Page 1
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
196
Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal
MPS
MPS GENERAL ARRANGEMENT
Page 197
197
Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal
Page 198
198
Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal
Page 199
199
Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal
Page 200
200
Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal
Page 201
201
Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal
Page 202
202
Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal
Page 203
203
Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal
Page 204
204
Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal
Page 205
205
Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal
Page 206
206
Pages from 1 to 206 duly checked by HDM or D/S PHE Divn. No. 2, Karnal