner through the officer duly authorized in his behalf.

4.1.8.14 Other Contractors

When two or more contractors are engaged on work in the same vicinity they shall work together in

a spirit of cooperation and accommodation. The contractor shall not take or cause to be taken any

steps or actions that may cause disruptions, discontent or disturbance to the works, labour and other

arrangements of other contract in neighboring and the project localities. In case of any difficulties

amongst the contractors, the Engineer shall direct the manner in which each contractor shall

conduct shall conduct his work so far as it affects others.

4.1.9 Discrepancies and adjustment of errors

The several documents forming the contract are to be taken as mutually explanatory of one another,

detailed drawings being followed in preference to small-scale drawing and the required dimensions

in preference to scale.

There are varying or conflicting provisions made in any document forming part of the contract, the

accepting officer, i.e. the Executive Engineer, Public Health Engineering Division-II, Karnal shall

be the sole deciding authority with regard to the intention of the document and his decision in this

respect shall be final and binding.

Any error in description in the bid of quantities or any omission there from shall not vitiate the

contract or release the contractor from the execution of the whole or any parts of the works

comprised therein according to the drawings and specifications or from any of obligations under the

contract.

If there are any discrepancies found in the tender documents and the same have not been clarified

before submission of the tender, the interpretation or clarification given by the Engineer is final and

conclusive.

4.2 Special Conditions of Contract

4.2.1 Contractor’s Design of Equipment

4.21.1. Contractor is advised to read carefully all chapters and give complete information

Page 93: MBBR Tender Document and BOQs_Haryana Govt

93

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

regarding his proposals, substantiating the same with calculations, drawings literature, with clear

reference to any standards adopted (which are not mentioned in the tender), in such manner that

there is no ambiguity or nothing is left to chance. All relevant information, so as to make the

proposal understandable shall be given. Vague remarks and remarks like “will be given later” are

not acceptable. If in the opinion of the engineer, the proposal is grossly incomplete, this will form

sufficient reason for complete rejection of the tender on technical grounds.

4.2.1.2. Contractor shall note that this is a lump sump rate tender. The bidder shall give rate

for complete work. However his proposals are subject to scrutiny and approval for unit wise / sub

unit wise progressive payments by the competent authority. He shall therefore take utmost

precaution to offer very standard equipment manufactured by only reputed manufacturers

(wherever the makes are specified, the same shall be offered).

However the bidder should note that after the tenders are opened, all modifications, corrections,

changes shall be carried out entirely to the satisfaction of the Engineer-in-Charge at no extra cost to

Public Health Engineering Department. The contractor shall not be allowed to change the price

quoted.

4.2.2 Equipment Guarantee

4.2.2.1 All the equipment supplied shall be guaranteed for two year from the date of commissioning

for completely trouble free performance. This two-year shall be considered as defects

liability period for such equipment supplied under this contract.

4.2.2.2 All the equipment installed shall be thoroughly tested at the time of commissioning the plant

and all initial defects shall be rectified to the entire satisfaction of the engineer. Damaged or

non-working parts shall be replaced at no extra cost to Public Health Engineering Division

Training of the Public Health Engineering Division-II, Karnal Haryana, and Staff before

Handling over the Equipment/Instruments.

As there is fair amount of automation specified, there will be very large number of small

components, which form units of equipment. In order that the Public Health Engineering

Division staff engaged on operations and maintenance becomes proficient in understanding

and handing the equipment correctly, the contractor will have to organize training

programmed in the manufacturers’ shops as well as on site during actual operation of the

plant.

For this purpose he will have to employ suitably qualified, trained personnel to carry out

this training. The training period is for 7 days after commissioning of the plant or for such

extra period before commissioning in the workshops.

Page 94: MBBR Tender Document and BOQs_Haryana Govt

94

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

A mutually agreed programmed shall be formulated during the execution, which will be

binding on the contractor.

Complete operation & maintenance files will be built up, preferably as additions to data files

prepared at the time of tendering. 6 (six) sets of such completed files shall be handed over to

Public Health Engineering Division-II, Karnal.

5.0.0. Third Party Inspection: -

PHED reserves the right to appoint any organization/ institution for checking of design, &

quality & quantity checks of works during currency of the contract including Operation &

Maintenance period & no additional cost shall be payable by PHED on this account.

Page 95: MBBR Tender Document and BOQs_Haryana Govt

95

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

PUBLIC HEALTH ENGINEERING

DEPARTMENT, HARYANA.

PART- II

BRIEF DISCRIPTION OF THE PROJECT, SCOPE

OF WORK , BOQ& TECHNICAL SPECIFICATIONS

FOR STP AT ASSANDH TOWN

Page 96: MBBR Tender Document and BOQs_Haryana Govt

96

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

SPECIFICATION AND SCOPE OF WORK:

The scope of the work under this DNIT includes

“Design, construction, erection, testing & commissioning of Intermediate Sewage Pumping

Station(IPS), Main Sewage Pumping Station 5.4 MLD (MPS), 5 MLD Capacity Sewage

Treatment Plant based on MBBR Technology (Attached Growth Process), effluent outlet

pipe, Transformer, Boundary wall, Staff Quarter, all contingent Electrical, Mechanical,

Piping & Instrumentation works at IPS, MPS and Sewage Treatment Plant complete in all

respect including Operation & Maintenance for 12 months during defect liability period &

three years thereafter at Assandh Town, District Karnal”

1.1. Concept : -

PROPOSED SEWERAGE SYSTEM IN BRIEF:

At present there exist no sewerage system in Assandh Town and the waste water through

sullage Drain is disposed of in low lying areas causing unhygienic conditions.

Since the water supply allowance is likely to be upgraded 135 LPCD as such proper waste

water collection and disposal system so as to ensure that sewerage or excreta and sullage

discharged from communities is properly collected, transported, treated to the required degree

and finally disposed off without causing any health or environmental problems, accordingly

water borne sewerage system is proposed to be provided along with adequate treatment facility

and final disposal of treated sewerage water.

The entire house hold shall be connected to internal sewer, intercepting sewer for collection of

sewage water and further transported through out fall sewer upto Main Pumping station located

near proposed water works and Assandh Drain. Sufficient land has been acquired near the MPS

for construction of Sewerage treatment plant and disposal of treated effluent in Assandh drain.

1.1. Proposed Site For Sewerage Treatment Plant:

The Site for the proposed STP & MPS has already been acquired near Assandh Darin.

The NSL at the proposed Disposal Works Site is 233.52 M & the water table during dry periods is

20 M below ground level.

1.2. Estimation Of Sewage Flow:

It is estimated that by the year 2040 the sewage flow from existing & proposed future developments

shall be approximately 5 MLD on the basis of present water supply. However the capacity of the

proposed STP has been taken as 5.4 MLD with a peaking factor of 3 times of the average flow.

Page 97: MBBR Tender Document and BOQs_Haryana Govt

97

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

1.3. Raw Sewage Characteristics:

For the design purpose for the proposed STP following parameters have to be adopted.

pH : 7 – 7.5.

TSS : 350 mg/L.

BOD5 : 200 mg/L.

COD : 400 mg/L.

Oil & Grease : 7 – 8 mg/L.

Total Coliform : 10^6 – 10^7 MPN /100 ml.

1.4. Treated Sewage Characteristics:

Following norms for discharge of treated sewage water are to be attained.

pH : 7 – 8

TSS : < 50 mg/L.

BOD : < 20 mg/L.

Oil & Grease : < 10 mg/L.

Total Coliform : < 10^3 MPN /100 ml if territory treatment followed by disinfection

is adopted.

The treated sewage shall be utilized for broad irrigation purposes adjacent to the proposed site.

1.5. Climatic Conditions: -

The climate in the area is marked by the semi – desert conditions:

- Temperatures close to the freezing point in winter & up to 46oC in summer.

- Low Humidity.

- Rainfall of about 500 mm per year.

- Dust storms in summer.

2.0. Plants Capacity of IPS, MPS and STP: -

2.1. Normal Conditions: -

The plants capacity is as follows: -

Capacity of the main treatment units

MPS IPS

Normal Operation period : 24 hours : 24 hours

Day discharge : :

Average Flow : 5.4 MLD : 1.4 MLD

Peak Flow : 16.2 MLD : 4.2 MLD

Page 98: MBBR Tender Document and BOQs_Haryana Govt

98

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

STP : 5 MLD :

Peak Flow : 15 MLD :

Sub soil water table to be used for designing. 20m below ground level : 20 M below ground level

NGL : 233.52 M : 232.68 M

FFL for buildings, M. : 234.12 : 233.5

Invert Level for incoming sewer, M. : 225.5 : 227.43

Invert sewer pipe, mmφ : 700 (RCC- NP3) : 400 (RCC- NP3)

FSL of Assandh Drain : 232.0 :

Bed Level : 230.82 :

3.0. Major Unit and Specification :

3.1 Intermediate pumping station :

The proposed IPS of 3.94M Dia Raw sewage sump along with Receiving chamber, Screening

chamber and access stairs case is located at Rehra Road so as to avoid excessive depth at the MPS.

The sewage of upper area is transported to the IPS by gravity sewer of 400 mm φ RCC NP- 3 pipe

at 227.43 M invert level. The IPS shall include the following units: -

a) Inlet & screen chamber.

There shall be one rectangular receiving chamber in two compartment constructed in RCC M – 30

with minimum sizes as out lined in attached sketch with 30 seconds hydraulic detention time at

peak flow of 4.2 MLD capacities for connecting raw sewage line with main pumping station screen

chamber.

Two coarse screening chambers / channel (one working & one stand by) each designed for 4.2

MLD capacity manually operated shall be provided. The material of construction for screen shall be

SS – 316 flat having 40 mm clear spacing between two bars each of 10 mm thickness & 50 mm

depth, designed at self scouring velocity not more than 0.8 m/sec. to remove suspended or floating

matters in sewage is to be provided. The screening material will be removed manually & lifted

above ground.

b) Main Pump sump: -

It shall be a circular structure constructed in RCC (M- 30) in continuation to screen chamber-having

capacity not less than 10 minutes hydraulic retention time at 4.2 MLD capacities. The inflow of

sewage from screen chamber in this sump shall fulfill the criteria of free fall & shall have sufficient

& suitably designed liquid depth over pumps for continuation pumping of sewage into out fall

sewer. This pump sump shall be covered with suitable openings with gratings for lowering, lifting

Page 99: MBBR Tender Document and BOQs_Haryana Govt

99

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

of pumps; gas release, for maintenance & movement of man & material. Each compartment of this

sump shall have CI, PVC coated foot steps/ rungs for access & maintenance.

The width & length of this sump shall be minimum as per the sketch enclosed or as required for

installation of pumps with delivery duct foot bend, guide rail with chain & for vortex free

operation.

c) Pipe & Valves gallery: -

This gallery shall have minimum 3.0 meters width open to sky constructed in RCC (M- 30)

adjacent & in front of pumps in sump with facility to drainage into sump & suitable for each pump

delivery line, NRV & Sluice valve manually (Geared) operated with dismantling joint between

NRV & SV & suitable extra space for movement for repair & maintenance of valves & common

delivery header.

d) Delivery header: -

The delivery line of each pump & common header with in the pipe & valve gallery shall be in CI/

DI double flanged & designed at velocity not more than the limits fixed/ free zed in technical data

sheets in this tender documents.

The rising main from above pipe & valves gallery to receiving chamber in horizontal may of CI/ DI

titan rubber joints.

3.2. Main Sewage Pumping Station: -

The proposed MPS along with Receiving chamber, Screening chamber and access stairs case is

located inside the STP premises. The sewage of the town is transported to the MPS by gravity

sewer of 700 mm φ RCC NP- 3 pipe at 225.5 M invert level. The MPS shall include the following

units: -

b) Inlet & screen chamber.

There shall be one rectangular receiving chamber constructed in RCC M – 30 with minimum sizes

as out lined in attached sketch with 45 seconds hydraulic detention time at peak flow of 16.2 MLD

capacities for connecting raw sewage line with main pumping station screen chamber.

Two coarse screening chambers / channel (one working & one stand by) each designed for 16.2

MLD capacity manually operated shall be provided. The material of construction for screen shall be

SS – 316 flat having 40 mm clear spacing between two bars each of 10 mm thickness & 50 mm

depth, designed at self scouring velocity not more than 0.8 MPS to remove suspended or floating

matters in sewage is to be provided. The screening material will be removed manually & lifted

above ground.

b) Main Pump sump: -

Page 100: MBBR Tender Document and BOQs_Haryana Govt

100

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

It shall be a rectangular structure in two compartments constructed in RCC (M- 30) in continuation

to screen chamber-having capacity not less than10 minutes hydraulic retention time at 16.2 MLD

capacities. The inflow of sewage from screen chamber in this sump shall fulfill the criteria of free

fall & shall have sufficient & suitably designed liquid depth over pumps for continuation pumping

of sewage into STP. The pumps in the sump shall be covered with suitable openings with gratings

for lowering, lifting of pumps; gas release, for maintenance & movement of man & material. Each

compartment of this sump shall have PVC coated foot steps/ rungs for access & maintenance.

The width & length of this sump shall be minimum as per the sketch enclosed or as required for

installation of pumps with delivery duct foot bend, guide rail with chain & for vortex free

operation.

c) Pipe & Valves gallery: -

This gallery shall have minimum 3.0 meters width open to sky constructed in RCC (M- 25)

adjacent & in front of pumps in sump with facility to drainage into sump & suitable for each pump

delivery line, NRV & Sluice valve manually (Geared) operated with dismantling joint between

NRV & SV & suitable extra space for movement for repair & maintenance of valves & common

delivery header.

d) Delivery header: -

The delivery line of each pump & common header with in the pipe & valve gallery shall be in CI/

DI double flanged & designed at velocity not more than the limits fixed/ free zed in technical data

sheets in this tender documents.

The rising main from above pipe & valves gallery to receiving chamber in horizontal may of CI/ DI

titan rubber joints.

There shall be two sets of manually geared operated sluice valves with chamber with pedestal &

head stock, one number for sewage supply to STP & other for by pass sump of minimum 30

seconds HRT at peak flow in RCC (M- 30) construction open to sky with railing, be provided with

minimum head of 3.0 M for disposal by gravity into by pass channel to be provided under separate

contract.

e) Main control room & Transformer Platform: -

The construction of RCC framed single storied building of size not less than 75 M2 for housing M.

C. P., HT/ LT Panels 40 M2, office cum laboratory 30 M^2, Toilet 5 M^2 other accessories. This

building shall have a porch in front of main entrance & shall full fill all the requirements of

National Building Code/ ISI or Haryana PWD. There shall be suitable sound proof enclosure for

Page 101: MBBR Tender Document and BOQs_Haryana Govt

101

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

duly fenced platforms for DG Set, Transformer & blowers with area as 28, 15 & 21 Sqm.

respectively.

3.3 STP

Receiving Chamber.

There shall be one receiving chamber constructed in RCC M – 30 with minimum 30 seconds

hydraulic detention time at peak flow of 15 MLD capacities with 500 mm free board & 350 mm CI

puddle flanged for connecting raw sewage delivery from main pumping station, 100 mm Ф CI pipe

with flanged sluice valve of same size for scouring during maintenance.

Screening / Screen Chamber.

Two screening chambers / channel (one working & one stand by) with one manual cleaning shall

provided, each designed at 15 MLD capacities. The material of construction for screen shall be SS

– 316 flat. The screening shall have 10 mm clear spacing between two bars each of 10 mm

thickness & 50 depth mm bars, designed at self scouring velocity not less than 0.8 M to remove

suspended or floating matters in sewage is to be provided.

There shall be a platform of 1.2 M wide all around the screen chamber with pipe railing, 0.9 M

wide RCC stairs for climbing up from ground level to platform shall be provided. Hot dip

galvanized or epoxy coated MS Chute for screening disposal up to tractor trolley level is to be

provided.

There shall be one number cast iron sluice gate at each inlet of the screen chamber with manually

operated gear for control of raw sewage in this Screen Chamber.

Grit Removal Chamber.

The grit particles in the sewage need to be removed to protect mechanical equipment from abrasion.

Two numbers (One working + one standby) manual grit chamber should be provided with adequate

capacity to store the grit between intervals of cleaning.

There shall be 2 numbers (one working & one stand by) Grit Channels / Chambers, operated

manually & mechanically, each designed at peak flow of 15 MLD be provided.

There shall be sufficient space for storage of one-day grit in each grit channel / chamber shall be

provided.

There shall be 1.0% slope towards the inlet of the grit channel for manually cleaned having a

hopper in the end with cast iron sluice valve of 200 mm diameter for withdrawal of Grit at a

suitable height in the tractor trolley for disposal.

Page 102: MBBR Tender Document and BOQs_Haryana Govt

102

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

There shall be 1.2 M wide platform all around the grit channel / chamber with pipe railing, & cast

iron rungs for going inside the Chamber be provided for cleaning & maintenance purpose.

There shall be a suitable platform for operation of 200 mm diameter sluice valve at the hopper of

Grit Chamber is provided for operation.

Proportional weir as flow control device to be provided in grit chamber

Distribution Box.

There shall be one number distribution Chamber of suitable size constructed in RCC (M-30) with

minimum 20 sec HRT at peak flow of 15 MLD with 500 mm free board with one no 100 mm

diameter CI double flanged drain pipe & a sluice valve for scouring shall be provided. There shall

be two numbers Sluice gates of suitable size shall be provided for regulating the flow to the MBBR

in case of parallel operation.

Moving Bed Biological Reactor (Aerobic Attached Growth Biological Reactor).

The bioreactor shall be designed to treat the sewage with aerobic attached growth moving bed

process.

There will be two streams of rectangular MBBRs (RCCM-30) in parallel of 50% capacity each.

Further each MBBR will be partitioned in two parts of equal capacity. The quantity of media in the

reactors will be as per design but not less than 25% of the reactor valume. The reactors of MBBR

shall be designed at 2 Kg s BOD5 /M^3 reactor volume / day. The bidder shall also include BOD5

load during peak flow of influent sewage for 4 hours additionally while designing volume of

reactor, media & air diffusion.

There shall be a one M wide platform with pipe railing all around the reactors & a RCC Stair

of 0.9 M width for approach.

Each reactor shall have minimum 200 mm diameter cast iron pipe connection with sluice valve in a

separate valve pit for scouring the reactors & each valve shall have extended rod with wheel for

operation & shall also CI rungs in valves chambers & as well in reactors for maintenance & shall be

connected to common pit or sump for drainage of reactors in to the main sump by gravity.

There shall be suitable piping arrangement with valves / gates for by passing or operating reactors

in parallel or in series.

The media shall be of virgin HDPE with 0.95 to 0.98 specific gravity non degradable & UV

stabilized. The material of media should be virgin. The media quantity shall be adequate to provide

sufficient surface area for maintaining the microbial strength as required achieving the quality. The

sample of media shall be drawn by a team of Superintending Engineer, Executive Engineer &

Page 103: MBBR Tender Document and BOQs_Haryana Govt

103

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

concerned SDE of Karnal circle. The sample so drawn shall be got tested from Shri Ram Testing

Laboratory / CIPET & the charges for the same shall be borne by the contractor.

The BOD5 loading on media shall not be taken more than 1.4 Kg s / 100 M^2 of surface area of

MBBR media / day for designing purpose.

The surface area of media to be used for designing purpose shall be considered not more than

500 M^2 / M^3, where as in actual it shall not be less than 600M^2/ M^3.

The oxygen requirement for BOD5 removal shall be considered not less than 1.2 Kg O2 /

kg s of BOD5 removed.

The air quality required shall be sufficient for maintaining minimum necessary dissolved

Oxygen as 2PPM at 200 C liquid temperatures & mixing conditions at 8000 MLSS which ever is

more. The air shall be supplied using positive placement rotary type air blower minimum

3 numbers (2W + 1SB) each of 50% capacity.

The diffusers used shall be suitable for coarse bubble air diffusion & for design Purpose the

O2 transfer efficiency shall be considered not more than 20 %. The air agitation or diffusion

is to be applied continuously to circulate the media & keep in suspension.

The entire piping for distribution of air in reactor shall be of SS – 304 material & diffusers of

EPDM/ Silicon, UV resistant material.

The RPM of blowers & motors shall not be more than 1500 RPM.

At the 2nd

reactor of each stream of MBBR a DO meter shall be provided to enable blowers to

maintain DO level not less than 2PPM using VFD (Variable Frequency Drive) controlled blowers

through PLC.

The entire piping for distribution of air in reactor shall be of SS – 304 material & diffusers of

EPDM/Silicon, UV resistant material.

Provision to maintain bio film carriers in reactor by providing media retention cylindrical

sieves of SS 316 suitably designed at peak flow with maximum 5 to 6 mm clear spacing between

two sieves Theses sieves may be wedge wire or mesh with supporting structure. The

configuration to be used shall be horizontally cylindrical sieves inserted in reactor wall at 30 to

50% submergence under the side water depth from rector one to reactor 2 & from reactor 2 to

a common pipe header of suitably sized pipe designed at peak flow at a velocity not less than 0.9

MPS leading to secondary clarifiers.

The approach velocity for computation of sieves area shall range between 0.006 to 0.009

MPS at peak flow & accordingly length & numbers of cylindrical sieves shall be calculated

Page 104: MBBR Tender Document and BOQs_Haryana Govt

104

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

The aeration system with diffusers shall be so arranged to provide a mixing pattern that causes the

media to be thoroughly mixed through the whole depth, width & length of the Oxic volume & shall

prevent media from floating at the tank surface or at corners of the basins. The shall be achieved by

spacing the diffusers with gaps between groups of diffusers in orders to create rolling action.

Note: The Bio Media, Aeration system & media retention sieves shall be guaranteed against

manufacturing defects for a period of minimum 10 years.

Distribution Chamber.

There shall be one no distribution chamber of suitable size constructed in RCC (M-30) with

minimum HRT of 20 second at peak flow for collection & distributing of the flow from MBBR to

the Secondary clarifiers with 2 Nos Sluice gates of suitable size at the outlet & inlet of distribution

Chamber for distribution & collection of liquid.

Secondary Clarifier.

There shall be one Clarifier of full capacity shall be of RCC (M-30) of suitable designed at 12 M^3/

M^2/ Day surface Loading & solids loading at average flow @ 70 Kg s/ M^2/ Day at 8000 MLSS

with Hydraulic retention not less than 3 hours & shall be provided with inlet CI pipe of suitable size

with central column & inlet drum of diameter not less than 10% of clarifier Diameter with

minimum 50 % submergence below liquid depth to achieve steady velocity throughout the cross

section of the tank & avoid turbulence.

These circular secondary settling tanks with peripheral driven, centrally supported MS Bridge

with suspended scrappers shall be provided having minimum 1.2 M wide walkway with 6mm

thick chequerred plate / grating.

This secondary settling tank shall have inside launders at the periphery of the Outer wall with V

notches of SS- 304 material for allowing 186 M^3/ M/ Day maximum weir loading as per data

sheet for collection of clarified water & the bridge shall have a suitable arrangement for scum

scrapping at the top of the water level with a separate launder inside the outer periphery wall with

separate pit & pipe for discharge of scum. The sludge hopper will be designed to collect the sludge

& allow moving towards drain pit with mechanical scrappers. The solids separated shall be drained

out with established frequency for further disposal. Preferable sludge so produced should be totally

digested. There shall be 250 mm diameter CI sluice valve with sludge decanting System, telescopic

type, for continuous sludge bleeding & scouring of the settling tank.

The Valve shall be installed in a separate pit with rungs as provided in the MBBR as above.

The clarified water is to be collected in a distribution sump of suitable HRT for flow in to effluent

channel by gravity.

Page 105: MBBR Tender Document and BOQs_Haryana Govt

105

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

a) Rotating Scraper Bridge And Accessories: -

The Rotating Bridge supplied by the Contractor shall generally be manufactured in steel, epoxy

painted and protected.

The rotating bridge structure shall incorporate a walkway having a minimum effective width of 120

cms, which shall be surfaced with M.S., 6 mm thick checked plates, painted black. The bridge shall

be designed to take its own dead weight together with uniformly distributed loading of 250 kg/ m2

over the full span and width of the walkway bridge and a moving point load of 500 kg. Maximum

deflection of the bridge under the specified loading shall not exceed 1/360th

of the span. The

positive camber shall be kept initially to compensate for the maximum deflection under dead

weight and superimposed loads.

The bridge shall be so braced as to limit lateral deflection to less than 80 mm measured at mid -

span under a full load condition.

The bridge shall have hand railing to both sides forming an enclosure at the center in between. The

finished height of the railing shall be 1 m above the walkway. Toe guards shall be provided and

secured around the bridge walkway, which shall not be less than 100 mm high and 5 mm thick.

The bridge structure shall be supported at the peripheral walls of clarification and & in center shall

be guide by means of central bearing assembly.

Oil fills and drain points, where applicable shall be extended to provide a convenient access for

filling and draining the system. Catch drains shall be provided under all oil and grease points to

prevent spillage from reaching the water surface.

The wheel carriage assembly shall be suitably proportioned to provide adequate stability to the

rotating bridge structure, whilst providing the suitable base for the motors, gearbox, driving and

idling wheels, shafts and bearings.

The bridge drive shall comprise of either (a) motor with reduction gear a chain sprocket or (b) a

geared motor. The assembly shall be rigidly mounted and shall be adequately rated for continuous

service in a Sewer water treatment works environment.

All lubrication points and all necessary provisions shall be made for routine maintenance and for

prevention of oil and grease spillage. A deflector shall be provided and fitted to the leading edge of

the driving carriage.

Scrapers shall be suspended and arranged to give continuous and progressive scrapping of the

configuration of blades shall be designed to carry sludge and deposited suspended solids from the

periphery of the tank and deposit it efficiently in the withdrawal hopper/ sludge pocket.

Page 106: MBBR Tender Document and BOQs_Haryana Govt

106

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

The number and length of individual blades shall be designed by the Contractor, but the depth shall

not be less than 300 mm and the thickness not less than 6 mm. Renewable fabric reinforced rubber

wearing strips of cross section not less than 12mm x 100 mm shall be fitted to each blade to provide

a continuous contact surface which is adjustable for wear. The material shall have hardness not

greater than 40 and be manufactured from well-proven compound.

Backing strips shall be fitted to give support to the fixing of the rubber wearing strips and the

assembly shall be secured by means of galvanized bolts. Appropriate washers shall be fitted

beneath all bolt heads and nuts.

The top connections shall permit the blades to follow slight undulations in the tank floor. The

bottom connections shall allow the blades to maintain contact with the floor throughout its length,

while accommodating slight variations in the radial plane of the tank floor.

The electrical supply to bridge drive motor shall be taken through a multi ring and slip ring

collector unit mounted in a fully water proof enclosure. The unit shall be fitted at the center of

rotation of bridge and shall be complete with all necessary support brackets, anti - rotation device.

A suitable means of lubrication shall be provided.

The slip ring assembly shall be mounted above the top level of the tank walls. Sufficient rings shall

be included to cover the motor supply and any ancillary circuits. Bridge drive and Flocculation

motors shall be of squirrel cage type, protected and shall be rated 25% above design duty.

All cables shall be connected to a termination box at the wall of the Clarifier. From there cables are

connected to the main control panel.

The bridge drive shall be controlled from an outdoor panel installed in the central part of the bridge.

The bridge drive shall be controlled from an outdoor panel installed in the central part of the bridge.

Material of Construction

Tank RCC

Feed Well SS-304

Bridge MSEP

Rake Arm SS-304

Vertical shaft / Center Cage SS-304

Blades SS-304

V-notch weir FRP

Squeegees Neoprene

Platform MS Chequerred Plate / Grating

Page 107: MBBR Tender Document and BOQs_Haryana Govt

107

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

Handrail 40 NB MSPVC Coated.

Vertical Post CI

Scum skimmer SS-304

Scum Box SS-304

Scum Baffle SS-304

Anchor Bolt

Fasteners – Under Water SS-304

Fasteners – Above Water SS- 304

Clarified water collection Chamber.

There shall be one no collection chamber of size suitable for HRT not less than 20 minutes of

average flow Constructed in RCC (M-30) for collection of clarified liquid from the Secondary

clarifiers & as well as for by passing the STP a suitably sized by pass channel constructed in RCC

M- 30 for disposal by gravity in to Assandh Drain with FSL as 232.0 & BL as 230.82.

a) Sludge blending & thickener.

The sludge from the secondary clarifier shall be taken in to sludge blending sump in RCC M30 of

minimum 2 hours HRT with aeration facility for sludge mixing with clarified water, been drawn

from clarified water sump under gravity, to ensure surface loading minimum as 12 M^3/ M^2/ Day

for sludge thickener & this blended sludge be pumped using non clog submersible pumps 2 units

(1W + 1 SB) in to sludge thickener.

b). Thickener

Thickener is a circular RCC construction in M-30 tank of suitable size designed at 30Kg s/ M^2/

Day Solids loadings. The excess sludge wasted shall be 0.3125 Kg / Kg BOD5 removed & excess of

TSS shall be considered as non-volatile solids with 4 hours loading for peak flow for design of

thickener with mechanical scrapper shall be provided for Concentration of Sludge from 1% to 3 to

3.5 %. The supernatants shall be collected in the launders outside/ inside the periphery of the tank

& thickened sludge shall be collected in a sludge tank of suitable size.

The sludge from this sludge pit shall be pumped on the sludge drying beds with the help of 2 no

suitably sized non clog screw pumps (one working & one stand by). Sludge consistency after

sludge thickener shall be 3.5%.The supernatants shall be collected in the launders outside / inside

the periphery of the tank & thickened sludge shall be collected in a sludge tank of 6 hours hydraulic

retention time with coarse bubble diffused aeration mixing facility.

Page 108: MBBR Tender Document and BOQs_Haryana Govt

108

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

The sludge from this sludge pit shall be pumped to the sludge drying beds with the help of 2

numbers suitably sized non clog screw pumps (1 w + 1SB) of Sludge consistency after sludge

thickener shall be 3.5%.

Thickener Mechanism (Central Driven Fixed Full Bridge Type)

The Thickener Mechanism shall be suitable for installation in RCC tank of specified size. The

mechanism shall comprise of the following main components:

� Bridge Superstructure spanning the tank diameter

� Drive assembly complete with drive head, chain & sprocket, geared motor etc.

� Feed Well

� Center Shaft

� Cone scraper

� Rake arms

� Tie rods for rake arms

� Plow blades & squeegees

� Weir plate

Brief Technical Specifications

Bridge Superstructure

The bridge shall span the entire diameter of the tank. The width of the walkway shall be minimum

1.2 M. The bridge shall rest on the clarifier wall at both the end. The bridge shall be of truss type

welded steel construction with walkway of gratings / chequerred plates for full of the bridge and

center platform. The truss bridge shall be provided with one row of handrail in the middle.

Drive Assembly with Drive Head

The central drive head shall rest on the bridge at the center. The drive head shall be coupled to a

geared motor through chain & sprocket and shall support the center shaft at the bottom for rotating

the rake arms.

Feed Well

A fixed feed well shall be hung from the bridge superstructure. The inlet feed pipe shall run under

the bridge up to the feed well.

Center Shaft

Page 109: MBBR Tender Document and BOQs_Haryana Govt

109

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

The center shaft shall be of SS welded ERW pipe and shall be attached to the output shaft of the

drive head. The center shaft shall be bolted to the drive head at the top and shall support the rake

arms at the bottom through a torque frame.

Cone Scraper

A cone scraper shall be attached to the bottom of the center shaft and shall serve to stir the sludge in

the bottom hopper.

Rake Arms & Tie Rods

Two sets of rake arms shall be attached to the center shaft torque cage in diametrically opposite

direction through a hinged connection. The rake arms shall be attached to the center shaft through

tie rods with provision for adjustment of inclination of the rake arms. Each rake arm shall be

provided with plow blades at the bottom and adjustable renewable squeegees for scraping of sludge.

Weir Plate

V-notch weirs of size 5mm thick x 150mm wide shall be provided along the periphery of thickener

for uniform draw-off of the overflow. The weir plate shall be fixed to the tank wall by means of

plate washers.

Inclusions

� All civil works along with anchor bolts, inserts etc.

� All electrical, instrumentation & cabling including motor starters.

� Inlet piping and sludge outlet piping

Material of Construction

Tank RCC

Feed Well SS-304

Bridge MSEP

Rake Arm SS-304

Vertical shaft / Center Cage SS-304

Blades SS-304

V-notch weir SS- 304

Squeegees Neoprene

Walkway MS Chequerred Plate / Grating

Handrail 40 NB MSPVC Coated

Page 110: MBBR Tender Document and BOQs_Haryana Govt

110

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

Vertical Post CI

Scum skimmer SS-304

Scum box SS-304

Scum baffle FRP

Anchor Bolt

Fasteners – Under Water SS-304

Fasteners – Above Water SS- 304

Sludge Drying Beds (Sdb).

Suitably sized Sludge Drying Beds constructed in Brick Work (1:5) with suitable drainage

arrangements have to be designed for one complete cycle of 10 days with sludge thickener as

above. The filter media shall conform to specification as laid down in manual of sewerage and

sewage Treatment Published by Govt. of India. The sludge thickness applied over sludge drying

beds should be 300 mm. There should be access of 4.0 M width from one side of every SDB. HFL

shall be 300 mm above formation level shall have 0.2 m free board. The bed of the sludge drying

beds shall be laid over LDPE film so as to avoid the seepage of sewage in the ground.

Effluent channel:-

Effluent channel shall be designed for carrying peak flow for the year 2040

(considering average flow as 5.4 mld) and it shall be sufficiently higher than the average ground

level so as to discharge in Assandh Drain by gravity. Effluent channel shall be constructed with

RCC M-30 supported over RCC columns. The length of effluent channel shall be 65 m.

Boundary wall:-

Boundary Wall, with RCC columns 9” x 9” spaced at 10 ft. c/c, 1.5 m high including

DPC beam 9” x 9” at DPC level. In between RCC columns above RCC beam, brick work 9” thick

will be done in 1:5 cement sand mortar with 40 mm topping. Boundary wall will be plastered on

both sides. Depth of foundation below DPC beam will be 450 mm including 80 mm thick PCC

1:4:8 and 450 mm wide. Steel in columns shall be 4 Nos. 10 mm dia vertical bars with 6 mm dia

rings @ 200 mm c/c. Steel in beam will be 4 Nos. bars of 8 mm dia with 6 mm rings @ 200 mm

c/c.

Page 111: MBBR Tender Document and BOQs_Haryana Govt

111

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

3.4 Miscellaneous.

A) All the reaction tanks / chamber/ SDB filtrate/ drainage shall be collected through a net work of

SW pipe sewer with RCC manholes with Ferro cement covers, PVC Coated rungs & connected to

MPS by gravity.

B) Entire piping used for inter connection shall be DI except inside MBBR reactors & inter

connection of MBBR reactors air pipes. Inter connected pipe of MBBR shall be MSEP out side

reactors & SS 304 inside the reactors for air.

C) The invert level at the outlet of the clarified water sump shall not be less than 233.00 M.

D) All inter connecting pipes & channels shall be designed hydro logically for peak flow.

E) All RCC structures should be M-30 designed mix with protective coating as required.

F) Internal lightning, exhaust fan, ceiling fan, cables, switchgears & other control equipment is in

scope of contract.

G) External lightning to be provided to ensure flux level as prescribed in National Building Code or

ISI at all the appropriate places such as walkways, structures; Main Gate etc. shall be in this scope

of work. 8 No. 250 W Mata Light shall be provided on building and STP for illumination.

H) Railing shall consist of 40 mm class B GI pipe & height of railing 0.9 M with vertical posts of

CI at distance of not more than 2.0 M.

I) All valves & Gates are manually operated.

J) Flow Meters, Low & High level indication with automatic on & off of all pumps & blowers with

pressure gauges at common header shall be provided.

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

M) HOT of minimum 0.5 Mt capacity shall be provided for Lifting and handling of screened

material, at MPS.

L) Ancillary works like indoor lighting, lightening protection, gangways, stairs, ladders, railings,

cable ducts, pipe ducts etc.

M) Tools and plants.

N) All incoming cables from control panel, all switchgears in control panel shall be provided. The

ducts and spaces in constructed area shall be provided.

O) Whenever there is an abrupt change in levels the side / boundaries of the land allotted shall be

neatly dressed with side slopes IV: 3H. Surplus earth, if any shall be disposed of as per directions of

the engineer in charge.

P) Some of these components may have interfaces with the existing treatment plants where

coordination will be required.

Page 112: MBBR Tender Document and BOQs_Haryana Govt

112

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

Q) Internal inter connecting roads on 3.75 M width in embankment consisting of 100 mm sub

grade 1:4:8 with concrete M: 20 grade 175 mm thick with kerb & channels on both sides having

suitable openings for disposal of drain water shall also be included in this contract.

R) Paved area of 50 M^2 minimum in front of blower room & main control room consisting of 100

mm sub grade1:8:16 with concrete pavement of M15 grade 80 mm thick with kerb & channels on

both sides having suitable openings for disposal of drain water shall also be included in this

contract.

3.5 Pumping Machinery: -

The pump shall confirm to the specification as mentioned under mechanical items. Each pump will

have independent suction pipe with sluice valve & an independent delivery pipeline with sluice

valve, Non Return Valve, Expansion/ detaching joint up to common header shall be provided. The

velocity in the suction pipe shall not be more than 1.8 M/sec & in the delivery it shall not be more

than 2.4 M/sec.

a) Submersible Raw Sewage Lifting Pumps:

There shall be 4No. (3W+1SB) of 58.4M^3/Hr. at 12 MWC Non clog submersible pumps at IPS

and 5 numbers (4 W + 1 SB) of 150 M3/Hr at 15 MWC non- clog submersible pumps of single

stage mono-block type shall be suitable for pumping all kinds of sewage / sludge storm water

containing long fibber, plastic, cigarette, solid admixes etc. The pump will be able to pass through

soft solids of minimum 100mm φ and capable of dealing with the sewage /sludge with specific

gravity of 1.03. For main pumping units speed shall be 960 RPM nominal. Impellers of two vanes

with solid handling capacity of 100 mm are suitable for selected duty parameter.

Specifications of submersible sewage pumps and other ancillaries for M.P.S. Main Disposal works,

Rewari.

S. No Pumps Details Quantity Capacity / Material Size

1 Non- Clog Submersible sewage

pumps.

As above

2 Liquid Sewage

3 Discharge for pump) : As above

4 Total head, MWC. : 15.

5 Specific Gravity 1.03

Page 113: MBBR Tender Document and BOQs_Haryana Govt

113

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

6 Liquid Temp. 0C max. 40

7 Pump motor HP/ RPM HP (To be provided by the

bidder considering 1000

RPM (Sync.) or 960 RPM

(Nom.).

8 Rated temp. O

C 40

9 Electric supply 3ph, 50 Hz 415 V± 10%.

10 Solid handling cap. In mm 100 mm

11 Efficiency of pump 65% or better.

Performance curve shall be

submitted.

Material of Construction.

1 Casing 2 to 2.5% Ni. C.I.

2 Impeller SS (CF8M)

3 Motor body CI

4 Seal cover C.I.

5 Shaft (Chrome Plated) EN 8

6 Fasteners / Foundation bolt SS- 316

7 Lower seals. SI Cr /SI Cr.

Scope of Supply:

Pump motor with cable for each pumping set as required.

Guide Rail system (for fixed type for installation): 5 Nos. SS (CF 8 M)

Guide pipe 5 sets as required.

Chain with shackles 5 Nos. In Stainless Steel, length as required.

Electrical panels including starter (Combined incorporating suitable starters for all Pump

Sets).

HOT for lifting & lowering of pumps of 2 MT shall also be provided.

b) Sludge Blending Pumps:

For lifting of Blended Sludge to thickener 2 Nos. (1W + 1SB) Non Clog Submersible Pumps of

suitable capacity shall be provided in the Sludge Blending Sump complete in all respects.

The pump shall confirm to the specification as mentioned above. Each pump will have valves &

specials as mentioned above.

c) Screw Pumps: -

For lifting of Thickened Sludge to Sludge Drying Beds 2 Nos. (1W + 1SB) Screw Pumps of

suitable capacity shall be provided in the Thickened Sludge Pump House complete in all respects.

The pump shall confirm to the specification as mentioned under mechanical items. Each pump will

have valves & specials as mentioned above.

Page 114: MBBR Tender Document and BOQs_Haryana Govt

114

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

3.6 Electric Supply: -

The Electrical works would cover the power distribution form the Metering Panel in the Sub-

station to the H.T panel & from HT panel to Outdoor substation and from there to Main LT

electrical panel and from there to respective local control panel of each pump house & from their to

each prime mover. The bidder should design the scheme & prepare his General arrangement &

SLD showing cable sizes & submit along with technical part of his offer on the basis of the

schematic and technical specifications for the various units and components given in E & M part.

The Supply Distribution Company shall provide the Electric supply at the MPS at 11 KV. The

scope of work shall cover but not restricted to the following: -

Supplying, Laying, Fixing & Jointing of suitable size Aluminum Conductor XLPE Cables from the

Metering Panel to 11 KV VCB Panel & from there to primary of suitable capacity Step down

Transformer.

Supplying & Installation of one Suitable capacity A11 KV VCB Panel suitable for fault level of

350 MVA at 11 KV with necessary controls & protections.

Supplying & Installation of 1 number Suitable rating 160 KVA at MPS and 63 KVA Transformer

at IPS out door type of 11 KVA/ 433 V Step down Power Transformer for running all prime

movers including stand by, Electrical & lightning load both at MPS, IPS and STP.

Providing independent feeder for running of the following prime movers at IPS, MPS & STP.

1) MPS : 4 Pumps.

2) Air Blower of 50% capacity : 2 no

3) Clarifiers. : 1 no

4) Thickener : 1 no.

5) Blending Pump. : 1 no.

6) Screw pump. : 1 No.

7) External & Internal Lightning load at MPS & STP.

PVC Insulated PVC Sheathed Aluminum Conductor 1.1 KV grade Armored Cables of suitable

cross section for connection between secondary of Transformer & the Incomer of Main Electrical

Panel & from starter feeders in Main Panel to the respective local control panels for various Pump

houses & prime movers.

Main Electrical Panel receiving supply from secondary of the Transformer, this shall also

incorporate the starter feeders for various Pump houses & prime movers & out going feeders for

Auxiliaries & for connection to APFC.

Page 115: MBBR Tender Document and BOQs_Haryana Govt

115

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

Automatic Power Factor correction Panel with suitable relays & capacitors banks, with cable

connections with the Main Electrical Panel shall be provided.

Batteries & Battery Charger shall be provided.

Earthling of all electrical equipments as per Indian Electricity Rules & Standards shall be provided.

3.7 Fire Safety Arrangements: -

Adequate numbers of ABC type fire extinguishers along with necessary set of sand buckets shall be

provided in the out door sub station, & Main electrical Panel room & Local Control Panel Rooms

of all pump houses to meet with the fire safety norms as per ISI/ FIRE SAFETY COUNCIL.

The number & capacity of fire extinguishers & Buckets provided in each area as above to

Meet with the norms should be specified in the technical bid.

3.8. First Aid Kit: -

Standard first aid kit shall be provided & kept in the administrative building.

3.9. Electricity Supply, Earthing and Lightning Protection: -

a) Earthing and Lightening Protection: -

Earthing shall be provided as per IS 3043 in separate pits for HV and LV. The overall earth

resistance shall be less than 1 ohm.

Lightning protection shall be provided as per IS 3043 using G.I. conductor of suitable size for all

buildings and tanks/reservoirs. The top most bar conductor shall be of gunmetal.

b) Lighting and Electrical Fittings: -

Outdoors floodlights on poles or suitable fixed on walls shall be provided for adequate lighting at

all water works units. The minimum illumination level shall be 15 Lux. At each unit there shall be a

15A waterproof outdoor socket for maintenance purpose.

Along Reactors, walkways and channels outdoor lights shall be provided at a spacing of 15 m on

poles or walls.

Indoor lighting shall be provided for all rooms of the plant according to the detailed electrical

specifications the minimum illumination level shall be as per the electrical equipment section. As

far as possible, all bulbs and lights shall be of the long life and energy saving type.

Lamps shall also be providing at each entrance of the buildings.

2 sockets of 5 A and 1 of 15 A shall be provided in all rooms of the control building and the

chemical house according to the instruction of the Engineer in Charge. Two three phase sockets

shall be provided in each pump house, alum room & sub distribution and circuit breaker panels

shall also be provided at suitable places in – and outdoor.

Page 116: MBBR Tender Document and BOQs_Haryana Govt

116

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

One ceiling fan each shall be provided in the laboratory, control room, each panel rooms, lobby &

the office room. The office cum laboratory room shall have at least 2 ceiling fans & the sweep area

shall be at least 1.5 m in diameter.

Except as specifically approved by the Engineer in charge, installation for conduits and lighting

fixtures shall be commenced only after all major services in that particular areas have been

completed. 5 A 3 pin receptacles with switches shall be provided on the light control switchboards,

whereas 15 A, 6 pin receptacles with switches shall be proceeded at skirting level.

Lighting panels shall be provided with labels indicating LPP number and O/G circuit feeder

numbers.

All lighting fittings, accessories and lamps should conform to relevant IS specifications and fire

insurance regulations and designed for 230 V + 10%, 50 Hz, single-phase system. The fitting shall

also conform to IS: 1913 – (General & Safety) requirements for electric lighting fittings.

All fittings shall be supplied complete with lamp. Fixture to be wired with 2 Nos. of 2.5 mm 2

single core wires shall have suitable terminals and conduit entry.

Fixtures to be wired with 2 core 2.5 mm 2, 1.1 KV grade PVC insulate armored cable shall be

provided with suitable cable glands. Each lighting fixture shall be provided with and earthing

terminal for connection of the earthing GI wire of 14 SWG.

Wiring: Wiring with 2.5 Sq m Copper conductor cable (IS: 694) of category II and approved make

in 16SWG steel conduit pipe including laying the earthing bare aluminum conductor of size 2.24

mm dia conduit fittings switch, ceiling rose/Bakelite holder, round tile, 20 SWG metal box with 3

mm sun mica sheet with Bakelite base making connections etc.

Boxes: MS Powder quoted under ground boxes of 12.5 mm, thick of up to 50mm depth in side the

wall making recess of required size and making good the same with cement plaster including anti

termite paint. Sheet to use should be Bakelite sheet 6mm thick, holes to be made for switches etc.

with bras washers.

3.11. Operation and Maintenance Service: -

The Contractor shall operate and maintain the entire IPS, MPS and STP including all electrical &

mechanical components provided under the contract during the defects liability period of 12 months

& three years thereafter.

He should carry out preventive maintenance & replacements of defective equipments &

components till handing over of the IPS, MPS and STP complete.

The tasks of the Contractor shall be: -

Page 117: MBBR Tender Document and BOQs_Haryana Govt

117

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

- Operating IPS, MPS and STP, all Pumping sets, electrical components round the clock as per the

incoming sewage flow received at the IPS and MPS.

- Cleaning of screen chamber at IPS, MPS and STP, Collection and disposal of dried Sludge from

Sludge drying beds, Screens & lifting of the screened material & Dried Sludge & storage/ disposal

of the same in a safe & hygienic way outside the battery limits of STP site as per the instructions of

Engineer in Charge.

- Keeping the down time of any equipment as low as possible.

- Maintaining all the plant & machinery and tools and making necessary repairs.

- Technical and administrative monitoring of the IPS, MPS and STP;

3.12. Testing and Commissioning: -

The equipment for the treatment plant shall be tested in the factory and under operating conditions

during the commissioning period. Smaller equipment and standard equipment can be accepted

against quality control certificates. During commissioning, the equipment individually and as part

of the whole plant shall perform according to the performance, quality and capacity parameters laid

down in the tender documents & contractor shall arrange collection of samples & testing of the

same from any approved laboratory of any concerned Pollution Control Board at his cost during

commissioning & there after regularly as per the requirements of PHED, Haryana for obtaining

NOC from Pollution Control Board, beside regular testing & maintaining record in the laboratory in

STP

Raw Sewage is available at the plant site. Testing and commissioning of the plant can be started

after completion of the work.

3.13 Equipments:-

On-Line DO controller system for VFD-2 Nos. is MBBR (I&II) shall be provided.

Page 118: MBBR Tender Document and BOQs_Haryana Govt

118

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

5.0. List of recommended makes: -

S. No. Item Make

1. Non – clog

submersible pumps.

Kirloskar Brothers Limited (KBL)

Mather & Platt (I) Ltd. (M& P)

Pullen or AQUA

WPIL WPIL

KSB

GRUNDFOSS

KISHOR

MODI

2. L.T. Motors Kirloskar Electric Co. Ltd. (KEC)

New Government Electric Factory Ltd. (NGEF)

Bharat Bijlee

Siemens India Ltd. (Siemens)

Crompton Greeves Ltd. (CGL)

Jyoti (Jyoti)

General Electric Co. Ltd. (GEC)

3. Sluice Valves Kirloskar Brother Ltd KBL

Indian Valve Co./VAG IVC / VAG

4. Sluice gates. JASH/ Oriental / Upadhyay / VAG

5. Non Return Valves Kirloskar Brother Ltd. KBL

Indian Valve Company IVC / VAG

ADVANCE

6. Exhaust Fans Bajaj Electronics Ltd. Bajaj

Crompton Greaves Ltd. CGL

General Electric Co. Ltd. GEC

7. Pressure Gauge Bells Controls Bells

Forbes Marshal JNM

H. Guru Guru

Manometer India Ltd. Mano

Page 119: MBBR Tender Document and BOQs_Haryana Govt

119

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

8. L.T. Switchgear GEC, L&T, Siemens, BCH.

9. LT Cables. CCI/ Finolex/ Siemens / Gloster.

10. Sanitary wares. Hindustan/ Perry ware.

11. Air Blowers. EVEREST/ SWAN/ WELCOME/

BEETA/ KAY.

12. SCREW PUMPS. ROTO/ INFINITY

13. DIFFUSERS WELCOME / MM AQUA/ HYPER/

ABS/ REHAU

14. Flow Meters. Forbes Marshal/ Endress & Hauser/

Toshniwal

15. Level Switch Trac/ Techno/ Toshniwal/ EEPL

16. Laboratory

Equipments.

Toshniwal/ Systronic/ Philips/ Errition/

TECHNICO / HACH

17. Computers. IBM/ HCL/ COMPAC/ LENOVO/

SONI

18. Printer. HP/ CANON

19. Split AC. LG/ VOLTAS/ CARRIER

20. Switches SIEMENS / L & T/ Cutler-Hammer /

GE Alstom

21. HRC Fuses Schneider India/ C & S

22. Contactors SIEMENS / L & T/ Cutler-Hammer /

GE Alstom

23. Bimetal O/L Relay

SIEMENS / L & T/ Cutler-Hammer /

GE Alstom

24. Thermostat Relay

L & T/ Cutler-Hammer

25. Control Fuses L & T/ GE Alstom

26. Push Buttons Siemens/ L&T/Concord/Cutler-Hammer

27. Indicating Lamp

Siemens/ L&T/Concord/Cutler-Hammer

28. Timers Siemens/ L&T/Cutler-Hammer

29. C.T.S.&P.T.S Siemens/ AEP/ Pactil/ Kappa

Page 120: MBBR Tender Document and BOQs_Haryana Govt

120

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

30. Outdoor

Transformer/ HT

Panel

: GE ALSTONE/ CROMPTON

31. Indicating

Instrument

AEP/ Meco

32. Protective Relays

Asia Elect/ Brown Bowery / Easun/

Rerolley/ GE Alstom

33. Terminals Elmex/Essen

34. MCB Standard/ Crompton /MDS

35. MCCB SIEMENS / L & T / GE Alstom

36. IDMT Relay GE Alstom

37. Wires/ Cables. Asian/ ICC/ CCI/ Universal/ Finolex/

Ford Closter

38. Diesel Generating

Set

Engine. Cummins/ KOEL/ Greaves Cotton

Alternator. Crompton/ Jyoti/ Stamford.

HOT/ Monorail with

trolley.

Brady/ ELDROF/ HERCULUS/

Fire Extinguishers. SAFEX/ NEW AGE/ FIRE AXE

BATTERY. EXIDE/ PRESTIGE STANDARD

39. CEMENT JK/ ULTRA TEC/ AMBUJA/

GRASIM/ACC

40. STEEL (TMT) TISCO/ SAIL/ RINL / IISCO

41. HOT Crane INDEF

Page 121: MBBR Tender Document and BOQs_Haryana Govt

121

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

6.0 TECHNICAL SPECIFICATIONS FOR ELECTRICAL WORKS: -

General Electrical Requirements and Technical Specifications for Electrical Works.

Provisions: -

Other applicable sections including the general and special conditions of these specifications

become a part of the electrical requirements as if repeated in this section.

Work Included: -

The contractor shall provide all the required labor, project equipment and material tools,

construction equipment, safety equipment, transportation, test equipment and satisfactorily

complete all the electrical work shown on the Schematic Drawings and included in these

specifications provided and install wiring for the equipment that will be furnished and installed as

per the sections of these specifications.

Quality Assurance:

All the electrical equipment and materials including their installations shall conform to the

following applicable latest codes, standard & revisions.

1. Indian Electrical Rules 1956.

2. The Electrical Supply Act of 1948.

3. Fire Insurance Regulations.

4. Regulations laid down by the Chief Electrical inspector of State

5. Regulations laid down by Factory Inspector of State

6. Indian Standards Institution

7. Factory Act

8. Any other Regulation lay down by the other local authority.

Contractor Responsible for Supply of Equipment and Materials:

If during the period of erection the contractor or his workmen damage any part of the building

structure or materials the contractor shall be completely responsible for the damages and he will

have to make rectification / replacement at his own cost.

Damaged Products:

The contractor shall notify the Engineer In charge in writing in the event that any equipment or

material is damaged.

Page 122: MBBR Tender Document and BOQs_Haryana Govt

122

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

Repairs to damaged products shall not be made without prior approval by the Engineer-in-Charge.

Variances:

In instances where four codes are at variances, the more restrictive requirements shall apply.

The contractor shall obtain and pay for the required bonds, insurances, licenses, permits and

inspections and pay all taxes, fees and utility charges that shall be required for the electrical

construction work. The contractor shall obtain at his own expenses the necessary certificate for the

approval of the total work carried out from the Chief Electrical Inspector Haryana Chandigarh and

DHBVN / Electricity Distribution Company.

Contactor Responsible for Supply of Equipment and Materials:

If during the period of erection the contractor or his workmen damage any part of the building

structure or materials, the contractor shall be completely responsible for the damages and he will

have to make rectification / replacement at his own cost.

Project Drawings :

The scope of work & specifications for electrical works are to govern the general layout of the

complete construction except where special details are used to illustrate the method of installation

of a particular piece of type of equipment or material. The requirements or description in these

specifications shall take precedence in the event of conflict.

Location of equipment inserts anchors, motors panels, pull boxes, manholes, conduits stub ups

fittings, lighting fixtures, power and convenience outlets, exterior lighting units are approximate

and the contractor shall be responsible for field verification of scale dimensions of drawings. No

extra charges will be allowed for field adjustments, wiring changes, conduit rerouting or additions

needed to complete the installation and produce satisfactory operation of all equipment. The

contractor shall review the drawings and specifications of other trades and shall include the

electrical work that shall be required for the installation.

Should there be a need to deviate from the schematic and specifications the contractor shall submit

written details and reasons for all changes to the Engineer-in-Charge.

Shop Drawings :

Page 123: MBBR Tender Document and BOQs_Haryana Govt

123

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

After the award of the contract the contractor shall submit for the Engineer-in-Charge's approval. 3

Copies of the required manufacturer's shops drawings including complete schematic wiring

diagrams for the electrical equipment as indicated in this section and the drawings a complete

descriptive materials list that includes all other products required for the installation detailed

installation drawings for all material and equipments.

Job Conditions:

Site Investigations :

The contractor can visit the project site prior to submitting his bid and carefully inspect all areas

and become acquainted with the existing conditions.

Contract Bid :

The contractor shall evaluate all job conditions that affect the construction work for the project.

The base bid shall include the total cost for all the electrical work required by the tender documents,

site investigations and all other contract expenses.

Construction Power:

The contractor shall make at his own cost the required arrangements with the DHBVN for the

required construction power.

When required the contractor shall provide all equipment materials and wiring in accordance with

the applicable codes and regulations.

Upon completion of the project all temporary constructions power equipment material and wiring

shall become salvage and shall become the property of the contractor and be removed with prior

permission of Engineer In charge.

Service Manuals :

Seven copies of all service manuals shall be furnished with the respective equipments & shall

contain all necessary data for operation and maintenance of the equipment. A recommended spare

part list shall also be furnished with the manual. A complete set of relevant drawings shall be folded

and inserted in each manual.

Equipment and Materials :

Page 124: MBBR Tender Document and BOQs_Haryana Govt

124

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

Contractor shall provide the equipment and materials that are required to complete all the electrical

works outlined in this section and/ or as may be required for satisfactory operation.

Incidental items not included in the tender specifications that can legitimately and reasonably be

inferred to belong to the electrical works shall be provided by the contractor at no additional cost to

the PHED, Haryana. The decision of the Engineer-in-Charge in this matter shall be final.

All equipment and material shall be new latest design and standard products of established

manufacturers. For uniformity only one manufacturer shall be accepted for each type of product.

Contractor shall provide adequate and protective storage for all equipment and materials during the

construction work. The contractor is responsible for its safe custody for his materials at site.

Standard of Quality :

Products that are specified by manufacturer trade name or catalogue number establish a standard of

quality and do not prohibit the use of other equal manufacturers when they are approved by the

Engineer-in-Charge in case of force major condition.

Inspection:

Engineer- in Charge or his representative shall inspect the material before despatch to site of work.

The Engineer-in-Charge shall inspect the fabricated equipment at the factory before shipment to job

site. The contractor shall notify the Engineer-in-Charge sufficient in advance so that inspection can

be arranged at the factory.

Inspection of the equipment at the factory by the Engineer will be made after the manufacturer has

performed satisfactory checks adjustments tests and operations.

The equipment approval at the factory only allows the manufacturer to ship the equipment to the

project site. The contractor shall be responsible for the proper installation and satisfactory start-up

operation f the equipment in accordance with the manufacturer's requirement and to the satisfaction

of the Engineer-in charge.

Execution: -

Requirements:

All electrical installations shall conform to the codes and standards outlined in this section.

Workmanship

Contractor shall assign a competent representative (Licensed Supervisor) who shall supervise the

electrical construction work from beginning to completion and final acceptance.

Qualified craftsmen who have had experience on similar projects good workmanship shall be

provided for all installations shall perform all labor.

Page 125: MBBR Tender Document and BOQs_Haryana Govt

125

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

The contractor shall ensure that all equipment and materials shall fit property in their installations.

Any required work to correct property fitted installations or defective material shall be rectified or

replaced by the contractor at no additional expense to the P. H. E. Department Haryana.

The Engineer or his representative will have the power to omit add, modify or adjust during stages

of erection of any items of work as may be necessary or expedient for the work No claim for

compensation or damage will be entertained on the account of such changes.

The contractor shall be absolutely and solely responsible for damages due to accidents injuries or

losses occurring to any person and property by his sub contractors agents or employees in the

execution of the work.

Excavation and Backfill: -

Provide the excavations for electrical equipment foundations and trenches for conduits as specified.

Exercise caution during all excavation work and avoid damage to existing under ground

pipes/cables.

Concrete: -

Where shown on the drawings provide the required concrete installations or conduit encasement

and equipment foundations.

Securing Equipment:

The contractor shall provide the required insets bolts and anchors and shall securely attach all

equipment and materials to their supports.

Cutting Drilling and Welding: -

The contractor shall provide the required cutting drilling and welding etc. that shall be required for

the electrical construction work.

Cutting and drilling structural members shall not be permitted except when approved by the

Engineer-in Charge. A core drill shall be used wherever it is necessary to drill through concrete or

masonry.

The contractor shall provide the required welding for equipment supports conduits and fittings shall

not be welded to structural steel.

Card holders and cards shall be provided for circuit identification in panel boards card holders shall

consist of a metal frame retaining a clear plastic cover permanently attached to the inside of panel

door and list of circuits shall be type written on card circuits description shall include name or

number of circuit area and connected load.

Junction and pull Boxes and Hand holes shall have covers stenciled with box number when shown

on the drawings Data shall be lettered in a conspicuous manner with a color contrasting to finish.

Page 126: MBBR Tender Document and BOQs_Haryana Govt

126

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

Tags shall be attached to all conductors passing through junction and pull boxes and/ or manholes

and hand hoes circuits phase and voltage shall be indicated. Tags shall be pressure sensitive plastic

or embossed self attached stainless steel or brass ribbon covers for pull boxes and hand holes used

in high voltage systems shall be labeled "High Voltage".

Switch plates in designed areas shall be suitably engraved with a legend showing function or areas

when required by codes or shown on the drawings.

Clean-Up: -

Upon completion of the electrical work the contractor shall remove all surplus materials rubbish

and debris that accumulated during the construction work. The entire area shall be left neat and

acceptable to the Engineer-in-charge.

Safety: -

Contractor shall provide guards gangplanks railing barriers lights caution signs and other equipment

of materials that are required for the safety of people who are in the project area.

Equipment and Raceway Identification: -

All main items of electrical equipment such as substations high voltage switch gear and motor

controllers motor control centers panels' transformers, starters etc shall have an etched metal or

laminated bakelite nameplate identifying these pieces of equipment and securely mounted on the

equipment by screws. All switched and circuit breakers in high voltage and distribution boards shall

be identified as to the specific load being fed provide 50 cm x 70 cm "Danger High Voltage" signs

at all high voltage installations in accordance with IS requirements.

Adjustments and Tests: -

The entire electrical installation shall be tested adjustments made and defects corrected as an

obligation under the work of the section. Work shall include furnishing the necessary instruments

and material and the cost of replacement or repairs "on damage due to failure under test".

Devices and equipment shall be checked for correct functional performance in accordance with

apparatus rating operating sequence and code requirements. All motors shall be checked and

adjusted for correct direction of rotation loading of circuits and feeders in panel boards shall be

checked and balanced provide eight copies above data for approval.

Guarantees: -

All the equipments materials and workmanship shall be guaranteed as outlined in Division.

Standard Design Drawing: -

The standard drawings forming a part of the contract documents are attached.

Page 127: MBBR Tender Document and BOQs_Haryana Govt

127

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

Technical Specifications for Electrical Works: -

With reference to the scope of work for electrical items given above & technical specifications are

given below for the electrical works to be carried out with reference to the power distribution

system and components details provided in single line diagram. The bidder should prepare his

technical bid and prepare his estimate for electrical works strictly with scope of work &

specifications & ensure performance of all the components & system as a whole to meet with the

requirements.

PUBLIC HEALTH ENGINEERING DEPARTMENT shall provide the Electric supply at the water

works sub station of 11 KV. The scope of work shall cover but not restricted to the following: -

11 KV VCB PANEL: -The VCB Panel shall meet the following requirements: -

Type. : Indoor Cubical/ Draw out type/ motorized

Number of Panels. : Single.

Degree of Protection. : IP- 52.

System Rated Voltage. : 11 KV

System Maximum Voltage. : 12 KV

Frequency. : 50 HZ.

Insulation level.

a) 1.2/ 50 micro second impulses withstand. : KV Peak.

b) One minute power withstands Voltage. : 28 KV

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

Short time current for one second. : 25 KA/ms

Breaking Capacity (Symmetrically) : 350 MVA

Rating Making Capacity. : 62.5 KA Peak.

Total Breaking Time. : 7 Cycles (Max)

Control Circuit. : Power Pack of 110V AC to DC.

Space Heating & Illumination Lamp. : 230 AC

Potential Transformer. : 11000/ 3: 110 3 (one) Accuracy1.0

Current Transformer. : Twin core; One for metering & other for protection. Ratio 30/ 5 - 5

Accuracy 5L for Protection, 1.0 for metering

Metering. : Ammeter. Voltmeter, KW/ Hr., PF, HZ.

Protection : Earth fault & over current CDG61 GE Alstom make

TRANSFORMER: -

The Transformer shall confirm to the following requirements: -

Page 128: MBBR Tender Document and BOQs_Haryana Govt

128

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

Type. Distribution Transformer.

Location. : Out door.

Rated Continuous out put. : 400 KVA

Tap Changer : Off Load

Standards : IS0 2062

Tap Changer Range. : - 10% to +2.5%

No. Of Steps. : 5

Variation per step. : 2.5%

Cooling : ONAN

No. Of Phases.: 3

Frequency. : 50 HZ.

Connection : Delta/ Star

Vector Group. : DY n 11

Ambient Temperature. : 50 0C

Temperature Rise (Oil) : 45 0C

Temperature rise winding : 55 0C

Windings : Copper, Double

Fittings : The Transformer shall be complete with all standard accessories including

following: -

: Oil Temperature Indicator.

: Windings Temperature Indicator.

: Off Load Tap Changer.

: Cable Boxes for Hl/ LT connections.

: Radiator.

: Marshaling Box.

Maximum Flow Density. : 1.8 w b/ m 2

LT PANEL: -

Type. : Indoor Floor Mounting Pattern.

Degree of protection. : IP- 52

Supply System : 415 V 3 Phase; 50 Cycles AC.

Maximum System Voltage. : 433 10%

Bus Bar material. : Copper

One minute power frequency voltage. : 2.5 KV (Power Circuit) & 1.5 KV (Control Circuit)

Page 129: MBBR Tender Document and BOQs_Haryana Govt

129

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

Reference Ambient Temperature. : 50 0C

Maximum Temperature of Bus Bars : 85 0C

Short Circuit withstand (One second) : 50 KA

Thickness CRCA Sheets

a) Doors. : 2.0 mm

b) Cover. : 2.0 mm

c) Frame. : 2.0

Earthing Bus : Copper 40 x 5mm.

Minimum Clearances.

a) Phase to Phase. : 25.4 mm.

b) Phase to earth. : 25.4 mm.

INCOMMING FROM MAINS: -

1 set 800 A draw out type 4 Pole ACB with over load, short circuit, earth fault protection &

metering with Voltmeter, Ammeter, CTs, KW/ HR meter & PF meter.

BUS BARS: -

800 A 415 V 3 Phase 50 KA 50 HZ Copper Bus Bars.

INCOMING FROM D. G. SET: -

2 sets of suitable Ampere rating Draw OUT Type 4 Pole ACB with over load, short circuit, earth

fault protection & metering with Voltmeter, Ammeter, CTs, KW/ Hr. Meter & Frequency meter.

INCOMING FROM D.G. SET:-

1 set of suitable Ampere rating Draw OUT Type 4 Pole ACB with over load, short circuit, earth

fault protection & metering with Voltmeter, Ammeter, CTs, KW / Hr. Meter & Frequency meter.

OUT GOING: -

- Adequate numbers of sets of outgoing feeders for motors each equipped with TP MCCB of

adequate rating to suit the motor capacity, DOL, Star/ Delta or Automatic Auto Transformer Starter

module with required AC Contactors, Timers, Relays.

- 1 Set of out going feeder for APFC Panel equipped with suitable ATP MCCB.

- 2 Set of outgoing feeder for Auxiliaries & Lighting Loads each with suitable 32 ATPN MCB.

- 2 sets of blank spaces to be kept for any future expansion.

- 2 Incomer ASCBS shall be Interlocked in a manner that at any stage; only one of 2 feeders can be

switched ON.

AUTOMATIC POWER FACTOR CONTROL PANEL: -

Page 130: MBBR Tender Document and BOQs_Haryana Govt

130

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

The Automatic Power Factor Control of suitable KVAR rating suitable for automatic operation and

control of Power Factor with in the set limits, free standing floor mounting type made out of 14 G

CRCA Sheet steel powder coated with channel iron base frame suitable for operation on 3-phase, 4

wire, 50 Hz equipped with the following: -

Incoming: -

1 set equipped with 250 A MCCB, PF meter, APFC Relay suitable for sequential operation of 8

capacitor banks.

Outgoing: -

Adequate sets of 32A 415V power contactors with fuses.

Adequate sets of 63A 415 V power contactor with fuses.

Capacitors Banks: -

Adequate sets of suitable rating.

LT Panel capacitor Banks shall be mounted in the separate LT Panel Board.

Battery & Battery Charger: -

Type of Battery : Lead Acid Indoor Type.

Voltage. : 30 V

Capacity at A/ Hr. rate. : 40

Nom. Cell Voltage. : 2V

Battery Charger. : Combined booster & trickle charge for 30 V Battery.

Power Supply. : 230 V; 1 Phase, 50 HZ.

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

METERING PANEL

Supply, erection, testing and commissioning of 11KV Indoor H.T Metering Panel complete with

suitable CTs, PTs and 3 phase, 4 wire Digital Electronic KWH Meter with accuracy class of 0.5 as

per requirement and approval of DHBVN, consisting of the following: -

Cubical Panel Box of minimum size 700mm x700mm x1500mm free standing, floor mounting type

made out of 14 SWG CRCA sheet steel powder coated with epoxy coated channel iron base frame.

3 Nos 11 KV CTs 30/5 Amp, 5 VA Burden, 0.5 accuracy suitable for indoor installation.

1 No. 11KV PT 11000/110 V 10 KV burden 0.5 accuracy, oil filled suitable for indoor installation.

3 phase - 4 wire, 0.5 accuracy digital electronic KWH Meter of suitable capacity as approved by

DHBVN Ltd.

DIESEL GENERATING SET:_

Page 131: MBBR Tender Document and BOQs_Haryana Govt

131

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

Design, manufacture, supply, testing and commissioning of D.G. set including all ancillary

equipment such as base frame, coupling, coupling guard, control panel and exhaust piping system

etc. including electric wiring between control panel and starting batteries. Necessary arrangement

for firefighting will also be included in the scope of work.

Rating : Suitable as per design

Output : 415 V: 3 Phase, 50 C/S AC (4 wire)

Maximum Ambient Temperature : 50 ºC

Altitude : Not exceeding 1000 meter ASL

Engine Type : 6 cylinder combustions lgnition

Engine Cooling : Water through radiator

Engine BHP : Adequate to give the above output under

site conditions

Speed : 1500 RPM

Engine Protection : Against over speed, low lubricant oil

pressure & high water temperature

Fuel Tank Capacity : 990 Liters

Starting : Electric 24 V DC, self start dynamo

Governor : Suitable for Gen. Set A2 BS 5514 Class

Generator Type : Brush less, self-exiled, self-regulated type

Enclosure : IP – 21 (SPDP)

Coupling : Director through flexible coupling / Close

coupled

Base Frame : Angle sections epoxy coated common frame

for engine & Alternator

Engine Control Panel will have the following instruments

Speedometer with time totalize.

Lube oil pressure gauge.

Lube oil temperature gauge.

Cooling water temperature gauge.

Battery charge.

Alarms / Trips

High Temerature

Page 132: MBBR Tender Document and BOQs_Haryana Govt

132

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

Low lube oil pressure

Over speed

Low level of diesel in tank

INDICATIONS:-

a) Set running b. set fail to start c. Load on-DG set/mains supply d. engine overheating

e) Engine over speed f. Engine low lube oil pressure g. 2 – spare window in enunciator

ALTERNATOR:-

Suitable KVA, 3 Phase, 415 V, 50 Hz, 0.8 of, 1500 RPM, self excited, self regulated, screen

protected alternator manufactured s per IS 4722 and BS 2613/1970 with all standard accessories as

supplied by the manufacturer.

Generator Control Panel:

Floor mounting type, totally enclosed, 14 SWG sheet steel powder coated cubical type suitable for

generator provided with the required instruments including:-

1. Voltmeter with selector switch 2. Ammeter with selector switch 3. Frequency meter solid state

with led display. 4. KW Meter 5. KWH Meter. 6. Running Hour meter. 7. PF meter 8. Battery

Charging VM/AM 9. Phase Indication Lamps.

Electrical Panel: -

A separate panel (bay) should be provided for individual pump house. The control panel shall be

made up of 14 SWG sheet steel with powder coating for long life. The control panel should contain

MCCB of suitable rating contacts relays of reputed make.

The following protections should be provided in the panel:

Overload protection: -

Over temperature protection for motors, single phasing prevents or Seal monitoring relay

Automatic level controller, Ammeter of suitable range voltmeter selector switch auto manual switch

pump running indication lamp pump fault indicating lamps phase indicating lamps indication of

low level should also be provided.

The automatic liquid level controller should control the pump while the pumps run in auto mode.

The electrodes should be fixed in the wet well and the connections from electrodes. Should be made

to the individual control panel through the cable duct necessary control wiring should be made so

that the pump starts/ stops on auto.

Page 133: MBBR Tender Document and BOQs_Haryana Govt

133

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

Type of starter should be as under:

Sl. No. HP Rating Type of starter

1 Up to 5 DOL

2 7.5 to 50 Star Delta.

3. Above 50 Auto Transformer

The panels will be made dust and vermin proof by providing proper neoprene gaskets. Each panel

will have compartmental design, where in the incoming and outgoing feeders bus bars etc will be

mounted in separate compartments having its own front door. The main switch of each feeder will

be interlocked with its front door so that the door cannot be opened in the CLOSED position of the

switch.

The two incomers of the electrical panel as described above will have mechanical Castle Key

interlocking facility having two locks and one Key so that only one of the two incomers can be

closed with the help of the key. After closing the selected incomer the key inserted in the Castle

lock gets trapped and remains there so long as the incomer is ON. The other incomers cannot be

closed due to non-availability of the trapped Key. This would serve a fool proof interlocking for

avoiding paralleling of the grid supply and generator supply. All panels will be completely wired

internally with terminals brought out to terminal blocks for external wiring due to the heavy

corrosive atmosphere in the WTP, the sheet work of the panels will be painted with 3 coats epoxy

based primer after giving through red oxide paint treatment and then will be finished with 3 coats of

epoxy paint of approved shade. The component details of each panel would be as per the

specification.

Cabinets for same type of use shall be the product of a single manufacturer.

Do not install surface-mounted cabinets in finished areas unless so indicated. Where conflicting

data is indicated verify mounting requirements prior to ordering cabinets.

Construction of cold-rolled steel with metal gauges and construction methods shall conform to

Indian Standards.

Finish doors, trims and back boxes for surface mounted cabinets in finished area by applying a rust-

resistant treatment prime coat and a final coat of manufacturer's standard enamel or lacquer finish

and give heat treatment. Galvanize all other sheet metal components of cabinets including back

boxes for flush cabinets, excepting non-ferrous metal parts or steel parts provided with cadmium

plating or equivalent protective plating.

Equip doors with concealed or semi-concealed hinges and with flush or semi-flush spring catch

type flush cylinder locks.

Page 134: MBBR Tender Document and BOQs_Haryana Govt

134

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

Set cabinet doors flush into cabinet trim. Equip trim with adjustable clamps or other approved

means to fasten trim to cabinets. Fastening method shall permit adjustment for aligning the trim for

surface cabinets shall be even with the perimeter of the back box.

Do not use factory furnished knockouts with surface back boxes punch or drill required openings

during installation.

Alarm Annunciation Panels (AAP): -

The AAP will get 240 V AC supply from the respective Pump Houses local panel. The AAP will be

of wall mounting type fabricated from 14SWG CRCA sheet steel it will have front cover door of

which the alarm windows will be fixed. The alarm windows will be of solid-state fascia type having

small rated flashing lamps. Total 4 such fascia windows will be provided on each AAP in addition

to the windows the AAP shall have alarm Acknowledge PB Alarm Reset each PB and Alarm Test

PB and an electronic heater. This will have On & Off indicating lamp for each pump for knowing

the status of pumps. This should be dust and vermin proof with enclosure protection IP - 54.

In case of faults such as Low-Low level in LPS etc. the fascia window will start flashing till it is

acknowledged by pressing the ACK PB After pressing the ACK PB the window will stop flashing

and will glow steadily until the fault is cleared and Reset PB is pressed.

The AAP shall have the following fault indicating windows:

Alarm Annunciation Panel for each Local Pump Stations (LPS): -

2- LPS Pump Trip

1- LPS level LL

1- LPS level HL

The Electrical works would cover the power distribution form the Main LT electrical panel and

from there to respective Local Control Panel in all Pump Houses & from LT local electric Panel to

Local on & off panels located near the each prime mover of Water Works. The bidder should

design the scheme & prepare his General arrangement & SLD showing cable sizes & submit along

with technical part of his offer on the basis of the schematic and technical specifications for the

various units.

Exhaust fans: -

The total number of fans installed shall create a required ventilation system, which shall limit the

temperature rise to a maximum 5 degrees centigrade above the ambient temperature. The ambient

temperature for the area is taken as 42 Degrees Centigrade.

Technical particulars: -

1. Fan designation Exhaust duty

Page 135: MBBR Tender Document and BOQs_Haryana Govt

135

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

2. Design capacity To be decided during detailed design

3. Type Wall mounted, centrifugal

Features of Construction: -

1. Impeller Mild steel or Cast aluminum

2. Hub Cast Iron / Die cast Aluminum

3. Casing Mild Steel

4. Wall cowl Galvanized iron sheet - 22 gauge

5. Bird screen 14 gauge galvanized iron with 12 mm bird screen

6. Motor TEFC IP 54, 750 rpm synchronous

Hoists: -

General:-

Manual driven, short headroom, wire rope hoists with hand driven traveling trolley and I - beams

for suspension shall be required in

Location Vertical Lift Capacity Manual.

Raw Sewage From FFL to Ground level 2MT Manual

Blower Room From FFL to truck height 1MT Manual

Blending For lifting of pumps upto

truck 1 MT Manual

sump light

The construction of the hoists, its components, the design, testing and commissioning shall conform

IS 3938, Class II duty. All parts needing inspection and/ or replacement shall be easily accessible

with the minimum need to dismantle other equipment, accessories or structures. All lubrication

points shall also be easily accessible without the need for any dismantling of other equipment of

accessories. The beam, on which the hoist shall travel, shall be designed, supplied, installed and

tested in conforming to the relevant Indian Standards.

Load wheel :- Fully machined from one piece and case hardened, mounted on two ball bearings

Gears :-Gears are cut from special alloy steel and case hardened having full depth of addendum

conforming AGMA standards.

Load chain:- As per IS 6216 grade 80 alloy steel

Hook :- Conform to IS 8610 grade P Steel, forged to withstand shock loads. The lifting hook shall

be supported on a bearing for 3600 swivels under load.

Brake:- Positively self acting at any load position, screw and friction disk type

Page 136: MBBR Tender Document and BOQs_Haryana Govt

136

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

Chain block:- Low headroom pulley block

Traveling trolley:- On mild steel plates, wheels finished high grade cast iron; hobbling gears with

machine cut teeth, cast integral with the wheel; steel pinion

Beam:- The beam shall be suitable for the trolley, complete with end stops, holding down bolts and

taper washers. It shall be designed according to the capacity of the hoist, the beam fixation/ support

points, length and alignment. It shall of the hoist, the beam fixation / support points, length and

alignment. It shall be of galvanized mild steel. All fixation elements shall be of galvanized steel.

Nuts, Bolts, Studs and Washers: -

Nuts and bolts shall be of the best quality bright steel, machined on the shank and under the water,

Studs, bolts and nuts shall be electro-galvanized. Bolts shall be of accurate length so that only one

thread shall show through the nut in the fully tightened conditions. Nuts and bolts shall conform to

IS: 1363 and IS: 1367.

Electrical Equipment: -

This specification covers in brief the technical requirements for the supply of equipment, materials,

installation, testing and commissioning including the design/ selection of the electrical systems/

equipment for the Treatment Plant.

It is not the intent to specify herein all the details pertaining to the design/ selection of material/

equipment, procurement, manufacture, installation, testing and commissioning, however, the

material/ equipment, procurement, manufacture, installation, testing and commissioning, however,

the same shall be of high standard of engineering and shall comply to all currently applicable

standards, regulations and safety codes.

The scope of the Contractor shall cover design and drawing of electrical systems, selection of the

equipment/ materials, procurement, expediting, inspection, packing and forwarding, delivery at site,

erection, testing commissioning, obtaining the statutory approvals, handing over the complete plant

etc.

a) L.T. switchgear: -

S. No. Standard Description

1. 3247 Switchgear general requirement

2. 8623 Factory built assemblies of switchgear & control gear for voltages including 650 V.

3. 2147 Degree of protection provided by enclosure for low voltage swift and control gear.

4. 2551 Danger notice plates

5. 1248 Electrical indicating instruments.

6. 722 AC electric meters.

Page 137: MBBR Tender Document and BOQs_Haryana Govt

137

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

7. 2705 Current transformers.

8. 3156 Voltage transformers.

9. 10118 Installation and maintenance of switchgear.

10. 375 Marking and arrangement for switchgear bus bars main connection auxiliary wiring.

Other considerations: -

This section is applicable for 415 V Motor control center (MCC) for water works.

For details of individual switchgear components refer design consideration given in tables.

Switchgear shall be made out of sheet steel in compartmentalized design and shall be suitable for

bottom cable entry on rear side. The horizontal bus bar chamber shall be on the top whereas vertical

bus bars shall be provided in bus alley at the front. Instead of switch fuse unit (SFU) unless other

wise specifically shown on drawing, fixed type Molded Case Circuit Breaker (MCCB) shall be

provided.

All modules up to 630 A shall be provided with MCCB of 50 kA S.C. rating.

All modules of 800 A, and above shall be provided with draw out type Air Circuit Breaker (ACB).

All A.C.B. S shall be of three pole, manually operated spring charged design.

The minimum clearance on back and sides of all switchgears shall be 1000 mm and on the front

side the same shall be 1500 mm.

All M.C.C.B.S shall be provided with operating handle and indoor interlock.

Technical parameters: -

a) Designation & quantity MCC

b) TPN bus bar details High conductivity Aluminum grade E91E for TPN bus type, size to

suit current rating.

c) Min. clearance Phase to earth -20mm

d) Earth Bus 50 x 6 GI strip for other switchgears

e) Power frequency Withstand voltage duration 2.5 KV RMS, 50 Hz for one minute

f) Short time 50 kV RMS, 50 Hz for one minute

g) Maximum temperature bar 70 Deg. C

h) ACB details Ratings and static releases Contractor to release.

i) Operating duty cycle for ACBs 0-3 min - co-3 min - co.

j) CT details Cast resin, bar primary type, I A CT of suitable CT ratio, burden and class of

accuracy.

k) PT details Shall be with static releases, current limiting features & aux switch for alarm

/ indication.

Page 138: MBBR Tender Document and BOQs_Haryana Govt

138

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

l) MCCB details Shall be with static releases, current limiting feature & aux switch for alarm /

indication.

m) Indicating Lamps On, off and Auto-trip indications on module door for each drive.

n) Motor control supply 415/ 110V, AC, 1 ph, common control transformer.

o) Selector switch detailsAs for Ammeter with R, Y, B Off positions and VS for Voltmeter

with RY, YB, BR, OFF positions

p) Indicating Meter Details Moving iron type, 90 deg scale, for Am & VM,

Suppressed scale in case of AM for motors.

AM dial range to suit CT primary current

VM dial range to suit PT primary voltage.

Size 144 mm sq for incomer feeders.

Size 96 mm sq for outgoing feeders.

Accuracy Class 1.0

q) Integrating Meter details Train gear type, calibrated for reqd. CT-PT ratio Accuracy

Class 1.0

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

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

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

u) Miscellaneous details Control Wiring shall be with standard copper conductor, PVC

insulated, 650 V grade wires of 2.5 mm 2 for Ct circuits and 1.5 mm2 for other circuits.

Control terminals shall be provided with shorting link and earthling facility

Control wiring shall be marked with ferrule no at both ends.

All boards shall be provided with thermostat control space heater, cubicle illumination with control

switches. Degree of protection for enclosure of all boards shall be IP 52.

All boards shall be applied with 2 coats of red oxide after cleaning and with final finish with

enamel paint of shed no 631 as per IS-5

Drawing and documents required: -

- GA drawing of panel with foundation details

- Single line diagram

- Schematic diagrams for various modules

- Instruction manual for installation, operation and maintenance of various components of

switchgear.

Page 139: MBBR Tender Document and BOQs_Haryana Govt

139

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

b) Motors: -

The motors shall conform to following IS- codes: -

S. No. Standards Description

1. IS 325 Squirrel cage induction motors

2. IS: 4691 Type of enclosures

3. IS: 6362 Method of cooling

4. IS: 4029 Testing of induction motors

5. IS: 9283(1970) Submersible Motors.

Other considerations: -

Contractor shall select the motor as per the required performance of pumps and ascertain the

required rating of the motor. Contractor shall also verify the starting characteristic and acceleration

time for motor selection.

All the motors are provided with M. C. C. B s at MCC. The MCCB make, type and characteristic

shall be provided to the motor manufacturer for his necessary action.

Contractor shall inform the nos. of permissible restart per hour for each motor after obtaining the

same from motor manufacturer.

Contractor shall co-ordinate between the driven equipment (pump) supplier and motor supplier for

selecting the method of coupling, motor frame size, base frame details & foundation details.

If cable termination box provided with the motor is inadequate to accept cables required then

contractor should provide an adopter box for the same.

Technical parameters: -

a) Quantity and Motor Details *As required at various locations discussed in the documents

elsewhere.

b) Type of motors As required as per individual requirement.

c) Motor duty As per design.

d) Supply voltage & free conditions Voltage - 415 V +/- 10%

Frequency - 50 Hz +/- 6%

Combined variation - +/- 10%

e) Insulation class Class F and temperature rise as per class B

f) Starting Method Star-delta for rating > 3.5 KW DOL for rating < 3.5 kW & auto

transformer for 36 KW.

Page 140: MBBR Tender Document and BOQs_Haryana Govt

140

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

g) Cable termination details Cable termination box protection class IP 55.

h) Space heater 230 V Space heater for motors above 55 kW

i) Performance details Efficiency at full load - 80% min.

Power factor at full load - 0.90 min

j) Painting details Enamel paint of shade 631 as per IS 5.

Drawing and documents required: -

- GA drawing of the each motor showing dimensional details and terminal box details.

- Motor selection details.

- Motor Characteristics.

- Instruction manual for installation, operation and maintenance for motors.

c) L.T. Cables: -

No. Standard Description

1 1554 PVC insulated electric Cables.

2. 8130 Conductors for insulated electric cables.

3. 5831 PVC insulation and sheath of electric cables.

4. 3975 Mild steel wires, strips and tapes for armoring of cables.

5. 1753 Aluminum conductors for insulated cables

6. 9283 (1979) Submersible Cables.

Other Considerations: -

Power cable shall be of Al conductor except in case of submersible cables whereas submersible

control and lighting cables shall be of Cu conductor. The minimum size of Al conductor cable shall

be 6 mm2 and Cu conductor cable of 2.5 mm2.

Power cable sizing shall be based on the various de- rating factors recommended by cable

manufacturer, rated current, temperature rise of conductor and voltage drop.

Control cables of CTS shall be based on the VA burden of CT and relays/ meters.

Technical parameters: -

LT Cables PVC insulated, taped PVC inner sheath, 650/1100 V grade, with multistage

aluminum/ copper conductor, armored and overall PVC sheathed

Cable selection Cable shall be selected considering following points

Current rating of the load de rating due to grouping of cables

Voltage drop up to 3% in cable due to cable resistance de rating factor due to ambient temperature.

Drawing and documents required: -

Cable catalogue

Page 141: MBBR Tender Document and BOQs_Haryana Govt

141

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

d) Lighting Fixtures: -

No. Standard Description

1. IS: 1913 General & Safety requirements for electric lighting fittings.

2. IS: 1777 Industrial lighting fittings with metal reflector.

3. IS: 5077 Decorative lighting outfits

4. IS: 2149 Luminaries for street lighting

5. IS: 6665 COU for Industrial Lighting

Other Considerations: -

The Contractor considering following flux levels shall design lighting system.

Indoor areas - 250 fluxes, for Laboratory and Control Room, 200 flux, for other areas, Outdoor

areas - 50 flux.

Lighting shall be designed for controlling the flux level in following way.

Switches shall be provided to achieve 50% of the designed flux level whenever required for indoor

as well as outdoor areas.

Technical parameters: -

No. Standard Description

1. Rated Voltage (with variants) 230 V +/- 10%

2. Incoming cable/ conduit fixtures Cable entry for HPSV/ HPMV lamps

Conduit for fluorescent tube lights

3. Painting Vitreous Enameled

4. Type - Outdoor Weather proof for outdoor fixtures

Indoor Commercial for office areas and Industrial for other areas

5. Earthling One Terminal Outside

Drawing and documents required: -

For Lighting fixtures technical catalogue with mounting and dimensional details and polar curve be

furnished.

e) Cabling system: -

Installation :-

The cables shall be laid in trenches, trays or conduits or buried in ground as specified in cable

schedule. Cable routing given on the drawings shall be checked at site to avoid interference with

structures, piping and ducting. Minor adjustments shall be made to suit the field conditions.

All cables shall be carefully measured and cut to the required length, leaving sufficient length for

final connections to the equipment on both sides & loop for extra length.

Page 142: MBBR Tender Document and BOQs_Haryana Govt

142

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

The contractor shall ascertain the exact requirement of cable for particular feeder, by measuring at

site along the actual finalized route.

Cable shall be laid in complete uncut lengths from one item of equipment to another.

Cable shall be neatly arranged in the trenches/ trays in such a manner, that crisscrossing is avoided

and final take off to the motor/ switchgear is facilitated LV/ LT Cables shall be laid maximum in

two layers in each tray for cables up to 3.1/2C x 95 mm2. Arrangement of cables within the trench/

tray shall be the responsibility of the contractor.

Cable numbers as per schedule shall identify all cables close to their termination point. Cable

numbers will be punched on aluminum straps, (2 mm thick), securely fastened to the cable and

wrapped around it.

Underground cables shall be provided with cable markers. These posts shall be located at every 50

meters and every corner.

All temporary ends of cables shall be protected against dust and moisture to prevent damage to the

insulation. While laying cables, the ends shall be taped with PVC tape.

Cables shall be handled carefully during installation to prevent mechanical injury to the cables.

Ends of cables leaving trenches shall be coiled and provided with protective cover until the final

termination to the equipment is completed.

Directly buried cable shall be laid underground in excavated cable trenches wherever required. The

trenches shall be suitably designed for accommodating all the cables. Before cables are placed, the

trench bottom shall be filled with a layer of sand. This sand shall be leveled and cables laid over it.

The cable shall be covered with 150 mm of sand on top of the largest diameter Cable and sand shall

be lightly pressed. A protective covering of RCC tiles shall then be laid on top. The balance trench

area shall then be back filled with soil, rammed and leveled.

As each cable is laid in the trench, it shall be subjected to insulation test in the presence of the

Engineer in charge before covering. Any cable, which proves defective, shall be replaced.

All wall openings shall be effectively sealed after installation of cables.

All wall openings shall be effectively sealed after installation of cables.

Where cables rise from trenches to motor, control station, lighting panels etc. they shall be taken in

GI pipes (rigid / flexible) for mechanical protection up to a minimum of 600 mm above grade level.

The diameter of the GI pipe shall be at least 3 times the diameter of the cables.

Cable shall be carefully pulled through conduits to prevent damage.

Wherever cables are taken in conduits / Pipe, the contractor shall ensure that the area of conduit /

pipe is 100% more than the cable area.

Page 143: MBBR Tender Document and BOQs_Haryana Govt

143

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

If pipe sleeves provided by Purchaser are inadequate since more cables are to be laid, then

additional pipe sleeves shall be laid.

After the cables are installed and all testing is complete, conduit ends above grade level shall be

plugged with suitable weatherproof plastic compound.

Where cables pass through foundation walls or other underground structures, the necessary ducts on

openings will be provided in advance for the same.

At road crossings and other places where cables enter pipe sleeves an adequate bed of sand shall be

given.

Cables installed above grade level shall be run in trays, exposed on walls, ceilings / structures and

shall be run parallel to, or at right angles to, beams, walls or columns. The cables shall be so routed

that they will not be subjected to heat.

Cables running along structures will be clamped by means of GI saddles and saddle bars a spacing

of 300 mm.

Cable carrier system i.e. site fabricated ladder type cable trays and supporting steel shall be painted

before lying of cables. Painting shall have two coats of red oxide and one coat of Aluminum paint.

For all outdoor buried cables a 3-meter diameter loop shall be provided at both ends before

termination.

Termination: -

All PVC cables shall be terminated at the equipment/ panel by means of double compression type

brass glands and tinned copper lugs.

Power cable cores shall be identified with red, yellow and blue PVC tapes.

In case of control cables, their terminal numbers by means of PVC ferrules shall identify all cores at

both ends. Wire numbers shall be as per inter-connection diagrams, to be furnished to the

contractor.

The cable shall be taken through adequate size gland inside the panel or any other electrical

equipment.

Cable leads shall be terminated at the equipment terminals by means of crimped type solder less

connectors.

Crimping shall be done by hand crimping/ hydraulically operated tool and conducting jelly shall be

applied on the conductor. Insulation of the leads should be removed immediately before the

crimping.

f) Earthing system: -

Page 144: MBBR Tender Document and BOQs_Haryana Govt

144

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

All the material required for the earthlings system shall be supplied and installed by the contractor.

The main grid conductor shall be hot dip G.I. strip of 50 x 6 mm size or copper.

The contractor shall prepare Earthing layouts. All the material required for making earthen stations,

such as electrode, charcoal, salt etc. should be supplied by the contractor. Excavation and refilling

for laying of earth strip and for earth pit shall also be in contractor's scope.

The entire earthen system shall fully comply with Indian electricity act and rules. The contractor

shall carry out any changes desired by the electrical inspector, in order to make the installation

conform to I.E. Rules.

The main earth grid shall be laid at a depth of 1000 mm below Grade level. In trenches, earth strip

shall be laid along the trench. It shall be protected against mechanical damage. Joints and tapping in

the main earth grid shall be made in such a way that reliable and good electrical connections are

permanently ensured. All joints except the equipment end shall be welded. Giving two coats of

bitumen and covering with Hessian tape shall suitably protect all joints buried in ground.

Conduits in which cables have been installed shall be bonded and earthed. Cable armor shall be

earthed at both ends.

Earth pipe electrodes shall be installed as per IS: 3043. Their location shall be marked on earth pit

chamber covers.

The electrodes shall be tested for earth resistance by means of standard earth tester.

A disconnecting facility shall be provided for individual earth pit to check earth resistance.

All electrical equipment above 230 V shall be earthed at two points and equipments below 230 V

shall be earthed at one point.

Conductor size for connections to various equipments shall be as per the table as follows:

Conductor size for connections to various equipments shall as per the table as follows:

Equipment Conductor

Motors Up to 11kW up to 22k W up to 37.5 kW to 90kW to above 200 kW 8 SWG GI

SWG GI

25 x 3 mm GI

25 x 6 mm GI

40x 6 mm GI

50 x 6 mm GI Flat

MCC / PDB 50 x 6 mm GI flat

Local control station, street light op junction box 8 SWG GI wire

Main earth grid 50 x 6 mm GI flat

Page 145: MBBR Tender Document and BOQs_Haryana Govt

145

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

SLDB 32x 3 mm GI flat

Lighting Panel 25 x 3 mm GI flat

Indoor fixtures 14 SWG GI Wire

g) Cable glands and lugs: -

All cable glands shall be made out of brass and shall be of double compression type.

All cable lugs shall be of tinned copper, crimping type.

Cable trays: -

Cable carrier system shall comprise of site fabricated ladder type cable trays made out of structural

steel and painted duly with two coats of red oxide and a final coat of enamel paint. The construction

of the cable trays shall be as per the site requirement and generally in line with the drawing

enclosed.

i) Lighting panels (LP): -

The panels shall be of 14-gauge sheet metal construction. Panels shall be equipped with phase and

neutral bus bars of adequate capacity and miniature circuit breakers. The incomer shall be of

ELMCB and outgoing circuits shall have only MCBs. MCB shall be of 9 kA. Miniature circuit

breakers shall be mounted in such a ways that operating levers project outside the front cover

plates. A hinged door to cover the operating knobs shall be provided with detachable top and

bottom plates with 25 mm knockouts. All metal surfaces shall be cleaned free of rust, given a coat

of red oxide primer & finished with 2 coats of synthetic enamel paint of shade 631 as per IS, for

415V danger board and engraved nameplate shall be fixed on the panel. The lighting panels shall be

marked with the voltage and No. of phases of the supply.

h) Civil works: -

All civil/structural works, required for electrical installation is included in the contractor's scope.

However some of the major items are listed below: -

- Foundations for lighting poles.

- Road Crossings by RCC pipes

- Excavation, cable protection tiles, sand filling, back filling etc. for directly buried cables and

earthing conductors.

- Any other minor civil works required such as making openings in wall, floor etc.

- Built up trenches for indoor cabling

- All openings made by the contractor for lying of conduit / cable / earthing strip etc. shall be made

good at no extra cost.

Page 146: MBBR Tender Document and BOQs_Haryana Govt

146

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

i) Main Control Panel: -

The control panel shall be of 'L' shaped with indicators, ON/OFF indicating lamps and

annunciations on the front side and manual push buttons, manual controls etc. on the slanted desk.

Control panel shall be fabricated out of the cold rolled sheet of thickness not less than 3mm for all

front/side/rear/top and bottom sides. Control panel after having given the preprinting treatment and

two coats of red oxide, shall be painted with final paint shade of 631 as per IS 5. The CP shall be of

free standing type with bottom cable entry and rear access with hinged door. The slant portion of

the CP shall also be provided with hinge for easy access to the internal wiring. The CP shall be

provided with thermostat controlled space heater and internal illumination facility. The slant portion

of the CP shall also be provided with hinge for easy access to the internal wiring. The CP shall be

provided with thermostat controlled space heater and internal illumination facility. The overall size

of the CP when viewed from front shall be limited to maximum 1800mm in height and 1500 mm in

depth. The length of the CP shall be decided suitably to accommodate the equipment.

All instruments on the front of the panel shall be flush mounted. The instruments shall be mounted

at such an elevation from ground that the operator should be able to read them easily. Centrally

located suction an on the rear side and louvers on the bottom of the side panels for cross ventilation

shall be provided to enable the CP operator to control the same in case of A/C failure.

A good clear earth shall be provided for the instrument control panel. This earth shall be

independent and separate from the Earthing provided for electrical installations.

Annunciation system shall be located on the front vertical surface of the panel. The approved

inscriptions shall be labeled on each annunciation window. Annunciation shall be complete with

Accept/ Reset / Test PBS.

All cables shall be terminated inside the panel on properly arranged DIN rail mounted terminal

blocks. All cables shall be provided with double compression type brass cable glands while

terminating the cables inside the panel. Cable entry shall be from the bottom. All field mounted

junction boxes for signal and control cables shall be weather proof and with canopy.

The control panel indicating status of various motors, pumps, blowers, the various system

parameters e.g. levels, etc. All 'ON' indications shall be in Red LED and 'OFF' indications in Green

LED.

j) Local control panels: -

Local control panels wherever required shall be provided standard vertical or slanted panel type

only depending upon the number of components viz. Control switches, indicating lamps meters etc.

Sheet of local panel shall be of MS and thickness not less than 2mm.

Page 147: MBBR Tender Document and BOQs_Haryana Govt

147

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

Local control panel after having the pre painting treatment and two coats of red oxide, shall be

painted with final paint shed of 631 as per IS: 5. The control panel shall have bottom entry for

cables, hinged type lockable door arrangement and easy access for wiring. Mounting arrangement

for the control panel shall be suitable for the application and location and easily accessible for the

operator.

k) Pressure Gauges: -

S. No. Title Description

1. Instrument Pressure gauge

2. Type Bourdon Tube Type

3. Required Range As required

4. Dial size 150 mm

5. Process Connection ¾" BSP

6. Mounting Threaded on siphon

7. Accessories Siphon with needle valve arrangement for ¾" BSP connection socket and

pressure gauge

8. Application Water

9. Working Pressure 0-10 Kg/ cm2

10. Accuracy +/- 1.0% FSR

l) Level Switches: -

S. No. Title Description

1. Instrument Level switch

2. Type Magnetic Float type / Capacitance type/ Ultrasonic type.

3. Process connection As per model selected

4. Accessories As per model selected

5. Application Sewer/ Clarified Sewer water.

6. Power supply 230 V AC, 50 Hz

7. Output Potential free contacts DPDT rated for 5A

8. Enclosure Weatherproof, IS 2147 / IP 65

9. Accuracy +/- 1.0 % FSR

m) Flow Meter / Transmitters (Ultrasonic Type): -

A flow meter/ flow transmitter (Ultrasonic type) shall be provided for measurement of raw sewage

flow in open channel.

S. No. Title Description

Page 148: MBBR Tender Document and BOQs_Haryana Govt

148

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

1 Instrument Flow Transmitter

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

3. Static Pressure Range As required

4. Required Floe Range As required

5. Pipe ID As required

6. Process Connection As per model selected

7. Mounting Socket alongside sensor and bracket fabricated at site

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

9. Application Water

10. Power Supply 230 V AC/ 50 Hz

11. Output 4 to 20 mA

12. Cable connection ½ "NPT

13. Cable Type Multi stand Cu conductor, 1.5 sq mm with PVC ins screened Armored

14. Cable Glands ½ "NPT Double Compression in S.S.

15. Enclosure Weatherproof, IS 2147 / IP 65

16 Accuracy +/- 2% FSR

n) Site Calibration: -

All field instruments shall be calibrated at site under supervision of supplier's Engineer. Standard

calibration procedures shall be followed for calibration. All reference equipments such 25 pressure

gauges, scales etc. shall be certified from authorized/-approved agency. All such certification shall

be in the scope of contractor.

For all instruments standard calibration documentation shall be prepared at the time of calibration.

Calibration shall be performed in the presence of the Engineer-in-Charge or his representative. The

contractor shall do all recalibration till hand over of the plant.

7.0. General & Technical Specifications for Mechanical Works.

The Bidder shall prepare his bid on the basis of General Mechanical Requirements and

Technical Specifications for Mechanical works given below for the various items: -

The requirements of these specifications are subject to the General conditions of contract. Other

applicable sections of the specification shall be constructed to form a part of this section where the

context so requires specific characteristic dimensions and other details applicable to any particular

equipment shall be given in the schedule of Technical Data provided at the end of the relevant

Section.

Page 149: MBBR Tender Document and BOQs_Haryana Govt

149

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

The contractor shall provide all the required laborer permanent equipment and electrical tools,

construction plant and equipment, safety equipment, transportation and test equipment for

supplying installing adjusting and fully testing all the mechanical work shown on the Drawings

included in these schedules or ordered by the Engineer-in-charge.

a) Standards.

All mechanical equipment and the materials used shall comply with the relevant Indian Standards

unless a more rigorous requirement is specifically stipulated. If no applicable Indian Standard is

available for any item of equipment or materials, the corresponding British Standards of the

Standards laid down by the regulating authority in the United States dealing with the subject in

question shall be adopted. In every situation the latest specifications, Standards etc. shall apply

unless otherwise stated. In instances where there is a conflict between two codes (the Indian

Standards not available). The more restrictive of the two shall apply.

b) Equipment Guarantee.

This requirement shall conform to the general conditions of the contract. Unless specified otherwise

elsewhere, the contractor shall furnish and replace, at no cost to the Public Health Engineering

Department component of the equipment that is defective or shows undue wear within one and a

half years from the date of delivery at the site or one (1) year from the date of commissioning of the

work whichever is later beside 4 years operation & maintenance period guarantee. In addition to

performance guarantees, processes or systems shall comply with the requirements stipulated in the

relevant sections of the specifications.

c) Standards

All mechanical equipment and the materials used shall comply with the relevant Indian standards

unless a more rigorous requirement is specifically stipulated. If no applicable Indian standard is

available for any item of equipment or materials. the corresponding British standards or the

standards laid down by the regulating authority in the United States dealing with the subject in

question shall be adopted. In every situation the latest specifications, standards etc. shall apply

unless otherwise stated. In instances where there is a conflict between four codes (the Indian

standards not available). The more restrictive of the four shall apply.

d) Extra works

Any item of equipment or material or materials not shown on the drawings or specified else where

but is clearly essential to make the system operable shall be supplied and installed by the contractor

as if it has been shown or specified there in.

Page 150: MBBR Tender Document and BOQs_Haryana Govt

150

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

e) Quality Standards

Whereas the names of one or more manufactures have been shown on the drawings or mentioned in

these specifications. it has been so done to indicate type and equality required and acceptable. No

restrictive choice is either implied or intended and tenderers are free to offer other makes of

equipment or materials provided they comply with these specifications and the requirements shown

on the drawings.

All equipment furnished shall have a data plate fabricated out of 316 Stainless steel with a

minimum thickness of 6.6 mm with embosses or reprinted lettering and fastened to the frame with

corrosion resistant pins. Nameplates shall have stamped on number type. Operating and

performance data and other pertinent information, letters and numerals shall not be smaller than

4.75 mm high.

f) Tagging

Nametags shall be provided and attached with each item or equipment and device to identify it. The

nametag shall be of rectangular shape and shall be approximately 37 mm x 76 mm in size.

They shall be made from brass or stainless steel metal and have a minimum thickness or 0.75 mm.

Letters and numbers shall be engraved or etched in the name tag and shall not be less than 4.75 111

m high. The name and number of each item or equipment or device as shown on the drawing shall

be shown on each nametag. A 4.75 mm diameter hole shall be provided in the upper left hand

corner of each tag and shall be used to attach the nametags to the equipment and devices with 2 mm

stainless steel chain.

g) Project Drawings :

The plant layout STP with MPS with locations of various units is attached. The bidder is required to

prepare his own layout showing all mechanical & electrical equipments, cable routs etc. on the

basis of his detailed design to be submitted along with his technical bid.

h) Shop Drawings

Prior to fabrication of custom made equipment or placing orders for available manufacture

equipment, the contractor shall obtain from the manufacture and submit to Engineer in Charge for

his approval five copies of shop drawings for showing.

Page 151: MBBR Tender Document and BOQs_Haryana Govt

151

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

Detail of fabrication, assembly, foundation drawing, installation drawings and wring diagrams

together with detailed specifications and data covering materials used power the assembly, pal1s,

devices and other accessories forming a part of the equipment to be furnished. Unless otherwise

specified, these shall constitute the initial submittal.

The contractor shall submit six (6) copies of certified performance or certificate test curves as

specified for all pumps unless otherwise specified with the tender. The contractor shall notify the

Engineer-in-Charge three (3) weeks prior to any testing. Should the Engineer-in-Charge elect to

witness the tests or have the test witnessed by an authorized representative on h is behalf.

i) Record Drawings

The contractor shall maintain a complete and accurate record set of drawings for the mechanical

installation and construction work.

Record all work that is installed differently than shown on the project drawings.

Upon completion of the work the contractor shall submit to the Engineer-in-Charge three (3)

complete set or "record drawings" or as built distinctly shown in red ink and marked "Record" or

"built". Only one of these four descriptions shall be used throughout the contract.

All underground piping shall be located by the dimensions, baseline stationing, approximate

elevation and other pertinent data required to facilitate the relocation of the pipes or fittings later

when necessary.

j) Adaptation of Equipment

In case the equipment selected require any revision to the structure, piping electrical or other works

shown on the drawings, the contractor shall include the cost or such revisions in his bid for the

equipment and no extra payment shall be made for such revision. All such revision shall be adapted

to the approval of the Engineer-in-Charge. It should however be noted that no equipment will be

accepted which requires any major structural, piping, electrical or other changes.

k) Utility Service Interruptions

Utility service interruptions initiated by the contractor in the course of execution of his work shall

be scheduled in advance and approved by the utility authority and the Engineer in Charge.

l) Manuals

Page 152: MBBR Tender Document and BOQs_Haryana Govt

152

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

The contractor shall obtain from the manufacture and hand over to the Engineer-in-Charge seven

sets of instruction and maintenance manuals for the equipment furnished under these specification

to provide adequate information for proper installation, pertain and maintenance of the equipment.

This requirement shall over all equipment furnished. The Engineer-in-Charge shall approve the

manuals for the adequacy of the contents and the format.

And return one (I) set to the contractor for his use in the Stan-up of the equipment. If any errors or

in adequacies discovered are of a minor nature, errata sheets or addenda shall be supplied by the

contractor in consultation with the Engineer-in-Charge, if gross inadequacies are comings to

improve to a general level of acceptance. The errata sheets, addenda or revised manuals shall all be

resubmitted to the Engineer in Charge for recreating and approval within fourteen (14) days of the

date of which the Engineer in Charge's comments are conveyed to him.

Schedule manual for approval shall be submitted to the Engineer-in-Charge not later than the date

of dispatch from factory.

Contents:

The instruction manual shall contain but not be limited to at least the following information, where

applicable.

General introduction & over all equipment description, purpose, functions amplified theory of

operations etc.

Specifications, installation, instruction and precautions, stal1 up procedures, shut down procedures,

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

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

parts and repair facility, operation procedure.

m) Equipment Guarantee

The contractor shall be fully responsible for repair & replacement of all the equipments at STP up

to O & M period of two years after defect liability period & during this period no extra cost of the

same shall be paid by the department.

n) Materials and Workmanship.

All equipment furnished under this or allied sections shall be new and guaranteed free from defects

in materials, design and workmanship if inadequate information is provided in the specifications, it

Page 153: MBBR Tender Document and BOQs_Haryana Govt

153

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

shall be the contractor’s responsibility to ascertain the conditions and service under which the

equipment is required to operate and to warrant accordingly that operation under such conditions

shall be successful. All parts of the equipment shall be adequately proportioned to safety withstand

all stresses that may occur or be induced in them during fabrication, erection and intermittent or

continuous operation. All equipment shall be designed fabricated and assembled in accordance with

the best current engineering and workshop practice. Individual parts shall be manufactured to

standard sizes and gauges so that spares furnished at any time, can be installed in the field.

Corresponding parts of duplicate units shall be full interchangeable. Equipment shall not have been

in service at any time prior to delivery except as required for test. All materials tested shall be

appropriate for the service conditions, iron shall be tough, close-grained gray iron free form blow

holes, flaws or excessive shrinkage and shall comply with the requirements of IS-210, except where

otherwise specified structural and miscellaneous fabricated steel used in items of equipment shall

conform to the relevant Indian standards. All structural members shall be considered as subject to

shock or vibratory loans. Unless otherwise specified all steels, which will be submerged, in part or

fully, during normal operation of equipment shall have a minimum nominal thickness of 6.0 mm.

The location of the fabricator and his shop schedule shall be furnished to the Engineer-in-charge for

commencement of fabrication to enable him to schedule inspections if he so decides.

o) Safety Guards.

All tests or chain drives, fan belts, couplings, exposed shafts, and other moving or rotating parts

shall be covered on all sides by safety guards which shall be free of sharp edges and corners. Safety

guards shall be fabricated from galvanized or Aluminum clad sheet steel of sufficient thickness of

13 mm Mesh. Each guard shall be designed for easy installation and removal. All necessary

supports and accessories shall be provided for each guard. Supports and accessories including bolts

shall be hot dipped galvanized. All safety guards to outdoor locations shall be designed to prevent

the entry of rain and dripping water.

p) Equipment Bases and Bed Plates.

A heavy cast iron or welded steel base shall be provided for each item of equipment, which is to be

installed on a concrete foundation. Equipment assemblies, unless otherwise specified or shown on

the drawings, shall be mounted on a single, heavy cast iron or welded steel bedplate. Bases or

bedplates shall be provided with machined support pads, tapered dowels for alignment or making

adjustments adequate openings to facilitate grouting and openings for electrical conducts. All seams

Page 154: MBBR Tender Document and BOQs_Haryana Govt

154

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

and contract edges between steel plates and shapes shall be continuously welded and ground

smooth. The plates shall have a minimum thickness of 6.0 mm.

q) Jacking Screws and Anchor.

Bolts jacking screws shall be provided in the equipment base plate and bedplates to aid in

Leveling of equipments prior to grouting. Equipment suppliers shall be provided with anchor bolts,

nuts & washers

And sleeves of a adequate design as required for proper anchorage of the bases and

Bed plates to the concrete bases. Sleeves shall be minimum of one and half times the

Diameter of the anchor bolts. Unless otherwise shown or specified, anchor bolts for items

Or equipment mounted on base plate shall be long enough to permit 38 mm of grout

beneath the base plate and to provide adequate anchorage into structural concrete. Anchor

bolts shall be 316 Stainless Steel and no bolts or other material shall be permitted except

with the written permission of the Engineer-in-charge. Anchor bolts, together with

templates or setting drawings, shall be delivered sufficiently early to permit setting the

bolts accurately in place when the structural concrete in placed.

r) Drives.

All drive units shall have rating and service factor suitable for “twenty four" (24) hours per day

operation under operating load. Drive unit housings shall be constructed of high grade cost iron-

welded steel or other suitable approved material. The thermal rating of each unit shall exceed the

design load or proper cooling devices shall be provided. All drives shall be designed specially for

the service, which they are required to perform.

s) Electrical Motors:

All Electrical motors supplied under this contract shall conform to all requirements specified

elsewhere in the Selection dealing with motors. The contractor’s attention is drawn here to the fact

that requirements more rigorous than those stipulated in general therein or the Indian standard or

other sections of these specifications to meet specials process requirements. The contractor shall

accordingly coordinate the work of all different specials comprising the integral system and the

corresponding functional safety and code requirements for each installation, in order to comply

with these specifications. Drives shall be non-overloading at all point on the equipment-operating

curve.

t) Lubrication:

Contractor shall insure constant presence of lubricant on all wearing surfaces lubricant filling and

draining openings shall be ready accessible. Easy means for checking the lubricant level shall be

Page 155: MBBR Tender Document and BOQs_Haryana Govt

155

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

provided prior to testing and or operation; the equipment shall receive prescribed amount and type

of lubricant as required by the equipment manufacturer.

Submersible Non- Clog Pumps:

The submersible pumps will be of single stage mono-block type with non clog design and will be

suitable for pumping all kinds of sludge storm water containing long fibber, plastic, cigarette, solid

admixes etc. The pump will be able to pass through soft solids of minimum 100mm φ and capable

of dealing with the sludge with specific gravity of 1.03. For main pumping units speed shall be 960

RPM nominal & impellers of two vanes with suitable solid handling capacity for selected duty

parameter.

Maintenance free anti friction deep grove, permanently grease filled ball bearings should be

provided and this should take care of all the axial and redial forces at any point of operation. The

pump installation design should be such as to facilitate automatic installation and removal of pumps

without having to enter into the pit. Profile gasket should be provided in automatic coupling system

so as to avoid metal-to-metal contact between the pump and duck foot bent to ensure leak proof

joint.

The motor should be dry, squirrel cage type, suitable for 3 phase 415 V supply, continuous duty

with class ‘EX’ insulation. Winding of the motor should be impregnated by resin in order to

achieve required thermal withstanding capacity. Motor should have integral cable; and cable entry

should be sealed. The cable must be leak-tight in respect of liquids and firmly attached to the

terminal block. The motor should be designed for non-overloading characteristic. There should be

thermal protection against overheating of motor winding. Motor should be sealed against entry of

liquid being pumped by using two mechanical seals. The longer seal provided should have silicon

carbide Vs silicon carbide face combination. Pump design should ensure that seal does not come

directly in contact with liquid being pumped as well as cooling/lubrication oil; moisture sensor of

the pumping unit should b located inside the oil chamber.

The casting of pump set should be of 2 to 2.5 % Ni Cast Iron constructions and the impeller should

be made up of stainless steel (SS) CF8M. The pump set shall be supplied along with the SS guide

rail, duck food bend lifting chain with shackles enough guide wire / pipe, SS foundation bolts and

nuts complete.

The pump will have reputed make mechanical seal & in built safeties of moisture sensor, thermostat

for tripping of pumps in case of any leakages or high temp. It will be provided with the electronic

control unit for such protection. The pump can be started manually from its panel room as well as

by level switches as soon as water reaches a certain height in the pit. It will also trip automatically

Page 156: MBBR Tender Document and BOQs_Haryana Govt

156

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

by means of a level switch provided in the sump. The level switch will be of electrode type, which

will be wired in the motor control circuit.

For easy installation and removal of the pump, a single guide rail system is used in the permanent

installation of the pump. The pump can also be installed on a stool and connected with the flexible

hose on the delivery side in case of portable or temporary installations.

For permanent installation a Pedestal and Bracket should be provided. This enables the pump to be

removed from sump without the necessity of removing any nuts and bolts. Alternatively a

supporting stool (Skirt Base) can be provided as an accessory in case of temporary installation. The

pumps should be provided with a reverse rotation trip feature, which stops the unit instantly if

connected to start in the wrong direction.

Starter Control Panels for the pumps shall be integral with the Main Electrical Panel & should be

manufactured to meet the basic requirements of motor protection such as No-Volt and under

voltage protection and thermal overload protection. Besides this normal feature, provision should

be made in the control panel to utilize safety features incorporated in the pump such as the misters

in the windings the seal monitor and the reverse rotation trip device and the automatic start/stop

device according to the levels in the sump. The control panels should be provided normal indicating

lamps but can further be provided with audio-visual signals or circuits for internal application. The

specification of selected pumps, capacity, size and other details are given in the table below.

Up to and including 50 HP Pump Star delta

Above 50 HP Auto Transformer

For easy installation and removal of the pump. A signal guide rail system is used in the permanent

installation of the pump. The pump can also be installed on a stool and connected with the flexible

hose on the delivery side in case of portable of temporary instillations.

For permanent installation a pedestal and bracket should be provided. This enables the pump to be

removed from sump without the necessity of removing any nuts and bolts. Alternatively a

supporting stool (Skirt Base) can be provided as an accessory in case of temporary installation . The

pump should be provided with a reverse rotation trip feature which stop the unit instantly if

connected to start in the wrong direction.

Starter control panels for the pumps shall be integral with the Main Electrical Panel & Should be

manufactured to meet the basis requirements of motor protection such as no-volt and under voltage

protection and thermal overload protection. Besides this normal feature provision should be made

in the control panel to utilize safety features incorporated in the pump such as the misters in the

windings, the scal monitor and the reverse rotation trip device and the automatic start/stop device

Page 157: MBBR Tender Document and BOQs_Haryana Govt

157

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

acceding to the levels in the sump. The control panels should be provided normal indicating lamps

but can further be provided.

Scope of Supply:

Pump motor with cable for each pumping set as required.

Guide Rail system SS (CF 8 M).

Guide pipe sets as required.

SS Chain with shackles, in lengths as required.

Electrical panels including starter (Combined incorporating suitable starters for all Pump Sets).

Reverse Rotation:

The pump shall be designed to run safely in the reverse direction of rotation due to waster returning

through the pump. The pumps should be provided with reverse rotation trip feature for instant

stoppage on long electrical connection. The mechanical seals shall be suitable for running in both

directions without damage. The pumps should be provided with reverse rotation trip feature for

preventing running in opposite direction in case of wrong electrical connection.

Pump Balance:

All rotating parts shall be accurately machined and shall be in rotational balance. Excessive

vibration shall be sufficient cause for rejection of the equipment. The mass of the unit and its

distribution shall be such that resonance at normal operating speeds is avoided. In any case the

amplitude of vibration as measured at any point on the pumping unit shall not exceed the limits

mentioned in the latest edition of Indian Standard, at the operating speed, the ratio of relative.

Speed to the critical speed of the unit or components there of shall be less than 0.8 or more.

Lifting Chain:

The pump shall be provided with stainless steel lifting chain of suitable size. One end of the chain

shall be attached to the pump and the other end fixed near the upper bracket for guideline suitably

by means of SS 304 Shackle. The chain shall have SS 304 rings fixed at an interval of 1 meter for

engaging the hook of the chain pulley block.

Submersible Cable:

The pump shall be provided with submersible cables of equal length for power and control so that

the pump position can be interchanged with each other. This cable shall be terminated in a cable

junction box & thereafter can be non-submersible type.

Moisture Sensor:

The moisture sensor shall be provided in the oil chamber to detect the leakage of liquid in case of

failure of the mechanical seal.

Page 158: MBBR Tender Document and BOQs_Haryana Govt

158

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

Spare Parts:

The installed pump should be supplied with one impeller duly machined, one set of

Mechanical seals one set of wear rings (if applicable) and one set of O-rings and gasket,

Bearing set, set of spanners.

Submersible Motor

The motor shall be integral part of the pump. The enclosure for motor shall be IP–68 each phase of

the motors shall be provided with thermostat or by metallic electromechanical temperature detector.

The motor winding shall be suitable for star-delta/ autotransformer starter. The motor shall be

designed for minimum 10 starts per hour, irrespective whether it is star-delta start or otherwise.

Scope:

This specification covers the design and manufacture of squirrel cage induction motors required for

sewage pumping station. Contents of this specification are integral part of the contract documents.

For other details refer specifications for motors (Wherever applicable). The motor shall operate

satisfactorily at all operating levels in wet well.

Submersible motors-Motors shall be suitable for operating satisfactorily in humid and corrosive

atmospheres found in sewage treatment plants, if not specifically mentioned therein, a maximum

ambient temperature of 500C maximum liquid temperature of 40

0C, and an altitude not exceeding

1000 m above mean sea level shall be taken into consideration.

References:

Unless they are at variance with the cusses of this specification, the squirrel cage induction motors

and their components shall comply with the applicable Indian Standards listed below. Where Indian

Standards do not exist, the relevant British or German (VDE) Standards shall apply.

IS: 325 - Three phase induction motors.

IS: 1231 - Dimensions of three phase, foot mounted induction Motors.

IS: 2223 - Dimensions of flange mounted AC induction motors.

IS: 2253 - Types of construction of mounting arrangement of Rotating Electrical Machine.

IS: 4691 - Degrees of protection provided by enclosures for Rotating Electrical Machinery.

IS: 4889 - Methods of determination of efficiency of electrical Machinery.

IS: 4722 - Rotating electrical machines.

IS: 4029 - Guide for testing 3 phase induction motors.

IS: 4729 - Rotating electrical machine vibration of measurement and evaluation of.

Operating Conditions:

Ambient Conditions.

Page 159: MBBR Tender Document and BOQs_Haryana Govt

159

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

Motor shall be suitable for operating satisfactorily in humid and corrosive atmosphere found in

sewage treatment plants. It not scientifically mentioned therein a maximum ambient temperature of

50 degree centigrade and an altitude no exceeding 1000 meters above mean level shall be taken into

consideration.

Frequency and Voltage vibrations:

Motor will be required for continuous, satisfactory operation at rated output under the Following

conditions.

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

At rated voltage with frequency variations of +/ - 3% of nominal value.

With a simultaneous and combined variation in frequency and voltage of +/ -10% from the nominal

values but with frequency variation not exceeding +/ - 3%.

Starting:

The submersible pump motors shall be designed for minimum 10 starts per hour & up to &

including 50 HP Star/ Delta starters shall be provided & for higher rating Auto Transformer starters

shall be incorporated.

Direction of Rotation:

The motor shall be suitable for operating in both directions of rotation. The direction of rotation is

defined as that looking towards the motor from the non-driving end.

Noise:

The noise level shall be within the permissible limit as specified in the Indian Standards.

Performance:

(a) Starting Current.

For squirrel cage motors working in the voltage range of 415 (+/ -) 10% V the starting current shall

be limited to 6 times the full load current.

(b) Torque Characteristics.

For motors working in the voltage range of 415 (+ / -10%) V the minimum starting torque shall be

140% for full load toque with minimum torque during running up 100% FLT and minimum starting

torque 200% FLT.

(c) The safe start time shall be greater than starting and normal overload relay operating

time.

Page 160: MBBR Tender Document and BOQs_Haryana Govt

160

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

Motor Casing:

Submersible motor: -

The motor enclosure shall be IP -68. The housing shall be of C.I. air filled and watertight.

The housing shall be coated with epoxy after applying primer coating.

Bearing and Lubrication: -

Motors shall have grease-lubricated ball or roller bearings. In all cases, the bearing shall be chosen

to provide a minimum operating life of 40,000 hours. Bearing shall be adequate to absorb axial

thrust. The bearing shall be maintenance free with grease fill for life.

Special tools and spanners: -

Each rating and frame size of motor shall be provided with 2 sets of any special tools required for

dismantling and maintenance of the motor.

Name Plates: -

A name - plates as required under IS: 325 shall be provided on each motor

Test and Test Certificate:

The motor shall be tested in accordance with IS: 325 and IS: 4029, Eight copies of the test report

should be submitted for approval.

All fasteners shall be S.S.316

Pipes:

The pipes used shall be as follows:

S. No. Type of pipe Class IS for supply

1. Ductile Iron S&S K9 8329

2. Cast Iron S&S LA 1536

3. Cast Iron Flanged 6418

4. Asbestos Pipes Class 15 1592

5. Rigid PVC 10 Kg f/ Cm2 g 4985

6. GI Heavy duty 1239 up to 150 NB

7. Stainless Steel 6913

8. RCC Pipe S&S NP2 458

9. SW pipe. 651- 1980

Page 161: MBBR Tender Document and BOQs_Haryana Govt

161

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

Valves general: -

The design, construction materials, manufacture, inspection, performance testing and installation

shall comply with all applicable Indian standards and codes. Nothing in the specification will be

construed to relieve the contractor of this responsibility.

Operational Torque Requirement: -

The valves shall be manually operated as per the description given in different units. If the

operating force is more then 10 Kg f, it shall be reduced through a suitable gearbox. Operation must

be possible by one man against maximum design working pressure by exerting not more than 10 kg

f force. The valves shall be installed in a horizontal position. In case of manual closing of valves,

the gearbox design should be able to close the valve within 30 minutes for large size valves (500

mm dia and above), and 15 minutes for valves 450 mm dia and below.

Dismantling pieces: -

All valves to be installed in straight lines shall be installed between flanges with a flexible

dismantling piece at one side of the valve, which shall ensure pipeline rigidity. The piece must

allow the dismantling of the valve without stress to the joints of the attached pipes. The minimum

clearance of the dismantling pieces shall be five (5) cm. The pressure class of the dismantling piece

shall be the same as that of the valve. Drawings of the dismantling pieces have to be submitted to

the Engineer in Charge for approval.

Flanges: -

All flanges of pipes, specials and accessories will be according to IS 1538. The contractor has to

ensure that flanges of flanged equipment of different type and of different suppliers have the same

matching dimensions, number, position and diameter of holes, according to the nominal diameter

and the pressure class. No new or additional holes shall be drilled on site.

Codes and standards: -

The design, manufacture, shop testing, erection, testing and commissioning of valves shall conform

to the latest revision of the following IS codes and /or equivalent: -

S. No. Standard Title

1 IS-778 Gunmetal gate, globe and check valves for general

purpose.

2 IS-2685 Code of practice for selection, installation and

maintenance of valves.

3 IS-14846 Sluice valves for water works purpose (50 to 1200 mm)

Page 162: MBBR Tender Document and BOQs_Haryana Govt

162

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

4 API-594 Spring loaded dual plate check valve

5 IS-3042 Single faced Sluice Gate for the distribution chamber

and filter inlet.

Non-return valves: -

Constructional Features: -

Non-return valves shall be double flanged and be installed on the delivery side of the pumps, and

shall be suitable for installation in a horizontal pipeline. Rapid natural closing to be non-slam by

suitable design of spring return mechanism, to ensure that the valve will rapidly fully close the

moment forward flow of the water cases i.e. on pump shutdown, external counter weights will not

be acceptable. To prevent excessive head loss, larger diameter non-return valves will be provided

with several smaller and lighter flaps in a single bulkhead. In this case stopper to be provided for

the upper door to avoid contact with shell.

Materials of Construction: -

Body CI to IS Gr FG 200

Door CI to IS Gr FG 200

Spring Spring steel BS: 970

Body ring S.S. AISI 304

Door ring S.S. AISI 304

Hinge pin AISI 410 / 431 Hardened and ground

Drawings and information to be provided: -

The contractor shall submit the following drawings with his submission for detailed engineering: -

Outline drawings showing the principal dimensions and weights

Sluice Gates: -

General Specifications: -

Sluice gates according to IS 3042 shall be provided shall be square or circular, in standard sizes,

according to the outlet conditions. The gates shall general be mounted on the side from where the

higher pressure shall general be expected (seating). The gates shall be mounted on frames and

provided with a non-rising spindle with headstock or electrical drive according to the site of

installation.

Page 163: MBBR Tender Document and BOQs_Haryana Govt

163

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

In case of alternative load from either side, the sluice gate shall be designed to tight close against a

maximum unbalanced head (forcing the door away from the seat/frame) corresponding to 150% of

the minimum difference in the water levels or the difference plus 1, whichever is higher.

The frame shall be with gunmetal seating faces, machined to match with the faces to the door. The

frame shall have a sufficiently broad flange of adequate section with drilled holes to fix it with

anchor bolts. It shall have an integrally cast in spigot o the nominal size of the opening to be cast

into the concrete. It shall have a side guide strip with a machined face up to the maximum open

position of the door. The upper part of the frame shall have machined face to support a thrust plate.

All anchors bolts ands nuts of galvanized mild steel, joints and fixing elements shall be provided.

The door shall have reinforcement ribs depending on the size of the door and the unbalanced head.

The adjustable sealing faces on the sides, bottom and top are of gunmetal and machined to match

the seat on the frame. Sufficient margin should be there for wear and tear in course of use. On the

back, tapered snug shall be provided to match the tapered side guide strips of the frame. There shall

be an integrally cast pocket in the upper part for the unmated nut threaded to suit the non-rising.

The spindle shall be rolled on trapezoidal thread. It shall be provided with torsion couplings, cast

iron guide brackets, mild steel extension rod up to the headstock/ drive Ball thrust-bearing

arrangements shall be provided for long spindle.

The headstock shall be a cast iron pillar with and operating rod operated by a hand wheel on top,

fitted with gunmetal index and pointer. The hand wheel is to be designed, for operation by one man

against the full unbalanced head (non more than 10 kg f). If required, gearing shall be provided.

Materials of Construction: -

Frame CI

Door CI

Sealing faces Gun Metal

Spindle S.S IS 410

Head stock CI

Hand Wheel CI

Sluice Valves

General Specifications: -

Page 164: MBBR Tender Document and BOQs_Haryana Govt

164

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

The valves will be of PN 1.0 rating suitable for on line installations in horizontal positions. The

valves will be provided with hand wheels with extensions as required on the place of installation.

Materials of construction: -

Body CI IS 210 Gr FG 260

Gate / Disc CI IS 201 Gr FG 260

Spindle Stainless Steel AISI 431 / AISI 410

Seating ring SS 304

Back Seat Cast Iron IS 210 Gr-FG 260 with SS 304 seat

Painting:

The C.I. piping valves etc shall be painted with bit mastic rustproof paint.

6.5.0. Blower: -

Codes and standards: -

For supplying air to Treatment plant Twin/ Tri Lobe Blower is proposed. The design, manufacture

and performance of blowers specified herein shall comply with the requirements of the latest

edition of the applicable, Codes and Standards:

Standard Title

BS: 1571 Performance Testing

ISO: 1940 Dynamic Balancing of rotor

Design requirements: -

The blower shall be capable of developing the required total pressure at rated capacity for

continuous operation. The blower shall operate satisfactorily within the operating range.

The material of various components shall confirm to those stipulated in the Technical Particulars

section. The data specification sheets shall guide performance requirement for the blowers.

Blower configuration shall be vertical i.e. one rotor mounted over other with horizontal airflow.

Page 165: MBBR Tender Document and BOQs_Haryana Govt

165

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

Air delivery shall be clean, dry and oil free.

Blower shall run smooth without undue noise or vibration. Noise levels and velocity of vibration

shall be within acceptable limits. Noise level shall be limited to 85 DBA at a distance of 1.86 m.;

Velocity of vibrations shall be within 4.5 mm/s.

Blower shall be air cooled and driven by electric motor

Unless otherwise specified in datasheets, power rating shall be at least 10% above the maximum

power required by the blower.

Blower shall be provided with suction air filter, silencer, dead weight pressure relief valve and

pressure gauge. The speed of the blower shall not exceed 1500 rpm.

Blower shall be mounted at a level necessary to avoid backflow or siphoning of liquid into the

blower.

Features of construction: -

Main Body: -

Main body/ Casing shall have required rigidity, strength and heat transfer fins for smooth and cool

blower operation. It should be mounted on anti vibration base. Casing shall have proper involutes

shape on inner side machined accurately to achieve best efficiency.

Rotor: -

Both the rotors shall be properly machined for involutes profile surface with treatment to increase

wearing resistance. Rotors shall be properly keyed and locked to respective shaft. The designed

clearance shall be so chosen that even at elevated temperature the clearance is adequate and

efficiency is achieved.

Shaft: -

Both the shafts shall have high tensile strength and critical speed of the shafts shall be at least 20%

above the operating speed. Complete rotor assembly shall be dynamically balanced. The shaft shall

be suitable to work at high temperature.

Shaft Sleeves: -

Page 166: MBBR Tender Document and BOQs_Haryana Govt

166

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

Replaceable shaft sleeves shall be provided to protect the shaft. Shaft sleeves shall be securely

locked or keyed to the shaft to prevent loosening. Shaft and shaft sleeve assembly shall ensure

concentric rotation.

Bearings: -

Antifriction roller/ double row angular contact ball bearings shall be provided with proper

lubrication. It shall be designed to take necessary radial load and axial thrust. Bearing shall be

suitable for continuous duty operations and for high temperature operations arising due to

compression of air.

Timing Gears: -

Oil seals shall be suitable for high temperature application at continuous rating and shall have

ensured life of at least 5000 hours.

Base plate: -

The common base plate for blower and motor shall be in one piece and it shall be provided with

suitable holes for grouting. Holes shall be so located that base can be grouted in place without

disturbing the blower and motor. Blower and motor shall be properly aligned, bolted and dowelled

to the base plates by contractor.

Contentions: -

Suction and discharge connections shall be flanged and drilled to IS or equivalent standard unless

otherwise noted in Data sheet.

Accessories: -

All specified accessories and any other standard accessories required for correct and safe operation

of the blower shall be furnished with the blowers. All incidentals piping (including valves) required

shall be furnished by the contractor.

Mild steel fabricated coupling guard/ bell guard shall be provided as a safeguard against the open

rotating parts of the blower and the motor.

Eyebolts shall be provided for ease of lifting and installation (as many per blower as required for

safety).

Page 167: MBBR Tender Document and BOQs_Haryana Govt

167

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

1. Companion Flanges Yes

2. Base Plate Yes

3. Foundation Bolts Yes

4. Suction Air Filter Yes

5. Silencer Yes

6. Pressure Relief Valve Yes

7. Pressure Gauge Yes

8. Bearing Temperature Detector Yes

9. Spare parts (for 5 years operation from original

manufacturer)

Rotating assembly (2 sets)

10 Special Tools and Tackle Yes

Drawings and information to be provided: -

The contractor shall submit the following drawings with his submission: -

- Outline drawings showing the principal dimensions, weights and locations of the suction and

discharge connections.

- Cross-sectional drawings with bills of material

- The Performance- curves of the anticipated blower model.

- Technical particulars enclosed with this specification.

Page 168: MBBR Tender Document and BOQs_Haryana Govt

168

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

8.0.0. Technical Specifications for Civil Works.

The scope of work for the contractor under the contract for civil works shall include all civil

construction works, including excavations, foundations, buildings, trenches, all water retaining

structures including sumps, together with ducts and piping etc. and clearing of the site after

completion of the work. The limits of the contract, for provisions of space, shall be the same as

shown on the tender drawings and as described in the works description of the tender documents.

The civil works shall be carried out in accordance with the National Building Code, the PWD

specification and explanatory notes for building and house drainage in the latest versions. In case of

any variation between the PWD specifications and specifications given herein the latter shall

prevail. In cases where the PWD specification and the specifications given below are silent about

any aspects in respect of any item, the work shall be carried out as per the relevant IS code of

practice in the latest version and as per sound engineering practice as decided by the Engineer in

charge.

The excavation items will include all lifts, lateral leads within limits of works, labor, dewatering,

lowering of subsoil water table, shorting wherever necessary, backfilling around completed

structures and disposal of surplus soil as directed. If any road is dug up for any purpose whatsoever,

the contractor shall reinstate it to the standard required by the Engineer in Charge or the statutory

body, at no extra cost.

The contractor shall Programmed his contraction activities, in such a manner that all inlet and outlet

arrangements are ready for testing purposes to avoid any delays.

The Contractor shall submit to the Engineer in Charge or his representative, samples of the

materials which will form part of the permanent works, sufficiently in advance of the start of the

work within 15 days of the issue of orders, so that necessary tests can be carried out for the

approval of the Engineer in Charge or his representative, before using any such material on site.

Samples for the following basic materials shall be submitted from every supplier and from each

consignment; if materials differ from one consignment to another the consignment differing from

the accepted sample shall be replaced by the Contractor free of cost.

The building and the Pump house & shall be designed and constructed as a RCC framed structure.

All masonry shall be in 1:5 cement sand mortar. Pre cast cement concrete blocks can be approved if

suiting to requirement at interior/ non-load bearing walls.

Design and drawing: -

The contract is turnkey contract and the Contractor shall design and construct all civil works in

accordance with the standard specifications. All detailed drawings for the plant components

Page 169: MBBR Tender Document and BOQs_Haryana Govt

169

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

including site plans, general layouts, architectural drawings with isometric views, will be submitted

for the approval of the Engineer in Charge. He shall ensure that the building is as compact as

possible, it should be convenient for movement of the staff and the elevation should be worthy of a

building of this value. Special attention should be given to the climate in the area while planning

the structure. The building should give a good look from the pump house and the main road. The

entire building should be accommodated within the space indicated in the layout of the Water

Works. A porch sufficient to accommodate a saloon car shall be provided at the main entrance of

each building / pump house.

The overall plans and the elevation shall be approved by the engineer-in-charge before the

structural design and actual work is started.

Concrete Mixes :- The concrete Mixes to be used shall not be leaner than the following &

specifically provided thereafter.

Water bearing structure including roof M-30

Other structure concrete M-2 & M-25

Lean concrete in foundation M10 & M15

The concrete thickness and the concrete cover of reinforcement of dry and wetted surface etc. shall

be according to the IS design codes.

Water retaining structures such as tanks and sumps and concrete roofs shall be designed on a no

crack basis.

Account shall be taken of all loads due to weights (dead loads). Live loads, and soil pressure due to

water and point loads caused during installation of dismantling of equipment.

The brick work shall be in 1:5 with 12 mm thick 1:4 cement plasters.

Design considerations: -

Design submissions:

The contractor shall be responsible for the safety of structures, correctness of design & drawing

even after approval of the same by the Engineer in-charge. The contractor shall submit detailed

design, calculations of foundations & super structures & general arrangement drawings.

Design Standards:

All design shall be based on latest Indian standard specifications for code of practice unless

otherwise specified.

Design Life:

The design life of all structures & buildings shall be 60 years.

Design Loading:

Page 170: MBBR Tender Document and BOQs_Haryana Govt

170

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

All the buildings & structures shall be designed to resist the worst combination of the following

loads / stresses under test & working conditions. These include dead load, live load, wind load,

seismic load, and stresses due to temperature changes, shrinkage & creep of material & dynamic

loads.

a) Dead load: This shall comprise of all permanent construction including walls, floors, roof,

partitions, staircase, fixed service equipment & other items of machinery in estimating the load of

process equipment all fixtures & attach piping shall be included.

b) Live Load: Live loads shall be in general as per IS: 875. However the following minimum loads

shall be considered in the design of structures.

Live load on roofs: 2.00 KN/M2.

Live load on Floors supporting equipment such as pumps, blowers, compressors, valves etc.: 10

KLN/M2.

Live loads on all other floors, walkways, stairways & platform: 5KN/M2.

c) Wind Loads: As per IS: 875 Part III.

d) Earthquake loads: As per IS: 1893 taking in to consideration the soil sector type of foundation

adopted.

e) Joints: Movement joints such as expansion joints complete contraction joints, partial contraction

joints & sliding joints shall be designed & provided to suit the structure. Contraction joints shall be

provided at specified locations spaced not more than 7.5 M in both right angled direction for wall &

drafts.

Expansion joints at suitable intervals not more than 40 M shall be provided in walls, floors & roof

slabs of water retaining structures.

Design Requirements:

The following are the design requirement for all reinforced or plane concrete structures.

a) All blending & leveling concrete shall be minimum 100 mm thick in concrete grade M-10 (1:3:6)

unless otherwise specified.

b) Liquid retaining structures: M-25 with maximum 40 mm aggregate size for footing & base slabs

& with a maximum of 20 mm aggregate size for all other structure members.

c) Other structures: concrete shall be M-20.

d) Medium reinforcement & cover of concrete shall be as per 7.1 of IS: 3370 part II & 7.2 of IS:

3370 part II.

e) Water retaining structures such as tanks and sumps and concrete roofs shall be designed on a no

crack basis & against uplift pressure assuming sub soil water at Ground Level.

Page 171: MBBR Tender Document and BOQs_Haryana Govt

171

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

f) Material Standards: All material shall be new & of the kind & quality described in the contract &

shall be equal to approved samples. The material & workmanship shall comply with the Indian

Standards with amendment. The specification standard & codes listed below are considered top be

part of this bid specification.

IS: 456 – Code of Practice for plain and reinforced concrete

IS: 875 – part 1 to 5 Code of Practice for structural safety of buildings, loading standards.

IS: 3370 – part I – IV code of Practice for concrete structures for storage of liquids.

IS: 1893 – Criteria for earthquake resistant design and structures.

IS: 432 – Part I Mild steel & medium tensile steel bar & hard on steel wire for concrete

reinforcement.

IS: 1786 – High Strength deformed steel bar & wires for concrete reinforcement.

IS: 2950 – Part I Code of practice for design & construction of Raft foundations.

IS: 1974 – Part 1 & 2 Code of practice for design & construction of machine foundations.

IS: 12269 – 53 Grade Portland cement.

IS: 8112 – 43 Grade Portland cement.

IS: 383 – Course & fine aggregate from natural source of concrete.

IS: 2212 – Code of practice for brick - work.

IS: 1199 – Method of sampling & analysis of concrete.

Water stops: -

The material for PVC water stops shall be plastic compound with the basic resin of PVC &

additional resins, plasticizers, inhibitors, which satisfy the performance, characteristics specified

below as per IS: 12200 & tested in accordance with IS: 8543. PVC water stops shall be either bar

type, serrated with central bulb & end grips for use with in concrete element or of the surface type

for external use.

PVC water stops shall be of approved manufacturer & shall be got approved by an in charge before

procurement & incorporation in the work.

Pre formed fillers & joint sealing compounds:

Pre formed filler or expansion / isolated joints shall be non-excluding & resilient type of bitumen

impregnated fiber confirming to IS: 1838 part I & II. Bitumen coat to concrete / masonry surface

for fixing the pre formed bitumen filler strip shall confirm to IS: 702 & bitumen primer shall

confirm to IS: 3384. Sealing compound for filling the joints above the pre formed filler shall

confirm to grade A as per IS: 1834.

Exterior Finish:

Page 172: MBBR Tender Document and BOQs_Haryana Govt

172

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

The type of finishing and the color scheme of the external surfaces of the building will have to be

decided according to the designed elevation after approval of the engineer in charge. However it

shall be any or a combination of the following: -

Water proofing cement paint: This shall be of approved shade and brand to give an even shade on

the work in 3 or more coats on cement concrete surfaces smoothened and cleared by rubbing.

Cement plaster followed with water proofing cement paint: This shall provide for cement sand

plaster 1:4 mix 20 mm thick followed with paint.

Interior Finishes: -

The following table gives the general elements of the specifications of the building. They are not

comprehensive and the contractor is expected to complete the building and the plant to make it s

complete and useable building of a standard generally reflected in these specifications:

S. No Unit Floor Walls Finish Doors

1 Walk ways. CHQ. Tiles

2 MCC Room. KS DT (oil bound) SSI+SSII

3 Office & Laboratory

Room.

KS DT SSI+SSII

4 Corridor & Lobby. KS DT SSI+SSII

5 Pump Houses. IF WW RS+AL+

SSI+SSII

Legend:

CHQ.T: Chequerred Tiles; KS: Kota Stone; IF: Industrial Flooring; WW: White wash;

DT: Distemper; RS: Rolling shutter; AG: Aluminum Gate;

AL: Aluminum Windows/ventilators; SSI/SSII: Metal pressed doors

Flooring: -

The following floorings will be adopted in the building and walkways.

Cement concrete flooring: Grade 1:2:4, 75 mm thick with 20 mm thick normal size aggregate with

finishing with a floating coat of neat cement including cement slurry etc. Cement concrete flooring

with metal concrete hardener topping: It shall be with a 18 mm thick Metallic concrete hardener

topping consisting of mix 1:2 (1 cement 2 stone aggregate 6 mm nominal size) by volume and

mixed with metallic hardening compound of approved quality @ of 3 Kg./ sq. Mt including cement

Page 173: MBBR Tender Document and BOQs_Haryana Govt

173

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

slurry rounding of edges etc. This shall be laid on cement concrete 1:2:4 layer of 42 mm thickness

(IF).

Kota stone flooring: polished blue Kota stone of 25 mm thick slabs of 900 sq. cms. Lay over 20 cm

thick base of cement mortar. 1:4 and jointed with gray cement slurry to match the shade of slab

including rubbing and polishing (KS).

Wall Finish: -

The interior walls will be plastered with cement sand mortar 1:4 of 20 mm thickness finished

smooth. In Laboratory and bathrooms the finishes will be different.

White wash: with whiting to give an even shade in 3 or more coats (WW)

Distemper: Oil Bound distemper of approved brand and shade in 2 or more coats over priming coat

of whiting to give an even shade (DT)

Ceramic tile: Ist quality mat finish tiles of 6 mm thickness laid on a bed of neat cement slurry

including nicely finished joints using water proof joint filler powder and finishing with flush

pointing in white cement mixed with pigment to meet the shade of tiles (tiles).

Roofing: -

All roofing shall be in RCC due attention shall be paid to slopes to facilitate rainwater disposal

through CI drainpipes. All the roofs except the roof of the wash water tank shall be covered with

waterproofing & tiles as per Haryana PWD specifications.

Damp proofing: -

Suitable damp proofing should provide on the roofs with one layer of fiber-based bitumen felt in

two coats of hot applied bitumen.

All brick walls shall be provided with one layer of bitumen felt (resin type) for damp proofing.

Doors and windows: -

The buildings shall have a suitable number of doors and windows of suitable sizes in order to

ensure easy access and escape in case of emergency, to ensure adequate ventilation, natural lighting

and protection from heat and dust in summer and from cold in winter. As a general guideline the

total area of doors and windows shall be not less than about 25% of the floor area.

Aluminum Gate (AG)/Aluminum Windows/Ventilators (AW + AV): -

Aluminum alloys used in the manufacture of extruded section of the fabrication of doors, windows,

ventilators shall confirm to designation HE 9 WP of IS: 733.

Transparent Sheet glass shall confirm to requirement of IS: 2835. Wild & figured glass is to be as

per IS: 5437.

Page 174: MBBR Tender Document and BOQs_Haryana Govt

174

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

It shall be a wholly open able doors provided on the main entrance of the plant. It will be glazed

aluminum made out of anodized aluminum section. The outer frame shall be of size 101.6x 44.45x

3.11 mm rectangular tubular section and the shutter shall be made out of specially extruded tubular

section of size for sill member shall be 99.2 * 44.45 * 3.18 mm including partial glazing of 5.5 mm

thick plain glass PVC/Neoprene & partially PVC hollow tubes, weather striping screw less

aluminum bidding fixer such as lock, handle, tower bolt and self closing device of approved make.

The size shall be fixed in line with the elevation but shall not be less then 2.04 * 2.7 meters. (AG)

Flush Doors (FD): -

Hollow core construction with internal frame of 1st grade wood having styles and top rails of 100

mm width and bottom and lock rails of 150 mm width with three numbers cross batons of 50 mm

thick width using 4 mm thick commercial ply on both faces of shutters and 6 mm thick bidding of

respective wood using with approved heavy duty aluminum fittings in MP teak wood frame (FD).

Anti termite treatment is to be given on all the woodwork.

Metal Pressed doors (SS1).-

Steel doors with frame of hollow metal pressed section size 80* 50 mm as per ISI 1.25 mm thick

with single sheet shutter 0.8 mm MS sheet to be spot welded and embossed with rib type design

front vertical including hold fast of 15 * 3 mm MS oxidized fittings such as hings sliding bolts

handles tower bolts etc. complete in all respects including applying priming coat of approved steel

primer (SSI).

Metal Pressed doors (SS2) -

Steel doors with frame of hollow metal pressed section size 105* 60 mm as per ISI 1.25 mm thick

with double sheet shutter 1.0 mm MS sheet to be spot welded and embossed with rib type design

front vertical and back side horizontal and spot welded including hold fast of 15 * 3 mm MS

oxidized fittings such as butt hinges, sliding bolts, handles tower bolts etc. complete in all respects

including applying priming coat of approved steel primer (SS2).

Rolling Shutters (RS).

Rolling shutter of approved make, made of 80* 1.25 mm. M.S. laths interlocked together through

their entire length and jointed together at the end by end locks mounted on specially designed pipe

shaft with brackets, side guides and arrangements for inside and outside locking with mechanical

device chain and crank operation for operating rolling shutters exceeding 10.00 Sqm including

spring hooks, providing and fixing necessary 25.3 cm. Long wire springs grade No. 2 and MS top

cover 1.25 mm thick (RS)

Page 175: MBBR Tender Document and BOQs_Haryana Govt

175

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

Windows -

Steel glazed windows shutters of standard rolled steel section joints miter and welded with steel

lugs 13 * 3mm, 10 cm, long with fixed wire gauge of 14 mesh * 24 gauge to the metal frame of

rolled section by metal beading 20 * 3 with suitable screw at not exceeding 150 mm distance and

square bars or other flat welded, embedded in cement concrete block 15 * 10 * 10 cm of 1:3:6 (1

cement: 3 coarse sand: 6 graded stone aggregate 20 mm nominal size) or with wooden plugs and

screws or with fixing clips or with bolts and nuts as required including providing and fixing of plain

glass panes 4 mm thick with glazing clips and special metal sash putty of approved make or metal

beading with screws complete including priming coat of approved steel primer, partly fixed and

partly open able (Fixed area not to exceed 33%)

Walkways and access stairs

All units shall be accessible by concrete walkways of a width of 1.2 m. The walkways shall have

railings as specified above. Railing shall consist of CI vertical posts of 0.9 M with vertical height at

distance of 2.0 M with 40 mm MS PVC Coated pipe in two horizontal rows.

Toilets: -

The contractor shall provide following fixtures in each toilet:

First quality 630mm Indian type Orissa water closet suite complete with 100 mm HCI P trap with

vent & 12½ L capacity mosquito proof cast iron flushing cistern ISI marked complete in all respect.

Best Indian make flat back angular lipped front urinal 465 mm high vitreous china ware with 5 L

capacity CI automatic flushing cistern complete with all other accessories.

First quality vitreous china ware wash basins 510 x 400 mm complete with 32mm brass waste,

15mm CP Brass screw down pillar tap & all other fittings.

Best Indian make Chromium plated 750mm long towel rail complete with all accessories.

Best Indian make beveled edge 5.5 mm thick mirror 600 x 450 mm mounted on asbestos sheet

complete with all accessories.

15 mm inner diameter CP Brass bib cocks best quality for bathing & adulation – 2 Nos.

White glazed tiles up to 7 ft. height on all walls.

The contractor shall provide only HCI floor taps & use only best quality heavy-duty HCI pipes with

lead joints.

Internal water supply: -

Page 176: MBBR Tender Document and BOQs_Haryana Govt

176

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

Flush toilets & drinking water to be provided by the contractor from the point of supply within

battery limit. The PH. Department shall provide water service line up to the nearest point of

building and staff quarter.

Finishing: -

a) Painting of metallic surfaces: -

If not otherwise stated metallic surfaces shall receive one initial epoxy coat in the manufacturer’s

workshop. After arrival of the equipment on site, the same shall be inspected and damaged portions

shall be cleaned and given the primer and 2nd

epoxy coat of similar paint. After erection all metal

work shall be painted again.

b) Painting of metallic surfaces

Coating of the pipes and the plant equipment is to be provided according to the color code.

c) Other equipment: -

All other items like doors, windows, sanitary ware, lighting, cabling, switches, power points, and

finishing like plasters, tiles, paints, coats shall be provided according to the technical specifications.

d) Final Finishing -

The contractor will ensure that the building along with all its installations is in a finished and in

new and fully operative condition when handed over. He shall have repaired and remove all signs

of damage that might have been done during the course of installation and fixing of equipment. He

shall also see that the entire exterior has been finished properly and the entire site is cleared of all

extra construction material, debris and excavated soil. This shall have to be done to the satisfaction

of the engineer in charge.

Check of reinforcement and concreting -

All reinforcement shall be checked and recorded prior to pouring of concrete, by a representative of

the Engineer in Charge, not below the rank of Assistant Engineer. Similarly, the entire concrete

pouring work shall be done in the presence of an officer not below the rank of Junior Engineer. The

Contractor shall therefore, give a notice of a minimum three days to the Engineer in Charge or his

representative, such that the works can be checked by him or his representative.

Main standards for civil works -

Some of the important IS codes referred during execution of the work are as follows:

Earthwork -

IS: 3764 – Safety code for excavation works

IS: 3720 – Methods of tests for soils

Concrete Works -

Page 177: MBBR Tender Document and BOQs_Haryana Govt

177

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

IS: 280 – Mild steel wire for general engineering purposes

IS: 269 – Portland cement

IS: 383 – Coarse and fine aggregate

IS: 432 – Medium tension steel bars and hard drawn steel wire

IS: 456 – code of practice for plain and reinforced concrete

IS: 516 – Methods of testing for strength of concrete

IS: 1199 – Method of sampling and analysis of concrete

IS 1566 – Fabric reinforcement

IS 1786: Fabric reinforcement

IS: 2062 – Structural steel

IS: 2062 – Structural steel

IS: 2386 – Method o tests for aggregates of concrete

IS: 2502 – Code of practice for bending and fixing of bars for concrete reinforcement

IS: 3370 – Code of practice for concrete structures for the storage of liquids

Building works: -

All building works shall be as per National Building/ PWD specifications only.

Materials: -

The term “materials” shall mean all materials, goods and articles of every kind, whether raw,

processed or manufactured and equipment and plant of every kind, to be supplied by the contractor

for incorporation in the works.

Except as may be otherwise specified for particular parts for the works, the provisions of clauses in

this section shall apply to materials and workmanship for any part of the works.

All materials shall be new and of the kinds and qualities described in the contract sands shall be at

least equal to approved samples.

As soon as is practical after receiving the order to commence the works, the Contractor shall inform

the Engineer in Charge of the names of the suppliers from whom he proposes to obtain any which

may be withheld until samples have been submitted and have been satisfactorily tested. The

Contractor shall be thereafter keeping the Engineer in Charge informed of orders and deliveries of

all materials.

Materials shall be transported, handled and stored in such a manner as to prevent deterioration,

damage or contamination.

Samples and tests of materials: -

Page 178: MBBR Tender Document and BOQs_Haryana Govt

178

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

The Contractor shall submit samples of such materials a may be required by the Engineer and shall

carry out the specified tests required under the contract documents; or as directed by the Engineer at

the site, at the supplier’s premises or at a laboratory approved by the Engineer.

Samples shall be submitted and tests carried out sufficiently early to enable further samples to be

submitted and tested, if required by the Engineer.

The Contractor shall give the Engineer at least seven days notice in writing, of the date on which

any of the materials will be ready for testing or inspection at the supplier’s premises or at a

appointed place within seven days, the test may proceed in his absence, provide that the Contractor

shall in any case submit of the Engineer, within seven days of every test, such number of certified

copies (not exceeding six) of the test readings as the Engineer may require.

Approval by the Engineer with regard to the placing o orders for materials or of samples or tests

shall not prejudice any of the Engineer’s power under the provisions of the contract.

The provisions of this clause shall also apply to materials supplied by any nominated sub-

Contractor.

Standards: -

Materials and workmanship shall comply with the latest relevant specifications and Explanatory

Notes, PWD specifications. All materials used in the permanent works shall be of the best quality

of the kind and to the approval of the Engineer. Andy material or workmanship not covered any the

above specification of PWD, shall comply with the latest relevant Indian Standard, current at the

thirty-first day of December of the year preceding the tender date, unless a more recent amendment

is specified in the contract documents, or with the requirements of any other authoritative standard

approval by the Engineer in Charge which shall not be to a less standard in the opinion of the

Engineer in Charge than the corresponding standard quoted herein.

Testing

During the progress of construction sampling, preparation of test specimens, curing and testing of

concrete shall be conducted in accordance with IS 1199 and IS 516, to determine whether the

concrete being produced complies with the strength requirements as specified.

At least one slump test shall be carried out for every compressive strength test carried out, or as

directed by the Engineer. Six No. cubes shall be made for each cubic meter for portion thereof or

for each pour per grade of concrete. This number may be increased at the discretion of the

Engineer. Six specimens shall preferably be prepared from different batches, three being tested after

7 days and the remaining three being tested at 28 days. The Contractor shall provide, at his own

Page 179: MBBR Tender Document and BOQs_Haryana Govt

179

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

expense, all apparatus, labor and arrange for testing at a laboratory, approved by the Engineer in

Charge.

Acceptance of Concrete

The concrete tested in accordance with “Testing of Concrete” clause above, shall meet the criteria

for acceptance of concrete as per BIS 456. The strength of concrete shall be the average strength of

three specimens tested at 28 days and conform to strength requirements of different grades of

concrete. If the advance 7 days tests show crushing strengths that are too low, corrective measures

shall be taken at once, at the Engineer’s direction, without waiting for the results of the 28 days

tests.

Failure to meet Strength Requirements: -

In cases where concrete tested fails to meet the test requirements, the Engineer in Charge shall have

the right to require any one or all the following additional tests. The Contractor at his own expense

shall carry these out. The Engineer in Charge shall be the final authority for interpreting the results

and shall decide upon the acceptance or other wise.

Curing and load testing of the concrete member concerned represented by the test, which fail,

replacement of any such portions of the structure. No payment shall be made for the dismantling of

the concrete, relevant formwork, or reinforcement shall be made. The Contractor at his own

expenses shall make good, embedded fixtures and reinforcement of adjoining structures damaged

during dismantling well & extended curing of the structure of the concrete repaired by the specimen

& collecting and testing of a core specimen from the hardened concrete. The location number and

size of such specimen shall be taken as directed by the Engineer.

Any other test i.e. ultrasonic and /or rebound hammer tests to be decided by the Engineer, at the

Contractors own cost.

Water Retaining Structures: -

In addition to the tests of the concrete structure regarding “Failure to meet Strength Requirements”

referenced above, each water retaining structure shall also be tested for water tightness at “top

water level” as follows:

The structure shall be thoroughly cleaned and as far as practicable before any earth or other filling

is placed against the outside wall face, water retaining structures shall be filled with water at a

uniform rate of not greater than 2m in 24 hours. A period of 21 days shall be allowed for

stabilization, after which the water level shall be recorded by an approved method, at 24-hour

periods for a test period of 7 days. During the test period the total permissible drop, after allowing

Page 180: MBBR Tender Document and BOQs_Haryana Govt

180

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

for evaporation and rainfall, shall not exceed 1/500 of the average water depth of the full tank or

10mm, whichever is less.

In the case of structures whose external faces are exposed, such as elevated tanks, the test

requirements shall be deemed to be satisfied if the external faces show no signs of leakage and

remain apparently dry over a period of seven days, after allowing an initial seven days period for

absorption after filling.

In the case of structures whose external faces are submerged and are not accessible for inspection,

such as underground tanks, the tanks shall be filled with water and after filling; the level of the

surface of the water shall be recorded at subsequent intervals of 24 hours, for a period of seven

days. The total drop in level over the seven-day period shall be taken as an indication of the water

tightness of the structure. The Engineer shall decide on the actual permissible magnitude of this

drop in surface level, taking into account whether the tanks are open or closed and the

corresponding affect it has on evaporation losses. For many purposes however, an underground

tank whose top is covered may be deemed to be watertight if the total drop in the surface level over

a period of seven days does not exceed 40 mm.

If the structure does not satisfy the test requirements, and the daily drop in water level is greater

than that allowable, the period of test may be extended for a further seven days and if the specified

limit is then met, the structure may be considered as satisfactory.

If the test results are unsatisfactory, the Contractor shall ascertain the cause and make all necessary

repairs and repeat the water retaining structures test procedures, at his own cost. Should the re-test

result still be unsatisfactory after the repairs, the structure will be condemned and the contractor

will dismantle and reconstruct the structure, to the original specification, at his own cost.

Roofs: -

Concrete roofs of service reservoirs or buildings shall be watertight and shall, where practicable, be

tested on completion by water trenching to a minimum depth of 25 mm for a period of 24 hours.

Where it is impracticable, because of roof falls or otherwise, to contain a 25 mm depth of water, the

roof shall be thoroughly wetted by continuous hosing for a period of not less than 6 hours. In either

case, the roof shall be regarded as satisfactory if no leaks or damp patches show in the roof.

The roof covering shall be completed as soon as possible after satisfactory testing.

Specification of Road Works:

This part of the specification shall apply to all internal roads: -

a) Embankment: The fill shall be well compacted to utilize its full strength & o economize there by

on the overall thickness of pavement required. Top 50 cm portion of the roadway shall be well

Page 181: MBBR Tender Document and BOQs_Haryana Govt

181

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

compacted up to 100% of standard proctor density. The level of formation shall be 1 M above the

ground level.

b) Sub Base: 100 mm thick sub base will be laid in single layer consisting of quarry rubbish

material preferably crushed stone.

c) Final Coat: 150 mm thick Cement Concrete with proper joints filled with jointing material.

SPECIFICATION FOR HOUSE TYPE 440 SFT.

S

No

Items Sub Items Specifications

1. FLOORING, DADO-

SKIRTING

a) Rooms, Stores,

Verandah &

Passages.

Terrazzo flooring Silver grey cloour.

b) Kitchen (i) Non Skid Ceramic Tiles Flooring.

(ii) Ceramic Tiles dado upto 6’-9”

(iii) Working top shall be finished in

Baroda Green.

c) Toilets. (i) Non Skid Ceramic Tiles Flooring

(ii) Ceramic Tiles dado upto 6’-9”

2. JOINERY WORK

FOR DOORS,

WINDOWS AND

VENTILATORS

a) Frames Pressed steel frames for all doors,

windows, ventilators, operable and

fixed with glazing.

b) Doors shutters The shutters for doors, windows,

ventilators, shall be of hard wood.

Doors shall have flush shutters.

c) wood to be used Wood to be used shall be kiln

seasoned hard wood as per ISI

specification except teak.

d) Cupboards (i) Ferro cement/RCC 25mm thick

shelves in cupboards

(ii) Pressed steel chowkhats &

shutters of hard wood frame with 4

mm thick commercial ply face on

both side.

ISI Marked.

e) Door fitting Anodized Aluminum fitting shall be

used

ISI Marked.

f) Toilets Bath & Toilets shall have pressed

steel chowkhats with paneled shutters

of hard wood (Hollock) /PVC/

Cement bonded particle board panel

inserts shall be used.

g)Wire Gauge

shutters

Fly mesh shutters to all the outer

doors and windows shall be

provided.

Page 182: MBBR Tender Document and BOQs_Haryana Govt

182

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

3. INTERNAL AND

EXTRNAL FINISHES.

a) internal walls and

ceiling

All internal wall shall have CBD &

ceiling to be white washed

b) Joinery Paint Joinery to be painted with synthetic

enamel paint as per colour scheme

c) External walls/

surface.

i) Exposed brick surfaces shall be

finished with deep strick painting

with matching pigment and with

cement based paint

ii) All RCC works shall be plastered

unless otherwise specified.

iii) Plastered surfaces shall have

cement based paint

4. SOIL WASTE &

RAIN WATER PIPES

a) Rain water Pipes (i) All R.W.Ps be laid in

approachable and openable ducts

(ii) CI rain water pipes shall be

preferred.

b) Soil waste Pipes All the soil waste pipes shall not be

exposed.

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

be used.

b)Switches/ MCB’s Switches / MCB’s be of empanelled

Cos.

c) Communication

system to be adopted.

Telephone /TV conduits be also

provided.

GRILLS a) Grills Steel Grils to outer Windows

/Ventilators to be provided.

6. COMPOUND WALLS

AND GATES

a) compound walls Standard compound walls shall be

provided .

The outer faces of wall shall have

exposed brick face and the inner

faces shall be plastered.

b) Gates Standard provision shall be made.

Construction of effluent carrier for making connection with agricultural minors existing

nearby.

The final effluent with BOD less than 20 PPM shall be carried through sullage carrier constructed

in the Sewage Treatment Plant sire and inter connected with existing irrigation system for irrigation

of fields in the command area or otherwise shall be disposed off in the nearby drain at the cost of

contractor, the price be included in the price schedule. The cost of construction of sludge carrier be

included in price schedule and same shall be constructed by the contractor.

Page 183: MBBR Tender Document and BOQs_Haryana Govt

183

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

7.0 Operation and Maintenance Schedule:

7.1 General:

This section of specifications applies to the specification of materials used for operation and

maintenance, the workmanship, period for routine maintenance, specifications for expectable

quality of treated water, maintenance of record and responsibilities during operation and

maintenance period.

The Contractor shall operate and maintain the STP. Electrical sub Station and DG Set during the

defects liability period of 12 months & two more years thereafter. If required than the contractor

shall make repairs to maintain the plant at the status of new at handing over. The tasks of the

Contractor shall be: -

- Operating STP. all Pumping sets, electrical components round the clock as per the incoming

sewage flow received from the MPS.

- Cleaning of screen chamber at STP, Collection and disposal of semi dried Sludge from Centrifuge

chute. Screens & lifting of the screened material & Semi Dried Sludge & storage disposal of the

same in a safe & hygienic way out side the battery limits of STP site at bidders own risk & cost.

- Keeping the down time of any equipment as low as possible.

- Maintaining all the plant & machinery and tools and making necessary repairs.

- Technical and administrative monitoring of the STP:

The operation, maintenance and repair service shall be made according to the following

specifications and parameters.

1. Maximum down time:-

The plant machinery shall be operated 24 hours a day. 365 days in a year to ensure that incoming

sewage flow received from the MPS is treated & disposed out without any break. The plant shall

never be operated at less than 50% of its design capacity due to maintenance and repair reasons.

The period of 50% operation shall not exceed more than two consecutive days and not more than

three days in a month. The maximum downtime of the whole plant shall not exceed more than 8

continuous hours. The periods for repairs and maintenance have to be communicated to PH at least

one month in advance.

Page 184: MBBR Tender Document and BOQs_Haryana Govt

184

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

In case down time exceeds the above limit than the contractor shall not be paid 0 & M Charges for

the extended period and shall be liable to pay any penalty / fine imposed by Pollution Control

Board or any other authority.

2. Specification of Material: The specification of material used for repair shall be the one used in

original work. If not used during execution, specifications process material shall be got approved by

the department prior to commencement of O & M period and must be incorporated in the O & M

Manual and in no case no delay in repairs shall be subjected to limitation.

3. Lubrication: A schedule of recommended oils and other lubricants shall be furnished by the

contractor in the O & M Manual. The no. and type of lubricants shall be kept to a minimum. In case

these lubricated bearings or electric motors lithium base grease if preferred. The contractor shall

indicate the brand name of indigenously available equivalent lubricant with complete duty

specifications in the O & M manual and shall furnish quantity of each fill and frequency of filling.

Preference shall be given to a pressure system and in case more than one type of grease gun for

each type shall be used.

4. Spare parts: Spare parts used for the equipment in the maintenance of the system must be from

the

manufacturer of the equipment or if the equipment itself has been made with pal1s of the other

manufacture then the parts must be of the same make as used in the equipment supplied and

installed.

All spare parts shall be packed for long storage and shall be labeled in the outside with description

no. and purpose and the list of such spare parts shall be supplied to Public Health Engineering

Department.

5. Particulate Requirement during O & M : The Workmanship observed for all repair and

maintenance work must be in according to “Good Engineering Practices”.

6. Operation and Maintenance manual : The Comprehensive Manual to be submitted before the

operation and maintenance period i.e. during execution stage and defect liability period in special

conditions of contract or as specified in scope of work contract must be updated and should contain

all information not limiting the contents mentioned below:

Page 185: MBBR Tender Document and BOQs_Haryana Govt

185

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

1. Process Write Up.

2. Piping and Instrumentation. (as built)

3. Hydraulic profile (as built).

4. Plant layout. (As built showing cables, piping route and dimensions).

5. Technical data Sheets of all electrical, mechanical and instrumentation equipment.

6. General arrangement drawings of all civil works, Electrical, mechanical and

instrumentation.

7. Operation and Maintenance manual of all major equipments from the original

manufacturer.

8. List of spares, sources of procurement and specifications.

9. The Operation manual to be submitted by the contractor should elaborate detailed

procedure for operation and maintenance of the plant including preventive and

special maintenance.

The O & M Manual must be updated periodically for incorporating procedure of maintenance of

repairs and breakdowns not incorporated in the earlier O & M Manual.

Procedure for repairs of leak / burst of pipes must be provided with supportive drawings.

Frequency of spares used in maintenance of electrical, mechanical equipments must b recorded for

updating the contents of manual.

Record of troubleshooting points and details of events causing trouble (Breakdown in any part of

Sewage Treatment plant must be maintained and used for updating the contents of manual).

The record of inventory used must be maintained and the relevant pollution of O & M Manual must

be updated to list out the requirement of the entry for maintaining the system for 12 months.

The record of incoming / treated sewage water quality monitors during every day of O & M period

must be maintained and handed over after the expiry of contract period.

The chemical requirement in worst condition of Operation must be identified and incorporated.

The provision in the manual must incorporate every aspect of good industrial practices even if not

elaborated here or other parts of the bid documents. The provisions in the approved Operation and

Maintenance document shall only be binding on the parties.

The manual so prepared must be updated after the end of every tear of O & M giving effect to the

experience gained and the observations made by the department during the maintenance period.

Page 186: MBBR Tender Document and BOQs_Haryana Govt

186

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

7. Operation and Monitoring of the plant : The plant shall be operated according to the rules and

procedures laid down in the operation manual and according to the raw sewage input at the MPS.

The plant must be in a position to work at the design and overload capacity at any time and to

produce the design / overload output quality of treated water.

The contractor shall maintain and submit following returns on a format duly approved by PH on

daily basis.

1. Attendance of O & M Staff engaged by the contractor.

2. Quantity of Raw sewage / treated sewage water.

3. Quality of incoming / treated sewage water based on laboratory testing to be

maintained by the Contractor.

4. Diesel consumption of Generating set based on Hour meter (Hour meter to be sealed

by Public Health Engineering Department immediately after trial run period).

5. Running hours of each prime mover.

6. Total power consumption.

The bidder shall get tested incoming / treated sewage water / digested sludge for the following

parameters on monthly basis from any Govt. approved analytical laboratory and submit results to

PHED at his own cost.

If Public Health Engineering Department may order analysis of additional parameters required to

check the efficiency and efficacy of the plant. The contractors shall take daily readings of TOC,

TSS and DO after interpretation of results shall calculate the effluent BOD, TSS and maintain the

record.

Sr.

No.

Parameter Influent / Composite

Sample

Effluent

1. pH

2. Suspended Solids

3. Total Dissolved Solids

4. COD

5. BOD

Page 187: MBBR Tender Document and BOQs_Haryana Govt

187

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

Physical chemical analysis of biological Sludge:-

Sr. No. Parameter Biological Sludge

1. Appearance

2. Order

3. Moisture Percentage

4. Organic Content(Percentage of

Total Solids)

The Public Health Engineering Department will collect random samples of incoming / treated

sewage water and will get it analyzed either at the contractor's laboratory or any other laboratory

and in case any sample fails to made the prescribe parameters the contractor must rectify the defect

and achieve the prescribed parameter with in 48 hours and if he fails to do so no payment for the

extended project shall be made.

8. Carefulness and cleaning: - The Contractor and his staff have to ensure a maximum of

carefulness in the operation and maintenance of the plant. At any time, the plant, its equipment and

its surroundings have to he kept clean and proper.

9. Prcventive maintenance frequency: - The preventive maintenance will be made according to

the preventive maintenance schedule of the plant. Short-term specialists of the Contractor for

special maintenance tasks may reinforce the regular staff. The operation, maintenance and repairs

shall be made with the help of the equipment and tools available at the plant, backed up and

completed with the facilities of the Contractor at his HQs or brought to the plant by him temporarily

for a special maintenance.

10. Transportation: - All necessary transports shall be arranged and made by the Contractor at his

own costs including transpol1 vehicles required for safe disposal of screening material and dried

sludge outside the battery limits of STP.

11. Consumables: - The Contractor has to provide all consumables, spares, oil & lubricants, Diesel

for running of D G Sets, chemicals for laboratory testing, consumables for electrical & mechanical

plant & machinery. Public Health Engineering Department shall provide POWER & raw sewage at

Page 188: MBBR Tender Document and BOQs_Haryana Govt

188

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

desired flow & level free of cost. The payments for consumption of diesel shall be reimbursed as

per actual consumption based on hour meter basis as per prevailing market rates.

This scope of work does include painting, white washing, distempering of plant, building &

equipments except when required after repairs during the defect liability period & soon before

handing over after two years operation & maintenance period.

O & M personal shall dedicate their 100% time & the contractor will ensure that adequate number

of his staff shall be available on duty 24 hours, 7 days per week including all holidays.

O & M personal to be provided by the contractor shall be suitably qualified & he will get their CV

resume duly vetted by the engineer in charge before engaging them.

The contractor shall get the treated sewage samples duly tested for submission to HPCB for NOC/

Consent & shall submit consolidated monthly statement at the time of claiming payment.

In case contractor fails to operate & maintain the treatment plant to the rated capacity & quality

PHED shall be at liberty to terminate the operation & maintenance contract without assigning any

reason & take panel action as per the contract & prevailing law as this is covered under essential

services act.

The contractor shall adopt all necessary safety measures for all his staff, plant, building &

machinery.

TESTING OF SAMPLES

The Contractor shall collect samples of influent waste water and treated effluent every fort nightly

in the presence of PHED staff and get them tested for Ph, BOD, COD, TSS and any other

parameter prescribed by pollution control board from any PHED approved laboratory or of any

concerned Pollution Control Board at his cost during commissioning & there after regularly as per

the requirements of PHED, Haryana for obtaining NOC from Pollution Control Board, beside

regular testing & maintaining record in the laboratory in STP.

Minimum following O & M personal to be provided by the contractor shall be suitably qualified &

he will get their CV resume duly vetted by the engineer in charge before engaging them: -

AT IPS

Sl. No. Designation Qualification Period of

employment

Numbers.

1.0 Plant operator ITI Full Time 1 Per Shift

2.0. Sewer Men cum Helper Literate Full Time 1 Per shift.

3.0 Forman Electrical and ITI Part Time Day Shift

Page 189: MBBR Tender Document and BOQs_Haryana Govt

189

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

Mechanical

AT MPS & STP

Sr. No. Designation Qualification Period of

employment

Numbers.

1.0 Plant operator ITI Full Time 1 Per Shift

2.0. Sewer Men cum Helper Literate Full Time 1 Per shift.

3.0 Forman Electrical and

Mechanical

ITI Part Time Day Shift

Page 190: MBBR Tender Document and BOQs_Haryana Govt

190

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

PUBLIC HEALTH ENGINEERING

DEPARMENT, HARYANA.

PART – III

BREAK UP OF PAYMENTS OF THE COST

Page 191: MBBR Tender Document and BOQs_Haryana Govt

191

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

PRICES FORMAT:

1.0 Schedule of lump sum amount to be paid to the Contractor for:-

“Design, construction, erection, testing & commissioning of Intermediate Sewage Pumping

Station(IPS), Main Sewage Pumping Station 5.4 MLD (MPS), 5 MLD Capacity Sewage

Treatment Plant based on MBBR Technology (Attached Growth Process), effluent outlet

pipe, Transformer, Boundary wall, Staff Quarter, all contingent Electrical, Mechanical,

Piping & Instrumentation works at IPS, MPS and Sewage Treatment Plant complete in all

respect including Operation & Maintenance for 12 months during defect liability period &

three years thereafter at Assandh Town, District Karnal”

Item

No.

Short description Lump sum amount

payable for the

complete work (to be

quoted both in words

and figures)

1.0 “Design, construction, erection, testing & commissioning of

Intermediate Sewage Pumping Station(IPS), Main Sewage

Pumping Station 5.4 MLD (MPS), 5 MLD Capacity Sewage

Treatment Plant based on MBBR Technology (Attached Growth

Process), effluent outlet pipe, Transformer, Boundary wall, Staff

Quarter, all contingent Electrical, Mechanical, Piping &

Instrumentation works at IPS, MPS and Sewage Treatment Plant

complete in all respect including Operation & Maintenance for 12

months during defect liability period & three years thereafter at

Assandh Town, District Karnal”

Rs. 446.00 lacs

Total Rs. For A1 to A-9

Grand Total Rs.A1 to A-9

In words:-

Page 192: MBBR Tender Document and BOQs_Haryana Govt

192

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

SCHEDULE OF PAYMEMTS

Sr. No. Particulars % of quoted Value excluding

O & M

A-1 Civil Works:-

Design, construction, erection, testing &

commissioning of 5 MLD capacity STP including

all civil works.

1.1. Survey, Investigation, SBC, Design & drawing. 3%

1.2. Testing, Commissioning & Trial run. 5%

2.0. Break up of Civil Works for A - II only.

2.1 Inlet Chamber. 1%

2.2 Screen Chamber 1%

2.3. Grit Chamber. 3%

2.4. MBBR Tanks 30%

2.5. Secondary Clarifier. 29%

2.6. Biological Sludge Sump. 6%

2.7. Sludge Drying beds and Sludge Storage Platform. 11%

2.8. Supernatant, Scouring and Filtrate Recycling to

STP.

3%

2.9. Chlorine Contract Tank. 3%

2.10. Main control panel room 5%

Further stage wise break up of unit shall be as here under:-

3.0. MCC / Office Block and Security Guard Room.

Excavation 10%

Foundations & Columns. 25%

Construction of walls up to Second Roof level and

RCC 30%

Slab

Flooring 10%

Doors, Windows & Painting 10%

Page 193: MBBR Tender Document and BOQs_Haryana Govt

193

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

Tiles & parapet 5%

Veranda & Porch 5%

Wiring & Illumination work. 5%

4.1. Inlet Chamber

Excavation 5%

P.C.C. & R.C.C. Bed 25%

Construction of side walls 1/3rd

25%

Construction of walls 23rd 20%

Completion of wall 15%

Hydraulic testing 10%

4.2. Screen and Grit Chamber

Excavation 5%

Columns & R.C.C. Bed 25%

Construction of side walls 40%

Completion of wall 20%

Hydraulic testing 10%

4.3. Distribution Box

Excavation 5%

P.C.C. & R.C.C. Bed 25%

Construction of side walls 1I3rd 25%

Construction of walls 2/3 rd 20%

Completion of wall 15%

Hydraulic testing 10%

4.4. IPS, MPS, MBBR Tanks, Secondary Clarifier & Biological Sludge Sump

Excavation 10%

P.C.C. & R.C.C. Bed 20%

Construction of side walls 1I3rd 15%

Construction of side walls 2/3rd 20%

Completion of wall, Launders & Walkway. 25%

Hydraulic testing 10%

5.0 Rising Main

Laying of DI Pipes & Specials 80%

Page 194: MBBR Tender Document and BOQs_Haryana Govt

194

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

Construction of Thrust Block 3%

Construction of Sluice, Scour & Air Valve

Chamber on Rising Main

Sluice Valve Chamber 3%

Air Valve Chamber 4%

Testing of Rising Main 10%

Note : Payment shall be proportionate to per mtr.

Length completed and per set completed.

6.0. Boundary Walls.

Excavation 5%

P.C.C. & R.C.C. Bed 25%

Construction of walls 1/3rd 25%

Construction of walls 2/3rd 20%

Completion of wall 15%

Finishing 10%

7.0. Internal Roads and Pavements.

Excavation & compaction. 5%

Lean Concrete 25%

Construction of pavements 65%

Finishing 10%

Note: Payment shall be proportionate to RM / M^2 area completed.

8.0. Platform and Fencing of Tran former, DG Set,

Blowers & Sludge Drying Beds.

Excavation & compaction. 5%

Lean Concrete 20%

Construction of Pedestals, trough, Floor and

enclosures. 65%

Finishing 10%

Note:

Payment shall be proportionate to RM / M^2 Area

completed.

Page 195: MBBR Tender Document and BOQs_Haryana Govt

195

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

Note:- Break up of cost for supply & erection of mechanical, electrical, Instrumentation

equipment:-

Sr. No. Items Percentage

1.0. Submission of Design and Data Sheet. 3%

2.0. Supply of Equipment at Site of Work. 75%

3.0. Installation at Desired Place. 17%

4.0. Testing of Equipment. 5%

The mechanical works includes all types of pipes, specials, Valves etc. along with other equipment

1.0. Further item wise break up for sub units of each unit as above for Mechanical,

Instrumentation, Electrical Equipment shall be submitted by the successful bidder for

approval from "The Superintending Engineer, PHED Circle, Karnal

2.0. The payment for operation & maintenance charges shall be made on pro rata basis .

Page 196: MBBR Tender Document and BOQs_Haryana Govt

196

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

MPS

MPS GENERAL ARRANGEMENT

Page 197: MBBR Tender Document and BOQs_Haryana Govt

197

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

Page 198: MBBR Tender Document and BOQs_Haryana Govt

198

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

Page 199: MBBR Tender Document and BOQs_Haryana Govt

199

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

Page 200: MBBR Tender Document and BOQs_Haryana Govt

200

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

Page 201: MBBR Tender Document and BOQs_Haryana Govt

201

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

Page 202: MBBR Tender Document and BOQs_Haryana Govt

202

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

Page 203: MBBR Tender Document and BOQs_Haryana Govt

203

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

Page 204: MBBR Tender Document and BOQs_Haryana Govt

204

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

Page 205: MBBR Tender Document and BOQs_Haryana Govt

205

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal

Page 206: MBBR Tender Document and BOQs_Haryana Govt

206

Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal