Tendernotice 1
Tendernotice 1
SOUTH CIRCLE
1. Surveying, Geo-Technical On Turnkey Rs 56 Crore ₹ 7.00 570 days O/o the As stated
investigation, Planning, Designing, Basis Lakh Executive under
Construction and Commissioning of Engineer, West clause 3.0
all the Civil & Electro-Mechanical Midnapore
Works of 16 MLD Raw Water Division, MED
Intake Jetty including Pump House, under
Gangway, Electrical L.T. Power Superintending
connection system, Raw water Engineer (South
Rising main from Intake to WTP, Circle), M.E.D.
River Protection work & 13.5 MLD
capacity Water Treatment Plant
with 845 Cum UGR of conventional
type Surface Water Treatment
Plant (Approx. –675 M3/hr.) (20
hours operation) With tolerance of
25% over loading & with necessary
civil, electrical (according to I/E
rules), along with Pumping Station
and 630 KVA Electrical H.T. Sub-
Station including construction of
administrative building consist of
accommodating office, laboratory
room, SCADA room, conference
room, staff room, chemical house,
guard room etc. along with land
filling, boundary wall, internal road
, surface drain, retaining wall & all
other allied works (Civil &
Electromechanical work & others,
if any) at Ghatal Municipality
including 3 months trial run and
necessary training of maintenance
staff & thereafter (subsequently) 5
(Five) year operation and
maintenance of Intake & WTP and
clear water rising main from UGR
at WTP to 7 (seven) zonal OHRs on
turnkey basis under AMRUT-2.0.
i) The prospective bidders shall have satisfactorily completed AS A SOLE FIRM (NOT as a sub-
contractor) during the last 5(five) years prior to the date of issue of this NIT at least one
work of similar nature (# as defined below) under the authority of State/Central Govt.,
State/Central Govt. undertaking, Statutory/Autonomous Bodies constituted under the
statute of the Central/State Government and having value not less than 21 Crore.
OR
ii) The prospective bidders shall have satisfactorily completed AS A SOLE FIRM (NOT as a sub-
contractor) during the last 5 (five) years prior to the date of issue of this NIT at least two
works of similar nature (# as defined below) each, under the authority of State/Central
Govt., State/Central Govt. undertaking, Statutory/Autonomous Bodies constituted under
the statute of the Central/State Government and having value 16 Crore each.
OR
iii) The prospective bidders should produce credential AS A SOLE FIRM (NOT as a sub-
contractor) at least one single running work of similar nature (# as defined below)
which has been completed to the extent of 80% or more and value of which is not less
than the value as mentioned in serial no. (i) above under the authority of State/Central
Govt., State/Central Govt. undertaking, Statutory/Autonomous Bodies constituted under
the statute of the Central/State Government.
# Similar nature of works defined as:-
(A) For Construction of at least 6.40 mld Raw Water Intake Jetty / Infiltration Gallery / Intake well
including Gangway & Raw Water Rising main (DI-K9) “OR” 5.40 mld Capacity Water Treatment Plant
as a single work including Electro-Mechanical work value of which is not less than the desired
value at (i) above.
(B) For Construction of at least two works 4.8 MLD Raw Water Intake Jetty / Infiltration Gallery /
Intake well including Gangway “OR” 4 MLD Capacity Water Treatment Plant as a single work including
Electro-Mechanical work , in a two separate contracts value of which is not less than the desired
value at 3.0 ii) above.
Note:- for running work, only those tenderers who will submit the certificate of satisfactory running works
from the concerned Executive Engineer or equivalent competent authority will be eligible for the tender. In
the required certificate, it should be clearly stated that the work is in progress satisfactorily mentioning
progressive value of the work and also that no penal action has been initiated against the executing agency,
i.e. the tenderer.
N.B.: Estimated amount, Date of completion of project or percentage of physical progress of works for
running works, Value of Work done, Salient feature & nature of the work executed is to be mentioned in
the Credential Certificate. Date of Completion of project along with telephone number & detail address
for communication of client must be indicated in the Credential Certificate. Payment Certificate will not
be treated as Credential. Credential Certificate issued by the Executive Engineer or equivalent or
competent authority of State/Central Govt., State/Central Govt. undertaking, Statutory/Autonomous
Bodies constituted under the statute of the Central/State Government will be taken as Credential.
However, Credential Certificate issued to sub-contractor by Central or State Govt. undertaking /Govt.
Enterprise shall not be accepted.
ii) Executed value of completed/running work will be taken as credential & iii) BOQ and Work order of
relevant work(s) are to be submitted.iv)Tender ID
AND
Annual Turn Over 21 Crore in 3CB or similar format in any one year of last 3 years duly authenticated by
registered C.A. shall be submitted. The Audited Report should contain the signature, name, address, contact
no./email ID and membership no., UDIN no. of Chartered Accountant clearly.
AND
Valid Bank Solvency Certificate 11 Crore from any Nationalized Bank/Scheduled Bank (to be issued within
before 1 year from date of publication of E-NIT).
AND
Having valid license, GST, P. Tax clearance Certificates, PAN Card and ESI and PF registration certificates etc
station work.
AND
Particular of ownership / partnership or board of directors pertaining to the organization / company / firm.
AND
In case of Proprietorship or Partnership Firms or Company the Tax Audited Report in 3CD/3CB Form for the
last five years supported with Payment certificates, Income Tax return along with TDS certificates ( Form
26AS) etc. are to be furnished along with balance sheet, trading account and profit & loss account and all
schedules forming the part of Balance Sheet and Trading Account. Tax Audited report, Balance Sheet, Trading
account and Profit & Loss Account including all schedules forming the part of Balance Sheet and Trading
Account should be in favour of applicant. The Audited Report should contain the signature, name, address,
contact no./email ID and membership no., UDIN no. of Chartered Accountant clearly. [Non Statutory
Documents]
AND
Registered Unemployed Engineers' Co-operative Societies/ Unemployed Labour Co.-Op. Societies are
required to furnish Certificate of Registration, Bye Laws, Tax Audit Report in 3CD/3CB Form supported with
Payment certificates, Income Tax return for the last 5 years along with TDS certificates(Form 26AS) etc. along
with balance sheet, trading account and profit & loss account, Registered Power of Attorney, Professional Tax
deposit challan for the Financial Year 2022-23, PAN Card, valid Trade License, GST registration Certificate
(GSTIN) with, EPF registration, ESI registration along with other relevant supporting papers. [Non Statutory
Documents]
AND
A prospective bidder shall be allowed to participate in the particular Job either in the capacity of individual or
as a partner of a firm. If found to have applied severally for a single job, all his applications will be rejected for
that job, without assigning any reason thereof. A bidder (either in the capacity of individual or as a partner of
a firm) & his/her co-partners of another firm will not be allowed to participate in the same work under a NIT.
AND
Corresponding address, fax & telephone numbers, contact mobile number and email number of the
organization.
N.B. – 1. No joint venture, consortium etc will be accepted. Work completed as sub-contractor will also not be
accepted as credential.
2. Successful bidder will have sufficient qualified technical personnel i.e. 1(one) BE/B-Tech (Civil) & 1 No.
Diploma (civil) holder (to be employed under the firm for at least 3 consecutive years) with sound knowledge
and experience in execution of similar nature of works. List of machineries & equipment necessary for fields
and list of technical personals employed under the organization in details with name, qualification,
experience and address with contact number will have to be furnished by the successful bidder.
BID CAPACITY:
The available Bid Capacity at the expected time of bidding (to be calculated on the basis of
prescribed format (vide B.2./Section-B) of the prospective applicant (in case of Sole Firm) shall not
be less than the required amount.
Form–IIB in this respect is to be duly submitted along with uploaded Form-3CA/3CB,3CD in I.T.
Portal for the last 5 (five) Financial Years starting from F.Y.2018-19 onwards for verification of
Annual Turnover. All relevant data as mentioned in form IIB shall be available through UDIN
verification certified by the Statutory Auditor’s Firm / Chartered Accountant with in tendering
period.
A successful performance and completion certificate supplemented with work order along with payment certificate
issued by the competent authority, shall have to be furnished in support of credibility in terms with eligibility criteria
depicted in this Notice (Ref: Sl. No. 3 : Eligibility to participate in the Bid). In brief the following documents shall have
to be furnished:
a) Particulars of ownership / partnership or Board of Directors pertaining to the Organization / Company / Firm.
b) Copies of valid GST certificate,
c) Bank solvency Certificate
d) Valid documents in support of annual Turnover.
e) Corresponding address, fax & telephone nos. Contact mobile no. & Email no. of the Organization.
All documents in original to be produced in due course of time as & when asked by the Tender Inviting Authority
5) Earnest Money: -
a) 2% of the Quoted Bid price in two parts, an initial Earnest Money with Bid Proposal as mentioned under details
of work and rest as mentioned below.
b) Initial earnest money is to be deposited with bid proposal and may be remitted by selecting from either of the
following payments modes:
i) Net Banking: (any of the banks listed in the ICICI Bank Payment Gateway) in case of payment through ICICI
Bank Payment Gateway. Bank Acknowledgement Slip to be uploaded during online bid submission:
ii) RTGS / NEFT in case of offline payment through bank account in any bank and also to be documented
through e-filling.
c) Earnest Money Deposit i.e. 2% of bid amount beyond Initial Earnest Money (if any) shall have to be deposited by
L1 Bidder after acceptance of Bid Proposal in the form of Bank Draft from any nationalised / scheduled Bank in
favour of “Executive Engineer, West Midnapore Division, MED”, Payable at Krishnanagar and/or as per direction of
TIA.
d) Additional Performance Security Deposit @ 10% of the accepted amount is to be deposited in due course as per
GoWB norms if the accepted amount to be found to be @80% or less than the departmental justified amount in
terms of GO No. 4608 f(Y) dated 18.07.2018.
Sl.
Particulars Date & Time
No.
1 Date of uploading of NIeB. and Bid Documents (online) (Publishing Date) 13/06/2024 at 06.00 p.m
Date of Pre-Bid Meeting with the intending bidders In the office of the
2 20/06/2024 at 01.00 p.m.
Superintending Engineer, ................... Circle, Municipal Engineering Directorate,.
7 Bid opening date for Technical Proposals (Online) 12/07/2024 at 01.00 p.m.
8 Date of uploading list for Technically Qualified Bidder (online) To be notified later
*All bidders are requested to raise objection(s), if any, regarding the decision of TIA with respect to
acceptance/non-acceptance of technical bid within these hours through official e-mail of TIA only. Failing which
the objection(s) may not be considered.
14) Intimation:-
The successful Bidder will be notified in writing of the acceptance of his Bid. The Bidder then becomes the
“Contractor” and he shall forthwith take steps to execute Formal Contract Agreement in appropriate Superintending
Engineer, South Circle, Municipal Engineering Directorate and fulfil all his obligations as required by the Contract.
Escalation of Cost: -
There will be no escalation in cost for materials or labour and the contract price mentioned in the contract
stands valid till completion of the operation and maintenance of the contract.
The Contractor is liable to execute the whole work as per direction and instruction of the Executive Engineer, West
Midnapore Division, M.E.Dte., who is the Engineer in Charge of the work.
17) Payment: -
Payment will be made to the successful Bidder from the Executive Engineer, West Midnapore Division, M.E. Dte.
18) Influence: -
Any attempt to exercise undue influence in the matter of acceptance of Bid is strictly prohibited and any
Bidder who resorts to this will render his Bid liable to rejection.
Following clauses are to be adhering to by the concerned Bidder during the process of Bidding.
19. In case office faces sudden closure owing to reason beyond the scope and control of the Superintending
Engineer, South Circle, Municipal Engineering Directorate any of last date / dates as schedule in Sl. No 7
may be extended up-to / to next and following working day without issuing further and separate notice
should the TIA feel it to be necessary and exigent.
20. Persons having authenticated and having registered Power of Attorney may be considered lawfully
becoming to be acting on and for behalf of the Bidder.
21. Sufficient care has been taken to avoid variance in between the contents of the listed documents in the
Bid documents. However, if there is any variance between the contents of different documents, the
provision of documents appearing earlier in the list shall prevail over the same provided in the contents
coming later.
22. Imposition of any duty / tax / rule etc. owing to change / application in legislations / enactment shall be
considered as a part of the contract and to be adhering to by the Bidder / contractor strictly.
23. Bid Acceptance Authority is the Superintending Engineer, South Circle, Municipal Engineering Directorate.
24. In case of any dispute arising from any clauses of similar nature between bid documents and Municipal
tender form, the decision of the Superintending Engineer, South Circle, MED and Engineers of E/M Section
of MED will be final and binding.
25. All usual deductions for GST, IT, and Labour welfare Cess etc. as applicable will be made from the bills
from time to time which is inclusive in cl.57 of section C.
27. In the event of e-Filing intending bidder may download the tender document from the website
http://wbtenders.gov.in directly by the help of Digital Signature Certificate free of cost. Technical Bid &
Financial Bid both will be submitted concurrently duly digitally signed in the Website
http://wbtenders.gov.in. Tender document may be downloaded from website & submission of Technical
Bid/Financial Bid as per Tender Schedule.
28. The requisite cost of Earnest Money, as specified in this NIeB shall be paid to ICICI bank by online internet
bank transfer or NEFT or RTGS (as per GO No. 3975-F(Y) dt. 28.07.2016 of Finance Department, Govt. of
West Bengal). Every such Transfer shall be done on or after the date of publish of NIeB. Any Bid without
such Transfer of EM (Except exemption as per G.O.) shall be treated as informal and shall be automatically
cancelled. Online transfer of Earnest Money receipt (Scanned copy) shall be uploaded as Statutory
document.
29. The Bidder, at the Bidder’s own responsibility and risk is encouraged to visit and examine the site of works
and its Surroundings and obtain all information that may be necessary for preparing the Bid and entering
into a contract for the work as mentioned in the Notice inviting Tender, the cost of visiting the site shall be
at the Bidder’s own expense. Traffic management and execution shall be the responsibility of the Agency
at his / her / their risk and cost.
30. The intending Bidders shall clearly understand that whatever may be the outcome of the present
invitation of Bids, no cost of Bidding shall be reimbursable by the Corporation. The TIA reserves the right
to reject any application for purchasing Bid documents and to accept or reject any or all the offered bid /
bids without assigning any reason whatsoever and is not liable for any cost that might have incurred by
any Bidder at any stage of Bidding.
31. Prospective applicants are advised to note carefully the minimum qualification criteria as mentioned in
‘Instructions to Bidders’ before bidding.
32. During scrutiny, if it is come to the notice to tender inviting authority that the credential or any other
papers found incorrect / manufactured / fabricated, that Bidder will not be allowed to participate in the
tender and that application will be out rightly rejected without any prejudice.
33. Before issuance of the work order, the tender inviting authority may verify the credential & other
documents with the original of the lowest bidder if found necessary. After verification, if it is found that
such documents submitted by the lowest bidder is either manufacture or false, in that case, L.O.A. / work
order will not be issued in favour of the bidder under any circumstances.
34. If any discrepancy arises between two similar clauses on different notifications, the clause as stated in
later notification will supersede former one in following sequence:
i) 2911-(ii) (WB) tender form
ii) NIeB
iii) Special terms & Condition
iv) Scope of work.
v) Financial bid
35. Contractor shall have to comply with the provisions of (a) the contract labour (Regulation Abolition) Act.
1970 (b) Apprentice Act. 1961 and (c) minimum wages Act. 1948 of the notification thereof or any other
laws relating thereto and the rules made and order issued there under from time to time.
36. Where an individual person holds a digital certificate in his own name duly issued to him against the
company or the firm of which he happens to be a director or partner, such individual person shall, while
uploading any tender for and on behalf of such company or firm, invariably upload a copy of registered
power of attorney showing clear authorization in his favour, by the rest of the directors of such company
or the partners of such firm, to upload such tender. The power of attorney shall have to be registered in
accordance with the provisions of the Registration Act, 1908.
37. Any legal matter will be settled within the jurisdiction of Hon’ble District Judges Court at Midnapore, Dist:-
Paschim Medinipur, West Bengal.
38. Bidder would be at liberty to point out any ambiguities, contradictions, omissions etc. seeking
clarifications thereof or interpretation of any of the conditions of the Bid documents before the Bid
Inviting Authority in writing 48 hours prior to Pre-Bid Meeting, beyond such period no representation in
that behalf will be entertained by the Bid Inviting Authority.
39. The successful Bidder will remain liable for following with West Bengal Contract Labour (Regulation &
Abolition) Act 1970 and necessary certificates from appropriate authority to be submitted within 07
(seven) days from the date of issue of work order, otherwise the work order may be cancelled.
The work is of maintenance in nature, the Defect Liability Period of the work shall be Sixty months from
the actual date of completion of the work.
For work with 5 Years Defect Liability Period:
40. (i) Security Deposit amount which is deducted from every running bill shall be refunded to the contractor
as per Govt. norms vide PWD Order No. 5784-PW/L&A/2M-175/2017 dated 12.9.2017 for the item 1 of
BOQ.
(ii) S.D. Money shall be refunded after completion of success full maintenance and operation of 5 Years
i.e. in the time of releasing of 5th year operation & maintenance cost.
The successful bidder has to provide detailed estimate along with rate analysis (if any) for all civil and
41 electro mechanical works including planning, designing and drawings as per the clause 57 of Section C
with all necessary break up elaborately for comparison of rate with departmental estimate if asked by the
concerned authority before acceptance of bid which will be treated as part of the bid document.
Clause 57 of Section C has been prepared on the basis of major items of the work so that contractor may
get payment after completion of major items in a phase wise way . If any item the contractor feels as
42. major item but not reflected in the clause will be pointed out during pre-bid meeting. All other items (if
any) not shown in the payment schedule or in bid document but required for successful completion and
commissioning of the project will be in the scope of Bidder.
Agency’s whole responsibility is to ensure that the require quantum of the water should available from
44.
the structure and for this extensive survey work to be done in all respect
45. If there is any contradiction between any clauses of the NieB, decision of the Superintending Engineer,
................... Circle, MED will be final.
46. Deviation in quantities of item 1.01 & 1.02 of BOQ may done as per PWD Rule 239 & other relevant GO.
INSTRUCTION TO BIDDERS/BIDDERS
SECTION – A
2. Registration of Bidder
Any Bidder willing to take part in the process of e-tendering will have to be enrolled and registered with the
Government e-procurement system, through logging on to http://wbtenders.gov.in. The Bidder is to click on the link
for e-tendering site as given on the web portal.
4. The contractor can search and download NIB and Tender Documents electronically from computer once he logs on
to the website mentioned in Clause 2 using the Digital Signature Certificate. This is the only mode of collection of
Tender Documents.
5. Submission of Tenders.
General process of submission, Tenders are to be submitted through online to the website stated in Cl. 2 in two folders
at a time for each work, one in Technical Proposal and the other is Financial Proposal before the prescribed date and
time using the Digital Signature Certificate (DSC) the documents are to be uploaded virus scanned copy duly Digitally
Signed. The documents will get encrypted (transformed into non readable formats).
A. Technical proposal
The Technical proposal should contain scanned copies of the following further two covers (folders).
A-1. Statutory Cover Containing
1. Prequalification Document
i. Prequalification Application (Sec-B, Form – I)
ii. Scanned Copy online Transaction of earnest money
(EMD) as prescribed in the NIeB against each of the serial of work.
2. NIeB with Bid Documents (downloads and upload the same Digitally Signed)
3. Technical Document (To be filled, scanned & digitally signed)
i. Financial Statement (Section – B, Form – II).
ii. Affidavits( (Ref:- format for general affidavit shown in “Y” Part “B”. )
iii. Bank Solvency Certificate.
iv. Form III & IV Of Section B.
A-2. Non statutory Cover Containing / My Documents
i. GST Certificate (up to date).
ii. Registration Certificate under Company Act. (if any).
iii. Registered Deed of partnership Firm/ Article of Association and Memorandum
iv. Power of Attorney (For Partnership Firm/ Private Limited Company, if any)
v. Tax Audit Report along with Balance Sheet and Profit and Loss A/c for the last five years(year just preceding the
current Financial Year will be considered as year – I)
vi. Clearance Certificate for the Current Year issued by the Assistant Registrar of Co-Op (S) (ARCS) bye laws are to be
submitted by the Registered labour Co-Op(S) Engineers’ Co.-Opt.(S).
vii. List of machineries possessed by own/arranged through lease deed along with authenticated documents of lease /
sub-lease / hire basis etc.
viii. List of laboratory Instrument.
ix. List of technical staff along with structure and organization (Section – B, Form – III).
x. Credential: Scanned copy of Original Credential Certificate as stated in NIeB
Note: - Failure of submission of any of the above mentioned documents (as stated in A1 and A2) will render the Bid
liable to be summarily rejected for both statutory and non statutory cover.
Intending Bidders should upload Non-Statutory documents as per following folders in My Document:
E-Bidding system of
Government of West Bengal
Bidder Document Sub Category Master
Sl. Category Name Sub Category Name Sub Category Description
No.
A CERTIFICATES A1. CERTIFICATES 1. GST Certificate
2. E.S.I & EPF Registration Certificate.
B COMPANY B1. COMPANY DETAILS 1. Proprietorship Firm (Trade License).
DETAILS 2. Registered Deed of partnership Firm
3. Registration Certificate under Company Act. (if
any). Ltd. Company (Incorporation Certificate, Trade
License)
4. Power of Attorney (For Partnership Firm / Private
Limited Company, if any)
5. Society (Society Registration copy, Trade License)
C CREDENTIAL C1. CREDENTIAL1 Similar nature Work & Completion Certificates along
with work order and payment certificate issued by
competent authority (as per Sl. No. 3 of NIeB)
D EQUIPMENT D1. LABORTARY 1. List of Machineries and equipment necessary for
D2.CIVIL MACHINERIES field as well as laboratory test of all materials as per
NIeB
D2. ELECTRICAL
MACHINERIES
D2. MECHNANICAL
MACHINERIES
D2. MISCELLENEOUS
MACHINERIES
E FINANCIAL INFO E1. P/L & BALANCE P/L & BALANCE SHEET (as per NIeB)
SHEET 2011- 2012
E2. PAYMENT Payment Certificate in support of valid
CERTIFICATE 1 Credential only to be submitted
E3 PAYMENT
CERTIFICATE 2
F MANPOWER F1. TECHNICAL 1. List of sufficiently qualified technical person (as per
PERSONNEL Sl No 3 of NIeB)
Note:- Failure of submission of any of the above mentioned documents (as stated in A1 & A2) will render the Bid liable
to summarily rejected for both statutory & non statutory cover. All Corrigendum & Addendum Notices, if any, have to be
digitally signed & uploaded by the contractor in the Declaration Folder of My Documents.
B. Bid Evaluation
i. Opening and evaluation of Bid :- If any Bidder is exempted from payment of EMD, copy of relevant Government order
needs to be furnished (applicable in case of Registered Labour Co-Operative Society).
ii. Opening of Technical proposal: - Technical proposals will be opened by the Bid Inviting Authority electronically from
the website using his/ her Digital Signature Certificate.
iii. Cover (folder) of statutory documents (vide Cl. No. 5.A-1) should be opened first and if found in order, cover (Folder)
for non-statutory documents (vide Cl. No.– 5.A-2) will be opened. If there is any deficiency in the statutory documents
the Bid will summarily be rejected.
iv. Decrypted (transformed in to readable formats) documents of the non-statutory cover will be downloaded and handed
over to the Bid Evolution Committee. Scrutiny of technical proposal and recommendation thereafter and processing of
comparative statement for acceptance etc. will be made by the Municipal Engineering Directorate, under the department
of Municipal Affairs, Govt. of West Bengal. Comparative Statement may be forwarded to appropriate authority
depending on the value of the work as applicable as per existing norms and guidelines under AMRUT programme.
vi. Pursuant to scrutiny and decision of the screening committee the summary list of eligible Bidder and for which their
proposal will be considered and uploaded in the web portals.
vii. While evaluation, the committee may summon the bidders and seek clarification / information or additional
documents or original hard copy of any of the documents already submitted and if these are not produced within the
stipulated time frame, their proposals will be liable for rejection.
C. Financial proposal
As per Sl. 9 Part II (a) , Bid Price / Price Schedule. To be uploaded digitally signed by the Bidder.
6. Financial capacity of a Bidder will be judged on the basis of working capital and available bid capacity as
mentioned in the N.I.T. to be derived from the information furnished in FORM-I and II (Section-B) i.e., Application (for
Pre-qualification) and Financial Statement. If an applicant feels that his / their Working Capital beyond own resource
may be insufficient, he/they may include with the application a letter of guarantee issued by a first class Bank to
supplement the applicant. This letter of guarantee should be addressed to the Tender Inviting / Accepting Authority and
should guarantee duly specifying the name of the project that in case of contract is awarded to the Bidder, the Bidder
will be provided with a revolving line of credit. Such revolving line of credit should be maintained until the works are
taken over by the Authority.
The audited Balance sheet for the last five years, net worth bid capacity etc. are to be submitted which must
demonstrate the soundness of Bidder‟s financial position, showing long term profitability including an estimated financial
projection of the next two years.
7. Penalty for suppression / distortion of facts:
Submission of false document by Bidder is strictly prohibited and in case of such act by the Bidder the same may be
referred to the appropriate authority for prosecution as per relevant IT Act with forfeiture of earnest money forthwith.
8. REJECTION OF BID
The Employer (tender accepting authority) reserves the right to accept or reject any Bid and to cancel the Bidding
processes and reject all Bids at any time prior to the 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 ground for Employer‟s (tender
accepting authority) action.
The Bidder who‟s Bid has been accepted will be notified by the Tender Inviting and Accepting Authority through
acceptance letter/ Letter of acceptance. The Letter of acceptance will constitute the formation of the Contract.
The Agreement in Printed Tender Form will incorporate all necessary documents e.g. N.I.B., all addenda-corrigendum,
special terms and condition (Section –C), different filled-up forms (Section –B), Price Schedule and the same will be
executed between the Tender Accepting Authority and the successful Bidder .
Dear Sir,
Having examined the Statutory, Non statutory and NIT documents, I /we hereby submit all the necessary
information and relevant documents for evaluation. The application is made by me / we on behalf
of___________________________________ in the capacity
___________________________________________________duly authorized to submit the order.
The necessary evidence admissible by law in respect of authority assigned to us on behalf of the group of firms
for Application and for completion of the contract documents is attached herewith. We are interested in
bidding for the work(s) given in Enclosure to this letter. We understand that:
(a) Tender Inviting and Accepting Authority/Engineer-in-Charge can amend the scope and value of the contract
bid under this project.
(b) Tender Inviting and Accepting Authority/Engineer-in-Charge reserves the right to reject any application
without assigning any reason.
Enclose: - e-Filling:-
1. Statutory Documents
2. Non Statutory Documents
Date: - Signature of applicant
B.2.2. Information of audited financial statements for the last year to demonstrate the current
soundness of the bidder’s financial position:
1. The bidder‘s networth for the last year calculated on the basis of capital, profit and free reserve
available to the firm should be positive.
2. Bidders, who meet the minimum qualification criteria, will be qualified only if their available bid
capacity at the expected time of bidding is more than the total estimated cost of the works. The
available bid capacity will be calculated as under:
A= Maximum value of engineering works in respect of projects executed in any one year during
the last five years (updated to the price level of the year indicated in table below under note)
taking into account the completed as well as works in progress. The projects include turnkey
project / item rate contract / Construction works.
N= Number of years (i.e,…….year) prescribed for completion of the works for which bids are
invited. Please refer table for List of Schemes in page1.
B= Financial liability of the bidder to be incurred for existing commitments and ongoing works
during the period of the subject contract.
i) A table containing value of Engineering works in respect to projects (Turnkey projects / item rate
contract / Construction works) undertaken by the Bidder during the last 5 years is as follows:
Sl. Financial Value of Engineering Updation Value updated to the
No Year works undertaken w.r.t. Factor price level of the year
projects (Rs. In Crore)
(1) (2) (3) (4) (5)= Col (3) X Col (4)
1 Last Year 1.00
Year-1
2 Year before last 1.05
year
Year - 2
3 Previous Year to 1.10
Year-2
Year-3
4 Previous Year to 1.15
Year-3
Year-4
5 Previous Year to 1.20
Year-4
Year-5
ii) Maximum value of projects that have been undertaken during the F.Y-----------out of the last five
years and value thereof is Rs----------Crore (Rupees---------------------).
iii) Net worth for the last Financial year is (Rs in figure)_____________.
Mobile No.
3. A table containing value of all the existing commitments and on-going workings to be completed
during the next 1.5 years (prescribed time for completion of the works for which bids are invited) is
as follows:
Sl. Name Name Percen Stipulated Value of Value of Balance Anticipa Financi
tage period of Contract work value of ted date al
No. of the of the completio as per complet work to of Liability
of n as per Agreeme ed be complet to incur
Project Employer partici Work nt /Work complet ion for the
pation Order with Order ed said
of the start work /
Bidder date project
in the during
project the
period
of the
subject
contrac
t
Rs…….
Rs……. Rs…….
Rs…….
1 2 3 4 5 6 7 8 9 10
2
3
………………………..………………………….
Note:
1. All the documents to be submitted in support of above must be duly signed and sealed by the applicant /
bidder and authenticated by Statutory Auditor‘s Firm.
2. Progression Certificate issued below the rank of Executive Engineer will not be
accepted.
Sl, Description Financial Data for the last 5 audited Financial Year
No. Previous to Previous to Previous to Previous to Last Year
Year 4 Year 3 Year 2 Year 1
Year 1
Year 5 Year 4 Year 3 Year 2
1 Net Worth
(Calculated
on the basis
of capital,
profit and
free reserve
available to
the firm
should be
positive)
2 Working
Capital
3 Annual
Turnover
(Engineering
Works)
3.Creditfacilities =Rs________
Mobile No.
N.B:- THIS FORM (i.e. FORM-IIB) MUST BE PROPERLY MADE IN THE LETTER HEAD OF THE AUDITOR’S /CHARTERED
ACCOUNTANT FIRM, CLEARLY MENTIONING THE ADDRESS, e-mail ID, and CONTACT NUMBER OF THE FIRM & should
preferably be made in a single page else to be authenticated in each page similarly.
ii) All relevant data as mentioned in form IIB shall be available through UDIN verification
FORM–IIC
(Format for Credit Facility issued by the bank which is authorized to conduct Government business in West
Bengal by Reserve Bank of India as notified by State Government from time to time and any other Bank
which has been authorized by the State Government)
Ref.No:- Date:-
Certified that we here by undertake to declare that a Credit Facility of Rs........................................ shall be
provided to the agency................. (name of the agency)...... .for the execution of the work_____(name of the
work)_______ (vide eNIT No-______) if awarded by the competent authority / Tender Inviting Authority.
Designation:
Code No-
NB:-Devoid of Ref. No:- & Date:-, may lead to non-acceptance of this document.
AFFIDAVIT “Y”
(Affidavit to be affirmed on a Non Judicial Stamp Paper of Appropriate Value And Duly Notarized)
I, ……………………………………………………………………………………, son of
have duly authorized by and competent to affirm this affidavit on behalf of the said Bidder.
2. That, I have inspected the site of work covered under NIB (NIB No______) circulated through Office memo
bearing No --------------------------------dated ---------- and have made myself fully acquainted with the site conditions
existing level/proposed level and local conditions in and around the site of work. I have also carefully and
meticulously gone through the Bid documents. Bid of the above named Bidder is offered and submitted upon due
consideration of all factors and if the same is accepted, I on and for behalf of the aforesaid Bidder, being lawfully
and duly authorized, promise to abide by all the covenants, conditions and stipulations of the Contractual
documents and to carry out, complete the works to the satisfaction of the Bid accepting Authority of the Work and
abide by all instructions as may given by the Engineer in Charge of the work time to time. I also hereby undertake
to abide by the provisions of Law including the provisions of Contract Labour (Regulation & Abolition) Act,
Apprentice Act 1961, GST Act as would be applicable to the Contractor upon entering into formal Contract /
3. That I declare that, no relevant information as required to be furnished by the Bidder has been suppressed
in the Bid documents.
Deponent
…………………………………………………
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
21 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
SECTION - B
FORM- III
Fax No. :
E mail id:
A.3 Attach an organization chart showing the structure of the company with names of Key personnel
and technical staff with Bio-data. :
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
22 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
SECTION –B
FORM – IV
DEPLOYMENT OF MACHINERIES (in favour of owner / lessee)
Successful agency shall have to make an agreement (in two copies) with the Superintending
Engineer, South Circle, Municipal engineering directorate in the prescribed pro-forma by depositing
requisite cost in cash stating that the agency is agreeable to supply the Pipe materials as and when
require (as per the rates quoted and terms and conditions laid down in the quotation papers) to the
Municipal engineering directorate with in the Municipal / Adjoining areas (as the case may be).
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
23 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
Memo No.MED/SE(S)/ 174(1-9)/W-06/06 Pt-I Dated :13/06/2024
Copy Forwarded for information and for favour of wide circulation to:
1. The State Mission Director AMRUT, ILGUS Bhawan, HC Block, Sector-III, Saltlake, Kol 106.
2. The Chief Engineer (South), M.E. Dte., Bikash Bhawan, Saltlake, Kol-106.
3. The Addl. Chief Engineer, South, M.E.Dte., Bikash Bhawan, Saltlake, Kol-106.
4. The District Magistrate, Paschim Medinipur.
5. The Chairman,Ghatal Municipality.
6. The Executive Engineer, M.E. Dte. West Midnapore Division.
7. The Executive Engineer(E/M), Bikash Bhawan, Salt Lake Kol-106
8. The Divisional Accountant, Municipal Engineering Directorate, West Midnapore Division
9. The Office Notice Board of Superintending Engineer, South Circle, for wide circulation.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
24 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
SECTION – A
Future provision in respect of civil structure is be kept for drawing ultimate raw water demand of 16 mld.
1.2 LOCATION
The siteof proposed intake raw water pumping station is situated on the right bank of river Rupnarayn at Samuihal River Side at
Harishpur, P.S. - Ghatal, Dist.-Pachim Medinipur, State – West Bengal.
The intake system will be constructed by driving requisite numbers of pile as per soil investigation report and maximum velocity of flow
of river water during the year considering scouring. The Highest flood level (HFL) is to be considered as 2.0 m above the top of the
nearby river berm. The floor level of the jetty will be 0.5 m above HFL and all electromechanical components will be installed at the floor.
(i) The Bid is a design-cum-execution on Turn Key Basis. The Bidder is advised to go through the documents meticulously and
prepare Bid on the basis of the data made available. The construction of intake jetty pumping station shall have to be
placed 0.5 M above the HFL of the river Rupnarayn. The construction of operator cum WBDEDCL room is to be at the
bank of the river. The Highest flood level (HFL) is to be considered as 2.0 m above the top of the nearby river bank. The
floor level of the jetty will be 0.5 m above HFL. Finished Ground Level(FGL) should be 0.50 m above EGL. The Whole
arrangement should be designed on the data specified in the Bid documents, KoPT Report, Soil survey Report, raw
Water quality and tentative Drawings given in the Annexure.
(ii) In case of any doubt about any data the Bidder may seek clarification before the Bid Inviting Authority in writing within seven
days from the date of publication of the e-Bid.
(iii) Soil Test to be conducted by the contractor at the river bank as well as at the river bed location at his own cost. No’s of
Bore holes, depth of boring etc. to be decided by the Superintending Engineer, South Circle, MED.
(iv) A draft final hydraulic survey report by KoPT is attached herewith as in annexure-II for the reference of Bidder. However, all
works will be done on the basis of Final Hydraulic survey report of KoPT authority.
1. Design & Construction of Intake jetty structure with pump house on pile foundation with Loading & unloading arrangement (with 5.0
MT EOT Crane) with other allied works such as Plastering, Painting etc. including laying of delivery pipe with proper foundation and
interconnecting the proposed rising main after placement of butter-fly valve, kinetic temper proof air release valve and full bore type
flow meter complete in all respect having capacity to supply 14.00 MLD (Approx.- 700.00 m3/hr.) with tolerance of 25 % over
loading as per direction of E.I.C.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
25 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
2. Design, Construction & Commissioning of Operator cum WBSEDCL room with the floor level of which should be above HFL with all
other allied works such as plastering, painting, Flooring, fixing door & windows along with construction of septic tank and soakpit,
attached toilet and bath,complete in all respect as per direction of E.I.C.
3. Reconstruction of Bank Protection of the river bank of 150 m meter upstream & downstream of Intake Site to be done.
4. Design & construction of sanitation, water supply and plumbing works including toilet facilities with deep tube well (submersible
Pumping unit with 70 m depth) including supply to syntax storage tank (1000 L capacity) over toilet for industrial & drinking use
complete in all respect near the river bank as per direction of E.I.C.
5. Design & Construction of required mechanical arrangement with all components and specific vertical turbine pumps and motors
(1Working + 1 Stand By) to feed 16.00 MLD raw water to WTP including supplying and laying of MS pipe up to the end of the RCC
walkway after placing butterfly valve with valve chamber, kinetic temper proof air release valve and flow meter complete in all
respect as per direction of E.I.C.
6. Design & construction of electrical works with control panel including all components considering safety measures by providing
indoor& outdoor illumination arrangement connecting with the feeder point of WBSEDCL supply point as per direction of E.I.C.
I. Designing, drawing and construction of intake RCC walkway with pump house building having good architectural view
including machine foundation for pumps and motors will be constructed on the intake jetty pumping station on the river
Bhagirathi as per Bid drawing. The height of the pumping station is to be designed in such a manner that the no obstetrical will
be allowed for repair maintenance of the vertical pump motor unit. One E.O.T crane of 5. MT capacities shall have to be
provided to handle pump and motor sets for repairing and maintenance purpose in the pump house. In order to accommodate
control panel room equipment/appliances will be housed at a level of pumps floor. The common delivery line with valves unit is
to be placed opposite to the entry of the pump house as well as in front of the control panel for easy movement of the
operator. The control panel room shall have to be covered by wooden glass frame room.
Designing, drawing and construction of intake jetty RCC walkway is to be made minimum three (3) meter width of RCC
walkway with hand railing and MS grill gating arrangement at entrance of the intake jetty walk way . Two nos. earthing GI
(25mm) strip, illumination system, aviation lighting arrangement and lightening arrestor with separate earthing arrangement.
The successful Bidder has to submit in due course the specific size and capacity of all machineries &equipment submit the
data related to static & dynamic loads in different operating conditions before issuing the work order. All the equipment should
be so selected to match with the civil works.
II. The vibration & noise should be within the acceptable limit as per I.S.S or as per existing norms for all equipment
III. The dimension and centreline of pedestals for supporting the Pumps as well as the hand operated control valves should
strictly be in line for both Civil & Electromechanical works.
IV. The centre-to-centre distance of the pumps, Clearance from wall should be as per I.S specifications.
V. The installation of all L.T. electrical equipment should be strictly as per I.E. Rules and as per IS specification.
VI. The successful Bidder has to submit parallel operation curves for pumps & the same is to be matched with the system
resistance curve of the intake jetty raw water delivery grid to the WTP. Pump selection should be done after surveying of
details proposed Raw Water rising main. Family curves for individual and multiple operations at all possible consequences
depending upon the variation in percentage (%) opening of the butterfly valves are to be submitted.
VII. The total capacity of the pumping station will be 700.00M3/Hr. at head (supplied by the bidder after surveying the actual site
condition) in Meter with one pump in running condition and one pump in standby mode. Running hours of 20 Hrs. /day would
yield to a supply of approx. 16.00 MLD as per present requirement. The pumps & Motors must be of continuous duty type.
The individual pump delivered pipelines should be connected to a common delivery manifold placed inside /outside of the
pump house in such a fashion that no obstacle will be found to the operator. The pump delivery line will be connected with the
common delivery line after providing butterfly valve, NRV and dismantling joint. The suction bell mouth should be placed
below the lowest flood level in such a manner that no eddy occurred when pumping operation will be done at lowest flood
level.
VIII. The Bidder has to consider hand operated all control sluice valves, butter fly valves, dismantling joints& flow Metre (Full Bore
Type) as approved from respective Authority in the delivery pipe lines as per detail technical specification.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
26 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
IX. The Bidder must work out the natural frequency analysis for the structural work and the same should be verified with the RPM
& critical speed of the rotating equipment to eliminate any chance of vibration.
X. All the cabling work required to operate the equipment at intake jetty raw water pumping station will be drawn from the
WBSEDCL supply point in the river bank for the intake jetty pumping station. Power cable of all sizes must be 1.1 KV grade Al
armoured 3 or 3.5 core (As required) XLPE/PVC cable (Earthen) for all electrical component.
1.6 Commissioning & trial run: -The scope also includes Trial Run and Testing the Plant for three months after commissioning (72
Hours). After satisfactory completion of all above works i.e. successful erection and commissioning of all electro mechanical
equipment’s, control panel etc, 3(three months) trial run and necessary training of maintenance staff and thereafter subsequently 5(Five)
year operation and maintenance with guarding arrangement within plant complete in all respect as per direction of E.I.C.
1.7 Operation & maintenance:-Operation and maintenance of the same for a period of 5(Five) year (1825days ) after the completion of
specified period of Successful Trial Run, under the overall supervision of the Employer / his representative and from the date of
commissioning. All design drawing etc. in this connection will be approved by S.E (Central Circle),M.E.Dte/KMDA(E/M)/competent
authority of EM MED, Head Quarter. prior of starting work and is total liability of the contractor. Other necessary approval (if any) which
may be required for execution of the said work i.e., approval from KoPT, Inland Waterways Authority (National waterways no.1), Central
Water Commission, Irrigation Department, Ministry of water Resource (MOWR), Govt. of India etc. is also liability of contractor and such
approval will have to submit to the S.E (Central Circle).
The limit of contract starts to drawing raw water after providing vertical turbine pumping unit placing on the intake jetty structure below
the lowest flood level of the river Bhagirathi which will be connected with the delivery common manifold by providing butterfly valves,
NRV and dismantling joint for each pumping units with delivery line of suitable dia. MS rising main shall have to be connected with
proposed DI rising main which is again to be drawn and interconnected with collecting well of the concerned water treatment plant,along
with full bore flow meter and butterfly valve and bend etc. The sources of Electric Power would be taken from the WBSEDCL supply
point by using cable connection of suitable rating in any position of the project.
2.0 Raw water rising main and clear water rising main:
2.1 GENERAL
Supply and Laying of D.I. (K-9) pipes (diameter and approximate length given below) with all D.I. Specials and
valves including Supply and delivery at site ISI marked Socket and Spigot jointing system centrifugally cast DI
(K9/K7) Pipes conforming to IS 8329-2000 (Third revision) in standard length 4 m, 5 m, 5.50 m, 6 m for push-
on joint (rubber gasket) with internal cement mortar lining and external protection by metallic zinc coating
with finish layer of bituminous /epoxy coating on outside as per IS: 8329-2000 specification with necessary
jointing material rubber gasket (IS: 5382:1985) and M.S. Pipes including transportation, loading unloading
and stacking at site including supply of polyethylene sleeves, including earth work in excavation in trenches,
shoring (if necessary) of adequate width having minimum depth to keep the top surface of pipe 1.0 m below
of the existing ground level in any kind of soil mixed with boulder, metal crust, concrete pavement, any road
sub-grade and its flank etc., dewatering the trenches, preparing the bottom surface of the trenches for
continuous bedding including sand filling (if necessary) & Jack pushing work if required as per site condition
with M.S. Casing & carrier pipe, Over-Ground installation to cross small ditches etc. supported with RCC
pillars, Steel Bridge as & where necessary and fitting, fixing, jointing (all types of joints) valves, specials etc. as
per requirement, in position, cutting, chamfering of pipes as required, carriage of materials from
departmental store to work site (if any), constructing sluice valve chambers including supply and fitting in
position sluice valve of different dia. & supply and fitting in position D.I. Specials as per requirement, filling of
the trenches with excavated materials, consolidating the same in layers, guarding trenches with temporary
bamboo railing for safety where necessary, emergency horizontal auger boring (for roads other than NH and
Railway) where necessary, removing the surplus materials from the site as per municipal rules in vogue
including all labour charges, tools and plants, hydraulic pressure testing, cleaning and disinfection of pipes etc.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
27 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
complete in all respect as per IS 12288¬1987 (latest edition) and Temporary Road Restoration suitable for
vehicular movement as per instruction of E.I.C. For Jack Pushing work under the NH, Rail etc. the necessary
permission from the competent authority to be obtained by the agency on behalf of the concerned Division of
MED. The bidder should facilitate the process including submission of drawings, fees and all other formalities
in this regard. The quoted rate should include the cost of such process.
Approximate quantity of D.I.Pipes (K9), M.S. Pipes, sluice valves and air release valves to be laid:
Approx. no. of Approx. no. of air
SI. Pipe dia. DI K9 M.S.
sluice valve release valve
Raw water rising main
1 450 mm 6450 m 80.00 m 3 2 (150 mm dia.)
mm m water rising main
Clear
2 450 mm 1200 m 15 m 2
3 400 mm 580 m 5m 1
4 350 mm mm
1650 20 m 3
5 300 mm 2275 m 25 m 5 1 (100 mm dia.)
6 250 mm 3380 m 35 m 7 1 (80 mm dia.)
7 200 mm 3410 m 35 m 7 1 (80 mm dia.)
8 150 mm 1560 m 35.00
15 mm 3
9 100 mm 65 m 1
[All materials like D.I. Pipes, MS pipes, Sluice valve, Air Release valve, Drain valve, D.I. Fittings, Mechanical Joints
etc., where necessary, will be supplied by agency.
2.2 LOCATION
I. The agency has to quote the rate on the basis of quantity of laying as per approved drawing and existing
condition of the site as unit rate diameter wise. The participating agency has to carefully inspect the site
with the attached drawing and collect all data for preparation of justified estimate and thereafter
evaluation of unit rate against each item of BOQ. The participating agency also includes the cost of all such
items in estimating the total cost which is required to complete the work complete in all respect.
II. The work is to be executed as per related IS Specification, Form No. 2911 and other specification laid down in
the bid. The DI Pipes of different diameter and rubber gaskets will be supplied by the agency which should be
procured directly from the Manufacturer only. Sluice valve, Air Release valve, D.I. Fittings, Mechanical Joints
etc., where necessary, will be supplied by agency and it should of have reputed make and should be
approved by the EIC.
III. The contract comprises of laying of Clear Water Rising Main network (D.I.Pipes K9) including all
D.I. Specials and laying, fitting, fixing, jointing and all other works incidental thereto as desired and
set-forth in the specification. Bidders are advised to inspect the site before tendering, ext ra claims on
the ground of insufficient data and absence of knowledge about conditions prevailing at site shall not
he entertained. The M.S. pipes of requisite diameter also to be laid as per direction o f EIC.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
28 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
IV. A tentative network drawing is attached with the bid document in .pdf format. The agency may
collect the network from the concerned division and plan everything on the drawing i.e., where
additional work of shoring, BFS, RCC column, sand filling, Sluice valve and chambers etc. are
required. The final drawing (6 copies) prepared on the basis of the above will be prepared after
issuance of work order and will be approved by competent authority, if found correct. In that case
any alternation /addition etc. done by the EIC and /or Superintending Engineer concerned will be
final and the contractor will be bound to execute the work as per drawing approved by the SE
concern.
V. The work has to be carried out on the basis of the approved drawing and part drawing has to be
submitted along with each R.A bill submitted by the Contractor.
VI. After completion of the work, a completion drawing (6 copies) in suitable scale with position of pipes
(diameter wise and its length), specials/fittings, valves etc. have to be submitted along with final bill.
The final bill shall not be paid unless the said stipulation is complied with.
VII. Under all circumstances, the contractor will be held responsible for the satisfactory
completion. In case of any discrepancy between the drawing and the schedule of tender, the
decision of the Superintending Engineer will be final and binding.
VIII. The works are to be carried out strictly in accordance with approved drawing and specification
supplemented by other detailed working drawings as the Engineer-in-Charge may sign, if necessary,
from time to time. For any change, no extra claim will be entertained.
IX. The pipes are to be laid as far as practicable along road flanks with lowest hindrances to the
vehicular traffic. The contractors are to obtain the information regarding the layout and precise
position of the underground Electric Main, Telephone or other Cables. No responsibilities in this
respect will be taken by the Directorate. The contractor will have to cut CC road or bituminous road
of any thickness where suitable Road flank is not available and its cost is included in the relevant items of
the work.
X. The trenches will have to be adequately protected against accidents continuously throughout day and night.
Demonstrations of danger signals, red lamps and other signs as may be required at the vintage point and imperative
upon the contractors in the interest of public safety.
Xl. The contractors' will further shore up and support to the satisfaction of the Engineer-in-Charge, all Building
Works, Electric Mains, Telephone or Other Cables, Surface Storm Water, Drains, Ditches, Culverts, Water Sources,
Water Mains and Other Pipes which may be or likely to be affected or endangered or disturbed by the works,
being in the line thereof and continuous thereto.
XII. The contractors' will be liable for and make good at their own expenses within a reasonable period of time
to be fixed by the Engineer-in-Charge, all damages which may be occasioned to one or combination of items in
building, walls, water mains and other pipes by or in consequence of the execution of the works or accident
whatsoever, in the event of default (in lapse with respect to the time limit) it shall be lawful for the undersigned
to employ other agency to make good the damages at the risk at cost of the contractors' after a 24 hours written
notice period has elapsed. The expenditure amount in above situation will be deducted from the bills of agency.
XIII. In case of trenches in front of any holding so as to block its passage of communication, the contractors' will
have to make for temporary arrangements to remove the difficulties by provision of wooden planks or otherwise
and removing the same after the trenches are filled up.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
29 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
XIV. The tenderers will consider the conditions and adjust the extent of liabilities involved and quote their rate
accordingly. Since no extra claims will be entertained separately on that account, inspection of sites prior to
tendering, therefore, should be done by the tenderer.
Further "Laying of Pipes" shall also include excavation of trenches upto a depth ensuring a minimum cover
of 1.10 metre over the top of the pipe. For ditches /low land etc. pipes will be laid over RCC pillers as per
specification and drawing duly approved by the EIC. Cost of which to be included by bidder in his quoted
rate. Any Jack Pushing work or Steel Bridge is required for the laying work, to be constructed by the
contractor. The contactor shall submit the detailed structural design and drawing which will be approved
by the Superintending Engineer, South Circle, M.E.Dte.
XV. Decision of the Engineer-in-Charge in this respect is final. The excavation shall have to be done through any
materials (e.g. — soil, premixed road surface, concrete to roads etc.) with shuttering and dewatering as may be
required to protect the trenches and facilitate the works during execution. This also includes cutting and removing
trunks and roots of trees.
XVI. Cutting the pipes to sizes lowering and placing them along trenches including laying, fitting and jointing
with rubber gasket and / or solvent cement joint and/or D.T. joint as the case may be. Filling the trenches in
layers of 15cm, each layer being adequately watered and consolidated. The filling has to be done after
completion of the joints and after affecting the hydraulic test as per specification and at location where defects
will be found during hydraulic tests. However, no trenches should be left open at the end of the day (at the time
of closing of work).
XVII. After removal of the surplus excavated materials (except road metal) after the trenches
have been rammed to the satisfaction of the Engineer-in-charge, if any, serviceable materials such
as bricks and stones, ballast and chips, stone-setting, asphalt etc. are available from roads and
other road flanks along which the pipes have been laid for restoration of the same, contractor will
arrange for stacking these materials properly and separately as per direction of Engineer -in-
Charge for which, no extra payment will be entertained in this situation.
XVIII. The contractors' rates for laying pipes will also include the cost of all the items of w orks
mentioned with this Clause excepting that for which, a separate item has been provided in the
schedule.
XIX. In general, the pipes have to be laid below 1.0 metre from the existing ground level but if 1.0 metre
cushion cannot be maintained anywhere to maintain the hydraulic gradient in the undulating terrain, (+/-)
10 % deviation in respect of such situation will be acceptable.
XX. The contractor will provide his own arrangement for every cost, charges or expenses which may
be claimed or any person public or private or Government concerned, occurred to the property of
life of any such concern or person (as the case may be) by or in consequence of the execution of the
said work or in respect of any labour of work, entitled upon said work for which, no extra payme nt
will be allowed.
XXI. Pipe carrying steel bridge is to be constructed for crossing river and large drainage channel with
adequate width and suitable foundation.
XXII. Soil Test to be conducted by the contractor at all the locations of pipe carrying steel bridge at
his own cost. No’s of Bore holes, depth of boring etc. to be decided by the Superintending Engineer,
South Circle, MED.
XXIII. TEMPORARY ROAD RESTORATION:
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
30 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
Temporary Road Restoration is to be made suitable for vehicular movement and as per direction and
satisfaction of E.I.C.
XXIV. EXCAVATION OF FOUNDATION, FILLING UP TRENCHES:
Foundation of trenches excavated as per drawing. The depth and width of trenches properly
maintained during execution. The bed of trench is to be properly levelled and rammed. Any water
accumulated in the trenches due to sewage or rain water to be dewatered at the cost of
contractor. The laying rate includes for excavation in whatever soil and stone, hard or soft, that
may be found and breaking through any underground structure surface metalling, pegging and
trimming and pumping, if necessary, for removal of water or muddy water, taking out mud keeping
the top soil separately or unavailing of surplus materials, tapping and shoring excavated materials,
matching temporary installment and maintenance of surface and every other expense in strict
conformity with the specification.
The excavated areas around the foundation structure are to be filled up properly to the required
levels with the earth obtained from excavation. The filling should be done prop erly consolidated
with Iron Rammer and sprinkling water. The cost of filling up the trenches includes relevant items
of work for which, no extra payment will be made.
1. While furnishing the prices, Bidders should quote their rates including the cost of different
categories of pipes diameter wise for class K9/K7 as per BIS Standard and prices shall be
including all taxes & duties and all cost of loading, unloading and transportation at site within
the Municipal town of West Bengal.
2. Centrifugally Cast (Spun) Ductile Iron Pressure Pipes (Class K9/K7) for Water Supply
Application with Socket and Spigot ends conforming to IS: 8329/2000 with latest
Amendment.
3. D I Pipes should conform to ISI Marked embossed on the pipes D.I. Pipes Manufacturers
should have valid BIS registration.
4. Inspection may be carried out by Third Party Inspection (TPI) Agency as stipulated through
RITES/M ECON/EI L/PDI L in respect of successful bidder.
5. Internal surface should quoted with cement mortar lining and external surface should
have the protection by metallic zinc coating with finish layer of epoxy coating of outside
as per IS 8329-2000
6. Rubber Gasket should be conforming to IS 5382: 1985.
7. Each pipe shall have to be cast or stamped or legibly and indelibly painted on it with the
approved mark as per relevant IS specification (IS : 8329-2000) as follows :
For loss of damage of materials, if any supplied by Government or non-returning of surplus materials,
recovery will be made from the contractor at the highest of the following rates:-
Fifty percent in excess of departmental stock rate or the rate at which Department buy the material from
agency at the time of recovery of value.
Ten per cent in excess of market rate at the time of recovery of value. Decision of the
ExecutiveEngineer/E.I.C. concerned in respect of market price is final and bindings.
The contractors' should carefully examine the materials supplied from Govt. Store regarding its quality and
suitability. No complaint in this regard will be entertained once the materials have been supplied to and
received by the Contractors.
The Employer shall not liable for or in respect of any damages or compensation payable at law in respect or
inconsequence of any accident or injury to any workman or other; person in the employment of the Contractor or
any sub-contractor, have and except any accident or injury resulting from any act or default of the employer, his
agents, or servants. The Contractor shall indemnify and keep indemnified the Employer against all such damages
and compensation, save and except as aforesaid and against all claims, proceedings, costs, charges and expenses
whatsoever in respect thereof or in relation thereto.
a) Laying of D.I. pipes (K9/K7) including supplying with specials & supplying, fitting & fixing of M.S. Pipes including
earth work in excavation in of adequate width as per relevant IS Code having minimum depth to keep the top surface
of pipe 1.10 M below of the existing ground level in any kind of soil mixed with boulder, metal crust, concrete
pavement, road sub-grade and its flank etc., in position and carriage of materials from departmental store to work
site, filling of the trenches with excavated materials, consolidating the same in layers, removing the surplus materials
from site including all labour, tools and plants etc. Surplus materials out of excavation are to be cleared by the Agency
within 20 Km. Radius of the Municipal boundary at his own cost.
b) Laying of D.I pipes & specials over brick or concrete pillar or wall upto height of 2m aboveground level
aligning assembling etc. all complete including cost of all sal-ballah staging, bamboo scaffolding tools &
plants specials for hoisting and positioning etc. all complete as per specification and direction of E.I.C.
c)Cutting D.I. (all types) by chisel/Hacksaw including rendering the surface smooth to make it suitable for rubber
gasket/ rubber ring etc. complete as per direction of EIC. (for old line only).
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
32 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
d)Chamfering the spigot end of the D.I pipes for using in Tyton joints line or otherwise by means of electric
grinder set at site as per direction of F.I.0
e) Cleaning thoroughly the inner surface of pipe line including special & valves by flushing with water &
subsequently disinfection of the same pipe line by flushing again with water containing bleaching powder resulting
in residual chlorine not less than 10 mg / Hr. after 24 hours of such filling including laboratory testing of water
sample obtained from disinfected pipe line & disposal of water from the pipe line after completion of the work. The
rate is including of cost of requisite water to be arranged by the Contractor.
f) Supplying & delivery at working site CIDF sluice valve conforming to IS 14846-2000 (ISI marked), with latest
amendment, including stacking and inclusive of Departmental inspection, packing charges, all taxes and duties as
applicable and payable, Flanged drilled as per IS 15381993 with latest amendment all complete along with installation
of the same as per direction of EIC. All products must have BIS certification.
(Approved make: Kirlosker/IVC/L&T/VAG/M&P/Upadhyay)
g)Making flange joint to D.I pipes and specials and valves including dewatering of trenches, tools & plants,
labour etc. as per specification and instruction of E.I.C.
h) Hydraulically testing of different types of pipes in sections for a head of water not less than 1/2 (Half ) the
pressure recommended by I.S or corresponding pipe materials whether the gauge pressure will remain static for 30
minutes by filling water including supply of necessary equipment's such as generator sets, pumps gauges etc. All
complete as per specification and instruction of E.I.C. [Water have to be arranged by the bidder himself and whole
testing procedure will be accordance with as per IS : 3114 -1965]
i) Hire and labour charges for 75 mm dia bamboo railing on Jhau / Eucalyptus or other approved timber / bamboo
posts 1.4 m above GL and 0.6 m below GL including tying strongly with coir ropes and boring holes for posts in any
soil/ concrete surface / Bituminous surface packing the sides etc. including cost of restoration to the damages of the
ground to its original condition as per direction of EIC after removing barricade. 75 mm dia bamboo railing and 100
mm dia bamboo posts @1.4 mtr apart. railing with 3 rows.
j) Dismantling all type of masonry including cement concrete, stacking serviceable materials at site and removing
rubbish as directed within a lead of 75m in ground floor including roof.
k) Cutting sub -grade of road (concrete bituminous carpeting & consolidated Ballast/brick soling & other
sub-grade materials by means of chisels/Hammer other equipments( for trenches & laying of pipe line.)
l) Emergency horizontal road crossing by Auger-boring including boring charge, pipe laying and jointing, making
barricades, lighting arrangement etc. all complete as per direction of E.I.C. for 100 mm dia to 500 mm dia pipes
(including PWD Road). Horizontal road crossing by Jack pushing method including boring charge, pipe laying and
jointing, making barricades, lighting arrangement etc. all complete as per direction of E.I.C. for 100 mm dia to 500 mm
dia pipes (Including National Highways and Railways crossing).
m) Construction of sluice valve chamber as per drawing supplied by concerned division or standard drawing given by
contractor and approved by E.I.C. with brick work in cement mortar (6:1) over 15 cm. of WCC (6:3:1) with supply of
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
33 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
approved quality (Heavy type) C.I surface box embedded in 100mm thick removable slab in (4:2:1) including fitting,
fixing and overhauling and instruction of E.I. C. (Valves will be supplied by Agency).
n)Installation of CI Bolted collar as per IS 13382-1992 with latest amendment or end cap up to date
including all taxes & other incidental charges what so ever, carriage, loading unloading & stacking at
working site.
o)Pipe carrying steel bridge of width 2.5 m is to be constructed with adequate foundation for
crossing the river Silabati at ward no. 16 and at ward no. 04 and ward no. 07 with width 2.0 m.
p)Hire and labour charges for shuttering with centring and necessary staging upto 4 mtr. using approved stout
props for and thick hardwood planks of approved thickness with required bracing for concrete slabs , beams and
columns ,lintels curved or straight including fitting , fixing and striking out after completion of works (upto roof of g.f),
as per drawing, specification & direction of E.I.C.
q)Ordinary cement concrete (mix 1:1.5:3) with graded stone chips (20 mm nominal size)excluding shuttering
and reinforcement if any in ground floor as per relevant IS Codes.
a) Pakur variety. In ground floor
r) Reinforcement conforming to relevant IS code for all reinforced concrete work in all sorts of structures including
distribution bars, stirrups, binders etc. including supplying of rods, initial straightening and removal of rust (if
necessary), cutting to requisite length, hooking & bending to correct shape (if necessary) placing in proper position &
binding with 16 gauge black annealed wire at every intersection etc. complete as per drawing & specification including
cost of wire.
s) Single Brick Flat Soling of Picket Jhama bricks including ramming & dressing bed to proper level & filling
joints with powder earth or local sand.
t) DI Specials should be approved make of Kejriwal Casting Ltd./L & T/Electro Steel Casting Ltd.
u) Temporary Restoration works of all roads is to be done as suitable for vehicular movement per enclosed
drawing and as per direction and satisfaction of E.I.C.
The limit of contract starts from preparation of working drawing of showing diameter and length of
pipe, Valves etc. and after approval of same by competent authority proper execution according to
specification and after completion of the job preparation of final drawing and submission of the same
to competent authority. In between the above, all the works required for successful completion of the
component are in the scope of the above work.
3.1 GENERAL
Survey, Geotechnical investigation, Design, Construction, and Commissioning of 13.5 MLD (Approx. –675 M3/hr with 20
Hours Operation) Capacity Surface Water Treatment Plant (with tolerance of 25% over loading) & 0.845 ML Capacity Clear
Water Reservoir (TWL of CWR will be 0.5 meter above H.F.L.) cum Pumping Station and 630 kVA HT Sub-Station along
with all other allied works (Civil, Electro-mechanical & other works, if any) at Ghatal Municipal area (including 3 months trial
run and necessary training of maintenance staff & thereafter (subsequently) 5 (five) year operation and maintenance
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
34 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
of the Plant) under Special Infrastructure State Fund on Turnkey Basis.
The High Flood Level (HFL) with level 0.00 M will be considered 0.5 M above the top of boundary wall of the
nearby building of Ghatal Polytechnic institute. Finished Ground level (FGL) will be Level (-) 2.0 M. All Hydraulic
calculations will be with respect of this level.
3.2 LOCATION
a) Inlet Well / channel with Parshall Flume, Flow meter, Alum dosing system
b) Chemical House including storing, feeding and thorough mixing of chemicals with raw water.
d) Clariflocculator
f) Back washing through Over Head Reservoir placed on the roof of the Filter Bed (covered by RCC roof)/Chemical
House.The whole filter bed must be covered by RCC roof and wall with windows and doors system. The whole
water after backwash will go to a Sludge pond or any alternative point as per design to avoid mixing of lesser
turbid water to higher turbid water for effective re-circulation. Sludge coming from other units of WTP will directly
carry out to Sludge well/Sludge sump (of minimum 40 cum effective capacity). From Sludge well/Sludge
sump, the whole sludge will go to sludge pond with clear water at inlet of the plant.
g) Sludge drainage & disposal including sludge well / Sludge Sump (The capacity of which will be determined on the
maximum turbidity during a year with min. 10 days cleaning period but not less than 40 cum effective capacity) &
Sludge pond(each single pond will be capable of taking sludge for 3 Months in worst condition i.e., Cleaning period
of each pond will be 3 Months). The top of the sludge pond will be above FGL so that no surface flow or storm
water goes to pond.
h) All Electro-Mechanical works complete in all respect related to water treatment process with supply & Installation
are in the scope of the work.
k) Wet pit clear water pumping station with vertical Pumps, motors & other electromechanical works with 3.0 MT
EOT cranes.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
35 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
l) 0.845 ML capacity clear water Reservoir with two compartments shall have to be made, the TWL of which will be
500 mm above HFL. The load of earth should not be taken into account for checking the safety of reservoir against
uplift pressure with respect to FGL at empty condition. The check against empty condition has to be given for
Clear water reservoir, Clariflocculator, & Sludge well/Sludge sump against Finished Ground level.
m) Inter Plant Piping and plant road facility (above FGL) within WTP compound filling.
n) Plant Wastewater& Storm water management: - The entire overflow if occurs from Sludge pond, Sludge well etc.
directly goes to the surface drain or underground drainage system of standard design. The surface drain is to be
covered by Pre cast slabs.
o) Supply, installation, commissioning of Instruments / Apparatus for 1(one) No. laboratory (Physical, Chemical)
including laboratory chemicals and reagents, safety equipment, fire fighting equipments etc.
p) Internal and yard lighting arrangement by providing LED fitting fixture and lightening arrestor arrangement.
q) The WTP premises shall have to be surrounded by 1.5 m RC framed brick infilled boundary wall From FGL and
over it decorated barbed fencing with a 5.0 m wide steel gate at the entry of the WTP. The whole premises have to
be filled by good earth up to FGL. There will be a sentry room at the gate.
r) Planning, Design, Construction of Internal road (4.0 m wide) with Min. 60 mm thick designer paver block over PCC
& Sand Cushioning. Plinth protection areas & Pathways will be covered by 25 mm thick chequer plate. Surface
drain all around premises for storm water and overflow along WTP sites as per approved design, drawing and
direction of E.I.C. The surface drain will be adequate to capture peak storm water in rainy season.
s) Design, drawing, Construction, supply of E/M equipment‟s & Installation of 630 kVA Sub Station as per I/E rules for
supply of Power to WTP. The Plinth Level of the substation will be 1.00 m high above High Flood Level.
t) Supply and installation of all Pipelines of different materials and diameter as per designed for clear water,
wastewater and sludge line including pits within the Water Treatment Plant premises.
u) All doors & windows to be provided anywhere in the project shall be reputed make Aluminium door and window.
v) All external walls will be painted with exterior weather coat paint of approved colour & quality (options may be
given by EIC). For internal colour, Office room, operator room & Laboratory, wall putty with decorative distemper
paint has to be considered along with primer as per direction of EIC. In laboratory & Office room, good quality
marble or vitrified tilesshould be used.
The contracto r has the lib ert y of using alternative arrangement but the design parameters and technical
specifications should strictly conform to latest relevant IS Codes & CPHEEO manual.
a. Proposed ground level: - The proposed finished ground level (FGL) shall be at R . L. (-) 2.0 M.
b. Proposed top water level of Clear Water Reservoir: - The top water level of the proposed Clear Water
Reservoir shall be at R. L. 0.5 M.
c. Proposed Plinth Level of Sub-Station shall be at R. L. 1.00 M.
d. Proposed Plinth Level of Chemical house shall be at R. L. 0.75 M.
e. Proposed Plinth Level of Annex building shall be at R. L. 0.75 M.
f. Proposed Level of pipe gallery of filter house shall be at R. L. 0.75 M.
g. Hydraulic design of the proposed Treatment Plant and clear water reservoir should be such that the tail
water level of underground clear water reservoir will be of adequate gradient and verticals Pumps to be
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
36 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
installed in vertical configuration of clear water pumping station. Accordingly, hydraulic levels of all the
other units of water treatment plant such as collecting well, flash mixer, flocculator, Filter Beds, Clear
water duct, inlet pipes of reservoir etc. are to be fixed to ascertain the gravity flow of filtered water having
discharge of 675 m3/hr.to the clear water reservoir.
3.5 SCOPE OF WORK
a) For Civil Works: - Surveying, Geotechnical investigation, planning, design, drawing and construction
of different civil structural works include supply, carriage of all materials with foundation for the
various units of the plant. The foundation for all the major structures such as Inlet well, Parshall flume, Flash
mixture, Clariflocculator, Chemical house, Annex building & filter house and CWR cum pumping station will
be as per soil investigation report. The structural analysis for Clear water reservoir, pump house, Sludge
well/Sludge Sump, Recirculation sump etc. will be done on the basis of manual structural analysis by
adopting any conventional method (as recommended by EIC) and designed has to be checked against uplift
for empty condition with respect to FGL. To avoid unnecessary energy cost the leakage water of the pipe
gallery flows directly to the Sludge well/Sludge Sump.
b) For Electro-mechanical works:- Planning, design, drawing, manufacture, supply, delivery at site, installation,
fabrication and erection of all mechanical and electrical equipment including pipes, valves, pumps, motors as
per detail technical specification & vendor list that may be necessary and specified herein to make the
treatment plant complete in all respects to treat raw water delivering normal flow of 675 m3/hr of potable water
of quality (physical & chemical) as specified by relevant IS codes, CPHEEO Manual and World Health
Organization.
c) Commissioning & trial run: - The scope also includes Trial Run and Testing the Plant for three months after
commissioning (72 Hours).
d) Operation & maintenance: - Operation and maintenance of the same for a period of 60 (Sixty) months after
the completion of specified period of Successful Trial Run, under the overall supervision of the Employer / his
representative and from the date of commissioning.
e) Training: - This also include necessary training to employee of the ULB at WTP.
f) The successful bidder has to initiate & pursue diligently for any approval required from the appropriate
Authority on behalf of the Chairperson Ghata Municipality. The Bid comprises of following major works:
675 m3/hr. (13.5 MLD) capacity and running 20 hour water treatment plant with ±25% over/ under loading including the
installation of following units:-
d) Chemical house with solution preparation tank and feeding arrangement to the raw water channel
f) Clariflocculator
h) Back washing system through OHR placed on the roof of the Filter Bed (covered by RCC roof).
m) Levelling and grading of site up to FGL including storm water drainage with proper design.
n) Inter plant piping and road facility together with levelling& Grading above FGL.
p) Sub-Station Building with electro-mechanical work for WTP and proposed Intake system(Intake structure and HT
cable from Transformer to Intake arenot in scope of this work) inside the compound.
r) All sanitation & Plumbing works for operator room including construction of 20 user septic tank and 10 cum.
capacity water tank over Chemical house and drinking water arrangement.
(B) 0.845ML CAPACITY CLEAR WATER RESERVOIR & WET PIT PUMPING STATION:
(i) The Bid includes Surveying, designing, drawing and construction of clear water underground reservoir complete
with inlet, overflow and scouring arrangement maintaining the levels as stated in clause 3.4. The full water depth
should be at least 3.00 M to 4.00 M or more at the time of reservoir full condition. The foundation of the CWR with
pump house should have adequate strength to take load of uplift pressure due to subsoil water assumed at the
FGL when the reservoir is empty and also for vertical loads, horizontal loads with surcharge& Seismic load for
worst combination of load. The construction of CWR with pump house shall be completed earlier to facilitate the
erection work of electrical/mechanical equipment. While calculating the effective capacity of the UGR, the volume
of water in reservoir up to height of 0.15 m above straight portioned (not sloped) Floor level of the CWR and free
board will not be taken into account tin the effective volume calculation of CWR. The slope of the sloped portion
connecting CWR floor and Pump house floor will be not greater than 15 degree i.e., the whole water will come to
the suction of pump with a slope at sump not greater than 15 degree.
(ii) Designing, drawing and construction of a wet pit pump house building above the UGR including machine
foundation for 3 nos. Pumping unit in the same floor. One 3 MT capacity E.O.T crane shall have to be installed
with gantry girder arrangement to handle pump/motor in the pump house for lifting and lowering the same
below/above roof level . In order to accommodate the cables and control panel room equipment/appliances will be
housed at the pumping floor for facilitating the easy operation of the pumping units. The delivery line shall have to
be placed in such a fashion that no obstacle will be occurred to the operator at the time of movement.
(iii) Construction of approach road/other connecting road, apron and Surface drains around the reservoir and pump
house & other units connecting the drainage system.
(iv). The total civil work includes the construction of reservoir and pump sump.
(v) The design of pump house has to be made on the basis of the Static load as prescribed and dynamic loading
pattern thereof, taking into account of the vibration both horizontally and vertically that will be generated due to
operation of each pump motor set.
(vi). Site clearances and levelling of the area after development of site with carried earth up-to finished ground level, as
proposed earlier.
(vii) Minimum 6 nos. of overflow connections from the reservoir have to be provided in such fashions that over flow
water drained to the surface drain surroundings of the reservoir. Minimum 6 nos. of air vent shall have to be
provided for breathing of the UGR.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
38 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
(viii) The Bidder, whose Bid is accepted in due course will have to furnish details of the design of the pump house in all
levels, sump to connect the reservoir considering all the parameters as supplied by the pump manufacturer within
the dimensions of the pumping station provided by them for housing the pumping machinery, electrical substation
equipment/appliances etc.
(ix) A tentative layout drawing showing the shape and different levels of the reservoir, pump house and other units of
treatment plant is to be provided by the bidder. The Bidder has to quote his rate for construction of underground
clear water reservoir having 0.845 ML water capacity. Necessary Foundation of the pump house and other units
of treatment plants are to be provided on the basis of Soil Investigation Report. No folded structure is allowed
while designing water-retaining Structure. Minimum thickness of CWR wall shall be 200mm. While calculating the
effective capacity of the CWR to attain 0.80 ML capacity, the volume of water in CWR floor up to height of 0.15 m
above straight portioned (not sloped) and free board will not be taken into account in the effective volume
calculation of CWR. The volume of R.C.C columns, baffle walls and all other obstruction will also be excluded in
calculating effective capacity of reservoir.
(C) 640 M3/HR CAPACITY WET PIT CLEAR WATER PUMPING STATION: (CONSIDERING 20 HRS. RUNNING OF
PUMPING A DAY)
(i) The Bidder has to submit in due course the specific size and capacity of all machineries & equipment offered
along with data related to static & dynamic loads in different operating conditions. The size of all the equipment
should be so selected to match with the civil works. The capacity and head of the pumps are to be decided as
under.
Discharge: 320 m3/hr, (2W+1S Pump & Motor), Head to be decided by the bidder
during detail engineering.
(ii) The vibration & noise should be within the acceptable limit as per I.S. or as per existing norms for all equipment. (iii)
The dimension and centreline of pedestals for supporting the Pumps as well as the valves should strictly be in line
for both Civil & Electromechanical works. If any of the delivery line of the pumping unit above 350 mm dia.
necessary stair case shall have to be erected for easy movement of the maintenance staff.
(iv). The centre-to-centre distance of the pumps, Clearance from wall for pumps should be as per I.S specifications.
(v) The installation of all L.T. /H.T. electrical equipment should be strictly as per prevailing I.E. Rules IS specification.
(vi). The minimum distance from the pump bell mouth to suction sump wall& floor is to be maintained in such a level so
that no vortex formation takes place in the entry of pump i.e. the flow should be maintained streamlined at the
entry point of pump.
(vii) The elevation of pump centre line should be designed in such a manner to maintain adequate clearance between
the bell mouth and the floor of the suction sump to avoid clogging or vortex formation.
(viii) The Bidder has to submit parallel operation curves for pumps & the same is to be matched with the system
resistance curve of the delivery grid. Pump selection should be based upon that. Family curves for individual and
multiple operations at all possible consequences depending upon the variation in % opening of the butterfly valve
are to be submitted.
(ix) The total capacity of the pumping station will be 640 cubic meter per hr. at a designed head to be provided by the
bidder with simultaneous operation of one pump of group of pumps. The delivery manifold should be equipped
with actuator operated Butterfly valves, valve chamber, Temper proof kinetic air release valve, blank-flange if
necessary (detail of which is given in Technical Specification). All the design of the pipelines should be such that
to ensure streamline flow.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
39 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
(xiii) The Bidder has to consider all sluice valves, electrical actuator control butterfly valves, dismantling joints in
individual delivery pipe lines as per detail technical specification.
(xv) The Bidder must work out the natural frequency analysis for the structural work and the same should be verified
with the RPM & critical speed of the rotating equipment to eliminate any chance of vibration.
(xvi) All the cabling work required to operate the equipment at pump house, water treatment plant complex, substation
etc. considering from suitable capacity of substation Transformers are within the scope of work. Power cable of all
sizes must be 11000 V & 1100V, AL, 3 or 3.5 core (As required) armoured XLPE cable for all motors.
xvii) The successful bidder will provide a large size name plate including illumination for night vision of the project with
specifying name of the work, project cost, name of the employee etc. as per direction of the EIC. Each unit will
also to be named separately. After successful commissioning of the project a whole map plan have to be fixed at
gate and a 3 dimensional model will have to be kept at chemical house or Annex building as per direction of EIC.
3.6 Recommended guide lines for physical and chemical parameters of Filtered Water
The limit of contract starts from 10.0 meters ahead of the inlet well of the treatment plant with construction work at one end
up to common manifold of SWMS pipes of suitable diameter of clear water pump house wherein the delivery pipes of the
clear water pumps will be terminated for a length of 5 .0meters beyond premises of WTP premises with one end blank
flanged and other end provided with butterfly valves. The limit of contract also includes laying CI delivery pipe of requisite
size from the sludge well up to sludge pond of suitable capacity with Y connection to two stage sludge ponds having
adequate design depth with valves (one open while the other one is blank flanged) and also with a provision of
bypassing/spilling the sludge to adjoining drains as to avoid unnecessary inundation of the surrounding area in case of
overloading of sludge ponds, Sludge ponds (two nos.) are to be constructed by the Contractor with appropriate size so that
each pond can receive sludge for three month duration. This could be assessed by measuring the sludge
concentration/thickening for using Ferric Alum as main flocculants and with full satisfaction of the Engineer in Charge.
The sources of Electric Power (11KV) would be taken from the WBSEDCL supply point to HTVCB panel and feed the indoor
transformer and power distribution board by required cable size with earthing arrangement. Necessary arrangements to connect
the cables of appropriate size with full satisfaction of Engineer in Charge are within the limit of this work. The excavation of cables
trenches, laying the cables from substation to transformer, covering the cable trenches, insert plates, cable trays etc. also include
under this contract. All restoration works of the excavation site should be done with the full satisfaction of the Engineer in Charge.
SPECIAL NOTES
1.1. The layout of the plant (if attached herewith) as shown on the drawing attached is not binding on the Bidder but is
only indicative.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
40 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
1.2. The Bidder shall not quote for works differing from the specifications of the Bid unless specifically permitted
elsewhere in the Bid documents.
1.3. The suitability of the plant will not be decided only by the low capital cost but the economy in the operational costs
will also be considered. For this purpose all relevant details should be furnished.
1.4. There shall not be any ambiguity in the offer. Bid containing any ambiguity may be interpreted in a manner
advantageous to the Employer.
1.5. If not mentioned elsewhere in the Bid documents, the contractor shall provide the following arrangements:
a) Hydraulics of Water Treatment Plant shall be such that water flows by gravity from stilling chamber/Inlet well to the
filtered water storage reservoir and over flow from filtered water storage reservoir flows by gravity to the plant
drain. The water treatment plant shall be designed for± 25% overload. All the units of treatment plant shall be
designed considering 23 hours pumping from Clear water Pump Houses.
b) Water supply to different treatment processes namely chemical dosing, disinfection shall not be made solely
dependent on the operation of clear water pumps. The pumping arrangement/Back wash water reservoir over the
filter house (RCC) for supplying water to alum solution tank and chlorine dosing equipment‟s shall have to be
provided by the bidder.
c) Disposal of drainage of the treatment units shall be made by gravity system as far as practicable. If ultimate
disposal has to be pumped, emergency gravity overflow must be provided.
d) Particular care shall be taken for satisfactory disposal of sludge from the clarifier.
1.6. All valves, sluice gates, etc. shall be of reputed make and shall conform to available IS specifications where name
of manufactures do not appear in the List of Vendors. In case of non-availability of relevant I.S. specifications it
should conform to British Standard Specification or American Standard Specification.
1.7. The water works being a process plant it is imperative that the layout of the plant inclusive of all Civil, Mechanical
and Electrical Components should meet the requirements of Indian Factory Act, Indian Explosives Act and all
other relevant statutes of the State and Central Government. The contractor has also to procure Explosive License
for use of chlorine during Trial Run. The contractor shall provide all Structures, Vats, implements etc. forming part
of on-site emergency plan.
1.8. In order to provide a normal output of 675 m3/hr (with 20 hours operation) Filtration, the inflow, flash mixer, alum
dosing and Clariflocculator are to be designed accordingly with± 25% over/ under loading. Subsequent Units may
be designed as per requirement with overloading capacity.
ITEMS OF WORKS
The scope of works has already been detailed in these documents. However, it is repeated below
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
41 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
c) Flash Mixture
d) Chemical house
e) Feed channels / pipes and stand well (If required as per design)
f) Conventional RCC Clariflocculator
g) Filter house with gravity filter including back wash with air & water
h) Annex building
i) Chlorine dosing pre and post
j) CWR with wet pit pump house on the CWR
k) Plant waste water including sludge pump house & Sludge PondTWL above FGL
l) Recirculation pumping of waste water management from sludge pond& Sludge well/Sludge sump.
m) Back filling shall have to be done from the excavated earth and if required in case of short fall the same shall have
to be arranged by the bidder.
n) Illumination of the plant including yard lighting
o) Sub-Station Building with HT/LT Electro-mechanical works
p) Boundary wall with barbed fencing
q) Internal/External including yard lighting by LED lighting fixture
r) Storm Water drainage system and road network above FGL
The above scope of works is to be indicative not to be exhaustive. Anything not covered in NIB but required for
successful commissioning of the plant are to be provided by the Bidder.
The source of raw water supply is the river Bhagirathi through the rising main from proposed intake system, the raw water
will be pumped through a proposed rising main to the inlet collecting well via valve chamber. The plant is to be designed for
treating raw water of river Rupnarayan and providing a normal output of 700 (approx.) cubic meters per hour (with 20 hours
working a day) after deducting back wash waste & other waste. In view of the river nature difference of water level will be
changed, the pump discharge will be changed. The plant shall be designed to deal with the varying rate of input which will
occur throughout the year. The various unit of the treatment plant shall be capable of over loading & under loading
without affecting the quality of the treated water.
For designing the treatment plant the quality of raw water should be checked by the bidder at his own cost for getting actual
data required for designing.
The finished water quality shall be such that it conforms to the drinking water standard given in IS: 10500 unless otherwise
specifically mentioned herein.
PHYSICAL QUALITY
a. Even with the maximum turbidity in the clarified water, in final turbidity in the filter water should be less than 1
NTU. The bidder should specifically mention the clarity of filtered water guaranteed by him.
b. There should be nothing objectionable as regards Test and odour.
c. The colour of the finished water shall be restricted to 5 Hazen units on platinum cobalt scale.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
42 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
CHEMICAL QUALITY
a. The chemical quality of the finished water shall be such that there will not be any harmful effect on human body
after prolonged use. In this respect modern concepts regarding quality of drinking water for human consumption
shall be given due consideration. In case the pH value shall not be less than 6.5 or exceed 8.5
b. Iron content shall not exceed 0.3 mg/lit.
c. The process for removal of nitrates is not included in this Bidder.
d. Other chemical quality parameter the acceptable limit shall not exceed the acceptable limits specified in the
drinking water- Specification IS: 10500 (latest version) published by the Bureau of IS and method of sampling shall
be as provided therein.
a. Throughout any year, 95% of sample shall not contain any coliform organism in 100 ml.
b. Coliform organisms shall not be detectable in 100 ml of any two consecutive samples.
c. No sample shall contain E-coil in 100 ml.
With the quality of raw water available from the river Bhagirathi, the following mode of treatment is considered for treating
the raw water:
All Civil & Electro-mechanical works shall be designed as per latest IS specifications & CPHEEO Manual
a. Raw water inlet chamber with control valves and by-pass valves arrangement
b. Raw water stands well (If required as per CPHEEO Manual), dia. & height from the finished GL.
c. Raw water inlet channel with Parshall flume with flow control valves and measurement.
d. Flash mixer
e. Stand well (If required as per CPHEEO Manual or other IS Specification) for feeding the Clariflocculator and
bypass arrangement for feeding directly to the filter bed with valves arrangement.
f. Clariflocculator with rotating half dia. bridge arrangement and with de-sludging arrangement
g. Rapid gravity filter bed
h. Chemical house & annex building
i. UGR cum wet pit pump house.
j. Sub-Station Building
k. Internal/External including yard lighting arrangement by LED fitting fixture.
l. Boundary wall with adequate foundation as per soil investigation report with barbed fencing.
m. Interplant path way with surface drain management for overflow & Storm water.
n. Sludge Pond along with Sludge sump/Sludge well
The raw water will be delivered into a Collecting/Inlet well through a proposed rising pumping main. Detention time for Inlet
well shall be considered 30 - 45 second and the rising rate of the Inlet well shall be less than 0.100 m/sec for normal output
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
43 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
of 363 m3/hr with ±25 % over / under loading. A Flow Control Valve of requisite diameter shall be provided by the Bidder to
control the flow of raw water into the collecting well. Suitable valve arrangement shall also be provided to bypass the flow
control valve so that the same can be removed for maintenance without requiring a complete shutdown of the treatment
plant, the valves (including by pass) shall be hand operated butterfly valve type of materials construction shall be of CI/MS.
The rising main to be laid by the Employer under a separate contract but the raw water valve chamber and the inlet
arrangement will start from this point and shall include the cost of the rising main including its connection with the
Employer‟s rising main provided with a flanged end, connection with the collecting well through 8 mm M.S plate and also
including anticorrosive painting.
The raw water shall be measured by flow instrument in the Parshall flume downstream of the venture flow equipment
supplied by the Contractors per IS: 14371 (Latest revision). Bidders shall quote for the construction of this flume and for the
supply and installation of one open channel flow meter of reputed and approved make. The flow meter shall be provided with a
Float control dial type indicator near the flume. The drain pipes shall be of 100 mm dia. CI pipes with 100 mm. dia. sluice
valve provided with operating rod and hand wheels.
The collecting well and Parshall flume channel shall be of R.C.C. construction. The soil condition of the site shall be duly
considered when designing the foundation of collecting well and venturi flume supports. One M.S. step ladder 900 mm wide
shall be provided for ready access into the walkway from ground level. Suitable gravity draining arrangement shall be
provided with valve for emptying collecting well. All the basic constructions works and finishing works shall be carried out as
per specifications contained in other Section of these Bid specifications. There shall be a 1000 mm wide walkway around the
Inlet well. Grade of all structural concrete shall be of M-30.Suitable foundations shall be provided as per soil investigation
report attached herewith as Annexure.
2.2.1. General
The raw water from the flume shall enter into the flash mixing unit for thorough dispersion of the coagulant chemicals added
to the raw water. The flash mixing unit will comprise of a flash mixing chambers, designed for a normal output of 363 m3/hr
with± 25 % over / under loading and to give a mixing time of not less than 45 Seconds. The ratio of tank height to tank
diameter/width shall be within 1:1 to 1:3. The flash-mixing chamber will be fitted with electricity driven turbine type motor and
with inlet and outlet penstock gates for the purpose of isolation. The flash mixer shall be provided with stainless steel
impeller fitted at the bottom of stainless steel shaft under slung from driving gears mounted on the roof of mixing chamber.
The impeller, its R.P.M. and the horsepower of the electric motor be designed to give a value of G (Velocity Gradient)
greater than (300 Sec)-1 to ensure adequate turbulence for thorough mixing. The electric motor shall be of TEFC enclosure
having IP-55 protection group. The motor shall be locally operated and with remote operation from the central control panel
having local / remote selection switch on the remote control panel. A MS cover plate shall be provided on the total unit for
protection from the sun, rain and dust etc. The flash mixing unit shall be provided with R.C.C. slab fitted with hand railings
partly covering the chamber for locating the driving unit of the mixer and for approach to the same. Adequate arrangement
for cleaning and de-slugging the flash mixing chamber and finally disposing the same into the plant wastewater disposal
system shall be made. The drain pipes shall be of 100 mm dia. CI pipes with 100 mm. dia. sluice valve (Minimum) provided
with operating rod and hand wheels.
After flash mixing the total flow shall have to be feeded to the clarifier central shaft through stand well (If required as per
design). Bidders shall provide suitable bypass arrangements for diverting the raw water directly into the filters to bypass the
clarifier (for clarifier maintenance purpose). The bypass arrangements shall be operated through sluice gates or sluice
valves as the case may be.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
44 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
The flash mixing chamber and channels shall be of RCC construction. The walls and floors shall be designed on the basis of
un-cracked section. There shall be a 1000 mm wide walkway around the flash mixer and on one side of the channels. Hand
railings shall be provided on the walkways. Suitable gravity drainage arrangements shall be provided with valve for emptying
flash mixer etc. All the basic construction works and finishing works shall be carried out as per specifications contained in
other Section of these Bid specifications. Minimum grade of all structural concrete shall be of M-30. Suitable foundations
shall be provided as per Soil investigation report attached herewith as Annexure.
There shall be a chemical house for the plant under this Bid where provision shall be made for alum / PAC storage, alum
tanks, dosing equipment, etc. The alum solution shall be fed to the raw water by using metering pump before the Parshall
flume from the alum solution tanks in the chemical house.
Alum dosing arrangement shall be designed to cater for a continuous dose of 50 mg/l (depends on the turbidity of the raw
water) to a normal flow of 363 m3/hr with± 25 % over / under loading using a 5% strength solution. However, actual dose of
various chemicals shall be decided by the jar Test to achieve the required treated water quality. The solution shall be
prepared and stored in three (3) tanks of suitable sizes with 8 hours operation capacity each. The floor of the alum solution
tanks shall be kept at a level, which will permit sufficient head to feed the solution to the raw water. Provision shall be made
in the alum solution tanks for providing timber slats to form trays in which alum blocks will be placed for preparation of the
solution. Provision shall be made for a jet spray of water over the alum blocks to achieve rapid dissolution of alum. The alum
solution tanks shall be provided with fibreglass reinforced epoxy lining.
Electrically driven mechanical agitators shall be provided for continuous stirring of the solution in the tanks. The agitators
shall consist of FRP paddles mounted on stainless steel shafts. The shafts shall be mounted on top of the tank and no thrust
or guide beings shall be permitted below the liquid level. The paddles in the tank shall be driven by an electric motor through
a speed reduction gear of appropriate ratio to provide gentle agitation of the liquid. The driving motor and the reduction ge ar
shall be totally enclosed and easily accessible for maintenance.
Bidders shall also quote for providing water jetting and flushing the alum solution tank when it is empty so that any settled
insoluble material is flushed out. The drainage of such flushing shall be done in the flash mixer. Provision for water for the
jetting shall be made both from supply main as well as provision of high-pressure water jetting. Bidders shall include in their
offer complete arrangements of valves and piping for delivery of the alum solution before the venture flume through the
dosing apparatus, discharge of waste water from the tanks during cleansing operations, overflow from the tanks; The
solution delivery and waste pipes shall be of HDPE pipes inside the chemical house and rubber-lined double flanged cast
iron pipes outside the chemical house. No bends shall be used in the solution delivery pipeline and wherever a change in
direction occurs cross pipes shall be used to facilitate rodding of the pipelines to remove chock. All valves for solution
delivery and wastewater from the tank shall be rubber lined cast iron diaphragm valves. The entire pipe work including
valves shall be easily accessible for maintenance for which a walkway at the appropriate level shall be provided.
Bidders shall provide two basket type strainers in the alum solution delivery pipeline to the dosing tank. The arrangement of
the strainers and the delivery pipeline shall permit isolation of any of the strainers for cleansing. The strainer shall be of cast
iron construction and fitted with a stainless-steel mesh screen basket.
Bidders shall also provide suitable level indicators operated either electrically or by float. Gauges shall be provided for each
tank placed at a convenient place easily visible by the operators.
Water supply for the preparation of alum solution shall be obtained from a tapping off the proposed pressure main in the
vicinity (within 150 meters) of the filter house/chemical house. Bidders shall include in their offer inter connection with the
proposed main with a C.I./ D.I sluice valve of required size and all pipes and fittings from this valve to the alum solution
tanks. Bidders shall also provide arrangements for supplying filtered water from the filtered water channel in the filter house.
Bidders shall include in their offer the cost of all these arrangements including pipelines, valves, pumps, motors or water
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
45 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
jetting system etc. There shall be a provision for 100% standby of pumps & motors for supplying water to alum solution
tanks. Bidders shall include in their offer for the supply and erection, where necessary, of the following ancillary equipment
for use in the chemical house. Alternatively, the treated water shall have to be taken from the filter bed back wash tank by
interconnecting required size valves, pipe lines etc.
i) One hand operated 1 ton capacity travelling hoists of reputed and approved make moving on rolled steel joists
fixed on top of the alum tanks for lifting alum in trays from ground floor to individual tanks. There shall be sufficient
headroom for directly placing the trays in the dissolving trays of the solution tanks by the hoists.
ii) Four (4) timber/stainless steel S.S. trays of suitable size of a suitable design to be approved by the Engineer. The
trays will be charged with alum blocks and placed directly on the dissolving trays of the alum tanks for preparation
of alum solution. The water tray shall be of best quality teak wood and shall be made with mortise and tendon
joints and with timber nails. All the edges of the trays shall be strengthened with stainless steel angles or straps. In
case of S.S. strays it shall be made of robust S.S. tubes frames and slotted S.S. sheet of approved design. The
top of trays shall be provided with hooks of stainless steel for lifting.
iii) Two 4 wheeled rubber-tired handcarts for transport of the trays charged with alum blocks.
iv) One 1000 kg dial type platform weighing machine of reputed and approved make.
The chemical house shall be of double storied R.C.C. framed structure with suitable foundation (as per attached soil
investigation report) and brick panel walls. Overall plinth area of each floor shall not be less than 180 m2. The clear
headroom for each floor of the chemical house building shall not be less than 5.0 meters. The areas to be provided for
different purposes shall be as follows: The areas given purely tentative in nature.
On Ground Floor (all data Tentative Area should be fixed after calculating requirement of the space)
Alum storage 90 M2
Toilet 8 M2
Stair 25 M2
On First Floor
Laboratory 38 M2
Operator's room 40 M2
Toilet 8 M2
Stair 25 M2
The Bidders shall be free to provide additional areas / designed area within their quoted price. Bidders may make minor
adjustments to these areas at higher side to suit their own design requirements within the allowable overall plinth area.
Adequate common passage and circulation space shall be provided on each floor to give independent access to each
individual room. An independent staircase with 1000 mm wide steps shall be provided from alum storage area in the ground
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
46 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
floor to the loading platform of the alum solution tanks. A separate staircase with 1200 mm wide steps shall be provided from
the ground floor to the first floor for laboratory and chlorination room. The stairs shall be fitted with grilled hand railings. The
gaseous chlorine room and storage of the chlorine tonner shall have adequate ventilation. The total shutter area of doors,
windows and ventilators shall not be less than 25% of the plinth area exhaust fans ensuring four air changes/hr. shall be
provided near the floor level. For other parts of the chemical house the total shutter area of doors, windows and ventilators
shall not be less than 20% of the plinth area. The alum storage shall be provided with an entrance a 4500 mm wide fitted
with rolling shutter. To facilitate unloading of alum cakes from truck, provision of entering the truck into the store up to the
stacking space shall be made. A weighing machine shall have to be provided in the chemical house. For this purpose, there
shall be a 5000 mm wide ramp for movement by commercial vehicles in front of the entrance. Suitable storage tanks for 6
tons of liquid alum or PAC of strength as per I.S. specification shall be provided over the ground adjacent to the chemical
house with suitable facilities for unloading. The main entrance door of the stair block for laboratory and chlorination room
and the door of the laboratory shall be approved make aluminium door. The Engineer shall approve the design of the doors.
These doors shall be polished as per standard practice and shall be to the entire satisfaction of the Engineer. All other doors
and windows shall be of aluminium. Their pattern shall be up-to-date and shall be approved by the Engineer-in-charge.
There shall be an inter-connecting walkway between the chemical house, the collecting well and filter house at the first-floor
level. The walkway shall be provided with hand railings of approved design. The toilets shall be connected to a septic tank of
10 users capacity. The soak pit shall be provided at remote place as per direction of EIC. The roof of the chemical house
shall be provided with roof water proofing treatment with adequate arrangements for rainwater drainage. The roof shall be
accessible from the staircase for laboratory, etc. and shall be provided with a 250 mm thick parapet wall of 1000 mm height.
Bidders shall provide a 1000 mm wide apron of 75 mm thick 1:3:6 cement concrete laid over brick on edge soling and a
surface drain all-round the chemical house. All the basic construction works and finishing works shall be carried out as per
specifications contained in other section of these Bid specifications. Grade of all structural concrete shall be of M-25.
Suitable foundations shall be provided as per attached soil investigation report.
2.4.1. General
The bidder shall quote in their offer for construction of Clariflocculator. It shall be designed for a normal output of 363 cum/hr
with± 25 % over/ under loading. Following guidelines shall be mandatory for designing of the Clariflocculator.
Tenderer shall ensure that clarifier executed by them shall be capable of giving turbidity of less than 10 NTU for
normal flow. Chemically treated water shall be delivered at the top of the tank through a central influent column
(central shaft) which shall form an integral part of the tank through suitable dia. P1 class RCC pipe line leading
from the stand well at or near the flash mixing unit.
Clarifier shall be provided with mechanism comprising of MS paddles rotating at gentle speeds in the central zone
of the tank for flocculating the chemically treated water. The number of such rotating paddles shall be designed by
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
47 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
the bidder. The areas of the paddles and the driving mechanism thereof shall be designed to give a velocity
gradient in the range of (20sec) -1 to (40 sec)-1. The tip speed of the paddles shall be adjustable by means of
variable speed pulley in the driving gear and shall not exceed 600 mm per second. Tenderer shall give full details
of the paddles areas and of the drive unit incorporating a variable speed pulley.
The clarified effluent shall be collected in a peripheral launder at the top of the tank. The bidder shall have to
provide for collection through orifices / V notch built in the wall of the launder. The diameter and spacing of these
orifices shall be designed to restrict the velocity through them not exceeding 400mm per second. The clarified
water shall be delivered to the filter house in /open channels designed to give a velocity of flow not exceeding 400
mm per second.
The sludge settling to the floor shall be moved to the centre of the tank by means of mechanical scarpers which
shall be provided over the entire floor below the central flocculating zone and over half the floor in the clarification
zone. The scrapper blades shall be of mild steel plates fixed to a mild steel frame suspended from a mild steel
frame bridge rotating round the central pillar of the clarifier tank. The scrapper blades above the floor of the tank
shall be arranged in a spiral form to ensure forward movement of the sludge setting over the entire area of the
tank towards the centre with each revolution of the bridge.
The clarifier rotating bridge shall be fabricated from mild steel sections and shall be sturdy in construction. The
bridge shall be designed to rest on an end carriage at the periphery of the tank and on a turn table resting on top
of the central effluent column. Walkways of mild steel chequer plate gratings with hand railing on either side shall
be provided on the clarifier bridge to give easy access to all moving parts of the equipment‟s regular attention and
service. The turntable shall be mechanical casting and shall be designed to rotate on ball/ roller bearing. Adequate
provision shall be made for lubrication of the bearings from convenient point of the bridge deck.
The bridge shall be designed to travel at a peripheral speed not less than 3.0 meter per minute without production
of vibration and jerk at any condition. The cast iron wheel with heat treated chrome steel or cast steel tyres with
the axis rotation in roller bearings shall be provided at the end carriage of the bridge. The end carriage shall travel
on steel track not less than 14.91 kg/m grouted on the top of the peripheral wall and also on the wall of the central
flocculating chamber. Weather proof canopies shall be provided on the bridge for protection of the driving gear
motors and electrical components. The electrical motors for the various drives, motor control panel on the clarifier
bridge ,central column slip ring for transferring the electrical energy to the rotating bridge cables and earthing and
all other works shall conform as per I.E rules and as per IS specification.
The sludge scraped to the two centre pits diametrically opposite of the clarifier(If required as per CPHEEO Manual
& IS Specification) shall be removed by means of hydrostatic pressure through two cast iron pipe lines of suitable
dia. each embedded under the floor of the tank. These pipe lines shall terminate in two sludge pits which shall be
provided sluice valves of suitable dia. at level for manual operation from the top for emptying the tank. A second
sluice valve of suitable dia. shall also be provided for blow down the sludge. Arrangement shall also be provided
for continuous bleeding of the sludge through an adjustable trumpet weir of nonferrous construction.
Arrangement shall be provided for rodding the sludge main under the floor of the tanks and for applying pressure
water for loosening sludge that may consolidate in the pipelines causing choke. A sluice valve shall be provided in
the vertical pipe to the trumpet weir for isolating it when applying pressure water.
There shall be terminal point sludge well for connecting the pressure line to the sludge pipe. The sludge pit shall
be designed to permit the discharge of sludge from blow down valve and the trumpet weir to flow to the sump
chamber of the sludge pump house.
The electrical motors and other electrical equipment shall conform strictly to specification for electrical works given
in this tender specification.
All the MS structural members of Clarifier full Bridge in contact with water shall be provided wi th two coats of
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
48 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
epoxy lacquer after sand blasting the members.
The floor of the tank shall be provided with a slope not less than 1 in 12.with 1000 mm wide walk way shall be
provided all around the top of the tank and would give access to the filter house. Hand railings shall be provided
on the walk way. One MS step ladder of suitable width (900mm) with hand railing shall be provided for clarifier to
give ready access to the top of the clarifier from ground level.
The clarifier tanks of required chambers shall be of R.C.C. construction founded on suitable Foundations per soil
investigation report attached herewith as Annexure. The clarifier shall have to be designed for uplift thrust with respect to
finished ground level at empty condition& should be safe for empty condition structurally. The bottom of the tank shall be
light hopper type provided for sedimentation. The peripheral wall and the base slab shall be designed all around the top of
the tank and it would give access to the adjacent Chemical House and Filter house. Hand railings shall be provided on the
walkway. Interconnection walkways shall have railings on either side. One M.S. stepladder of 900 mm wide with hand railing
on one side shall be provided for clarifier to give ready access to the top of the clarifier from ground level.
All the basic construction works and finishing works shall be carried out as per specification relevant latest IS codes and
contained in other section of these Bid specification. Grade of all structural concrete shall be of minimum M-30. Suitable
foundations shall be provided as per soil investigation report.
2.5. Rapid Gravity Filters and Filter House with Annex Building
2.5.1. General
The filter house shall have at least 3 (three) numbers twin bed filters. The filter beds shall be designed to give normal output
of 8.34MLD with a normal filtration rate of 4.8 m3/hr/m2 and the filter beds shall also be designed with 25 % over loading
with a maximum filtration rate of 6.0 m3/hr/m2. Filtered water turbidity shall be less than 1 ppm. The filters shall be arranged
in single/two rows with a space not less than 6 meters between them to accommodate pipe galleries and a filtered water
channel. The filters shall be designed for head loss not more than 2 meter and for cleansing by air followed by water. The
minimum sizes of cast iron pipes, pipe-fittings, electrical actuator control valves and float control valve shall be as follows:
The size of the valves purely Tentative (designed dia. will be depends on the flow rate of the water)
The filter bed inlet and outlet all sluice valve gate shall be fitted with electrical actuator control (and a pair of ball / needle
roller thrust bearing arrangement to continuous vertical thrust in manual operation by using hand wheels.)
Each filter bed shall be provided with the complete set of under drain system of latest improved pattern, the system being
designed for efficient application of compressed air and wash water during filter cleaning. Bidders shall have the option of
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
49 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
providing in their offers under drain system to suit their own designs, incorporating nozzles fixed on pre-cast slabs or un-
plasticized PYC pipe (un-plasticized PVC pipes for potable water supplies conforming to IS: 4985, 10 kg/cm 2 pressure
rating) laterals with drilled offices or any other system in common practice. Where nozzles are used these shall be of high-
density polyethylene nozzles and shall be spaced suitably on the filter floor to ensure uniform collection of the filtrate an d
even distribution of the backwash air and water over the entire area of the filter bed. The under-drain system shall be
designed to ensure that there shall be no air binding during either filtration or backwashing and shall prevent mud ball
formation in the sand bed. There shall be no loss of sand during filtration or backwashing and the sand bed shall settle down
fairly uniformly. Bidders shall submit with their offer detailed specifications and description of the under-drain system with
necessary sketches they have incorporated in their design. The siphoning system shall have to be accompanied with the
filter bed for drying out the back wash water completely. One or Two nos. water jetting system shall have to be incorporated
in the filter bed system for washing the wall of the filter bed.
Each filter bed shall be complete with the filter media conforming to the following specifications. The filter media shall consist
of a sand bed supported on a bed of gravel. The sand bed shall have a depth of not less than 635 mm while the depth of the
gravel bed shall be determined by the Bidder to suit the type of filter floor offered by them. Where pipe laterals are used the
gravel bed shall incorporate layers of gravels of different sizes ranging from 6 mm to 50 mm and the total depth of gravel
bed shall be not less than 525 mm. Bid shall ensure the stability of fine media & gravel of the filter bed.
The filter media shall be quartz sand of effective size of 0.55 mm to 0.70 mm with uniformity co-efficient not exceeding 1.50.
The sand shall be granular, hard, and screened through appropriate meshes and shall be thoroughly washed to the
satisfaction of the Engineer prior to leading in the filters. The sand shall be free from clay, dust and other impurities and shall
not contain more than 1 % of micacious matter. The sand immersed in 40% hydrochloric acid for 24 hours shall not lose
more than 5% by weight. It shall not contain more than 1.5% of calcium and magnesium calculated as CaCO3 and not more
than 0.7% weight shall be lost after burring. The gravel supporting the sand bed shall be hard, durable and rounded and
shall not disintegrate under the action of water. The gravel shall be thoroughly washed to the satisfaction of the Engineer
prior to leading in the filters. The solubility of gravel in 40% hydrochloric acid after 24 hours at room temperatures shall not
exceed 10% for 10 mm size gravel and 5% for smaller than 10 mm size gravel. Filtration media, sand & gravel shall conform
to IS: 8419 (Part I) 1977. The Bidders shall provide a filter outlet controller, which shall permit the filter to operate at a fixed
rate of desired output irrespective of the gradual increase in loss of head in the filter bed. The outlet controller shall be
designed to operate in the range of zero to 125% of the normal flow. The rate controller may be closed venture type or open
type with double beat valves of not less than 250 mm diameter in outlet chambers in front of the filters fitted with rectangular
weirs made of brass for measurement of flow and for controlling the double beat valves by means of floats in the outlet
chamber and the filter tank. The control valves for open type controllers shall be of cast iron with gunmetal/S.S. facings to
render them watertight in closed positions. The floats in the filter tanks and outlet chamber shall be made of fibreglass. All
levers operating the controllers shall be designed to move in ball bearings to ensure free movement. Where open type
controllers are offered the top of outlet chambers receiving the filtrate shall be provided with removable covers framed of
aluminium alloy angles and of design to be approved by the Chairperson on written consent as the Superintending Engineer,
Central Circle of Municipal Engineering Directorate. The portion of the chamber receiving the filtrate over the weir shall be
provided with a minimum 6 mm thick transparent perplex sheet an underwater bulk head lighting fixture shall be fitted in the
chamber below the perplex sheet. Suitable arrangements shall be made for disposal of waste Water from the float chambers
and outlet chamber irrespective of head loss in the filter bed; or designed on the principle of declining rate of filtration.
Bidders shall submit with their offer the details of their designs and also complete specifications for the equipment for the
filter outlet arrangements and providing slope towards the recirculation pond to clear out the pipe gallery leakage water to
avoid sump pumping arrangement.
The filters shall be provided with automatic slow starting equipment so that after each back wash the filter unit shall give an
output at 10% of its rated capacity for a minimum period of 15 minutes before reaching the rated loading. This slow start
equipment shall either form an integral part of the outlet controller or be independent of it. In addition, Bidders shall provide a
rewash valve of at least 200 mm diameter at the outlet of each filter to operate the filter at a much-reduced rate immediately
after backwash. Each filter shall be provided with Rate of Flow and Loss of Head indicators of a dial type in order to indicate
the rate of flow from each filter and the progressive loss of head in the filtration process. The rate of flow indicator shall be
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
50 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
operated by a differential head in the venture controller and in the case of open type controllers by the depth of flow over a
rectangular weir in the outlet chamber. The loss of head indicator shall be operated by means of a differential mercury pot or
by water columns in which case arrangements shall be provided in the indicator to compensate for fluctuations of water
levels in the filter box. The loss of head indicators shall incorporate an electrical contact point to give a signal when the filter
is due for washing. Bidders shall also provide remote sensing for reading the rate of flow and loss of head indicators in the
central control room in the annex building. The meters, which shall be, dial type or digital and shall be mounted on an
instrumentation panel. All electrical wiring and/ or air tubing from the local indicators to the instrumentation panel shall be
included in the offer.
The filters shall be designed for back washing with water at the rate of 500 – 700 litters per square meter per minute
preceded by air scouring at the rate of 500-750 litters per square meter per minute. Arrangements shall also be kept for
suitable surface wash by water jets to break up the surface of the sand bed prior to the application of back wash water.
The water for back washing of the filters shall be obtained from overhead reservoir of the filter bed. Capacity of the
backwash overhead reservoir shall be such that at least two numbers of filter beds can be backwashed. The pumping unit
(1W + 1S) shall have to be designed for feeding the overhead reservoir taking suction from the filter water channel / clear
water UGR. Bidders shall include suitable pumps, capable of delivering the required capacity and head of the pumping unit.
The overhead reservoir shall be designed to operate against a head which shall be adequate to overcome losses due to all
causes including friction in the wash main and the filter under drain system when applying water at a rate of 500-700lpm/m2
and the pressure measured from the filter bed fine sand top should be equal to 7 M to 8 M head of water with providing
necessary hand operated vales and specials. The wash water delivered from the OHR of the filter bed through MS pipe lines
and other necessary arrangement. One pipe line of (suitable size) M S shall have to be provided for interconnecting the
O.H.R of the filter bed and main clear water delivery line with supplying all valves and other materials for filling the same.
Trenches with chequered plate covering shall be provided on the floor of the pump house/ Treatment plant for placing all
pipes and electrical cables.
Two units of Rotary Air Blowers of reputed make to the approval of the Employer each capable of delivering required free air
per minute at 0.35 to 0.50 kg/cm2 pressure at the under drains complete with motors etc., shall be provided. Out of two units
one will be in operation and the other will act as a standby. The header from the blower shall be (at least 150 mm) suitable
diameter Cast Iron pipe and the piping leading the compressed air to each filter unit shall be (80mm) suitable diameter cast
iron double flanged pipes with hand operated controlling vales etc. Requisite air filters shall be provided to control the air
supply to the filter beds. Adequate arrangements shall be made to ensure uniform application of air over the entire filter bed.
Measuring instrument for measuring quantity of air shall have to be provided of approved make. The design of the blower
and its silencer shall be such that the decibel level in the blower room would be within permissible limit, and should in no
case exceed 80 dB at a point 3 m away. Two units of the air blower connected to a common manifold with necessary valves
and specials, pressure gauge etc.
The filter wastewater during backwashing shall be collected in waste troughs, which shall be provided sufficiently above the
level of the sand bed to allow for expansion of the sand bed. The spacing between the troughs shall be arranged to limit the
horizontal travel of the wastewater to a maximum of 1 meter. The waste trough shall be provided with horizontal inverts and
shall be designed to discharge with a free fall into the main waste gutter channel of the filter unit. Some arrangements shall
be provided to drain off during the washing process such light particles of impurities floating in the water above the sand had
which are unable to reach the lip of the waste troughs. Such device shall ensure that the sand held in suspension during the
application of wash water is not drained off with the impurities. Bidders shall submit with their offer a detailed description with
necessary sketches of the equipment offered by them for this and the manner in which it will function.
The whole back washed water from filter bed will goes directly to sludge pond and with separate arrangement lesser turbid
water to be collected and pumped into the inlet well/channel. The agency while designing the whole process must co relates
all the system in a way so that maximum utilisation of waste water is possible.
There shall be a provision for measurement of the filtered water output from the plant. The measurement shall be by means
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
51 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
of an open channel venture flume built in the filtered water channel at the end of the filter house. Bidders shall include in
their offer an open channel flow meter of reputed make to the approval of the Employer incorporating an indicator, an
integrator and a recorder which shall be mounted on an instrumentation panel in the central control room. A control consul
shall have to be provided for each filter bed from where operator operates the blower, back wash pump, recirculation pump,
LOH indicator, loss of head meter, actuators valves for inlet & outlet valve of the filter bed and others.
It is decided that the wastewater from flash mixer, Clariflocculator etc. will be re-used instead or being drained to waste. For
this, Bidders shall provide a tank to recover the wastewater from where it will be pumped into the raw water channel
upstream of the venture throat for feeding it with the incoming raw water at a rate not exceeding 5% (five percent) of the raw
water input. The effective capacity of this tank (Sludge well/Sludge Sump) shall be designed but not less than 50 m3 for
sludge of filter bed, Clariflocculator, Flash Mixer etc. The storage tank has to be provided with an overflow weir to discharge
excess quantity of wastewater into natural drainage or into the sludge pond through a pipeline. This overflow will come into
use in the event of breakdown of the re-circulation pumps or at times when it becomes necessary to wash the filters in rapid
succession. The tank is to be provided at a convenient place. There shall be provision for suitable agitation system for the
deposited silts.
It is to be clearly understood by the bidder, maximum recirculation from back washed water is desire from sludge
pond area and sludge coming from different units (Filter bed, Clariflocculator, Flash Mixer etc.) will directly goes to Sludge
Pond/Sludge well and minimum 5 % of water is to be re-circulated to the inlet well of the system from sludge pond/Sludge
well.
The filter house and annex building shall be of R.C.C. framed structure with brick panel walls and shall be provided with
suitable foundation as per soil investigation report as attached herewith. The filter units and channels shall be of R.C.C.
construction only. The annexure building will also be used as administrative purpose.
Total plinth area of the filter house excluding the areas covered by the inlet and wastewater channels shall satisfy the
following two norms:
i) The distance between the two rows of filters shall be minimum 6 meters to accommodate filtered water channel
and pipe galleries.
ii) The total area of sand beds in the filter units shall be sufficient to give the normal output of 363 m³/hr of filtered
water after deducting for backwash loss with 25 % overloading.
The filter tanks shall have a minimum free board of 500 mm and operating platforms walkways shall be provided at the level
of the top of the tanks. The operating platforms over the pipe gallery and the walkways connecting the two ends of the
platforms shall have a width not less than 2500 mm. The two operating platforms shall be suitably intermediately connected
by 1200 mm wide walkways. The walkways at the rear of the filters and on the cross walls shall be 1000 mm wide. A
platform of adequate size shall be provided outside the building on part of the filter inlet channel to give access to the inlet
sluice gates. Hand railings as specified in shall be provided on all walkway and operating platforms. Bidders shall also
include for the supply of not less than two stairs (at least 1 meter wide) of mild steel construction to give access to the top of
the filtered water channel from the operating platforms.
There shall be at least three manholes fitted with cast iron manhole cover and frame for getting into the filtered water
channel.
There shall be a 900 mm wide R.C.C. staircase at the rear end (end opposite to the annex building)"of the filter house to
give access to the filter house from ground level to operating platform.
One door at least 1.0 meter wide shall be provided at the entry to the operating platform
The annex building shall be a two-storied building each floor having a minimum carpet area of 150 m2
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
52 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
The building shall have the following minimum provisions:
On Ground Floor
The staircase shall be of aesthetic architectural design and the width of steps shall be 1200 mm minimum with 250 m tread
and 150 mm rise. The staircase shall provide an access to the operating platform from the entrance hall. The staircase shall
be provided with decorative hand railings.
The main entrance to the annex building shall be designed in a consultation with an architect to give an aesthetic
appearance for which purpose the Bidder shall provide a porch of not less than 5 meter an entrance foyer in which
decorative plants can be placed. Bidders shall submit preliminary sketches of this with the Bid.
It is to be noted here that the chemical house and the annex building cum administrative building shall be interconnected
with a gangway as specified elsewhere in the Bid documents.
The clear height between the filter operating platforms and underside of the roof beams shall not be less than 3.3 meters.
Similarly the clear headroom for each floor of the annex building shall not be less than 3.3 meters.
Adequate skylights and windows shall be provided in the filter house and annex building to admit sufficient natural light. The
total shutter area of doors, windows and ventilators shall not be less than 25% of the plinth area. The windows and skylights
shall be provided with grills of approved design. The position of windows and ventilators/skylights shall be such that these
can be' opened and closed easily. All the doors, windows and ventilators/skylights except the main entrance door of the
annex building operator's room and toilets shall be or mild steel and their pattern shall be up-to date and approved by the
Engineer. The doors including frames to operator‟s room and toilets shall be of NUWUD quality. The main entrance door
shall be of aluminium alloy construction photoelectric cell controlled sliding type of decorative design as per recommendation
of the Bidder's architect and approved by the Employer.
The roof of the annex building, which is likely to be flat, or shell roof shall be provided with roof waterproofing treatment with
adequate arrangements for rainwater drainage. There shall be a 250 mm thick parapet wall of 1000 mm height. A suitable
access shall be provided to the roof from either within the filter annex building or outside it without such access being
prominently visible from the front of the building. The roof of the filter house may be a flat or shell roof. While the flat roof
shall be provided with a parapet wall as mentioned above with roof water proofing treatment, the shell roof shall also be
provided with water proofing treatment. Adequate arrangements shall be made for rainwater drainage in either case. There
shall be architectural blending of roof of the annex building and the roof of the filter house in order to provide an integrated
and pleasant look.
All external doors and windows shall be provided with R.C. Chajja in box type or any other approved architectural design.
A 1000 mm wide apron of 75 mm thick 1:2:4 cement concrete laid on brick on edge soling and a surface drain shall be
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
53 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
provided around the filter house and annex building.
Adequate arrangements shall be provided to dispose of water from the rewash valves, overflow from filter outlet control
chambers, leakage water from glands of pumps and sluice valves in the filter house and annex building to natural drainage
through surface drains, for which purpose sump pump shall be provided if necessary.
Adequate number of lighting arresters shall be fixed on the top of the filter house annex building and chemical house and
these arrangements should conform to IS-2307-1969. All the Reinforced cement concrete surrounding the filter bed shall be
of minimum M30 grade of concrete.
Chlorine gas is 2.5 times heavier than air and thus tendency has the tendency to settle down the floor, whenever leakage
of gas occurs. The room to house the chlorinator should be isolated and should have at least two doors opening outward
leading to outside galleries or platforms, fire escape or other unobstructed areas.
The ventilators should be provided at the floor level, one opposite the other for the exhaust of chlorine gas in case of
leakage.
The floor of the chlorine house should be at least 15 cm above the ground level. The room should have convenient access
for truck loading and unloading. An auxiliary water supply system should have to be provided for the chlorination
arrangement. The flow required is 600 litters of water per kg of chlorine with minimum flow of 5 litters per minute. A 15 mm
water connection should be provided. The water supply system should have to be provided by providing a minimum 1800
liters capacity of the tank and also connected to the water supply system for filling the tank. A space of at least 0.75m should
have to be left in front of the chlorinator and an equal space behind, as connection is approached from the back of the
machine. As the instrument projects about 15 cm behind the panel, the total width of the room from front to back should be
at least 2m. There should be enough lateral space to remove and replace the chlorine cylinders. A lateral width of 2.25 m or
more should be provided as per nos. of gas cylinder placed there. The height floor to ceiling should be at least 2.75 m.
There should be a window on the side facing behind the machine.
Plants with one chlorinator feeding less than 90 kg per day should have at least 6 m 2area.
(The dimension do not include space occupied by the ramp for parking the truck and carrying the tonners / cylinders)
Flow MLD Tonner room Panel room No. of tonner No. of tonners in
M xM MxM connected store
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
54 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
≤10 As per Bid As per Bid 1 1
Neutralization pit 2.5 m x 2.0 m x 2.5 m to be provided inside the tonner room. A chlorine gas leakage detector should have to be provided in the
tonner room.
A Mono rail with 2MT capacity reputed make chain pulley block shall be provided. The above-
mentioned dosing system shall be used for pre and post dosing system
A separate chlorine storage room at the ground floor of the Chemical House of sizes mentioned elsewhere for storage of about 3 (three) months
consumption with adequate ventilation, and handling equipment like Mono rail with 1MT capacity reputed make chain pulley block shall be
provided. A chlorine neutralized chamber shall have to be provided for adequate size.
The finally treated water shall be conveyed from the filter house to the clear water reservoir through a NP2 class concrete pipeline having
diameter not less than 600 mm. Bidders shall include for this pipeline up-to the U.G.R. with proper connection including necessary mild
steel bends, valves etc. The NP2 pipes shall be laid on continuous concrete bedding with full encasement. NP2 pipe may be providing in form of
R.C.C. duct with equivalent cross-section area.
2.0. There shall be opening of size 300 mm diameter CI pipes on the roof of the reservoir for berating action and for accessing inside the
reservoir a manhole frames and covers. 450 mm wide rung ladders made of hot dip galvanized 25 mm diameter rods or P. V. C. ladders
shall be fitted in the walls of the reservoir. The manhole covers will have locking arrangements. The reservoir shall have a clear free board
of 300mm. below the bottom of beams.
3.0. The underground reservoir and overflow Pits shall be in R. C. C. Construction. The walls, base slab, flooring & columns including the roof
slab and roof beams shall be designed on the basis of un-cracked section and the R. C. C. shall be
not leaner than M30 grade to minimum cement consumption of 400kg/cum. thick blinding layer of mix provided below
the floor slab, which shall be not less than 100 mm thick. The floor and walls of the reservoir and overflow pits not show any signs of water
leakage or sweating. For this floor slab and walls shall he provided with special water proofing treatment as per specification of PWD
building schedule given in detailed technical specification. The Bidder is instructed to carefully note this clause before quoting his lump sum
prices. The Base slab, wall & roof slab/beams, columns of reservoir shall be of concrete grade of M-30 designed as un-cracked section.
4.0. The roof of the clear water reservoir is to be designed for a live load of 200 Kg/Sqm and the superimposed load of saturated earth of 450
mm depth over average 50 mm thick grading concrete. No relief shall be allowed due to this
superimposed load of saturated earth while computing the uplift on the reservoir.
5.0. The roof slab of the reservoir shall have proper roof treatment together with water proofing treatment on it. The standard lime roof
treatment is not acceptable. Pre-cast R. C. C. roof will also not be acceptable. 150 mm diameter C.I cowl ventilators with mosquito nets
shall be provided all the said of the reservoir @ 50 Sq m. of the surface area.
Staircase of adequate width as approved by the Engineer-in-charge has to be provided for entry to the part from the formation level. The
external and internal faces of the wall of reservoir and overflow pits shall be rendered smooth. The exposed face is not allowed to have any
shutter mark and be rendered smooth by rubbing with carborandum stone. The inside water faces of the UGR shall be
floored/plastered with neat cement with necessary water proofing compound provided to make the UGR 100% leak proof from water.
Roof Sealing should be finished with 2 coats of non-toxic painting. External exposed faces of wall should be plastered with neat cement
up to 600mm from GL and rest portion finished with plaster & 2 coats of synthetic emulsion paint including primer of approved colour.
6.0. The Bidder shall provide expansion joints whenever necessary as per relevant I.S Code and spacing shall not exceed
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
55 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
45 meters. Construction joint treatment shall be as per IS: 3370 and spacing in floors and walls shall also be as specified in I. S Code.
7.0. One mechanical level indicator shall be provided on the chamber of UGR so that the water level can be visible from the operational room
inside the building. The level indicator shall be manual type with PVC floor, guide wire, level indicator
board etc. as per requirements. The arrangement and details are to be get approved by the department.
8.0. The foundation system of the reservoir and overflow pits shall be as per Soil Investigation Report as Annexure. Sub-soil water level shall be
taken at the existing high flood level. The structure shall be designed to withstand full down ward load taking no relief from subsoil pressure
both during construction and afterwards.
9.0. The Bidder shall make in his design all the provisions of safety of the structures and foundations thereof. Any deviation in quantities from the
design and drawings approved by the Authority during actual execution compared with those provided in the Bid shall not entitle the
Contractor to any extra payment. Two number separate walls shall have to be done to avoid vortex form of the pumping unit. Grade of all
structural concrete shall be of M-30. Pile foundations shall be provided as per soil investigation report attached herewith as Annexure if
required.
The wet pit Pump House shall have to be constructed on the UGR at Ghatal Municipal area where the land already in the possession of the ULB.
The total land earmarked for construction of 0.80 million litre pumping capacity reservoir with substation. The wet pit pump house shall be
constructed on the suitable side of the underground reservoir. The pump house will house 3(three) nos. pump with two working and one as
standby located at the sump of the UGR and will be vertical execution type with suction bell mouth. The motor floor shall have to be constructed
above the UGR top floor level. The delivery line of pumping units shall have to be placed on and above the motor floor with delivery valves i.e.
Butter-fly valves electrical actuator control, NRV and enlarger reducer& dismantling joint etc. passes through the wall of the pumping station up
to the common delivery main after placing one no. temper proof kinetic air release valve with butter-fly valve and valve chamber for easy
interconnection of rising main. The suitable dia. (Minimum 1.5 to 2.5 times of the pump delivery lines) common manifold shall have to be placed
inside/ outside of the pumping station. The cable shall be laid on the motor floor level above the cable tray. The motor control unit shall have to
be placed on the motor floor level of pump house from which electrical unit readily visible. One maintenance bay shall have to be constructed
on the G.L. of adequate size. One stair case shall have to be constructed for reaching the motor floor. There will be minimum one entry point of
the pump house fitted with rolling shutters covering the maintenance/unloading bay. One EOT crane of 3 MT capacities is also included for
loading / unloading pumps & motors and other equipment as specified in technical details. The buildings will also have an unloading bay, which
will be directly accessible to 16 MT. full load trucks. The contractor's lump sum price shall also include design and construction of foundation for
the three pump motor sets, pedestals supporting valves & foundation for pipe thrust block and cable trenches with provisions of necessary
inserts as required by the pump/motor manufacturer.
There may be some variations of such details as per the final recommendations of the pump and motor suppliers and the successful Bidder
shall have to accept such modification for construction purposes without any extra cost to ULB. The foundation of pump-motor bases shall take
into account the static and dynamic load of pump motor.
The pump suction sump shall be located below 1 M (minimum) of the Clear Water Reservoir. The base slab of the sump shall be designed to
withstand full downward load taking no relief from sub-soil water pressure and uplift pressure during construction (without any pressure relief
valves) and afterward due to subsoil water. The subsoil water level shall be taken at G.L. while designing the structure. The base slab and side
wall of the sump shall be designed as water retaining structure and shall be concrete of grade not less than M-30 to a minimum cement of 400
Kg/Cu. m. A minimum 75 mm thick blinding layer of mix not leaner than 1:2:4 shall be provided. Special water proofing treatment shall be
applied to this structural member as specified in technical details.
The building shall be structurally designed. No foundation will rest on filled up mass of soil. The main entry to the pump house shall be provided
with glass panelled door fitted with a collapsible gate. The entry will be through one RCC stair of good architectural elevation. The unloading
bay shall be provided with ramps of suitable size and slope as approved by E.I.C. along with 250 mm tread stairs are to be provided to access
different level.
Adequate ventilators and windows shall be provided for sufficient ventilation and for entry of natural light. The total shutter area of doors,
windows, and ventilation shall be adequate to meet such requirements and shall be in any case not less than
20% of the total covered area. 8 opening for exhaust fans (fans included) 600 mm diameter area to be provided with removable M.S. louvers.
First class in cement mortar (1:6) will be used in all superstructure brickwork. Superstructure panel wall should have 19 mm thick cement plaster
(1:6) and 12 mm thick plaster (1:6) faced outside. All inside walls have two coats of cement based paint with primer. Inside wall and ceiling of
Operator's room / control room will be provided with cement based paint of approved quality over plaster finish. All external walls shall be
provided with two coats of synthetic emulsion paint of approved colour. The ceiling shall be rendered smooth with 10 mm thick 1:4 cement plaster
and shall have two coats of cement based paint with primer of approved quality.
The building shall have roof in RCC construction of mix not leaner than M30 (Pre-cast RCC roof slab will not be allowed). The structure of the
pump house building shall be of RCC frame with brick panel walls. The brick walls shall be of minimum
250 mm thickness.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
56 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
The flooring of repairing bay and other area of Pump House excepting operator's/control room shall be of IPS of 50 mm thick complete with Ironite
topping. Cast-in-situ mosaic (12 nm thick) shall be provided in Operator's / control room, lavatory and RCC staircases, in skirting up-to height of
225 mm, and windowsills. The walls of the lavatory should be finished with tiles of
2 m height from floor on all sides.
Seismic effect, wind load and crane surge load should be considered in the design as per relevant IS code. The roof slab of the pump house shall
have waterproofing treatment with polyurethane with 40 mm thick screed concrete.
The Bidder shall provide a lavatory block which shall be completed with two taps, one shower, one Indian pattern type W.C, one western type
W.C two mirrors, two wash basins, two urinals, towel rack, two rails complete with fixtures. The W.C shall be fitted with 10 litres capacity flushing
cistern. The urinals shall be fitted with 10 litres flushing system with all accessories. A septic tank of 10-user capacity shall be provided with
connection of toilet through a master trap.
A Syntax or equivalent made water tank with IS specifications for 3000 litters capacity shall be provided over the roof. This tank will be
connected with toilets and other points as desired by Engineer in Charge.
The gaps between the existing ground level and the floor level underground reservoir, inlet chamber pits and the pump sump shall be filled
with silver sand in layers of 200 mm with controlled compaction.
The Bidder shall provide an approach road of not less 4 m wide, cross road of 4 m wide bituminous road on W. B. Macadam surface, a 2 m wide
apron of 75 mm thick 1:2:4 P.C.C on double brick flat soling around the UGR and pump house building and substation building. The Bidder shall
also include in his quotation provision of a surface drain 250 mm wide x 250 mm deep (minimum) with 250 mm brick side in 1:4 cement mortar
on 100 m thick concrete base slab of P.C.C 1:2:4 over 75 mm flat brick soling complete with 20 mm thick plaster along the entire edge of the brick
apron for disposal of the rain water up-to underground drainage system of the area. Proper slope has to be maintained with minimum depth
of 250 mm draining water.
The contractor's lump sum price shall also include design and construction of the foundations for pump and motor sets, pedestal supporting
valves and enable trenches covered with M.S gratings to be supplied by the contractor. Grade of all structural concrete shall be of M-30. Pile
foundations shall be provided with minimum as per soil investigation report (if required).
The HT substation building (As per Tentative drawing in Annexure) shall have to be erected at the suitable side of the UGR cum pumping station.
The plinth of the HT substation will be minimum 01.00 M above from the HFL. Adequate ventilators and windows shall be provided for sufficient
ventilation and for entry of natural light. The total shutter area of doors, windows,
and ventilation shall be adequate to meet such requirements and shall be in any case not less than 20% of the total covered area. 8 opening for
exhaust fans (fans included) 600 mm diameter area to be provided with removable M.S. louvers. First class in cement mortar (1:6) will be used in
all superstructure brickwork. Superstructure panel wall should have 19 mm thick cement plaster (1:6) and 12 mm thick plaster (1:6) faced outside.
All inside walls have three coats of white wash except. The ceiling shall be rendered smooth with 6 mm thick 1:4 cement plaster and shall have
three coats of white wash except operator's room / control room. The building shall have roof in RCC construction of mix not leaner than M25
(Pre-cast RCC roof slab will not be allowed). The structure of the building shall be of RCC frame with brick panel walls. The brick walls shall be of
minimum 250 mm thickness. The flooring of HT rooms etc. and other area of building accepting any other room shall be of IPS of 50 mm thick
complete with Ironite topping. The front gate of each room shall have to be provided a rolling shutter gate.
The total sub-station shall comprise mainly four basic section such as, WBSEDCL Supply Room, 11 KV H.T. Switchgear Room, 2(Two) No.630
kVA indoor Transformer room, L.T. PDB room. The total area required for the sub-station shall be as per design requirement in accordance to
electricity rules. The minimum size of the substation will be as per attached drawing in the Annexure.
Out of this section, the WBSEDCL Room shall be for WBSEDCL Authority. All the Civil, Electro-mechanical work excluding the equipment to be
provided by WBSEDCL, s h a l l be under the Scope of Bidder.
The 11 KV H.T. switchgear room shall comprise of 11 KV (three) Panels composite VCB Board. The basic configuration of
H.T. Switch Board shall be one incomer & feeder for transformer.
Power from WBSEDCL room will be fed to the Incoming Feeder of the Customer end 11 KV 3 Panel VCB Board and Power from same
composite shall be fed to the transformer. Grade of all structural concrete shall be of M-25. Pile foundations shall be provided with minimum
450 mm diameter RCC Bored cast in situ piles (if required as per soil investigation report as per attached as Annexure).
The boundary wall with fencing with necessary gate/entrance will be provided in such a fashion so that no obstruction will be arise for free
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
57 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
movement of heavy loaded vehicles for the purpose of loading/un-loading and installation of equipment as per site requirement. The boundary
wall of 1.5 m (RC framed with masonry in filled) from FGL will be provided and over masonry wall barbed fencing will be provided. Storm
water surface drain (on the catchment basis) is to be designed properly and is to be located in lay out plan. The inter plant roads shall have to be
constructed 4m wide RCC for easy movement of the heavy loaded trucks with minimum 60 mm thick paver block.
Arrangements shall be made for the disposal of wastewater from the different treatment plant units and rainwater by gravity into natural drainage
system. For this purpose, the disposal Point shall be suitably located at the site and the Bidders shall satisfy themselves as to the suitability of
this point for natural drainage. The waste disposal system shall be designed to make the discharge of the wastewater into the outlet channel by
gravity alone.
7.2.1. General
The arrangements provided for natural drainage of the plant wastewater, there shall be a sludge sump with pump house primarily meant for
dealing with the clarifier sludge and in addition, when necessary, dealing with the overflow of filter wastewater from the overflow weir, and wash
water from the collecting well and flash mixers during emptying. The sludge collected in the sludge well of the pump house shall be pumped into
sludge pond.
There shall be two vertical pumps non-clog type with designed head and capacity in the sludge pumping station. One of which will be under
operation and other will act as a standby. The pumps shall be designed (20-40 LPS) discharge capacity
and will deliver designed head when the pump is running. Arrangements shall be made for the standby pump being capable of replacing the
pump in operation at any time.
Adequate provisions shall be made to scour sludge accumulated in the sludge pump sump by air and water jet. The offer shall include all piping,
fixed jets valves & nozzles etc. For air, two nos. of air blowers with fixed air nozzles at the bottom of the sludge pump sump shall be provided.
Alternately the air can be taken from the same blower which used for filter back washing after providing constant head chamber.
Each pump shall be completed with driving motors, necessary cast iron sluice and reflux valves and cast iron piping for suction and delivery
including all fittings. Bidders shall include for delivery and laying pipeline sludge line up-to sludge ponds shown in Bid drawing.
A manually operated chain pulley block of 3-ton capacity shall be provided for handling the pumps and motors in the pump room.
The specification for pumps, motor and control panel and other equipment shall strictly conform to specification of equipment of these Bid
specifications.
The sludge pumping station shall be of R.C.C. underground structure with brick panel walls at pump house with RCC
column beam arrangement in the superstructure.
The sludge sump shall be circular in shape having requisite capacity to handle the sludge and shall be provided with a wet pit at the centre for
accommodating sludge pumps and all blowers‟ connections. The floor of the pump shall be placed at a sufficiently low level to receive the
discharge of clarifier sludge coming out at the lowest level of the clarifier sludge pipe. The floor of the sump shall be given a slope not less
than 1 in 12 towards the wet pit. A 1000 mm wide walkway shall be provided to give access to the pump room and R.C.C. steps 750 mm
wide shall be provided from the walkway to floor level of the wet pit. An annular platfom1 shall be provided on the outer wall at plinth level
excepting the portion over part of the steps. Steps shall be provided to give access to the walkway from ground level. Hand railing, as specified,
shall be provided on the walkway platform one and one side of the steps.
Adequate skylight and windows shall be provided in the sludge pump house building to admit sufficient natural light. The total shutter area of
doors windows and skylights shall not be less than 25% of the plinth area. The windows and skylights shall be provided with grills of approved
design. The main entrance door shall be of 1.5-meter-wide mild steel rolling shutter.
The roof of the pump house shall be provided with roof water proofing treatment with adequate arrangements for rain wa ter drainage.
All the basic construction works and finishing works shall be carried out as per specifications of these Bid specifications. Grade of all structural
concrete shall be of M-30. Pile foundations shall be provided with adequate diameter RCC Bored cast in situ piles as per soil investigation report
(if required).
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
58 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
Note:- The TWL of Sludge sump/Sludge well will be designed in such a way so that sludge from all the areas such as Flash mixer,
Clariflocculator etc. through pipeline network goes by gravity and also effective volume of the sump/well will be calculated on the basis of TWL.
This well will also be checked against uplift in empty conditions with respect of FGL.
A RCC Re-circulation sump (of designed capacity) is to be constructed founding on suitable foundation as per soil investigation report.
The clear water will be goes to inlet well of the plant.
Sludge pond with two nos. of chamber and cleaning period of 1 year for each chamber has to be constructed with masonry structure
and 100 mm thick PCC. Weep holes are to be provided at suitable locations. Beam may be provided at suitable locations if required. The
minimum slope of the sludge pond to be adopted will be 1:1. The TWL will be 0.3 to 0.5 m
above FGL. There will be adequate overflow arrangement and it directly goes to surface drain (or Under drainage system for sludge may be
adopted).
7.5. Laboratory
There shall be one Laboratory for the treatment plant suitably equipped for carrying out physical chemical and bacteriological tests. As
already stated, the laboratory shall be located in the first floor of the chemical house. The layout and dimensions of the laboratory room shall
have to be designed by the bidder scope. Necessary arrangement should be made for supply of clear water to the laboratory from the backwash
tank.
Bidders shall provide and install one sampling table with a granite top. The sampling table shall be provided with three clarity bowls to indicate the
clarity of raw water, clarified water and filtered water; a stainless-steel sink; and three faucets with swan necks to give independently samples of
raw water, clarified water and final filtered and chlorinated water Individual supply line of the sampling table shall be marked distinctively as RAW,
CLARIFIED and FILTERED WATER.
All the laboratory equipment as per CPHEO Manual shall be of reputed and approved make. Bidders shall submit with their offer. All the
equipment is to be installed in position and commissioned including supply of all accessories, stands, tables etc. The quoted rate shall be
inclusive of all such installations, supply of all accessories, stands, tables with complete air conditioning arrangements where necessary,
excluding laboratory glass apparatus and chemical reagents.
Bidders shall supply two suitable MS toolbox (overall dimensions 1200 mm x 900 mm x 750 mm) made of best quality as per direction of the
Engineer. The box shall be compartmentalized suitable to hold different types of tools separately. The box shall be fitted with lock and key
arrangement.
In addition, Bidders shall quote separately on their own letter heads for supply of one set special tools and tackles that they feel shall be
necessary for maintenance, overhaul or replacement of the equipment under this contract. The quotation shall be attached with the Schedule of
Prices.
Bidders shall supply scaled (1:200) model of the entire treatment plant and separate models on a larger scale (1:100) of one clarifier tank and one
filter unit. These models shall be displayed at a suitable place in the entrance Hall. The models shall be mounted on suitably designed stand
fitted with trolley wheels. Adequate illuminations shall be provided for this display. The larger models of the clarifier and the filter unit shall be
fitted with all equipment and the bridge on the clarifier sha ll be arranged to rotate by an electrically operated switch. In addition, an animated
flow diagram of the process showing the colour of the water during the different stage of the treatment shall be provided. The flow diagram shall
be in a wooden cabinet with glass cover suitable for hanging on the wall of the entrance hall. The switch buttons shall be located at the bottom of
the frame.
After completion of the work, the entire site all-round the chemical house, filter house and annex building and other structures within the
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
59 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
scope of this contract shall be cleared and all construction equipment shall be removed within a period not exceeding 3(three) months from the
date the plant is put into trial run. The site shall be graded and levelled to the required level.
Whenever is this Section or elsewhere, equipment, contrivance, special or this like are specified to be of ‘reputed',
'approved' or similarly worded make, the List of Vendors should be consulted first and the scope of procurement limited to the same. In cases
where the name of such equipment etc. do not figure in this list of vendors, written approval of the
Engineer in Charge about the make should invariably be obtained, failing which the equipment etc. even if procured may be subject to rejection.
SECTION- B
1. Submission of eBid document will not be allowed beyond the schedule time indicated in the eBidding.
2. Each Bidder shall upload his offer in envelopes (statutory and non statutory) & .xls sheet after digitally
signed super scribing the name of the work, name & address of the bidder, NIB No and date of submission
of the eBid.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
60 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
3. Each page of the eBid documents, drawing etc. has to be digitally signed / initialled by the authorized
signatory.
4. No eBid proposal will be entertained without the earnest money being submitted as indicated in the eNIB.
No interest will be allowed for the said earnest money and the Bid issuing authority will hold the same till
finalization of the eBid.
6. eBids will be opened in presence of the Bidder or their authorized representatives who opt to be present.
7. The Bid inviting Authority reserves the right to reserve or amend the eBid documents prior to the date
notified for submission of the eBid or also to extend the time mentioned in the eNIB under intimation to the
Bidders.
8. eBid once offered cannot be withdrawn within a period of 120 calendar days from the date set for opening of
eBids. Any extension of this validity period if required will be subject to concurrence of the Bidders.
9. Bidders would be at liberty to point out any ambiguities, contradictions, omissions, etc. seeking
clarifications thereof or interpretation of any of the conditions of the eBid documents before the Bid Inviting
Authority by uploading his/her doubt within a period of seven days from the date of publishing of Bid
documents. The bidder shall submit his/her queries in writing at least four working days in advance from the
date of pre-bid meeting.
10. Written clarification or amendments etc. as may be issued by the Bid Inviting Authority in pursuance to the
representation made by the intending Bidders under Clause 10 above shall be final and binding on the
Bidders and shall form a part of the eBid documents. Bid Inviting Authority however, reserves the right to
have pre-Bid conference with the intending Bidders if deemed necessary.
11. Intending Bidders are required to inspect the site of the Project with particular reference to location and
infrastructure facilities. They are to make a careful study with regard to availability of materials and their
sources and all relevant factors as might affect their rates and prices.
12. If expenses incurred for site inspection and all activities in the preparation and uploading of the eBid shall
be borne by the Bidders.
13. Extra claim or any concession on the ground of insufficient data or information and absence of knowledge
of conditions prevailing at the site or situation arising during the execution of the work shall not be
entertained.
14. eBid, which have been considered valid on the result of general examination (Prequalification stage) at the
time of opening, shall be subjected to subsequent detail scrutiny. Notwithstanding the general examination
carried out earlier, the Bid Inviting authority reserves the right of rejection of any eBid, which may be found
to be defective during the detail scrutiny.
15. Bidders before uploading the eBid documents shall have to ensure that “Declaration by the Bidder” in the
pro-forma set out in the eBid documents is to be filed separately with the eBid documents in the form of
Affidavit to be affirmed by the same person signing the Bid documents.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
61 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
16. The Bid inviting authority reserves the right to accept or reject any or all of the eBid received or to split up
the work in groups or to relax any clause without assigning any reason thereof.
a) Main Bid Documents consists of PART I & PART II (Technical) & financial (.xls sheet).
SECTION - C
(1) In the Contract, as hereinafter defined, the following words and expressions shall have to be meanings
hereby assigned to them, except where the context otherwise requires:
(a) "Approved" means provisionally approved in writing, including subsequent written confirmation of previous
verbal approval and "approval" means provisional approval in writing, including as aforesaid. However, in
spite of approval from Competent Authority contractor is solely responsible for design-cum-execution of the
whole project as it is turnkey job.
(b) “Authority” means the TIA or his authorized representatives of Superintending Engineer, South Circle, MED
(c) "Bank" means the "State Bank of India" or any other Scheduled Bank.
(d) "Calendar day" means a period of twenty four hours extending from midnight to midnight.
(e) "Cash" includes cheque, bank drafts and any other payment voucher authorizing payment from any bank or
treasury.
(f) "Contractor" means the person or persons, firm or Corporation who have entered into the contract for the
performance of the work.
(g) "Contract price" means the sum as stated in the Bid submitted by the contractor subject to such additions
thereto or deductions therefore as may be made under the provisions of; the contract documents and
accepted by the Employer.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
62 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
(h) "Constructional Plant" means all appliances or things of whatsoever nature required in or about the
execution or maintenance of the works but do not include materials or other things intended to form or
forming part of the permanent works.
(i) "District" or Ghatal Municipal Area means the area described as such in Schedule-I of the Act;
(j) "Drawings" means the drawings referred to in the Bid documents and any modification of such drawings
approved in writing by the undersigned from time to time or approved in writing by the Superintending
Engineer, South Circle, MED.
(l) "Engineer in Charge” means the Executive Engineer, West Midnapur Division of Municipal Engineering
Directorate to whom the Superintending Engineer, South Circle, MED, delegate his Authority by the way of
declaring him as EIC in the Bid documents.
(m) "Engineer's Representatives" means any Assistant Engineer or Assistant of the Engineer or any Clerk of
works appointed from time to time by the Employer or the Engineer to perform the duties set forth in Clause
2 hereof, whose authority shall be notified in writing to the Contractor by the Engineer-in Charge.
(n) "Ground Level" means the level of the referred point of the exposed surface of the ground, road or
pavement free from extraneous materials;
(o) "Holidays" means a public holiday for the purpose of Section 25 of the Negotiable Instruments Act, 1881 or
such other day on which the office of the Authority remains closed for the day;
(p) “Local Authority" not only means a Municipal Corporation or Municipality or other authority legally entitled
to the control or manage local funds but also includes the West Bengal State Electricity Board.
(r) "Permanent Work" means the permanent works including equipment to be supplied, executed, erected and
maintained in accordance with the Contract;
(s) "Road" shall include a street, avenue, lane, by-lane or any other access routes over which a person
authorized by a Local Authority has a right of way;
(t) "Rupees" (or Rs. in abbreviation) shall mean Rupees in Indian Currency.
(u) "Site" means the land and other placed on, under in or through which the Permanent. Works or Temporary
Works are to be executed and any other lands and places provided or arranged by the employer for working
space or any other purpose as may be specifically designated in the Contract as forming part of the Site,
(v) "Specification" means the specification referred to in the Bid and any modification thereof or addition
thereto as may from time to time be furnished or approved in writing by the Superintending Engineer, South
Circle, MED.
(w) "Store" means such storage areas including depot, go down, stockyard, dumping yard etc. maintained by
the Authority) or where supply of any material for the construction or any work has been undertaken by any
authorized agent, by such agent within the district.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
63 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
(x) "Temporary Works" means all temporary works of every kind required in or about the execution or
maintenance of the Permanent Works.
(y) "Bid Date" means the date fixed for receipt of Bids as per Notice Inviting Bids or as extended by subsequent
notification(s).
(z) "Bidder" means the person, or persons, firm or corporation submitting a Bid for the work contemplated
either directly or through a duly authorized representative.
(bb) "Time" expressed by hours of the clock shall be according to the Indian Standard Time.
(cc) "Water main" means any pipe or conduit of cast iron, DI (Ductile Iron) pipe, steel or of any other material
intended to conveyor distribute water;
(dd) "Works" shall include both Permanent Works and Temporary Works.
(ee) "Work" means all of the work of the project called for or shown in the Bid documents including preparation,
construction improvement and cleans up.
(2) Singular and Plural: Works importing the singular only also include the plural and vice versa where the
context demands.
(3) Headings or Notes: The headings and marginal notes in these Conditions of Contract shall be deemed to be
part thereof or be taken into consideration in the interpretation or construction thereof or of the Contract.
(4) Cost: The work "cost" shall be deemed to include overhand costs whether on or off the Site.
1) Duties and Powers of Engineer in Charge and his Representative - The Engineer shall carry out such
duties in issuing decisions, certificates and orders as are specified in the Contract. Fixation and acceptance of
rates for altered or substituted items of work or for additional items of work or their deletion shall however always
rest with the same authority (by designation) as had accepted the original Bid.
2) Representative(s) shall be responsible to the EIC and his / their duties are to watch and supervise the
Works and to test and examine any materials to be used or workmanship employed in connection with the works.
He shall have no authority to relieve the Contractor of any of his duties or obligations under the Contract, not,
accept as expressly provided hereunder or elsewhere in the Contract, to order any work involving delay or any
extra payment by the Employer, nor to make any variation of or in the Works.
The Executive Engineer, West Midnapore Division, MED may delegate in writing to the EIC any of the power and
authorities vested in the engineer and shall furnish to the Contractor and to the Employer a copy of all such written
delegations of Power and authorities. Any Written instructions or approval given by Engineer's representative to the
contractor within the terms of such delegation, but not otherwise, shall bind the Contractor as though it had been
given by the Superintending Engineer, South Circle, MED, provided always as follows:
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
64 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
a) Failure of the Engineer's Representative to disapprove any work of materials shall not prejudice the power of the
Superintending Engineer, South Circle, MED thereafter to disapprove such work or materials and to order the
pulling down, removal of breaking up thereof.
b) If the Contractor shall be dissatisfied by reason of any decision of the Engineer's Representative he shall be
entitled to refer the matter to the TIA, who shall thereupon confirm, reverse or vary such decision.
3.0 ASSIGNMENT
The Contractor shall not assign the Contract or any part thereof, or any benefit or interest therein or there under,
otherwise than a change in the Contractor's bankers of any money due or to become due under this contract,
without the prior written consent of the Superintending Engineer, South Circle, MED.
4.0 SUBLETTING
The Contractor shall not sublet the whole of the Works. Except where otherwise provided by the Contract, the
Contractor shall not sublet any part of the Works without the prior written consent of the Executive Engineer, West
Midnapore Division, MED, which shall not be unreasonably withhold and such consent, if given, shall not relieve
the Contractor form any liability or obligation under the Contract and he shall be responsible for the acts, defaults
and neglects of the said sub-contractor including his agents, servants or workmen as fully as if they were the acts,
defaults or neglects of the Contractor, his agents, servants or workmen, provided always that the provision' of
labour on a piece-work basis shall not be deemed to be a subletting under this clause.
1a) Language: The Contract documents shall be drawn up in the English language. All correspondence,
orders, notices etc. shall also be in English.
1b) Law: The law of India and of the State of West Bengal shall apply to the Contract and the Contract is to be
construed accordingly.
2) Documents Mutually Explanatory: The several documents forming the contract are to be taken as mutually
explanatory of one another but in case of ambiguities or discrepancies the same shall be explained and adjusted by
the Executive Engineer, West Midnapore Division, MED, who shall thereafter issue to the Contractor instructions
thereon.
6.0 DRAWINGS
1) Custody of drawing: All the approved Drawings shall remain in the safe custody of the Executive Engineer,
West Midnapore Division, MED, one copy of original approved drawing and design to be submitted to Ghatal
Municipality but one copy thereof shall be furnished to the Contractor free of charge. The Contactor shall provide
and make at his own expenses any further copies required by him. At the Completion of the Contract, the
Contractor shall return to the Executive Engineer, West Midnapore Division, and M. E. Dte. All drawings as provided
under the Contract.
2) Copy of drawing: - One copy of drawings to be kept on site. One copy of the Drawings furnished by the
Contractor as aforesaid, shall be kept by the Contractor on the site and the same shall at all reasonable times be
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
65 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
available for inspection and use by the Engineer and his/municipal Representatives and by any other persons
authorized by the Engineer in writing.
3) Disruption of progress: The Contractor shall give written notice to Executive Engineer, West
Midnapore Division, MED whenever planning or progress of the works is likely to be delayed or disrupted order,
including a direction instruction or approval is issued by the Superintending Engineer, South Circle, MED on
recommendation of Executive Engineer within a reasonable time. The notice shall include details of the drawing or
order required, and of why and by whom it is required and of any delay or disruption likely to be suffered if it is
further delayed.
The Executive Engineer, West Midnapore Division, MED shall have full power and authority to supply to or demand
from the Contractor, from time to time, during the progress of the Works, such further drawings as shall be
necessary for the purpose of the proper and adequate execution and maintenance of the Works. The Contractor
shall carry out and be bound by the same. Adequacy as determined by the Executive Engineer, West Midnapore
Division, MED shall be final and binding on the Contractor.
(1) Contractor's General Responsibilities - The Contractor shall, subject to the provision of the Contract, and
with due care and diligence, execute and maintain the Works and supply all labour, including the supervision
thereof, materials, equipment, Constructional Plant and machinery, tools and all other things whether of a
temporary or permanent nature, required for such execution and maintenance, so far as necessary for providing the
same is specified in or is reasonably to be inferred from the Contract. The Contractor shall take full responsibility
for the adequacy, stability and safety or all Site operations and methods of construction, erection etc.
The Contractor shall, when called upon to do so, enter into and execute a Contract Agreement, to be prepared and
completed in the form annexed with such modification as may be necessary.
10.1 Security Deposit:
Security Deposit: Additional Security Deposit @ 8% (eight percent) will be deducted from each and every running
bill. The entire amount of such 10% (ten percent) of Security Deposit (Initial 2% EM + additional 8%) will be
refunded without any interest only after successful completion of the whole work as per PWD order No. 5784-
PW/L&A/2M-175/2017 Dated: 12.09.2017, wherein, Construction of new building / new bridge / new culvert, the
Defect Liability Period of the work shall be five years from the date of completion of the work;
For work with five years Defect Liability Period:
i) No security deposit shall be refunded to the contractor for 1st 3 years from the date of completion of
the work;
ii) 30% of the security deposit shall be refunded to the contractor on expiry of four years from the actual
date of completion of the work;
iii) The balance 70% of the security deposit shall be refunded to the contractor on expiry of five years
from the actual date of completion of the work.
i) All equipment shall be free from any defects due to faulty design of the components, materials and/or
workmanship
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
66 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
ii) The equipment shall operate satisfactory. The performance and efficiency shall not be less than guaranteed
values.
iii) Formal acceptance of the work covered under the contract will not be made by the Superintending Engineer,
South Circle, MED until all the work done by the contractor has satisfactorily passed all tests required and
run for a reasonable period to his satisfaction.
If during testing of work prior of formal acceptance, the same there of must satisfy in respect of meeting the
specification. in a condition which will meet the guaranteed performance and be up to the specification, in both
material and workmanship.
Any such work shall be carried out by the contractor at his own expense, if such work shall, in the opinion
of the Engineer-in-Charge, be necessary due to the use of materials or workmanship not in accordance with the
contract and/or to the neglect or failure on the part of the contractor to comply with any obligation expressed or
implied on the contractor's part under the contract. If the contractor shall fail to do any such work as per aforesaid
requirement of the Engineer-in-Charge, the Superintending Engineer, South Circle, MED shall be entitled to have
such work carried out by its own workman, or by others hired for the purpose, and if such work is in the opinion of
the Engineer-in-Charge for which the contractor should have carried out at the contractor's own cost, the
department shall be entitled to recover from the contractor the supervision cost deemed fit together with the cost
increased for the purpose and may deduct the same from any money due to or that may become due to the
Contractor.
The contractor will have to entered into an agreement through banker to ensure performance guarantee on non-
judicial stamps Rs.10/-. Suitable proforma will be supplied in due course of time.
The Executive Engineer, M.E. Dte. or his authorized person shall have made available to the Bidder with the Bid
documents such data like its location, distance from fixed point including the layout drawing and location of the
primary grid point, level drawing data, the source of filling the reservoir and the Bid shall be deemed to have been
based on such data. But the Bidder shall be responsible for his own interpretation thereof. The Bidder may also
undertake investigations at his own cost on such levels or any other levels prior to submission of his offer.
The Bidder shall also be deemed to have inspected and examined the site and its surroundings and
information available in connection therewith and to have satisfied himself, so far as is practicable, before
submitting his Bid; as to the form and nature thereof, including the sub-surface conditions, topographical level of
proposed site, the hydrological and climatic conditions, the extent and nature of work and materials necessary for
the completion of the Works, the means of access to the Site and the accommodation he may require and, in
general 'shall be deemed to have obtained all necessary information, subject as above mentioned, as to risks,
contingencies and all other circumstances which may influence or affect his Bid.
The Bidder shall be deemed to have satisfied himself before Biding as to the correctness and sufficiency of
his Bid for the Works and 'of the rates and prices quoted in the Schedule of prices, which Bid rates and prices shall,
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
67 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
except in so far as it is otherwise provided in the Contract, cover all his obligations under the Contract and all
matters and things necessary for the proper execution and maintenance of the Works.
If, however, during the execution of its Works the Contractor shall encounter physical conditions, other
than Climatic conditions on the Site, or artificial obstructions, which conditions or obstructions could, in his
opinion, not have been reasonably foreseen by an experienced contractor, the Contractor shall forthwith give
written notice thereof to the Engineer and if, in the opinion of the Engineer, such conditions or artificial
obstructions could not have been reasonably foreseen by an experienced contractor, then the Engineer shall certify
and the Executive Engineer, West Midnapore Division, MED shall pay the additional cost to which the Contractor
shall have been put by reason of such conditions, including the proper and reasonable cost.
a) Of complying with any instruction which the Engineer may issue to the Contractor in connection therewith,
and
b) Of any proper and reasonable measures approved by the Superintending Engineer, South Circle, MED on
recommendation of Engineer in charge which the Contractor may take in the absence of specific instructions from
the Executive Engineer, West Midnapore Division, MED as a result of such conditions or obstructions encountered.
Save in so far as it is not legally or physically impossible, the Contractor shall execute and maintain the
Works in strict accordance with the Contract to the satisfaction of the Executive Engineer, West Midnapore
Division, MED and shall comply with and adhere strictly to the Superintending Engineer, South Circle, MED’s
instructions and directions on any matter whether mentioned in the Contract or not touching or concerning the
Works.
(1) Program to be furnished: Within thirty (30) calendar days, the Contractor shall, after the acceptance of his
Bid, submit to the Executive Engineer, West Midnapore Division, MED for his approval a program showing the order
of procedure in which he proposes to carry out the Works. The Contractor shall, whenever required by the
Executive Engineer, West Midnapore Division, MED, also provide in writing for his information, general description
of the arrangements and methods, which the Contractor proposes to adopt for the execution of the Works.
(2) If at any time it should appear to the Executive Engineer, West Midnapore Division, MED that the actual
progress of the Works does not conform to the approved program referred in sub-clause (1) of this Clause, the
Contractor shall produce, at the request of the Executive Engineer, West Midnapore Division, MED, a revised
program showing the modifications to the approved program necessary to ensure completion of the Works within
the time for completion as defined in Clause 42 hereof.
(3) The submission to and approval by the Executive Engineer, West Midnapore Division, MED of such program
or the furnishing of such particulars shall not relieve the Contractor of any of his duties or responsibilities under
the Contract.
The Contractor shall give or provide all necessary superintendence during the execution of the Works and
as long thereafter as the Superintending Engineer, South Circle, MED may consider necessary for the proper
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
68 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
fulfilling of the Contractor's obligations under the Contract. The Contractor or a competent and authorized agent or
representative approved of in writing by the Superintending Engineer, South Circle, MED, which approval may at
any time be withdrawn, is to be constantly on the Works and shall give his whole time to the Superintendence of the
same. If such approval be withdrawn by the Superintending Engineer, South Circle, MED, the Contractor shall, as
soon as is practicable, having regard to the requirement of replacing him as hereinafter mentioned after receiving
written notice of such withdraw, remove the agent from the works and shall not thereafter employ him again on the
Works in any capacity and shall replace him by another agent approved by the Executive Engineer, West Midnapore
Division, MED.
Such authorized agent or representative shall receive, on behalf of the Contractor, direction and instruction
from the Executive Engineer, West Midnapore Division, MED or, subject to the limitations of Clause 2 hereof the
Engineer's Representative. The agent or representative of the Contractor must be able to speak and communicate
in English / Bengali. In the absence of the Contractor's designated agent or representative for a particular operation
on any site of the works the Contractor's supervisory staff or sub-agent or leading hands shall be instructed to
receive and carry out any instruction or direction issued or given by the Executive Engineer, West Midnapore
Division, MED or the EIC.
16.0 EMPLOYEES
(I) Contractor's Employees - The Contractor shall provide and employ on the Site in connection with the
execution and maintenance of the Works
a) Such technical assistants as are skilled and experienced in their respective calling and such sub-agents,
foreman and leading hands as arc competent to give proper supervision to the work they are required to
supervise, and
b) Such skilled, semi-skilled and unskilled labour as is necessary for the proper and timely execution and
maintenance of the Works.
c) Employees covered under (a) and (b) may have to be provided with identity cards as specified by the Executive
Engineer, West Midnapore Division, MED.
2) The Engineer shall be at liberty to object to and require the Contractor to remove forthwith from the Work any
person employed by the Contractor in or about the execution or maintenance of the Works who, in the opinion of
the Executive Engineer, West Midnapore Division, MED, misconducts himself, or is incompetent or negligent in the
proper performance of his duties, or whose employment is otherwise considered by the Executive Engineer, West
Midnapore Division, MED to be undesirable and such person shall not be again employed upon the Works without
the written permission of the Executive Engineer, West Midnapore Division, MED. Any person so removed from the
Works shall be replaced as soon as possible by a competent substitute approved by the Executive Engineer, West
Midnapore Division, MED.
17.0 SETTING-OUT
The Contractor shall be responsible for the' true and proper setting-out of the Works in relation to original
points, lines and levels of reference given by the Engineer in writing and for the correctness, subject as above
mentioned, of the position levels, dimensions and alignment of all parts of the Works and for the provision of all
necessary instruments, appliances/and labour in connection therewith. If, at any time during the progress of the
Works, any error shall appear or arise in the position, levels, dimensions or alignment of any part of the Works, the
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
69 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
Contractor, on hem), required to do so by the Engineer or the Engineer's Representative, shall at his own cost,
rectify such error to the satisfaction of the Engineer or the Engineer's Representative, unless such error is based on
incorrect data supplied in writing by the Engineer, in which case the expense of rectifying the same shall be borne
by the Employer. The checking of any setting-out or of any line or level by the Engineer or the Engineer's
Representative shall not in any way relieve the contractor of his responsibility for the correctness thereof and the
Contractor shall carefully protect and reserve all bench-marks, sigh trails pegs and other things used in setting out
the Works.
18.0 WATCHING AND LIGHTING
The contractor shall in connection with the works provide and maintain at his own cost all lights, guards,
fencing, as and when/where necessary or as required by the Executive Engineer, West Midnapore Division, MED or
the Engineer's Representative, for the protection of the works, contractor's employees, employees supervisor or for
any other reason deemed fit by the Engineer.
19.0 WORKS & RISKS
(1) Care of Works: From the commencement of the Works until the date stated in the Certificate of
Completion for the whole of the Works, pursuant to Clause 47 hereof, the Contractor shall take full responsibility for
the care thereof. Provided that if the Executive Engineer, West Midnapore Division, MED shall issue a Certificate of
Completion in respect of any part of the Permanent Works, the Contractor shall cease to be liable for the care of
that part of the Permanent Works (O & M not counted) from the date stated in the Certificate of Completion in
respect of that part and the responsibility for the care of that part shall pass to the Executive Engineer, West
Midnapore Division MED provided further that the Contractor shall take full responsibility for the care of any
outstanding work which he shall have undertaken to finish during the period to Maintenance until such outstanding
work is completed.
In case any damage, loss or injury shall happen to the Works, or to any part thereof, from any cause
whatsoever, save and except the expected risks as defined in sub-clause (2) of this Clause, while the Contractor
shall be responsible for the care thereof the Contractor shall, at his Own cost, repair and make good the same, so
that at completion the permanent Works shall be in good order and condition and in conformity in every respect
with the requirements of the Contract and the Executive Engineer, West Midnapore Division ,MED instructions. In
the event of any such damage, loss or injury happening from any of the excepted risks, the Contractor shall, if and
to the extent required by the Executive Engineer, West Midnapore Division, MED and subject always to the
provisions of Clause 62 hereof, repair and make good the same as aforesaid at the cost of the Employer. The
Contractor shall also be liable for any damage to the Works occasioned by him in the Course of any operations
carried out by him for the purpose of completing any outstanding works or complying with his obligations under
Clause 48 or 49 hereof.
(2) Expected Risks: The 'expected risks" are war, hostilities, invasion, act of foreign enemies, rebellion,
revolution insurrection or military or usurped power, civil war or unless solely restricted to employees of the
Contractor or of his sub-contractors and arising from the conduct of his workers, riot commotion or use or
occupation by the Executive Engineer, West Midnapore Division, MED of any part of the Permanent. Works, or a
cause solely due to the Engineer's design of the Works, or ionizing radiations or contamination by radio-activity
from any nuclear fuel or from any nuclear waste from the combustion of nuclear fuel, radio-active toxic explosive,
or other hazardous properties of any explosive, nuclear assembly or nuclear component thereof, pressure waves
cause by aircraft or other aerial devices travelling at sonic or supersonic speeds, or any such operation of the force
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
70 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
of nature as an experienced contractor could not foresee, or reasonably make provision for or insure against all of
which are herein collectively recurred to as "the expected risks."
Without limiting his obligations and responsibilities under Clause 19 hereof the Contractor shall insure in
the names of the Employer and the Contractor against all loss or damage from whatever cause arising, other than
the expected risks, for which he is responsible under the terms of the Contract and in such manner that the
Employer and Contractor are covered for the period stipulated in Clause 19(1) hereof and are also covered during
the Period of Guarantee for loss or damage arising from a cause, occurring prior to the commencement of the
Period of Guarantee, and for any loss or damage occasioned by the Contractor in the course of any operations
carried out by him for the purpose of complying with his obligations under Clause 48 or 49 hereof.
a) The Works for the time being executed to the estimated current contract value thereof together with the materials
for incorporation in the Works at the replacement value.
b) The Constructional Plant and other things brought on the Site by the Contractor to the replacement value of such
Constructional Plant and other things. These shall include materials belonging to the Executive Engineer, West
Midnapore Division, MED but issued to or intended to be issued to the Contractor for use in the Works. Such
insurance shall be affected with an insurer and in terms approved by the Employer, which approval shall not be
unreasonably withheld, and the Contractor shall whenever required, produce to the Executive Engineer, West
Midnapore Division, MED or the Engineer's Representative the policy or policies of insurance and the receipts for
payment of the current premiums.
21.0 DAMAGES
i) Damage to persons and property: The Contractor shall, except if and so far as the Contract provides
otherwise, indemnify the Executive Engineer, West Midnapore Division, MED against all losses and claims in
respect of injuries or damage to any person or material or physical damage to any property whatsoever which may
arise out of or in consequence of the execution, operation and maintenance of the Works and against all claims,
proceedings, damages, costs, charges and expenses whatsoever in respect of or in relation thereto except any
compensation or damages for or with respect to :
a) The permanent use of occupation of land by the Works or any part thereof.
b) The right of the Executive Engineer, West Midnapore Division ,MED to execute the Works or any part thereof on
over under, in or through any land.
c) Injuries or damage to persons or property which are the unavoidable result of the execution, operation or
maintenance- of the Works in accordance with the Contract.
d) Injuries or damages to persons or property resulting from any act or neglect of the Employer, his agents,
servants or other contractors, not being employed by the Contractor, or for or in respect of any claims,
proceedings, damages, costs, charges and expenses in respect thereof or in relation thereto or where the injury or
damage was contributed to by the Contractor, his servants or agents such part of the compensation as may be just
and equitable having regard to the extent of the responsibility of the Superintending Engineer, WEST MED, his
servant or agents or other contractors for the damage or injury.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
71 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
2) Indemnity of Secretary: The Contractor shall indemnify the Executive Engineer, West Midnapore Division,
MED against all claims, proceedings, damages, costs charges and expenses in respect of the matters referred to
the provision to sub-clause (1) of this Clause.
22.0 INSURANCE
1) Third Party Insurance: Before commencing the 'execution of the Works the Contractor, but without limiting
his obligations and responsibilities under Clause 21 hereof, shall insure against his liability for any material or
physical damage, loss or injury which may occur to any property, including that of the Executive Engineer, West
Midnapore Division ,MED, or to any person, including any employee of the Executive Engineer, West Midnapore
Division ,MED, by or arising out to the execution of the Works or in the carrying out of the Contract, otherwise than
due to the matters referred to in the proviso to Clause 21 (I) thereof.
2) Minimum Amount of third-party insurance - Such insurance shall be affected with an insurer and in terms
approved by the Executive Engineer, West Midnapore Division, MED, which approval shall not be unreasonably
withheld, and for a least the amount started in the Appendix to the Bid. The Contractor shall, whenever required,
produce to the Executive Engineer, West Midnapore Division, MED or the Engineer's Representative the policy or
policies or insurance and the receipts for payment of the current premium. However, the Bidder should insure for
an amount commensurate with the risk involved subject to the minimum amount prescribed elsewhere in the Bid.
3) Provision to indemnify Employer - The terms shall include a provision whereby, in the event of any claim in
respect of which the Contractor would be entitled to receive lt1dcnJmty under the policy being brought or made
against the Executive Engineer, West Midnapore Division, MED, the insurer will indemnify the Employer against
such claims and any costs, charges and expenses in respect thereof.
1) Accident or injury to Workmen:- The Executive Engineer, West Midnapore Division, MED shall not be liable
for or in respect of any damages or compensation payable at law in respect or in consequence of any accident or
injury to any workman or other person in the employment of the Contractor or any subcontractor, save and except
an accident or injury resulting from any act or default of the Executive Engineer, West Midnapore Division, MED, his
agents, or servants. The Contractor shall indemnify and keep indemnified the Executive Engineer, West Midnapore
Division, MED against all such damages and compensation, save and except as aforesaid, and against all claims,
proceedings, costs, charges and expenses whatsoever in respect thereof or in relation thereto.
2) Insurance Against Accident, etc. to workmen: - The Contractor shall insure against such liability with
an insurer approved by the Executive Engineer, West Midnapore Division, MED which approval shall not be
unreasonably withheld, and shall continue such insurance during the whole of the time that any person is employed
by him on the works and shall, when required, produce to the Executive Engineer, West Midnapore Division, MED or
the Engineer's Representative such policy of insurance and the receipts for payment of the current premium.
Provided always that, in respect of any person employed by any sub-contractor, the Contractor's obligation to
insure as aforesaid under this sub-clause shall be satisfied if the sub-contractor shall have insured against the
liability in respect of such persons in such manner that the Executive Engineer, West Midnapore Division, MED is
indemnified under the policy, but the Contractor shall require such sub-contractor to produce to the Executive
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
72 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
Engineer, West Midnapore Division, MED when required, such policy of insurance and the receipt for the payment
of the current premium.
3) Notification to insurer: It shall be the duty of the Contractor to notify the insurers under any of the insurance
referred to in Clause 20, 22 and 23 hereof any matter or count which by the terms of such insurance are required to
be notified and the Contractor shall indemnify and keep indemnified the Executive Engineer, West Midnapore
Division, MED against all losses, claims, demands, proceedings, costs, charges and expenses whatsoever arising
out of or resulting from any default by the Contractor in complying with the requirements of this sub-clause whether
as a result of the avoidance of such insurance or otherwise.
4) All Insurances at Contractor's cost - The insurances referred to in Clause 21, 22 & 23 hereof shall be
entirely at the cost and expenses of the Contractor and be included within his rates.
If the Contractor shall fail to effect and keep in force the insurance referred to in Clause 20, 22 and 23 hereof, or any
other insurance which he may be required to effect under the terms of the Contract, then and in any such case the
Executive Engineer, West Midnapore Division, MED may effect and keep in force any such insurance and pay such
premium or premiums including fines as may be necessary for that purpose and from time to time and deduct
double the amount so paid by the employer as aforesaid from any moneys due or which may become due to the
Contractor or recover the same as a debt due from the Contractor.
25 i) Giving of Notices and Payment of Fees: The Contractor shall give all notices and pay all fees required
to be given or paid by any National or State Statute, ordinance, or other law, or any rules regulation, or bye-law of
any local or other duly constituted authority 111 relation to the execution of the Works and by the rules and
regulations of all public bodies and companies whose property or rights are affected or may be affected in any way
by the Works.
ii) Compliance with Statutes, Regulations, etc. - The Contractor shall conform in all respects with the
provisions of any such Statute, Ordinance or Law as aforesaid and the Rules, regulations or bye-laws or any local
or other duly constituted authority which may be applicable to the Works and with such rules and regulations of
public bodies and companies as aforesaid and shall keep the Executive Engineer, West Midnapore Division, MED
indemnified against all penalties, fines and liability of every kind for breach of any such Statute, ordinance of Law,
regulation of bye law.
All fossils, coins articles of value or antiquity and structures and other remains or things of geological or
archaeological interest discovered on the site of the Works shall as between the Employer and the Contractor be
deemed to be the absolute property of the Employer.
The Contractor shall save harmless and indemnify the Executive Engineer, West Midnapore Division, MED from
and against all claims and proceedings for or on account of infringement of any patent, rights, design Trade mark or
name or other protected right in respect of any Constructional Plant, machine works, or material used for or in
connection with the Works or any of them and from and against all claims, proceedings, damages, costs, charges
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
73 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
and expenses whatsoever in respect thereof in relation thereto. Except where otherwise specified, the Contractor
shall pay all tonnage and other royalties, rent and other payments or compensations, if any, for getting stone, sand,
gravel, clay or other materials or equipment required for the works or any of them.
All operations necessary for the execution of the Works shall, so far as compliance with the requirements of the
Contract permits, be carried on so as not to interfere unnecessarily or improperly with the convenience of the
existing plant workers, member of the public, or the access to use and occupation of public or private roads,
railways and footpaths to or of properties whether in the possession of the Executive Engineer, West Midnapore
Division, MED or of any other person or local authority.
29.0 TRAFFIC
1) Extraordinary Traffic: The Contractor shall use every reasonable means to prevent any of the highways,
railways or bridges communicating with or on the routes to the Site from being damaged or injured by any traffic of
the Contractor or any of this sub-contractors and, shall select routes, choose and use vehicles and restrict and
distribute loads so that any such extraordinary traffic as will inevitably arise from the moving of plant and material
from and to the Site shall be limited, as far as reasonably possible, and so that no unnecessary damage or injury
may be occasioned to such highways, railways and bridges.
2) Special Loads: Should it be found necessary for the Contractor to move one or more loads of Constructional
plant, machinery or pre-constructed units or parts of units of work over part of a highway, railway or bridge, the
moving whereof is likely to damage any highway, railway or bridge unless special protection or strengthening is
carried out, then the Contractor shall before moving the load on to such highway, railway or bridge give notice to
the Executive Engineer, West Midnapore Division, MEDor Engineer's Representative or the local authority of the
weight and other particulars of' the load to be moved and his proposals for protecting or strengthening the said
highway, railway or bridge. The Contractor at his own cost and expenses shall carry out such proposals, including
any modifications thereto that the Engineer or the local authority may require.
3) Settlement of Extraordinary Traffic Claims: If during the Carrying out of the Works damage or injury to
railways, railway or bridge occurs due to moving of one or more loads of Constructional Plant machinery or pre-
constructed units or parts of units of work, the Employer shall conduct the necessary investigation for the purpose
of determining the Contractor's liability. If the damage is due to failure on the part of the Contractor to observe and
perform his obligations under sub-clause (1) and (2) of this Clause then the restoration / repair of the damaged
portion of road or structure certified by the Engineer or local authority to be due to such failure shall be undertaken
by or be chargeable against the Contractor.
4) Water-borne Traffic: Where the nature of the Works is such as to require the use by the Contractor of
water-borne transport the foregoing provisions of this Clause shall be construed as though "highway" included a
lock, dock, sea wall or other structure related to a waterway and "vehicle" included craft, and shall have effect
accordingly.
30.0 RESTRICTION
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
74 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
a) Restriction of Movements: The work shall have to be executed within the protected area of existing water
works. The existing rules and regulation related to ingress and egress of labour and material shall have to be
followed strictly in consultation with and as per direction of the Executive Engineer, West Midnapore Division, MED
or the local authority as the case may be. No labour, Supervisor or Engineer of the contractor shall enter inside the
treatment plant, pump house or any other existing installations without prior permission of concerned officers
Executive Engineer, West Midnapore Division, MED.
b) Opportunities for other contractors: The Contractor shall in accordance with the requirements of the
Executive Engineer, West Midnapore Division, MED, afford all reasonable opportunities for carrying out their work
to any other contractors employed by the Employer and their workmen and to the workmen of the employer and of
any other duly constituted authorities who may be employed in the execution on or near the Site of any work not
included in the Contract or of any contract which the Employer may enter into in connection with or ancillary to the
Works. If, however, the Contractor shall, on the written request of the Executive Engineer, West Midnapore
Division, MED or the Engineer's Representative, make available to any such other contractor, or to the Employer or
any such authority, any roads or ways for the maintenance of which the Contractor is responsible, or permit the use
by any such of the Contractor's scaffolding or other plant on the Site, or provide any other service of whatsoever
nature, the Employer shall pay to the Contractor in respect of such use or service such sum or sums if at all as
shall, in the opinion of the Engineer, be reasonable.
During the progress of the Works the Contractor shall keep the site reasonable free from all necessary obstruction
and shall store or dispose of any Constructional Plant and surplus materials and clear away and remove from the
Site any wreckage, rubbish or Temporary Works no longer required.
On the completion of the Works the Contractor shall clear away and remove from the site all Constructional Plant,
surplus materials, rubbish and Temporary Works of every kind, and leave the whole of the Site and Works clean and
in a workmanlike condition to the satisfaction of the Superintending Engineer, South Circle, MED.
33.0 LABOUR : 1) Engagement of labour: The Contractor shall make his own arrangements for the
engagement of all labour, local or otherwise, and save in so far as the Contract otherwise provides, for the
transport, housing, feeding and payment thereof.
2) Supply of water: The Contractor shall, so far as is reasonably practicable having regard to local conditions,
provide on the Site, to the satisfaction of the Superintending Engineer, South Circle, MED representative, an
adequate supply of drinking and other water for the use of the Contractor's staff and work people.
3) Alcoholic Liquor or Drugs: The Contractor or his workmen shall not consume or sale or gift or be under
the influence of any drug/narcotics or Alcoholic liquor within the vicinity of the Construction site.
4) Arms and Ammunition: The Contractor shall not give, barter or otherwise dispose of to any person or
persons, any arms or ammunition of any kind or permit or suffer the same as aforesaid.
5) Festivals and Religious Customs: The Contractor shall in all dealing with labour in his employment have
due regard to all recognized festivals days of rest and religious or other customs.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
75 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
6) Epidemic: In the event of any outbreak of illness of an epidemic nature, the Contractor shall comply with and
carry out such regulations, orders and requirements as may be made by the Government, or the local medical or
sanitary authorities for the purpose of dealing with and overcoming the same.
7) Disorderly Conduct etc.: The contractor shall at all times take all reasonable precautions to prevent
any unlawful, riotous or disorderly conduct by or amongst his employees or workers and for the preservation of
peace and protection of persons and property in the neighbourhood of the Works against the same.
8) Compliance with Laws, regulation etc. relating to labour: In respect of the engagement,
employment, transport, payment, feeding, housing and working conditions of labour and all matters connected
there with the Contractor shall at all times during the continuance of the Contract, comply in all respects with and
carry out all obligations imposed on him by the provisions and requirements of the following statutes.
a) The Apprentices Act 1961 (Act 52 of1961) and Rules and Regulations issued there under from time to time.
b) The Contract Labour Regulation and abolition Act 1970 (Act 37 of 1970) and Rules made there under (West
Bengal Contract Labour Regulation and Abolition Rules 1972) from time to time.
c) The Payment of Wages Act 1936, the Minimum Wages Act 1948, the Employees Liability Act 1938, the Industrial
Disputes Act 1947, the Maternity Benefits Act 1961, the Employees State Insurance Act 1948 including
modifications thereto the Rules and Regulations framed there under from time to time.
d) Other existing National or State Statute, Ordinance or other Law or any Regulation or Bye-law of any local or
other duly constituted authority which may be applicable, including any such Law, Regulation or Order that may be
passed or ordered from time to time and come into force during the tenure of the Contract.
9) Employees Provident Fund: The Contractor shall comply with the provisions of the relevant Employees
Provident Fund Act or Rules in force in the State along with the provisions of all rules and Regulations made there
under from time to time, and shall in particular be responsible for the payment of all contributions as laid down
under the Act/Rules.
10) Trade union rights: The Contractor shall recognize the freedom of all workmen employed by him in and for
performance of the Contract to be members of registered Trade Unions and shall not in any manner prevent or
discourage any such workman from becoming a member of a registered Trade Union or discriminate against any
workmen who is a member of a registered Trade Union.
11) Local Labour: As far as possible local labour shall be engaged as unskilled labour.
12) Fair Wages - The Contractor shall in respect of all workmen employed by him in and for the performance of
the Contract pay rates of wages and observe the conditions of employment not less favourable than those provided
under the relevant labour law as applicable to the State.
13) Medical Attendance: The Contractor shall provide, to the satisfaction of the Government or Local
Authorities Concerned, adequate medical attendance for his employees and labour.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
76 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
14) Report or Accident: The Contractor shall, within twenty-four (24) hours of the occurrence of any accident
at or about the site or in connection with the execution of the Work, report such an accident to the Engineer. The
Contractor shall also report such accident to the competent authority whenever law requires such a report.
15) Report required by Labour Commissioner: The Contractor shall submit, at the request of the Labour
Commissioner or of the Assistant Commissioner of the State such returns as may be called for from time to time in
respect of labour employed by the Contractor and by his subcontractors in the execution of the Contract. If so
required, the Contractor shall furnish the names and address of all subcontractors to the Labour Commissioner.
Statutory provisions in these regards are to be also complied with.
16) The Contractor shall be responsible for observance by his subcontractor of all the foregoing provision of sub-
clause (1) to (15) of this Clause 33.
The Contractor shall, if required by the Superintending Engineer, South Circle, MED, deliver to the Superintending
Engineer, South Circle, MED, or at his office a return in detail in such form and at such intervals as the
Superintending Engineer, South Circle, MED may prescribe showing the supervisory staff and the number of the
several classes of labour from time to time employed by the Contractor on the Site and such information respecting
Constructional Plant as the Superintending Engineer, South Circle, MED his Representative may require.
1) All materials and workmanship shall be of the respective kinds described in the Contract and in accordance with
the Engineer's instructions and shall be subjected from time to time to such tests as the Engineer may direct at the
place of manufacture or fabrication, or on the Site or at such other place or places as may be specified in the
Contract, or at all or any of such places. The Contractor shall provide such assistance, instruments, machines,
labour and materials as are normally required for examining, measuring and testing any work and the quality,
weight or quantity of any material used and shall supply samples or materials before incorporation in the Works for
testing as may be selected and required by the Executive Engineer, West Midnapore Division, MED, be it at site or at
the manufacturer/Vendors premises or elsewhere.
2) Cost of samples: The Contractor at the cost and expense of him shall furnish all samples of materials as may
be required by the Executive Engineer, West Midnapore Division, MED.
3) Cost of Tests: The cost of making any test shall be borne by the Contractor if such test is clearly intended
by or provided for in the Contract and in the cases only of a test under load or of a test to ascertain whether the
design of any furnished or partially finished work in appropriate for the purpose which it was intended to fulfill, is
particularized is the Contract in sufficient detail to enable to Contractor to price or allow for the same in his Bid.
4) Cost of Tests not provided for, etc.: If the Executive Engineer, West Midnapore Division, MED orders any
test, which is either;
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
77 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
c) Though so intended or provided for is ordered by the Engineer to be carried out by an independent person or
organization at any place other than the Site or the place of manufacture or fabrication of the materials tested, then
the cost of such test shall be borne by the Contractor, if the tests shows the workmanship or materials not to be in
accordance with the provisions of the Contract or the Engineer's instruction.
The Engineer and any person authorized by him shall at all times have access to the Works and to all workshops
stores and places where work is being prepared or from where material manufactured articles or machinery are
being obtained for the Works and the Contractor shall afford every facility for and every assistance in or in
obtaining the right to such access.
37.0 EXAMINATION
1) Examination of work before covering up: No work shall be covered up or put out or view without the
approval of the Engineer or the Engineer's Representative and the Contractor shall afford full opportunity for the
Executive Engineer, West Midnapore Division, MED or the Engineer's Representative to examine and measure any
work which is about to be covered up or put out of view and to examine foundations before permanent work is
placed thereon. The Contractor shall give due notice to the Engineer's Representative where any such work or
foundations is or are ready or about to be ready for examinations and the Engineer's Representative shall, without
unreasonable delay, unless he considers if unnecessary and advises the Contractor accordingly attend for the
purpose of examining and measuring such work or of examine such foundations
2) Uncovering and making openings: The Contractor shall uncover any part or parts of the Works or make
opening in or through the same as the Engineer may from time to time direct and shall reinstate and make good
such part or parts to the satisfaction of the Engineer If any such part or parts have been recovered up or put out of
view after compliance with the requirement of sub-clause (I) of this Clause and are found to be executed in
accordance with the Contract, the expenses of uncovering, making openings in or through, reinstating and making
good the same shall be, borne by the Employer, but in any other case all costs shall be borne by the Contractor.
38.0 REMOVAL
1) Removal of improper work and materials: The Executive Engineer, West Midnapore Division, MED shall
during the progress of the works have power to order in writing from time to time.
a) The removal from the Site, within such time or time as may be specified in the order, of any materials, which in
the opinion of the Engineer, are not in accordance with the Contract.
c) The removal and proper re-execution, notwithstanding any previous test thereof or interim payment therefore, of
any work which in respect of materials or workmanship is not in the opinion of the Engineer, in accordance with the
Contract.
2) Default of Contractor in Compliance: In case of default on the part of the Contractor in carrying out such
order, the Employer shall be entitled to employ and pay other persons to carry out the same and all expenses
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
78 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
consequent thereon or incidental thereto shall be recoverable from the Contractor by the Employer, or may be
deducted by the Employer from any sum due or' which may become due to the Contractor.
39.0 SUSPENSION
1) Suspension of work: The Contractor shall, on the written order of the Engineer, suspend the progress of
the works or any part thereof for such time or times and in such manner as the Engineer may consider necessary
and shall during such suspension properly protect and secure the work, so far as is necessary in the opinion of the
Engineer. The extra cost incurred by the Contractor in giving effect to the Engineer's instruction under this Clause
shall be borne and paid by the Employer unless such suspension is
2) Suspension lasting more than 90 days: If the progress of the Works or any part thereof is suspended
on the written order of the Executive Engineer, West Midnapore Division, MED and if permission to resume Work is
not given by the Executive Engineer, West Midnapore Division, MED within a period of ninety days from the date of
suspension then, unless such suspension is within paragraph (a), (b), (c) or (d) of sub-clause (1) of this Clause, the
Contractor may serve a written notice on the Employer requiring permission within twenty eight days from the
receipt thereof to proceed with the Works, or that part thereof in regard in which progress is suspended and, if such
permission is not granted within that time, the Contractor by a further written notice so served may, but is not
bound to, elect or treat the suspension where it affects part only of the Works as an omission of such part under
Clause 50 hereof, or where it affects the whole Works, as an abandonment of the Contract by the Employer.
Commencement of works: The Contractor shall commence the Works on Site within the period named in
the Appendix to the Bid after the receipt by him of a written order to this effect from the Engineer and shall proceed
with the same with due expedition and without delay, except as may be expressly sanctioned or ordered by the
Engineer, or be wholly beyond the Contractors' Control.
The successful contractor shall within four weeks from the date of issue of Letter of Intent furnish one or
more drawing stating and showing the following:
5.0 6.0 Layout of cable trenches, cable trays showing the locations and levels together without position of
hooks at the underside of the operating platform stating the maximum load required to be withstood.
7.0 Any other data that the Bid considers relevant for construction of civil structure.
1) Possession of site: Save in so far as the contract may prescribe, the extent of portions of the Site of
which the Contractor is to be given possession from time to time and the order in which such portions shall be
made available to him and subject to any requirement in the Contract as to the order in which the Works shall be
executed, the Employer will, with the Engineer's written order to commence the Works, give to the Contractor
possession of so much of the Site as may be required to enable the Contractor to commence and proceed with the
execution of the Works in accordance with the Programmed referred to in Clause 14 hereof, if any, and otherwise in
accordance with such reasonable proposals, of the Contractor as he shall, by written notice to the Engineer, make
and will, from time to time as the Works proceed, give to the Contractor possession of such further portions of the
Site as may be required to enable the Contractor to proceed with the execution of the Works with due dispatch in
accordance with the said Programmed or proposals, as the case may be.
If the Contractor suffers delays or incurs cost for failure on the part of the Employer to give possession in
accordance with the terms of this Clause, the Employer shall grant an extension of time for the completion of the
Works and certify such sum as, in his opinion, shall be fair to cover the cost incurred, which sum shall be paid by
the Employer.
42.0 TIME :-
1) Time of Completion and progress of Works: The progress of the work shall conform to the
approved Work Programmed in terms of Clauses 14 hereof, and subject to any requirement in the contract as the
completion of any section of the Works before completion of the whole, the whole of the Works shall be completed,
in accordance with the provisions of Clause 47 hereof, within the time stated in the Contract calculated from last
days of the period named in the Appendix to the Bid as that within which the Works are to be commenced, or such
extended time as may be allowed under Clause 43 hereof.
2) Failure in keeping to stages of work Programmed: If the Contractor does not keep to the approved
program and continues at any stage to fail behind his schedule by as much as twenty percent (20%) of the said
approved work programmed, within thirty (30) days from receipt by him of a written notice from the Engineer, or if in
the opinion of the Engineer the delay will substantially affect operation activities or execution of a major work item
and it is ascertained by the Engineer that the Contractor cannot remedy the occasion within the stipulated time, the
Executive Engineer, West Midnapore Division, MEDon recommendation of Engineer shall have full authority to
undertake measures to recover from such adverse condition in terms of the provisions of Clause 62 thereof.
Should the amount of extra or additional work of any kind or any cause of delay referred to in these
Conditions, or other special circumstances of any kind whatsoever which may occur, other than through a default
of the Contractor, be such as fairly to entitle the Contractor to an extension of time for the completion of the works,
the Executive Engineer, West Midnapore Division, MED on recommendation of Engineer shall determine the period
of such extension and shall notify the Employer and the Contractor accordingly. Provided that the Engineer is not
bound to take into account any extra or additional work or other special circumstances unless the Contractor has
within twenty-eight days after such work has been commenced, or such circumstances have arisen or as soon as is
practicable, submitted to the Engineer full and detailed particulars of any extension of time to which he may
consider himself entitled in order that such submission may be investigated at the time.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
80 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
44.0 NO NIGHT OR SUNDAY WORK
Subject to any provision to the contrary contained in the Contract, none of the Permanent Works shall, save
as hereinafter provided, be carried on during the night or on Sundays, if locally recognized as days of rest, or other
locally recognized equivalent without the permission in writing of the Engineer, except when the works is
unavoidable or absolutely necessary for the saving of life or property or for the safety of the Works, in which case
the Contractor shall immediately advise the Engineer, provided always that the provisions of the Clause shall not be
applicable in the case of any work which it is customary to carry out by rotary of shifts.
If for any reason, which does not entitle the Contractor to an extension of time, the rate of progress of the
Works or any section is at any time, in the opinion of the Engineer, too slow to ensure completion by the prescribed
time or extended time for completion, the Executive Engineer, West Midnapore Division, MEDon recommendation
of the Engineer shall so notify the Contractor in writing and the Contractor shall thereupon take such steps as are
necessary and the Engineer may approve to expedite progress as to complete the Works or such section by the
prescribed time or extended time. The Contractor shall not be entitled to any additional payment for taking such
steps. If as a result of any notice given by the Executive Engineer, West Midnapore Division, MED under this
Clause, the Contractor shall seek the Executive Engineer, West Midnapore Division, MED permission to do any
work at night or on Sundays, If locally recognized as days of rest, or their locally recognized equivalent, such
permission shall not be unreasonable refused. When work at night has to be carried out, the Contractor shall, at his
own cost and expense, make adequate arrangements for lighting and provide necessary facilities for safety etc. and
comply with all stipulations as may have been imposed by the Executive Engineer, West Midnapore Division, MEDin
granting permission for night work.
1) Liquidated Damages for Delay: If the Contractor shall fail to achieve completion of the Works within the time
prescribed by Clause 42 hereof, then the Contractor shall pay to the Employer the sum stated in the Contract as
liquidated damages for such default and not as a penalty for every day of part of a day which shall elapse between
the time prescribed by Clause 42 hereof and the date of certified completion of the Works, the Employer may
without prejudice to any other method of recovery, deduct the amount of such damages from any money in his
hands, due or which may become due to the Contractor. The payment or deduction of such damages shall not
relieve the Contractor form his obligation to complete the Works, or from any other of his obligations and liabilities
under the Contract.
2) Reduction of liquidated Damages: If, before the completion of the whole of the Works any part or section
of the Works has been certified by the Engineer as completed, pursuant to Clause 47 hereof, and occupied or used
by the Employer, the liquidated damages for delay shall, for any period of delay after such certificate and in the
absence of alterative provision in the contract be reduced in the proportion which the value of the part or section so
certified bears to the value of the whole of the Works.
3) Extent of Liquidated Damages: The liquidated damages referred to in sub-clause (1) for delay of each
day or part thereof, shall be at the rate of one percent (l %) or such smaller amount as the Employer may decide, or
the total value of the Contract Price excluding the value of such part or section of the works as may have been
covered by certificate of completion in terms of the provisions of sub-clause (2) above, Provided however that in no
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
81 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
case shall be total amount of liquidated damages exceed ten percent (10%) of the total Contract Price for whole
Works.
4) Liquidated Damage as Reasonable Compensation: The 'Liquidated damage' referred to in sub-clause (1)
to (3) above, shall be considered as reasonable compensation to the applied to the use of the Employer without
reference to the actual loss or damage sustained and whether or not any damage shall have been sustained.
5) No bonus for early completion: The Contractor shall not be entitled to payment of any bonus for early
completion of the Works.
1) Erection: Erection of Mechanical and electrical equipment shall be construed to have been completed where
equipment in question is placed in position undergoes all necessary tests such as those for alignment, verticality,
leak proof mess, insulation etc. as may be specified elsewhere in the Bid documents and put to operation.
2) Completion: Completion is a stage when the equipment and the structure as a whole are certified by the
Employer. The date shall only be indicative for the purpose of reckoning the period of Maintenance Period and shall
not be co-related with the release of any payment provided that non-continuous of sporadic functioning shall not be
deemed as commissioning and also provided that non-commissioning of minor works, the decision on
determination of major or minor works resting with the employer, shall not multify the act of completion for the
aforesaid purpose.
An item shall be considered as minor work where its non-completion may not in the opinion of the employer, stand
in the way of commencement of plant operation.
3) Trial Run: The Trial Run period shall be for three months including 72 hours with load operation of 8 hours at a
stretch operation of all equipments as per specification and to the satisfaction of Engineer-in-Charge.
48.0 MAINTENANCE
2) Cost of Execution of work of repair, etc.: The repair work shall be carried out by the Contractor at his
own expense if the necessity thereof shall, in the opinion of the Engineer, be due to the use of materials or
workmanship not in accordance with the Contract, or to neglect or failure on the part of the Contractor to comply
with any obligation, expressed or implied, on the Contractor's part under the Contract. If, in the opinion of the
Engineer, such necessity shall be· due to any other cause, the value of such work shall be ascertained and paid for
as if it was an additional work.
3) Remedy on contractor's failure to carry out work required: If the Contractor shall fail to do any such
work as aforesaid requirement by the Engineer, the Employer shall be entitled to employ and pay other persons to
carry out the same, which in the opinion of the Employer, the Contractor was liable to do at his own expense under
the Contract. In the said event, all expenses consequent thereon or incidental thereto shall be recoverable from the
Contractor by the Employer, or may be deducted by the Employer from any sum due or which may become due to
the Contractor.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
82 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
49.0 CONTRACTOR TO SEARCH
The Contractor shall, if required by the Executive Engineer, West Midnapore Division, MED in writing, search under
the directions of the Engineer, for the cause of any defect, imperfection or fault appearing during the progress of
the Works or in the period of Maintenance. Unless such defect, imperfection or fault shall be one for which the
contractor is liable under the contract, the cost of the work carried out by the contractor in searching as aforesaid
shall be borne by the Employer. If such defect, imperfection or fault shall be one for which the contractor is liable as
aforesaid, the cost of the work carried out in searching as aforesaid shall be borne by the contractor and he shall in
such case repair, rectify and make good such defect, imperfection or fault at his Own expense in accordance with
the provisions of Clause 48 hereof to the satisfaction of the Engineer.
1) Variations: The Employer may make any variation of the form, quality or quantity of the Works or any part
thereof that may, in his opinion, be necessary and for that purpose, or if for any other reason it shall, in his opinion,
be desirable, he shall have power to order the Contractor to do and the Contractor shall do any of the following:
d) Change the levels, lines position and dimensions of any part of the Works and
e) Execute additional work of any kind necessary for the satisfactory completion of the works or for deriving
satisfaction of the Employer. It is expressly provided that no such variation shall, in any way vitiate or invalidate the
Contract, but the value, if any, of all such variations shall be taken into account in ascertaining the amount of the
Contract Price.
2) Orders for variations to be in writing: The Contractor shall make no such variations without an order
in writing from the Employer. Provided that no order in writing shall be required for insignificant increase or
decrease in the quantity of any work where such increase or decrease is not the result of an order given under this
Clause, but is the result of the quantities exceeding or being less than those stated in the Schedule of prices.
Provided also that if for any reason the Employer shall consider it desirable to give any such order verbally, the
Contractor shall comply with such order and any confirmation in writing of such verbal order given by the Employer
whether before or after the carrying out of the order, shall be deemed to be an order in writing within the meaning of
this Clause. Provided further that in the event of non-receipt of written confirmation from the Employer, the
Contractor shall, within eleven working days, confirm the same from his end in writing to the Employer, and If such
confirmation is not contradicted in writing within fourteen working days by the employer, it shall be deemed to be
an order in writing by the Employer.
51.0 VALUATION
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
83 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
1) Valuation of variations: All extra or additional work done or work omitted or substituted by order of the
Employer shall be valued at the rates and prices set out in the Contract if, in the opinion of the Employer, the same
shall be applicable as it is or with addition to or subtraction from an accepted item, if the Contract does not contain
any rates or prices applicable to the extra or additional work, then the rates or prices shall be obtained from the
Eastern Circle, Public Works Department schedule of rates as was in vogue on the date of submission of the Bid.
Where such rates are not available in P.W.D. schedule of rates, the market-analysed rate as approved by the
Employer shall be final and binding. In case of such analysed rates, 10% profit including overhead consultant’s
fees, ST. Turnover Tax etc. shall be allowed. No other overhead, or other expenses shall be taken into account shall
be considered to be inclusive of contractors profit.
c) Claims: No final or interim claim for payment for any such work or expense will be considered which has not
been included in such particulars. Provided always that the Employer shall at his discretion be entitled to authorize
payment to be made for any such working expense, notwithstanding the Contractor's failure to comply with this
condition.
1) Plant, etc. exclusive use for the works: All Constructional Plant, Temporary Works and materials
provided by the Contractor shall, when brought to the Site be deemed to be exclusively intended for the execution
of the Works and the Contractor shall not remove the same or any part thereof, except for the purpose of moving it
from one part of the Site to another, without the consent, in writing, of the Engineer which shall not be
unreasonably withheld.
2) Removal of plant, etc.: Upon completion of the Works the Contractor shall remove from the Site all the said
Constructional Plant and Temporary Works remaining thereon and any unused material provided by the Contractor
to the satisfaction in the Engineer.
3) Employer not liable for damage to plant, etc.: The employer shall not at any time be liable for the loss
of or damage to any of or damage to any of the said Constructional Plant, Temporary Works or materials same as
mentioned in Clause 19 and 62 hereof.
4) ) GST, Cess and other imposts. The Contractor shall pay GST, Cess, and all other taxes, duties and
charges as may be applicable from time to time in respect of materials purchased by him or plants and equipment
brought to Site. No separate payment shall be made for all these and they shall be deemed to have been covered
within the Contractor's rates for the finished items of work.
5) Temporary Works: At least fourteen (14) days in advance of taking up any temporary works, the
contractor shall submit to the Engineer for approval complete drawings of all temporary works he may require for
the execution of the Works. He shall, so required by the Engineer, submit his calculations relating to the strength of
the temporary works proposed. Modifications that the Engineer may require shall be made by the Contractor at the
latter's cost and expenses. At the discretion of the Engineer, a higher stress up-to a maximum of twenty five
percent (25%) in excess of the stress normally allowed for permanent structures may be permitted in the design of
temporary works.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
84 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
Notwithstanding the approval by the Engineer of any of the temporary works, the contractor shall remain wholly
responsible for their adequacy, safety, proper maintenance and of all obligations in regard to such works specified
or implied in the Contract, until the removal of such works.
The operation of Clause 52 hereof shall not be deemed to imply any approval by the Engineer of the materials or
other matters referred to therein shall not interfere with rejection of any such materials at any time by the Engineer.
The engineer shall, except as otherwise stated, ascertain and determine by measurement the value in terms
of the Contract of work done in accordance with the Contract. He shall, when he requires any part or parts of the
works to be measured, give notice to the Contractor's authorized agent or representative, who shall forthwith attend
or send a qualified agent to assist the Engineer or the Engineer's Representative in making such measurement, and
shall furnish all particulars required by either of them. Should the Contractor not attend, or neglect or omit to send
his agent on two consecutive occasions, then in the third occasion the measurement shall be made unilaterally by
the Engineer, which shall be taken to be the correct measurement of the work. For the purpose of measurement
such permanent work as is to be measured by records and drawings at suitable intervals of such work and the
Contractor, as and when called upon to do so in writing shall, within fourteen days, attend to examine and agree
upon such records and drawings, with the Engineer or Engineer's Representative and shall sign the same when so
agreed. If the Contractor does not so attend to examine and agree upon such records and drawings on two
consecutive occasions they shall be taken to be correct. If, after examination of such records and drawings, the
Contractor does not agree with the same or does not sign the same as agreed, they shall nevertheless be taken to
be correct, unless the Contractor shall, within fourteen days of such examination, lodge with the for decision by the
Engineer, a notice in writing giving details of the respects in which such records and drawings are claimed by him
to be incorrect together with reasons thereof.
Payment of RA as well as final bill will depend upon the availability of fund and no financial claim in case
of any delay in payment will be entertained. Payment on supply without successful erection and
commissioning will not be entertained. Materials which will be supplied should be supported by valid
challans.
The bidder will notify the authority regarding the work being completed. The quantity and quality of
executed work will be taken into account for the preparation of bill. The engineers shall field verify the
work executed. Only the items which are successfully installed and commissioned will be taken in the
preparation of bill.
All the applicable routine test, type test and other test reports shall be submitted along with the bill
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
85 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
prayer.
57 .1 PAYMENT TERMS
PART-A – INTAKE JETTY
Terms of Payment: Item wise break up (Civil & Mechanical Work) Item wise break up
Break up
Amount as
B After final Approval of drawing design. 90%
per BOQ
Total 100%
2. Planning, designing and construction of Pile foundation of intake jetty cum pumping station in the
river Rupnarayan considering bid documents as per approval from competent authority and
direction of EIC.
Total 100%
3 Planning, design and construction of supper structure of intake jetty cum pumping station,
operator room with sanitation & Plumbing, 1000 litre overhead tank, tube well including concrete
wall, Beam, pump house floor slab, roof slab including Masonry works, Painting, plastering,
finishing , rolling shutter gate , fixing of door and window, Roof treatment and arrangement for
specified capacity HOT crane etc in all respect considering bid documents as per approval from
competent authority and direction of EIC.
Break up
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
86 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
All other works including Masonary works, Painting, 30% Amount as per
B plastering, finishing, rolling shutter gate, fixing of BOQ
door and window, Roof treatment and arrangement
for gantry girder
Total 100%
4 Planning design and construction of 3.0 m walk way above piles cap supported on pier including
plastering, finishing, fixing of hand railings, supply and laying 450 mm dia. ERWMS /DI (K9) Pipe,
arrangement of cable tray etc. in all respect considering bid documents as per approval from
competent authority and direction of EIC
Break up
Total 100%
5 Supply delivery installation of vertical turbine pumping units with its motor and column pipes with
its all-other allied job such as delivery main, NRV, actuator control butterfly valves, common
delivery units, delivery main with butterfly valve and full bored type flow meter, etc. complete in
all respect considering bid documents as per approval from competent authority and direction of
EIC
Break up
Total 100%
6 Supply delivery installation of MCC with its caballing and earthing arrangement of the pumping
station (No welding allowed in earthing strip) complete in all respect considering bid documents as
per approval from competent authority and direction of EIC
Break up
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
87 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
C After successful trial run of the plant. 10 %
Total 100%
7 Supply, delivery, installation, testing & commissioning of VCB, transformer & LT PDB Panel as per
Bid document and as per direction of EIC & EE, (E/M), M.E.Dte.
Break up
Total 100%
8. Testing & Commissioning of the whole installation as per I.E Rules with Govt. Electrical inspector’s
fees as complete in all respect and as per Bid document & as per direction of EIC & EE, (E/M),
M.E.Dte.
Break up
Total 100%
9 Supply delivery & erection of illumination fittings fixture, aviation lamp fittings, exhaust fan.
Celling fan , lightening arrestor with its wiring and earthing arrangement in intake jetty pumping
station complete in all respect considering bid documents as per approval from competent
authority and direction of EIC
Break up
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
88 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
C After successful trial run of the plant. 10 %
Total 100%
10 Planning, design and construction pump operator room with toilet including septic tank, sanitation
& Plumbing, 1000 litre overhead tank, sinking of tube well including wall, Beam, floor slab, roof
slab including Masonry works, Painting, plastering, finishing, rolling shutter gate, fixing of door
and window, Roof treatment etc in all respect considering bid documents as per approval from
competent authority and direction of EIC.
Break up
All other works including Masonary works, Painting, 30% Amount as per
B plastering, finishing, rolling shutter gate, fixing of BOQ
door and window, Roof treatment and arrangement
for gantry girder
Total 100%
PART-B – RAW WATER RISING MAIN FROM INTAKE TO WTP AND CLEAR WATER RISING MAIN FROM
WTP TO ZONAL OHRs.
1. Laying D.I. (K9) pipes (All types, Class and diameter) including supply of DI Pipe & specials,
including earth work in excavation in trenches, shoring (if necessary) of adequate width having
minimum depth to keep the top surface of pipe 1.00M below of the existing ground level in any
kind of soil mixed with boulder, metal crust, concrete pavement, any road sub-grade and its flank
etc., dewatering the trenches, preparing the bottom surface of the trenches for continuous
bedding including sand filling (if necessary) or over ground installation to cross ditches etc.
supported with RCC pillars or pipe carrying steel bridge as & when necessary and fitting, fixing,
jointing (all types of joints) valves, specials etc. as per requirement, in position, cutting,
chamfering of pipes as required, carriage of materials from departmental store to work site,
constructing sluice valve chambers including supply and fitting in position sluice valve of different
dia. as per requirement , filling of the trenches with excavated materials, consolidating the same in
layers, temporary road restoration suitable for vehicular movement, guarding trenches with
temporary bamboo railing for safety where necessary, emergency horizontal auger boring (for
roads other than NH & SH) where necessary with arrangement of necessary permission from
competent authority, removing the surplus materials from site including all labour charges, tools
and plants, pressure testing, cleaning and disinfection of pipes etc. complete in all respect as per IS
12288-1987(latest edition) and instruction of E.I.C.
Break up
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
89 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
Supplying and Laying 100 mm dia. D.I. Pipe (K9) including Specials, Inter connection of Pipe,
temporary restoration, hydraulic testing of D.I. Pipes network and submission of Completion
Drawing etc.
Break up
A After completion 30 % of laying work. including 30%
Specials, Inter connection of Pipe, temporary
restoration
B After completion 60 % of laying work. including 30%
Specials, Inter connection of Pipe, temporary 100 % of
restoration Quoted
C After completion 100 % of laying work. including 30% Rate per meter as per
Specials, Inter connection of Pipe, temporary
BOQ multiplied by
restoration
D After successful hydraulic testing of Pipes 10 %
Executed Length in meter
network and submission of Completion Drawing
Total 100%
Supplying and Laying 150 mm dia. D.I. Pipe (K9) including Specials, Inter connection of Pipe,
temporary restoration, hydraulic testing of D.I. Pipes network and submission of Completion
Drawing etc.
Break up
A After completion 30 % of laying work. including 30%
Specials, Inter connection of Pipe, temporary
restoration
B After completion 60 % of laying work. including 30%
Specials, Inter connection of Pipe, temporary 100 % of
restoration Quoted
C After completion 100 % of laying work. including 30% Rate per meter as per
Specials, Inter connection of Pipe, temporary
BOQ multiplied by
restoration
D After successful hydraulic testing of Pipes 10 %
Executed Length in meter
network and submission of Completion Drawing
Total 100%
Supplying and Laying 200 mm dia. D.I. Pipe (K9) including Specials, Inter connection of Pipe,
temporary restoration, hydraulic testing of D.I. Pipes network and submission of Completion
Drawing etc.
Break up
A After completion 30 % of laying work. including 30%
Specials, Inter connection of Pipe, temporary
restoration
B After completion 60 % of laying work. including 30%
Specials, Inter connection of Pipe, temporary 100 % of
restoration Quoted
C After completion 100 % of laying work. including 30% Rate per meter as per
Specials, Inter connection of Pipe, temporary
BOQ multiplied by
restoration
D After successful hydraulic testing of Pipes 10 %
Executed Length in meter
network and submission of Completion Drawing
Total 100%
Supplying and Laying 250 mm dia. D.I. Pipe (K9) including Specials, Inter connection of Pipe,
temporary restoration, hydraulic testing of D.I. Pipes network and submission of Completion
Drawing etc.
Break up
A After completion 30 % of laying work. including 30%
Specials, Inter connection of Pipe, temporary
restoration
B After completion 60 % of laying work. including 30%
Specials, Inter connection of Pipe, temporary 100 % of
restoration Quoted
C After completion 100 % of laying work. including 30%
Rate per meter as per
Specials, Inter connection of Pipe, temporary
BOQ multiplied by
restoration
D After successful hydraulic testing of Pipes 10 %
Executed Length in meter
network and submission of Completion Drawing
Total 100%
Supplying and Laying 300 mm dia. D.I. Pipe (K9) including Specials, Inter connection of Pipe,
temporary restoration, hydraulic testing of D.I. Pipes network and submission of Completion
Drawing etc.
Break up
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
90 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
A After completion 30 % of laying work. including 30%
Specials, Inter connection of Pipe, temporary
restoration
B After completion 60 % of laying work. including 30%
Specials, Inter connection of Pipe, temporary 100 % of
restoration Quoted
C After completion 100 % of laying work. including 30% Rate per meter as per
Specials, Inter connection of Pipe, temporary
BOQ multiplied by
restoration
D After successful hydraulic testing of Pipes 10 %
Executed Length in meter
network and submission of Completion Drawing
Total 100%
Supplying and Laying 350 mm dia. D.I. Pipe (K9) including Specials, Inter connection of Pipe,
temporary restoration, hydraulic testing of D.I. Pipes network and submission of Completion
Drawing etc.
Break up
A After completion 30 % of laying work. including 30%
Specials, Inter connection of Pipe, temporary
restoration
B After completion 60 % of laying work. including 30%
Specials, Inter connection of Pipe, temporary 100 % of
restoration Quoted
C After completion 100 % of laying work. including 30%
Rate per meter as per
Specials, Inter connection of Pipe, temporary
BOQ multiplied by
restoration
D After successful hydraulic testing of Pipes 10 %
Executed Length in meter
network and submission of Completion Drawing
Total 100%
Supplying and Laying 400 mm dia. D.I. Pipe (K9) including Specials, Inter connection of Pipe,
temporary restoration, hydraulic testing of D.I. Pipes network and submission of Completion
Drawing etc.
Break up
A After completion 30 % of laying work. including 30%
Specials, Inter connection of Pipe, temporary
restoration
B After completion 60 % of laying work. including 30%
Specials, Inter connection of Pipe, temporary 100 % of
restoration Quoted
C After completion 100 % of laying work. including 30% Rate per meter as per
Specials, Inter connection of Pipe, temporary
BOQ multiplied by
restoration
D After successful hydraulic testing of Pipes 10 %
Executed Length in meter
network and submission of Completion Drawing
Total 100%
Supplying and Laying 450 mm dia. D.I. Pipe (K9) including Specials, Inter connection of Pipe,
temporary restoration, hydraulic testing of D.I. Pipes network and submission of Completion
Drawing etc.
Break up
A After completion 30 % of laying work. including 30%
Specials, Inter connection of Pipe, temporary
restoration
B After completion 60 % of laying work. including 30%
Specials, Inter connection of Pipe, temporary 100 % of
restoration Quoted
C After completion 100 % of laying work. including 30%
Rate per meter as per
Specials, Inter connection of Pipe, temporary
BOQ multiplied by
restoration
D After successful hydraulic testing of Pipes 10 %
Executed Length in meter
network and submission of Completion Drawing
Total 100%
Supplying and Laying 150 mm dia. M.S. Pipes including Specials, Inter connection of Pipe,
temporary restoration, hydraulic testing of Pipe network and submission of Completion
Drawing etc.
Break up
A After completion 30 % of laying work. including 30%
Specials, Inter connection of Pipe, temporary
restoration
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
91 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
B After completion 60 % of laying work. including 30%
Specials, Inter connection of Pipe, temporary
restoration 100 % of
C After completion 100 % of laying work. including 30% Quoted
Specials, Inter connection of Pipe, temporary Rate per meter as per
restoration BOQ multiplied by
D After successful hydraulic testing of Pipes 10 %
Executed Length in meter
network and submission of Completion Drawing
Total 100%
Supplying and Laying 200 mm dia. M.S. Pipes including Specials, Inter connection of Pipe,
temporary restoration, hydraulic testing of Pipe network and submission of Completion
Drawing etc.
Break up
A After completion 30 % of laying work. including 30%
Specials, Inter connection of Pipe, temporary
restoration
B After completion 60 % of laying work. including 30%
Specials, Inter connection of Pipe, temporary 100 % of
restoration Quoted
C After completion 100 % of laying work. including 30% Rate per meter as per
Specials, Inter connection of Pipe, temporary
BOQ multiplied by
restoration
D After successful hydraulic testing of Pipes 10 %
Executed Length in meter
network and submission of Completion Drawing
Total 100%
Supplying and Laying 250 mm dia. M.S. Pipes including Specials, Inter connection of Pipe,
temporary restoration, hydraulic testing of Pipe network and submission of Completion
Drawing etc.
Break up
A After completion 30 % of laying work. including 30%
Specials, Inter connection of Pipe, temporary
restoration
B After completion 60 % of laying work. including 30%
Specials, Inter connection of Pipe, temporary 100 % of
restoration Quoted
C After completion 100 % of laying work. including 30% Rate per meter as per
Specials, Inter connection of Pipe, temporary
BOQ multiplied by
restoration
D After successful hydraulic testing of Pipes 10 %
Executed Length in meter
network and submission of Completion Drawing
Total 100%
Supplying and Laying 300 mm dia. M.S. Pipes including Specials, Inter connection of Pipe,
temporary restoration, hydraulic testing of Pipe network and submission of Completion
Drawing etc.
Break up
A After completion 30 % of laying work. including 30%
Specials, Inter connection of Pipe, temporary
restoration
B After completion 60 % of laying work. including 30%
Specials, Inter connection of Pipe, temporary 100 % of
restoration Quoted
C After completion 100 % of laying work. including 30% Rate per meter as per
Specials, Inter connection of Pipe, temporary
BOQ multiplied by
restoration
D After successful hydraulic testing of Pipes 10 %
Executed Length in meter
network and submission of Completion Drawing
Total 100%
Supplying and Laying 350 mm dia. M.S. Pipes including Specials, Inter connection of Pipe,
temporary restoration, hydraulic testing of Pipe network and submission of Completion
Drawing etc.
Break up
A After completion 30 % of laying work. including 30%
Specials, Inter connection of Pipe, temporary
restoration
B After completion 60 % of laying work. including 30%
Specials, Inter connection of Pipe, temporary 100 % of
restoration
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
92 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
C After completion 100 % of laying work. including 30% Quoted
Specials, Inter connection of Pipe, temporary Rate per meter as per
restoration BOQ multiplied by
D After successful hydraulic testing of Pipes 10 % Executed Length in meter
network and submission of Completion Drawing
Total 100%
Supplying and Laying 400 mm dia. M.S. Pipes including Specials, Inter connection of Pipe,
temporary restoration, hydraulic testing of Pipe network and submission of Completion
Drawing etc.
Break up
A After completion 30 % of laying work. including 30%
Specials, Inter connection of Pipe, temporary
restoration
B After completion 60 % of laying work. including 30%
Specials, Inter connection of Pipe, temporary 100 % of
restoration Quoted
C After completion 100 % of laying work. including 30% Rate per meter as per
Specials, Inter connection of Pipe, temporary
BOQ multiplied by
restoration
D After successful hydraulic testing of Pipes 10 %
Executed Length in meter
network and submission of Completion Drawing
Total 100%
Supplying and Laying 450 mm dia. M.S. Pipes including Specials, Inter connection of Pipe,
temporary restoration, hydraulic testing of Pipe network and submission of Completion
Drawing etc.
Break up
A After completion 30 % of laying work. including 30%
Specials, Inter connection of Pipe, temporary
restoration
B After completion 60 % of laying work. including 30%
Specials, Inter connection of Pipe, temporary 100 % of
restoration Quoted
C After completion 100 % of laying work. including 30%
Rate per meter as per
Specials, Inter connection of Pipe, temporary
BOQ multiplied by
restoration
D After successful hydraulic testing of Pipes 10 %
Executed Length in meter
network and submission of Completion Drawing
Total 100%
Supplying and laying of 100 mm dia Sluice valve and Construction of valve chamber as per
direction of EIC . as per with departmental approved drawing
Break up
A After Supplying and laying of Sluice valve 70% 100 % of Quoted
Rate per unit as per BOQ)
B After completion of valve chamber 30% multiplied by Executed
unit
Total 100%
Supplying and laying of 150 mm dia Sluice valve and Construction of valve chamber as per
direction of EIC . as per with departmental approved drawing
Break up
A After Supplying and laying of Sluice valve 70% 100 % of Quoted
Rate per unit as per BOQ)
B After completion of valve chamber 30% multiplied by Executed
unit
Total 100%
Supplying and laying of 200 mm dia Sluice valve and Construction of valve chamber as per
direction of EIC . as per with departmental approved drawing
Break up
A After Supplying and laying of Sluice valve 70% 100 % of Quoted
Rate per unit as per BOQ)
B After completion of valve chamber 30% multiplied by Executed
unit
Total 100%
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
93 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
Supplying and laying of 250 mm dia Sluice valve and Construction of valve chamber as per
direction of EIC . as per with departmental approved drawing
Break up
A After Supplying and laying of Sluice valve 70% 100 % of Quoted
Rate per unit as per BOQ)
B After completion of valve chamber 30% multiplied by Executed
unit
Total 100%
Supplying and laying of 300 mm dia Sluice valve and Construction of valve chamber as per
direction of EIC . as per with departmental approved drawing
Break up
A After Supplying and laying of Sluice valve 70% 100 % of Quoted
Rate per unit as per BOQ)
B After completion of valve chamber 30% multiplied by Executed
unit
Total 100%
Supplying and laying of 350 mm dia Sluice valve and Construction of valve chamber as per
direction of EIC . as per with departmental approved drawing
Break up
A After Supplying and laying of Sluice valve 70% 100 % of Quoted
Rate per unit as per BOQ)
B After completion of valve chamber 30% multiplied by Executed
unit
Total 100%
Supplying and laying of 400 mm dia Sluice valve and Construction of valve chamber as per
direction of EIC . as per with departmental approved drawing
Break up
A After Supplying and laying of Sluice valve 70% 100 % of Quoted
Rate per unit as per BOQ)
B After completion of valve chamber 30% multiplied by Executed
unit
Total 100%
Supplying and laying of 450 mm dia Sluice valve and Construction of valve chamber as per
direction of EIC . as per with departmental approved drawing
Break up
A After Supplying and laying of Sluice valve 70% 100 % of Quoted
Rate per unit as per BOQ)
B After completion of valve chamber 30% multiplied by Executed
unit
Total 100%
Supplying and laying of 80 mm dia Air release valve as per direction of EIC. as per with
departmental approved drawing
Break up
A After Supplying and laying of air valve 80% 100 % of
After successful hydraulic testing of Quoted
B network and submission of Completion 20% Rate per unit as per BOQ)
Drawing multiplied by Executed unit
Total 100%
300 mm dia(ID)M.S.Pipe Conduits with 8 mm thick M.S.plate by H.D.D.including 150 mm
dia Carrier (DI) pipe within the Conduit across and underneath the S.H. (Details are given
in scope of work.)
Break up
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
94 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
Quoted
After successful hydraulic testing of Pipes
B network and submission of Completion 10% Rate per meter as per
Drawing BOQ multiplied by
Executed Length in meter
Total 100%
M.S. Pipe Carrying Bridge over Canal Length -175 Mtr, Width-2.5 mtr as per direction of
EIC . as per with departmental approved drawing
Break up
After successful hydraulic testing of Pipes Rate per Sqm as per BOQ)
B network and submission of Completion 10% multiplied by Executed
Drawing unit
Total 100%
Terms of Payment: Item wise break up (Civil & Mechanical Work) Item wise break up
Break up
100%
2. Planning, Designing and construction of Inlet Well, Parshall flume with channel,
Flashmixer, Clariflocculator (2no.) including Plastering, Painting, Inlet pipe installation,
Valve, Flowmeter, Byepass arrangement to Clariflocculator by placing flow control
valve of approved quality before Inlet Well with all civil works etc. for water
treatment plant of 17.21 MLD capacity complete in all respect as per approved
drawing and direction of E.I.C.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
95 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
Approval. Quoted Amount as per
BOQ
B After final Approval of drawing design. 90%
Total 100%
3 Planning, Designing and construction of Inlet Well, Parshall flume with channel,
Flashmixer, Clariflocculator including Plastering, Painting, Inlet pipe installation, Valve,
Flowmeter, Byepass arrangement to Clariflocculator by placing flow control valve of
approved quality before Inlet Well with all civil works etc. for water treatment plant of
17.21 MLD capacity complete in all respect as per approved drawing and direction of
E.I.C.
Break up
Total 100%
4 Planning, Design and construction of Rapid gravity filter with under drainage system ,
filter media, Clearwater & backwash water channels, all scouring and backwash
arrangement, blower, Siphon, all gates and valves, ROF ,LOH gauges, control console ,
rate controller, Electric Actuator sand actuator control gates and valve sand all other
filter equipment’s complete in all respect including flooring, plastering, painting, roof
treatment & all other finishing works etc. for water treatment plant of 22 MLD capacity
complete in all respect as per approved drawing and direction of E.I.C
(Filter bed must be covered by RCC roof with masonry wall allaround with door
windows system)
Break up
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
96 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
Total 100%
5 Filling & Land development of Whole Premises up to High Flood Level (HFL) with
ramming, compacting, levelling, and finishing including construction of RCC retaining
wall
Break up
Total 100%
6 Planning, Design and construction of Filtration unit with Blower room, MCC room, lobby,
Elevated service reservoir of desired capacity or above at least 2 Filter bed backwash
capacity reservoir following CPHEEO Manual) & 13.0Mtr. Staging height for backwash
water, preparation of chemical solution and dosing arrangement and other requirements
with plastering, painting, flooring, roof treatment, door windows etc. complete in all
respect and direction of EIC.
Break up
Total 100%
Break up
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
97 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
C After completion of all finishing work including 15%
electrical work
Total 100%
8 Planning, Designing and construction & commissioning of Clear water reservoir with
high lift pump house including ironate flooring plastering, pointing, roof treatment and
all other finishing work complete in all respect as per approved drawing & direction of
E.I.C.
Break up
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
98 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
Total 100%
Break up
Total 100%
10 Construction of 2.1 m High (From FGL) boundary wall with RCC Column Frame structure
with along with barbed fencing with good architectural steel gate (5.0 m)with anti
corrosive painting, including surface drain , internal road with Paver Block Finishing as
per approved drawing and direction of E.I.C. in all respect .
Break up
Total 100%
11 Planning design & Construction of HT Substation Building (RCC framed) with brick work,
plastering, painting, ironite flooring, door window & roof treatment in consultation with
power agency & as per approved drawing and direction of E.I.C. in all respect .
Break up
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
99 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
B After completion of All structural work above 25% 2 % of
FGL
Quoted
C All work including finishing Complete in all
Amount
respect
10 % as per
BOQ
D After successful trial run and Commissioning
of the plant
10%
Total 100%
Electro-Mechanical Part
12 Supply, delivery and installation of all Electro-mechanical equipments for Clear water
resorvior with all necessary pump & motor in all respect as per approved drawing and
direction of EIC.
Break up
Total 100%
Break up
100%
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
100 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
14 Supply, delivery and installation of Electro-mechanical equipments for PDB cum MCC &
Earthing in all respect as per approved drawing and direction of EIC.
Break up
Total 100%
15 Supply, delivery and installation of Electro-mechanical equipments for cable, cable tray,
distribution wiring, mechanical type level indicator as mentioned in Bid Document
complete in All respect as per approved drawing and direction of EIC.
Break up
Total 100%
Break up
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
101 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
Testing, Commissioning and after successful 10% BOQ
C trial run of the plant..
Total 100%
Break up
Total 100%
18 Supply, delivery and installation of Electromechanical equipments for Rapid gravity filter
with under drainage system, filter media, Clearwater & backwash water channels, all
scouring and backwash arrangement, blower, Syphone, all gates and valves, ROF, LOH
gauges, control console, rate controller, Electric Actuator sand actuator control gates
and valve sand all other filter equipment’s complete in all respect including flooring,
plastering, painting, roof treatment & all other finishing works etc. for water treatment
plant of 22 MLD capacity complete in all respect as per approved drawing and direction
of E.I.C
(Filter bed must be covered by RCC roof with masonry wall all around with door
windows system)
Break up
Total 100%
Break up
Total 100%
Break up
Total 100%
Break up
Total 100%
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
103 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
PART-B Operation and maintenance of the Intake Jetty & WTP (both Civil and Electro
mechanical works) for 5 (Five) years
1. Operation and maintenance of this Project (both Civil and Electro-mechanical works)
for 5 (Five) years ensuring smooth and effective run of comprehensive system under the
contact to obtain designed discharge from intake well and delivered the designed
quantity discharge at Intake point & at the inlet of WTP.
This work also includes supplying adequate number of operator personnel and skilled
labour with a provision for necessary training to the personnel appointed by the ULB
including supplying all sundry materials required to run the plant, and replacement of all
types of damaged component etc. (excluding energy charges) complete in all respect as
per Bid document and as per direction of EIC.
Break up
b) The 100 % of Security deposit or Retention money will be returned as per the
clause mentioned in G.O. No. 5784-PW/L&A/2M-175/2017, Dt. 12.09.2017 of
Principal Secretary, Public Works Department.
Security Deposit: Additional Security Deposit @ 8% (eight percent) will be deducted from each and every running
bill. The entire amount of such 10% (ten percent) of Security Deposit (Initial 2% EM + additional 8%) will be
refunded without any interest only after successful completion of the whole work as per PWD order No. 5784-
PW/L&A/2M-175/2017 Dated: 12.09.2017, wherein, Construction of new building / new bridge / new culvert, the
Defect Liability Period of the work shall be five years from the date of completion of the work;
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
104 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
58.0 APPROVAL ONLY BY MAINTENANCE CERTIFICATE
No certificate other than the maintenance certificate referred to in clause 59 hereof shall be deemed to constitute
final approval of the works.
1) The Maintenance Certificate stating that the Works have been completed and maintained to the satisfaction
of the Engineer, shall be issued by him within twenty eight days after the expiration of the period of Maintenance, or
if different periods of maintenance shall become applicable to different sections or parts of the Works, the
expiration of the latest such period, or as Soon thereafter as any works ordered during such period, pursuant to
Clauses 4) and 48 hereof (shall have been completed to the Satisfaction of the Engineer). With regard to defects that
may arise during the Period of Maintenance, the Contractor shall be responsible to carry out
restoration/rectification of damages as are attributable to defects in works carried out under this Contract. The
decision of the Employer in the regard shall be final and binding on the contractors.
2) Cessation of Employer's liability: The Employer shall not be liable to the Contractor for any matters or
thing arising out of or in connection with the Contractor for any matters or thing arising out of or in connection with
the Contract or the execution of the Works, unless the Contractor shall have made a claim in writing in respect
thereof before the delivery of the Maintenance Certificate under this Clause.
3) Unfulfilled obligations: Notwithstanding the issue of the Maintenance Certificate the Contractor and, subject
to the sub-clause (2) of the Clause, the Contractor shall remain liable for the fulfilment of any obligation incurred
under the provisions of the Contract prior to the issue of the Maintenance Certificate which remains imperforated at
the time such Certificate is issued and for the purpose of determine the nature and extent of any such obligation,
the Contract shall be deemed to remain in force between the parties hereto,
1) Default of contractor: If the Contractor shall become bankrupt, or have a receiving order made against him,
or shall present his petition in bankruptcy, or shall made an arrangement with or assignment in favour of his
creditors, or shall age to carry out the Contract under a committee of inspection of his creditors or, being a
corporation, shall go into liquidation (other than a voluntary liquidation for the purpose of amalgamation or
reconstruction), or if the Contractor shall assign the Contract, without the consent in writing of the Employer first
obtained, or shall have an execution levied on his goods, or if the Engineer shall certify in goods, or if the Engineer
shall certify in writing to the Employer that in his opinion the Contractor :
b) Without reasonable excuse has failed to commence the Works or has suspended the progress of the Works for
twenty eight days after receiving from the Engineer written notice to proceed, or
c) Has failed to remove materials from the Site or to pull down and replace work for twenty eight days after
receiving from the Engineer written notice that the said materials or work had been condemned and/or rejected by
the Engineer under these conditions, or
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
105 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
d) Despite previous warnings by the Engineer, in writing, is not executing the Works in accordance with the
Contract, or is persistently or flagrantly neglecting to carry out his obligation under the Contract, or
e) Has, to the detriment of good workmanship, or in defiance of the Engineer's instructions to the contrary, sublet
any part of the Contract.
Then the Employer may, after giving fourteen day's notice in writing to the Contractor, enter upon the Site
and the Works and expel the Contractor therefore without thereby avoiding the Contract, or releasing the Contractor
from any of his obligations or liabilities under the Contract, or affecting the rights and powers conferred on the
Employer or the Engineer by the Contract, and may himself complete the Works or may employ any other
contractor or agency to complete the Works. The Employer or such other contractor may use for such completion
so much of the Constructional Plant, Temporary Works and materials, which have been deemed to be reserved
exclusively for the execution of the Works, under the provisions of the Contract, as he or they may think proper and
the Employer may, at any time, sell any of the said Constructional Plant, Temporary Works used and unused
materials and apply the proceeds of sale in or towards the satisfaction of any sums due or which may become due
to him from the Contractor under the Contract.
2) Valuation at date of forfeiture: The Engineer shall, as soon as may be practicable after any such entry and
expulsion by the Employer, fix and determine expert, or by or after reference to the parties, or after such
investigation or enquiries as he may think fit to make or institute and shall certify what amount, if any, had at the
time of such entry and expulsion been reasonably earned by or would reasonably accrue to the Contractor in
respect of work then actually done by him under the Contract and the value of any of the said unused or partially
used materials, and Constructional Plant and any Temporary Works.
3) Payment after forfeiture: If the Employer shall enter and expel the Contractor any money on account of the
Contract until the expiration of the Period of Maintenance and thereafter until the costs of execution and
maintenance, damages for delay in completion, if any and all other expenses incurred by the Employer have been
ascertained and the amount thereof certified by the Engineer. The Contractor shall then be entitled to receive only
such sums or sums, if any, as the Engineer may certify would have been payable to him upon due completion by
him after deducting the said amount. If such amount shall exceed the sum which would have been payable to the
Contractor on due completion by him, then the Contractor shall, upon demand, pay to the Employer the amount of
such excess and it shall be deemed a debt due by the Contractor to the Employer and shall be recoverable
accordingly.
If, by reason of any accident, or failure, or other event occurring to in or in connection with the Works, or
any part thereof, either during the execution of the Works, or during the period of Maintenance, any remedial or
other work or repair shall, in the opinion of the Engineer or the Engineer's Representative, be urgently necessary
for the safety of the Works and the Contractor in unable or unwilling at once to do such work or repair, the
Employer may employ and pay other persons to carry out such work or repair as the Engineer or the Engineer's
Representative may consider necessary.
If the work or repair so done by the Employer is work which in the opinion of the Engineer, the Contractor
was liable to do at his own expense under the Contract, all expenses properly incurred by the Employer in so doing
shall be recoverable from the Contractor by the Employer, or may be deducted by the Employer from any sums due
or which may become due to the Contractor, Provided always that the Engineer or the Engineer's Representative,
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
106 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
as the case may be, shall, as soon after the occurrence of any such emergency as may be reasonably practicable,
notify the Contractor thereof in writing.
1) No liability for war, etc., Risks- The Contractor shall be under no liability whatsoever whether by way of
identity or otherwise for or in respect of destruction of or damage to the Works, same to work condemned under the
provision of Clause 38 hereof prior to the occurrence of any special risk hereinafter mentioned, or to property
whether of the Employer or third parties, or for or in respect of injury or loss of life which is the consequence of any
special risk as hereinafter defined The employer shall indemnify and save harmless to Contractor against and from
the same and against and from the same and against and from all claims, proceedings, damages, costs, charges
and expenses whatsoever arising there out or in connection therewith.
2) Damage to works, etc., by special risks - If the Works or any materials on or near or in transit to the Site, or
any other property of the Contractor used or intended to be used for the purposes of the Works, shall sustain
destruction of damage by reason or any of the said special risks the Contractor shall be entitled to payment for:
a) Any permanent work and for any materials so destroyed or damaged and so far as may be required by the
Engineer, or as may be necessary for the completion of the Works, or the basis of cost plus such profit as the
Engineer may certify to be reasonable;
c) Replacing or making good such materials or other property of the Contractor used or intended to be used for the
purposes of the Works.
3) Projectile missile etc.: Destruction, damage, injury or loss of life caused by the explosion or impact
whenever and wherever occurring of any mine, bomb, shell, grenade, or other projectile, missile, ammunition, or
explosive of war, shall be deemed to be a consequence of the said special risks.
4) Increase cost arising from special risks: The Employer shall repay to the Contractor any increased cost
of or incidental to the execution of the Works, other than such as may be attributable to the cost of reconstructing
work condemned under the provisions of Clause 38 hereof, prior to the' occurrence of any special risk, which is
howsoever attributable to or consequent on or the result of or in any way whatsoever connected with the said
special risks, subject however to the provisions in this Clause hereinafter contained in regard to outbreak of war,
but the 'Contractor shall as soon as any such increase of cost shall come to his knowledge forthwith notify the
Executive Engineer, ................... Division ,MED thereof in writing.
5) Special Risks: The special risks are war, (whether war be declared or not), invasion, act of foreign enemies,
the nuclear and pressure waves risk described in Clause 19(2) hereof, or in so far as it relates to the country in
which the works are being or are to be executed or maintained, rebellion, revolution, insurrection, military or
usurped power, civil war, or unless solely restricted to the employees of the Contractor or of his Sub-Contractor
and arising from the conduct of the Works, riot, commotion or disorder.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
107 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
6) Outbreak of war: If, during the currency of the Contract, there shall be an outbreak of war, whether war is
declared or not, in any part of the world which, whether financially or otherwise, materially affects the execution of
the works, the Contractor shall, unless and until the Contract is terminated under the provisions of this Clause,
continue to use his best endeavours to complete the execution of the Works. Provided always that the Employer
shall be entitled at any time after such outbreak of war to terminate the Contract by giving written notice to the
Contractor and upon such notice being given, this Contract shall, except as to the rights of the parties under this
Clause and to the operation of Clause 64 hereof, terminate but without prejudice to the rights of either party in
respect of any antecedent breach thereof
7) Removal of plant of termination: If the Contract shall be terminated under the provisions of the last
proceeding sub-clause, the Contractor shall, with all reasonable dispatch, remove from the Site all constructional
Plant and shall give similar facilities to his Sub-Contractors to do so.
8) Payment if Contract terminated: If the Contract shall be terminated as aforesaid, the Contractor shall
be paid by the Employer, in so far as such amounts or items shall not have already been covered by payments on
account made to the Contractor, for all work executed prior to the date of termination at the rates and prices
provided in the Contract and in addition
a) The amounts payable in respect of any preliminary items, so far as the work carried out or performed, and a
proper proportion as certified by the Engineer of any such items, the work or service comprised in which has been
partially carried out or performed.
b) The cost of materials or goods reasonably ordered for the Works which shall have been delivered to the
Contractor or of which the Contractor is legally liable to accept delivery such materials or goods becoming the
property of the Employer upon such payments being made by him.
c) A sum to be certified by the Engineer, being the amount of any expenditure reasonably incurred by the
Contractor in the expectation of completing the whole of the Works in so far as such expenditure shall not have
been covered by the payments in this sub-clause before mentioned.
d) Any additional sum payable under the provisions of sub-clause (I), (2) and (4) of this Clause. Provided always
that against any payments due from the Employer under this sub-clause, the Employer shall be entitled to be
credited with any outstanding balances due from the contractor for advances in respect of Constructional Plant and
materials and any other sums which at the date of termination were recoverable by the Employer from the
Contractor under the terms of the Contract and provided that if the termination be made in exercise of Clause C-
60(1), no payment shall be released under ClauseC-62(8) (a) to (d).
63.0 FRUSTRATION
Payment in event of Frustration: A war, or other circumstances outside the control or both parties, arises after
the Contract is made so that either party is prevent from fulfilling his contractual obligations, or under the law
governing the Contract, the parties are released from further performance, then the sum payable by the Employer to
the Contractor in respect of the work executed shall be the same as would have been payable under Clause 62
hereof if the Contract had been terminated under the provisions of Clause 62 thereof.
64.0 SETTLEMENT OF DISPUTES
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
108 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
Settlement of Disputes: If any dispute or difference of any kind whatsoever shall arise between the Employer
and the Contractor or the Engineer and the Contractor in connection with, or arising out of the Contract, of the
execution of the Works, whether during the progress of the Works or after their completion and whether before or
after the termination, abandonment or breach of the Contract, it shall be settled in the court of law having
jurisdiction within ................... District, provided that such a recourse shall not be resorted to without exhausting all
other reasonable avenues of redresser.
65. NOTICES
1) Contractor's local office and service of notices to contractor: The Contractor shall have a local office at
or near the Site of work; full address thereof shall be intimated by the Contractor or his authorized Agent to the
Employer as well as to the Engineer. All Certificates notice or written orders to be given by the Employer or by the
Engineer to the Contractor under the terms of the Contract shall deemed to have been served by sending by post to
or delivering the same to the Contractor's local office.
2) Service of notice to employer: All Notice to be given to the employer under the terms of the Contract shall be
served by sending by Registered post or delivering the same to the address given below:
(3) Change in Address of the Employer, the Engineer or the Contractor may change a nominated address to
another address by prior written notice to the other two and in that event shall resume receiving of communication
28 days after delivery of such notice.
67.0 MISCELLANEOUS
Dangerous materials: Explosive, chemicals, combustible articles and items and similar materials intended for
the Works shall be conveyed, stored and used by the Contractor and his sub-contractors In accordance with all
laws, decrees, instruments, orders and regulations imposed by the Government or any of its instrumentalists.
Observance of all safety provisions shall be the obligation of the Contractor and nothing herein shall release him
from full responsibility for damage or injury to persons or properties resulting from his use of these dangerous
materials.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
110 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
Superintending Engineer, ................... Circle
Municipal Engineering Directorate
SECTION – D
1.0 GENERAL
1.1.1 All materials used in the temporary works shall be of the best quality of the kind and to the approval of the Engineer-in-Charge.
Any material not covered by these Specifications, shall comply with the relevant latest Indian Standard Specifications (Referred
to as IS as revised or modified up-to the date one month prior to Tender date). British or American Standard Specifications shall
be referred to in case any particular specification is not available in any of the aforesaid Specifications. For materials not
specified in the aforesaid, direction of the Engineer-in-Charge shall be followed. All disputes shall be referred to the Employer,
whose decision shall be final and binding.
1.1.2 Samples of materials to be supplied and used, by the Contractor in the works shall be to the prior approval of the Engineer-in-
Charge. For this purpose, the Contractor shall furnish in advance representative samples in quantities and in the manner as
directed by the Engineer-in-Charge for his approval. Materials brought to the Site, which in the option of the Engineer-in-Charge
do not conform to the approved sample, shall, if so directed by him, be removed by the Contractor from the Site and replaced by
the materials of approved quality.
1.1.3 In spite of approval of the Engineer-in-Charge of any materials brought to the site, he may subsequently reject the same if in his
opinion the material has since deteriorated due to long or defective storage or for any reason whatsoever and is thereby
considered unfit for use in the temporary works. Any material thus rejected shall be immediately removed from the Site at
Contractor's cost and expense.
1.1.4 All materials brought to the Site shall be properly stored and guarded in the manner as directed by the Engineer-in-Charge and to
his satisfaction.
1.1.5 The Engineer on written request of EIC may carry out test of materials as he may decide. The Contractor shall, at his cost and
expenses, for this purpose supply requisite materials and render such assistance to the Engineer-in-Charge as he may require.
1.2 Workmanship
All works are to be carried out in proper workman like manner. Items of works not covered by these Specifications or by other tender
documents shall be carried out as per best practice according to the direction of the Engineer-in-Charge and to his satisfaction. The
relevant IS Specifications or in case of necessity British or American Standard Specifications shall be taken as guide for the purpose.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
111 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
The rates for all items, unless specifically stated otherwise in the Contract, must cover the cost of all materials, labours, tools, machinery,
plant, pumps, explosives, scaffolding, staging strong props, bamboos, ropes, templates, pages and all appliances and operations
whatsoever necessary for efficient execution of work.
The Contractor is to visit the site and ascertain local conditions, traffic restrictions and obstructions in the area and allow for extra
expenses likely to be incurred due to any limitations whatsoever. The Finished ground level (FGL) have to obtained by the bidder and
quoting the rate by E.I.C in written.
The Contractor is to set and level the works, and will be responsible for the accuracy for the same. He is to provide all instruments and
proper qualified staff required for checking the Contractor's work.
1.6 Safety
The Contractor shall take, adequate precaution to provide complete safety for prevention of accidents on the site.
The Contractor shall provide and maintain at his own cost, electrically or other power-driven pumps and other plant and equipment to keep
site excavated foundation pits and trenches free from surface as well as subsoil/leakage water from any other source thereof and continue
to do so to the complete satisfaction of the Engineer-in-Charge till the site is handed over. Method of dewatering shall need approval of the
Engineer-in-Charge but no payment whatsoever is allowed on this count.
1.8 Rubbish
1.8.1 The Contractor shall clear all rubbish, vegetation, roots, soda etc., and dump them in the area indicated to the satisfaction of
Engineer-in-Charge. No separate rate shall be allowed for the above work.
1.8.2 After the work is completed, the Contractor shall clear the area surrounding the buildings, all hutments and excess stores and
remnants of building materials such brick bats, metal, sand, timber, steel etc.
The Contractor shall protect surveyor's benchmarks and ground water gauges, zero-line marks and base line marks and base line marks
from damage of movement during work.
1.10 Inspection
The Contractor shall inspect the Site of works and ascertain site condition and the nature of soil to be excavated.
The Contractor must provide at all times efficient staff of trustworthy, skilful and experienced assistance capable of carrying out the work in
accordance with the drawings and specification and to correct levels. The cost this establishment should be included in his rates.
Unless otherwise specified, the method of measurement for building works shall be as per IS: 1200.
2.1 General
Applicable provisions of Conditions of contract shall govern work under this section.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
112 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
2.2 Excavation for Foundation, Trenches, Pit etc.
The excavation work shall be carried out in all kinds of Soil including Sand in workman link manner without endangering the safety of the
nearby Structures or works without causing any hindrance to other activities in the area. The existence of old buildings, boundary walls,
hutment, sewer lines, water lines, if any very close to the area of excavation should be given careful consideration while designing carrying
out the excavation work. The excavation shall be done in such method as would technically be appropriate and befitting the site conditions
subject to the approval of the Engineer-in-Charge. All foundation trenches shall be excavated to the full width and depths shown on the
approved drawing or to such ordered to the Contractor. The Contractor shall not undertake any earthwork without having obtained prior
approval from the Engineer-in-Charge to the methods he proposes to employ in order to execute the work in the most efficient manner. He
shall not modify such methods without the approval of the Engineer-in-Charge. This approval, however, shall not in any way make the
Engineer-in-Charge responsible for any consequent loss or damage.
2.2.1 Should any excavation be taken down the specified levels, the Contractor shall fill in such excavation at his own cost with
concrete as specified for foundations, well rammed in position until it is brought up to the specified level.
2.2.2 The Contractor shall notify when the excavation is completed and no concrete or masonry shall be laid until the soil for each
individual footing, rafts etc. is approved.
2.2.3 The Contractor shall keep the site clear of water at all times. To this end he shall provide arrangements for bailing and pumping
or any special arrangements as required within his quoted prices.
2.2.4 All foundation pits shall be refilled to the finished ground level (formation level) with approved materials, which shall be suitably
consolidated in layers to the satisfaction of the Engineer-in-Charge.
2.2.5 Nothing extra will be paid for bailing out water collecting in excavation due to rains, ordinary springs, leakage from any other
sources etc., or any other reason.
2.2.6 For the work of excavation the Tenderer shall include in his quotation the shoring, sheeting, bracing and sheet pilling (if required).
The quotation shall also include the cost of compaction of foundation sub-base, removal and storage of excavated materials and
back filling.
2.3 Shoring
Timber shoring whenever required shall be closed boarded with minimum 50mm thick good and seasoned timber planks of sufficient
length driven side-by-side to the required depth. The gaps between adjacent timber planks shall such would not allow any flow of soi1
particles, if necessary, the sides of the planks shall be planed smooth to ensure this. Sufficient numbers of bracing struts, walling etc. are
to be provided to make the shoring rigid and non-yielding by earth pressure. Where necessary, sheet pilling shall be done to ensure safety
to the adjoining structures, if it is found that it is not feasible to protect the structure by timber shoring only. The Tenderer is strongly
advised to inspect the site before tendering and apprise himself of the requirement of any Sheet piling in addition to the timber shoring
before submitting his Quotation accordingly.
The space around the foundations in trenches or sites shall be cleared of all trash and loose debris and filled with approved excavated
earth, all clods being broken up to the finished G.I. Filling shall be done in 200mm layers, each layer to be property moistened and well
rammed. Excavated materials which is surplus or which is consolidated unsuitable for back filling shall have to be disposed of in spoil
dumps as directed by the Engineer-in-Charge. No extra payment will be made for this.
3.0 CONCRETE
3.1 General
3.1.1 Applicable provisions of Conditions of Concrete shall govern work under this section.
3.1.2 All concrete work, plain or reinforced shall be carried out strictly in accordance with this specification and any working drawing or
instructions given from time to time to the Contractor.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
113 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
3.1.3 The Contractor's states shall allow for wastages in all materials as well as for all tests of materials and concrete.
3.1.4 No concrete shall be cast in the absence of the Engineer-in-Charge or any other person duly authorized by him. The Contractor's
Engineer shall personally check that both the form work and reinforcement have been correctly placed and fixed, and shall satisfy
himself that all work preparatory to the casting is completely ready, before informing the Engineer-in-Charge for final inspection
and approval and for which purpose at least 24 hours’ notice shall be given by the Contractor.
3.1.5 The Indian Standards wherever referred to herein shall be the latest addition of such standards.
3.2 CEMENT
Cement shall conform for IS: 12269; 1987 Cement tests shall have to be carried out at Contractor's expense as and when directed.
Cement, which has or practically set, shall not be used under any circumstances. The important structures should be constructed with the
grade of cement not below 53 (Grade-53). No extra payment will be made for using Grade-53 cement or more grades available in
departmental store.
The brand of cement used for the work will selected & approve by the E.I.C in writing before execution of work.
3.3 AGGREGATES
The fine and coarse aggregates shall conform to all provisions and test methods of IS: 383 and/or IS: 5l5. Samples of aggregates,
proposed to be used in the work shall be submitted free of charge in sufficient quantities to the Engineer-in-Charge with sieve analysis and
other physical and chemical analysis data for his approval. He will preserve approved samples for future reference. This approval will not
in any way relieve the Contractor of his responsibility of producing of specified qualities.
Coarse aggregates for use all reinforced and other plain cement concrete works shall be crushed black granite trap stone obtained from
approved source and shall consist of uncoated, hard, strong dense and durable pieces of crushed stone, and be free from undesirable
matters, viz. Disintegrated stones soft, friable, thin, elongated or laminated pieces, dirt, salt, alkali, vegetable matter or other deleterious
substances. The aggregates shall be thoroughly washed with water and cleaned before use to the satisfaction of the Engineer-in-Charge
at no extra cost of the Employer.
The maximum size of coarse aggregates shall be as follows unless specified otherwise elsewhere.
Reinforced Concrete : 20 mm
Plain Concrete : 20 mm
Thin R. C. C. Members
Grading of coarse aggregates for a particular size shall generally conform to relevant I.S Codes and shall be such as to produce a dense
concrete of the specified proportions and or strength and consistency that will work readily in position without segregation.
Sand shall be clear River sand brought from approved source and consist of siliceous material, having hard, strong, durable uncoated
particles, free from undesirable matters viz. dust lumps, soft or flaky particles or other deleterious substances. The amount of undesirable
shall not exceed the percentage limits by weights as specified in relevant IS Codes. Washing of aggregates by approved means shall be
carried out, if desired by the Engineer-in-Charge, at no extra cost to the Employer.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
114 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
Coarse and fine sand shall be well graded within the limits by weight as specified in relevant IS Code. Fineness Modulus shall not vary by
more than plus or minus 0.20 from that of the approved sample. Fineness Modulus for sand should not be less than 2.5.
3.4 REINFORCEMENT
3.4.1 The Contractor shall prepare and furnish to the Engineer-in-Charge, Bar Bending Schedules in considerations of the approved
drawings for all R.C. C. works for review and checking by the Engineer-in-Charge well before taking up the work.
3.4.2 The High Yield strength deformed bar (HYSD) shall conform to IS: 1786-1990.
All steel for reinforcement shall be free from loose, oil, grease, paint or other harmful matters immediately before placing the
concrete.
3.4.3 The Reinforcement shall be bent to the shapes shown on the approved drawings prior to placing and all bars must be bent cold.
The Steel shall be placed in such a way that it is rigidly held in position while concrete is being cast. The correct clearance from
the form shall be maintained by either pre-cast mortar blocks or by metal supporting chairs to be supplied by the Contractor free
of charge.
The intersection of roads crossing one another shall be bound together with soft pliable with No. 16 to 18 SWG at every
intersection so that reinforcement will not be displaced in the process of depositing concrete. The loops of binding wire should be
tightened by pliers and welding of reinforcement for lapping & binding should be done if desired by E.I.C. No extra payment will
be made for this purpose.
3.4.4 The work of reinforcement shall also be inclusive of stirrups distribution bars, binders, initial straightening and removing of loose
rust, if necessary, cutting to requisite length, hooking and bending to correct shape, placing in proper position including supplying
and binding with block annealed wire as stated in clause 3.4.3 above.
3.4.5 The brand of steel used for the work will selected & approve by the E.I.C in writing before execution of work.
3.5 WATER
The Water shall be clean and free from Alkali oil or injurious amounts of deleterious materials. As far as possible, the water is of such
quality that it is potable. If any chemical analysis of water is necessary and ordered, the same shall be carried out at an approved
laboratory at the Contractor’s cost and expenses.
3.6.1 The concrete proportions shall be as indicated on the approved drawings and shall conform to IS: 456 & IS: 3370. The quality
and character of concrete shall be governed by IS: 10262. It should be sampled and analysed as per IS: 1199. The concrete
should stand the test specified in IS: 516.
3.6.2 The minimum cover of main reinforcement shall be as per relevant IS: Codes. Cover to any reinforcement of R.C.C. piles shall be
minimum 65 mm in case in-situ and 50 mm in case of pre-cast piles. Suitable spacer blocks shall be provided at intervals not
exceeding 1.2 m. throughout the length of the pile.
3.6.3 The workability shall be measured by slump. Slump for different grades of concrete shall not exceed following unless specifically
permitted by the Engineer-in-Charge.
The Concrete shall be thoroughly and shall be efficiently vibrated during laying. The use of mechanical vibrators shall comply with
IS: 2608, IS: 2506 and IS: 456. Whenever vibration has to be applied externally, the design of formwork and deposition of
vibration shall receive special consideration to ensure efficient compaction and to avoid surface blemishes.
3.7 WORKMANSHIP
3.7.1 All Concreting work shall be carried out according to the IS: 456, IS: 3370, and other related codes. It should, however, be noted
that for every 15 M3 of concrete placed or for every one day's volume of concrete whichever is lower, a minimum of 3 (three)
Cubes shall be kept for test purpose, and tested at the Contractor's cost and expenses at a Laboratory as approved by the
Authority. The number of test cubes may, however, be altered at discretion of the Engineer-in-Charge. It is compulsory to test 3
(three) cubes in each case.
Design mix Concrete shall be on all concrete works except in case of Mud-mat concrete lean concrete where nominal mix
concrete will be allowed.
Design mix Concrete will be used in Reinforced Concrete Structures and shall not be less than Grade of M20. The mix shall be
designed to produce the grade of concrete having required workability and a Characteristic Strength not less than appropriate
values given in IS: 456 - 2000. For mix design, procedure given in Indian Standard recommendation i.e., IS: 10262 with latest
amendments shall be adopted. As long as the quality of materials does not change a mix design done earlier may be considered
adequate for later work. Batching mixing, sampling and Strength Test of concrete shall be carried out in compliance with the
relevant clause of IS: 456-2000 and all other relevant Indian Standards recommended therein. Proper admixtures of reputed
brand should be used to maintain workability and in making concrete for water retaining structures with prior approval of E.I.C.
The mix design by the Contractor shall be used for works only after obtaining approval of mix design and written order thereafter
of the Engineer-in-Charge. Mix design shall be entirely the responsibility of the Contractor and any approval by the Engineer-in-
Charge shall not relieve him of his responsibility in respect thereof.
The Contractor shall prepare all the Calculations. Tabulations, Graphs etc. pertaining to Mix Design Test result and supply copies
of such Calculations, tabulations, Graphs etc. required by the Engineer-in-Charge.
On proportioning concrete, the quantity of both cement and aggregate shall be determined by weight, where the weight of cement
is determined on the basis of weight per bag a reasonable number of bags be weighed periodically to check the net weight or
should be either weighed or measured by volume in calibrated tanks, All measuring equipment’s shall be maintained in a clean
serviceable condition and shall periodically checked for accuracy.
The grading of coarse and fine aggregates shall be checked frequently and frequency of testing shall be determined by the
Engineer-in-Charge. Where weight batching is not possible or practicable, the quantities of coarse and fine aggregates may be
determined by volume but cement in any case shall be weighed by weight only. If fine aggregate and volume batching is adopted,
allowance shall be made for bulking. The bulking shall be determined in accordance with IS: 2386 (Part-III).
The Water-Cement Ratio shall be maintained to its correct value. Surface moisture content of aggregate shall be determined as
per IS: 2386 (Part-III) and the amount of water to be added shall be adjusted accordingly to maintain the correct Water-cement
ratio.
During the progress of work in order to ensure correct strength of concrete proper control should be exercised by the Contractor
as specified in Specifications mentioned in the Clause 3.7.1 above. Test strength of every sample shall be determined in
accordance with the recommendations of IS: 456-2000. If one out of ten consecutive test cubes shows a deficiency in strength
up-to a maximum limit of 10%, the concrete will be deemed satisfactory. If two of the test cubes out of ten shows a deficiency in
strength up to a limit of 10%, the concrete shall be deemed to be less satisfactory and a reduction of 1 % will be made on the
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
116 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
cost of such concrete. If three out of ten test cubes show deficiency in strength up to a limit of 10%, a reduction of 5% will be
made on the cost of such concrete. If more than three test cubes show a deficiency in strength up-to a limit of 10% a reduction of
10% will be made on the cost of such concrete. If more than five shows a deficiency in strength up-to a limit of 10%, the concrete
shall be rejected. Such rejected concrete work shall have to be dismantled and replaced to the satisfaction of the Engineer-in-
Charge by the Contractor free of cost to the Employer. No payment for the dismantled concrete, the relevant formwork and
reinforcement, embedded fixtures etc. wasted in the dismantled portion, shall be made. In the course of dismantling, if any,
damage is done to the embedded items or adjacent structures, the same shall also be made good free of charge by the
Contractor to the satisfaction of the Engineer-in-Charge.
If the deficiency in strength of one-test cubes exceeds the 10% limit, a reduction of 5%) will be made on the cost of such
concrete. if the deficiency in strength to two out of ten test cubes exceeds the 10% limit, a reduction of 10% will be made on the
cost of such concrete. If the deficiency in strength of three out of ten test cubes exceeds the 10% limit, a deduction of 20% on the
cost of such concrete will be made.
With permission of the Engineer-in-Charge for any above mentioned grades of concrete, if the quantity of water has to be
increased in special cases, cement shall also be increased proportionally to keep the ratio of water to cement same as adopted in
trial mix design for each grade of concrete. No extra payment for additional cement will be made.
3.9.1 The Form Work shall conform to IS: 456. Whenever necessary, shuttering must be provided.
The work shall also include providing all necessary staging, centring, shuttering & formwork for placing concrete. Shuttering may
be of approved dressed timber true to line, not less than 37 mm. thick. Surface to be in contact with concrete are to be planed
smooth. Alternatively, sufficiently rigid plywood shuttering or steel shuttering may be used. In every case, joints of the shuttering
are to be such as to prevent the loss of liquid from the concrete. In timber shuttering the joints shall, therefore, be either tongued
or grooved or the joints must be perfectly close and lined with draft paper polythene films or other types of approved materials. In
case of plywood or steel shuttering also the joints are to be similarly lined. All shuttering and framing must be adequately stayed
and braced to the satisfaction of the Engineer-in-Charge for properly supporting the concrete, during concreting and the period of
hardening. It shall be so constructed that it may be removed without shock or vibration to the concrete. No through bolts are
allowed for holding the shuttering in water retaining structure.
All forms shall be thoroughly cleaned of old concrete, wood shavings, saw dust, dirt and dust sticking to them before they are
fixed in position. All rubbish loose concrete chippings, shavings, saw dust etc. shall be scrupulously removed from the interior of
the forms before the concrete is poured. Formwork shall not be used/reused, if declared unit or unserviceable by the Engineer-in-
Charge.
If directed by the Engineer-in-Charge, compressed air jet/or water jet shall be kept handy along with wire brushes, brooms etc. for
the purpose of cleaning.
Before shuttering is placed in position, the form surface in contact with the concrete shall be treated with approved non-staining
oil or composition. Care shall be taken that the oil or composition does not come in contact with reinforcing steel or existing
concrete surface. They shall not be allowed to accumulate at the bottom of the shuttering.
Forms shall be struck in accordance with the relevant clause of IS: 456 or as directed by the Engineer-in-Charge. The Contractor
shall record on the drawings or in other approved manner, the date in which the concrete is placed in each part of the work and
the date on which the form work is removed there from and have this recorded checked and countersigned by the Engineer-in-
Charge.
The Contractor shall be responsible for the safe removal of the formwork, but the Engineer-in-Charge may delay the time of
removal if he considers it necessary. Any work showing signs of damage through premature removal of formwork or loading shall
be entirely reconstructed without any extra cost to the Employer.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
117 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
3.10 PROTECTION AND CURING OF CONCRETE
Newly placed concrete shall be protected by approved means; from rain, sun and wind and extreme temperature. Concrete placed below
the ground level shall be protected from failing earth during and after placing. Concrete placed in ground containing deleterious substance
shall be kept free from contact with such ground or, with water draining from such ground during placing of concrete and for a period of at
least 3 (three) days or as otherwise directed by the Engineer-in-Charge, the ground water around newly poured concrete shall be kept to
an approved level by pumping or other approved means of drainage at the cost of the Contractor. Adequate steps shall be taken to
prevent flotation or flooding. Steps, as approved by the Engineer-in-Charge, shall be taken to project immature concrete from damage by
debris, excessive loading, vibration, abrasion, mixing with earth or other deleterious materials, etc. that may impair the strength and
durability of the concrete.
As soon as the concrete has hardened sufficiently for the surface to be marked it should be covered with Hessian, canvas, or similar
materials and kept continuously wet for at least 7 (seven) days after final setting. This period may be extended at the discretion of the
Engineer-in-Charge, up-to 14 (fourteen) days. Concrete slabs and floors shall be cured by flooding with water of minimum 25 mm depth
for the period mentioned above.
Approved curing compounds may be used in lieu of moist curing with the permission of the Engineer-in-Charge. Such compound shall be
applied to all exposed surface of the concrete as soon as possible after the concrete has set. No extra payment is allowed on such count.
The Concrete surface on removal of form work shall be such that no finish is necessary, If, however, the surfaces is not satisfactory the
Contractor shall, if so instructed, remove unwanted, projecting parts by chipping and smoothening the surface with cement rendering at his
own expenses. The shutter marks shall invariably be removed by rubbing with carborandum stone. The Contractor shall therefore take all
precaution for avoiding the shutter marks.
The Contractor shall provide constant and strict supervision of all the items of construction during progress of work, including the
proportioning and mixing of the concrete and bending and placing of reinforcement. Any important operation such as concreting or
stripping of form work adequate notice shall be given in advance.
The cement and sand shall be thoroughly mixed dry in specified proportions. Water shall then be added just sufficient to make a stiff and
workable paste. The mortar shall be used within half an hour of mixing.
4.1 The Contractor shall build all brickwork uniformly no one portion being raised more than 1 meter above another at a time. The
joints shall not exceed 12 mm. in thickness and should extend the full thickness of the brickwork. All joints shall be properly raked
and the surface washed down.
4.2 All the bricks shall be kept fully immersed in water at least for a minimum period of six hours till they are completely soaked and
only thoroughly soaked bricks shall be used in the work.
4.3 The Contractor shall keep wet all brickwork for at least 10 (ten) days after laying. The surface of unfinished work shall be cleaned
and thoroughly wetted before joining new work to it.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
118 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
Superintending Engineer, ............................ Circle
Municipal Engineering Directorate
SECTION - E
Specification for supply of Ductile Iron (K9) pipes & DI Fittings :
The successful L1 Bidder should supply DI(K9) Pipes & Fittings as per criteria as laid down in Annexure- I , II, & III
Annexure- I
I. The previous experience certificate of the manufacturer for supply of D.I. Pipes to Govt./PSU/reputable Private Sector bodies to be
submitted, but such experience is not mandatory.
II. Certificate to ensure that the installed pipe manufacturing capacity of the factory is sufficient to cater to the tendered requirement.
III. Valid BIS certification of the manufacturer for each & individual dia meter of pipe tendered.
IV. External coating of the pipes will be bituminous /epoxy over zinc coating and inside cement mortar lining as per 15:8329:2000
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
119 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
V. Certificate from the reputable Govt. Institutions/Universities is essential for eligibility to participate to ensure desired hydraulic
smoothness of cement mortar lining in the DI pipe the minimum Hazen William's 'C' value of 140 corroborating the guideline of CPHEEO
Manual for Water Supply and Treatment.
VI. Providing rubber gasket conforming to IS 5362:1985 for each of the joints admissible.
VII. Third Party inspection (TPI) through RITES/MECON/EIL/PDIL of the pipe is mandatory before delivery of pipes. TPI report should
cover (I) all the parameters as per IS: 8329:2000, (II) test to ensure rubber gasket quality as per IS code. The inspection charge is to be
included in the quoted rates.
IX. The manufacturer should have valid Certificate from Pollution Control Board.
All the above noted documents to be submitted by the successful bidder to the concerned Superintending
Engineer………………Circle for necessary approval prior to execution
Annexure-II
II. Valid BIS Certificate for their products as per BIS 9523/2000.
IV. Certificate / undertaking to ensure that the installed fittings manufacturing capacity of the factory is sufficient to cater to the
tendered requirement.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
120 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
V. The company should have fully equipped laboratory within house Microscope to check Modularity and spectrometer to check
Chemical composition besides Tensile, hardness & elongation testing universal testing machine. The laboratory of the manufacturer
should be accredited by NABL
VI. As per Clause 6.2 of IS: 9523 the Design of Socket and Rubber Gasket are not within the scope of the specification. So the
manufacturer has to submit the Joint Performance report in line with the provisions laid down in ISO 2531 duly witnessed by any reputed
Indian or International Inspection Agency. The accreditation of the Inspection Agency should be linked to National Accreditation Board of
Certification Bodies (NABCB) for Indian Agencies or International Accreditation Forum (IAF) or European Cooperation for Accreditation
(EA) or ANSI-ASQ National Accreditation Board (ANAB).
VII. Third Party Inspection (TPI) through RITES/MECON/EIL/PDIL of the fittings is mandatory before delivery of the fittings. TPI report
should cover (i) all the parameters as per IS: 9523:2000, (ii) test to ensure rubber gasket quality as per IS code 5382:1985. The inspection
charge etc is to be include
All the above noted documents to be submitted by the successful bidder to the concerned Superintending
Engineer………………Circle for necessary approval prior to execution
Annexure-III
The OPVC/HDPE pipes and specials are to be tested from CIPET (Bhubaneswar/Haldia/Chennai). Pipes of each diameter have to be
tested after its delivery at site. Test pieces will be drawn by the officers of Concerned Division, ME Dte. and will be sent to CIPET for
testing. Charge of testing, carriage of test pieces to the testing laboratory will be borne by the contactor. If any fault is detected in test
report all the pipes of the same batch will be rejected and that is to be replaced by good quality pipes. No extra cost will be provided for
the same.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
121 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
SECTION – F
Sub-soil investigation is to be carried out by soil-experts engaged by the contractor at the site of Intake, WTP and
pipe carrying steel bridge.
The Bidder should satisfy himself about the adequacy of the data for the design of pile foundation. Records of such
sub-sand investigation such as borehole logs, soil samples, SPT values etc., shall be done by the contractor duly
witnessed and authenticated by the Engineer in Charge or his competent authorized representative.
In the event of variation in soil data between that of Bid inviting authority and those obtained by the contractor
during execution, the more conservative values obtained from the two sets of reports shall be adopted for design
without any extra claim over the quoted price as accepted by the Department, unless otherwise permitted by the
undersigned.
The General Arrangement of the intake raw water pumping station, WTP and Pipe carrying steel bridge will be
reflected in the enclosed site lay out plan by the bidder. The various levels and dimension intake raw water
Pumping Station is to be fixed by the Bidders.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
122 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
c) Reinforced and Plain Concrete IS: 456, 2000
d) Foundations IS: 1080, IS: 2950 , IS: 2911 & IS: 2974
If pile foundation is obligatory as per Report, piles shall be bored Cast-in-situ R. C. C. Piles. The design,
construction and workmanship for these piles shall fully conform to and satisfy the requirements of IS: 2911 (Latest
3
Edition). Concrete to be used in Piles shall be of M-25 Grade having Cement content not less than 400 kg/m .
Reinforcement in piles shall be in conformity with the requirements contained in IS: 2911 (ii). The minimum area of
Longitudinal Reinforcements shall be as per requirements and such requirements shall be provided for the full
length of piles. For piles subject to Upward Tension, reinforcement shall be provided throughout the full length and
such reinforcement shall be designed on the basis of upward load they are supposed to carry.
The safe working loads of the R. C. C. Cast-in-situ bored piles should be that as computed as per IS: 2911 on
the basis of Sub-soil Parameters of the Site with a minimum Factor of Safety 2.5 (Compression) and 3.00 (Up lift)
applied there on or that indicated in a table, whichever is less.
Pile termination levels shall be chosen carefully. The safe working load of the piles shall be substantiated by
Routine Load Test. The Pile termination level shall not be reduced from that stated herein above unless otherwise
permitted by the Engineer-in-Charge.
These Piles shall be designed for Seismic Condition also. The Importance factor for Seismic Analysis of
Structure shall be 1.50. The Bidder shall include in his Lump Sum price the cost for Load Test of at least working
pile (Routine Test) per 100 piles or part thereof. The testing should be as per Code Stipulations.
3.2. While designing the Foundation of different structures, the Bidder may use the Soil Investigation results
enclosed in the Bid.
4.0 DESIGN DRAWING AND OTHER INFORMATIONS TO BE SUBMITTED BY THE CONTRACTOR (SUCCESSFUL BIDDER)
4.1. On the award of the Contract, Contractor shall executive the work as per Departmental drawing submitted with
the Bid for Super-Structure work, However, Sub-Soil investigation should be done by the contractor prior to
commencement of work. In the event of variation in soil data between that of Bid inviting authority and those
obtained by the contractor during execution, the more conservative values obtained from the two sets of reports
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
123 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
shall be adopted for design without any extra claim over the quoted price as accepted by the Department, unless
otherwise permitted by the undersigned.
A tentative work Program in Network Diagram using CPM & Bar Chart technique is required to be submitted by the
successful Bidder within a fortnight from the date of issue of the letter of acceptance. The drawings from
foundation onward will have to be submitted by the successful Bidder successively as per the work Program to be
approved by the Engineer-in-Charge. Adequate resources are to be mobilized during execution of the work, for
which no extra payment shall be made.
4.2 Completion of Drawings and Other Documents to be submitted the Contractor. The Contractor shall submit
within one month after the completion of all construction works the followings drawings and documents free of
cost.
a) Six copies of all approved Completion drawings. These drawings shall be on black and white prints of thick
paper and there shall be one transparency of each drawing. These drawings are to be submitted in a presentable
form as directed by the undersigned In addition to this, CD/DVD's with folders of these drawings drawn in Auto CAD
b) Three copies of final designs in properly bound from as directed by the Superintending Engineer, ...................
4.3 Release of Security Deposit (Retention Money):- The Security Deposit (Retention Money) shall not be
released until all the above-mentioned Completion Drawings and Documents (as per Clause 7.2) are submitted by
the Contractor.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
124 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
SECTION – G
GENERAL TECHNICAL SPECIFICATION FOR R.C.C. PILE FOUNDATION
1.0 GENERAL
The Design of the bidder should be based mainly on cast-in situ Bored reinforced concrete piles on driver
piles on as per site situation so arises subject to the approval of EIC. Sub-sand or soil investigation was carried out
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
125 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
by the Department and the summary report is placed in Annexure-I (Section – N). Interested bidders may have a
look at the full report which will be available in the office of the undersigned. Beside this the bidder himself is to be
...
carrying Soil investigation report and safer data has to be taken for Sub-structure design.
This information is given as a guidance and is indicative only, and for any variation in strata at any location
at site during actual execution of work, the employer shall not be held responsible for shall the contract be null and
void on this count. In case of any variation in cut off level, necessary adjustment of safe working load will be made
as per IS stipulation. The specialist firm may quote any proprietary system of piling subject to approval of the
Engineer-in-Charge consistent with the load, moment and forces to be encountered by each pile.
The Bidders shall submit with his bid drawings, calculations explaining his scheme draw up specification
and submit the schedules of prices following the format of the schedules of prices accompanying this bid
documents.
2.2 Grading and other requirement of coarse and fine aggregates, water and concrete shall be as specified for
reinforced cement concrete work under this Contract.
2.3 The average basis length of the piles is to be assumed from cut off level to the tip of the pile (however for
piles with muff the basic length shall be from tip of the pile up to underside of muff). The final length with be
decided by the contractor with approval of the Engineer on the basis of driving / boring resistance actually
observed at site. It will be the responsibility of the contractor to prove by subsequent load test / pullout tests that
the adopted length of pile shall carry the specified safe load, tension and the resulting deflections being within the
permissible limits. In no case extra claim over the originally quoted price will be entertained for any increase in
number / length / cross sectional area / reinforcement of piles and in the site of other foundation structures if
requires if required at the time of execution after the load tests of piles. Similarly no deduction in payment will be
made from the lump sum price quoted for decrease in number / length / cross-section of area / reinforcement and
in the size of other foundation structures at the time of execution or after the load tests of piles provided that the
complete safety of the Structures is fully assured.
3.0 SPECIFICATION FOR BOREDCAST-IN-CITU PILES
3.1 Unless specified otherwise in the following paragraphs, stipulations of relevant section of I. S. 2911 (latest
edition) shall be followed. However in case of any conflict of stipulations laid here in and IS code of practice
occurs, IS stipulations will stand as final subject to satisfaction of EIC.
The bidder shall submit within his bid the layout and number of piles based on allowable load carrying capacity,
tension on the pile section design by him.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
126 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
3.2 Boring equipment and accessories shall generally conform to IS: 2911 relevant section. Boring may be done
by either rotary or percussion equipment or grassing equipment using reverse or direct non circulation method. In
case of unstable soils the boring tools used shall be such that suction effects are minimized.
Stabilization of the sides of bore hole shall be done by the use of betonies slurry or casing. The size of
cutting tool shall not be less than the diameter of the pile by more than 75 mm.
In case of boring with casing, the casting shall be used from the ground level. The casing shall be kept
ahead of boring in cases where there is danger of carrying in due to subsoil entering into the borehole or where
soil is loose.
While boring below sub-soil water, precaution shall be taken so that no boiling of the bottom of the hole
occurs due to difference in hydrostatic head.
3.3 Concreting of bore holes shall start soon as possible after its completion. Should a borehole, be left without
concreting for more than two hours it shall be cleaned thoroughly as directed by the Engineer-in-Charge before
placing concrete. Concrete under water shall be placed by means of a termite pipe. It shall, however, be ensured
that concrete entering the termite pipe does not get mixed up with the slurry and ¼ kg of granulated vermiculite
shall be poured in the termite pipe before pouring concrete as directed by the Engineer.
3.4 The termite pipes and funnel shall be filled and lifted just 15 cm above bottom before releasing the concrete
column to facilitate flushing out of the bottom. The concrete levels in the termite shall be checked every meter in
order to judge the difference, if any, between the theoretical quantity that should have been placed and the actual
quantity that has gone in. This is to locate the position of cut off during boring. In addition to the normal
precautions to be taken in termite concreting as per relevant Section of IS: 2911 the following specifications shall
be particularly applicable for the use of termite concrete in pipes.
3
i) The concrete shall be coherent, such in cement (not less than 400 kg/m ) and of slump not less than 150 mm I S
stipulations
iii) The termite shall be large enough with due regard to the size of the aggregate. For 20 mm aggregate the termite
pipe shall be of diameter not less than 200 mm.
iv) The first charge of concrete shall be placed with a sliding plug pushed down the tube of it or with a steel plate of
adequate charge to prevent mixing of concrete and water. However, the plug shall not be left in the concrete as a
lump.
v) The termite pipe shall always penetrate into the concrete with an adequate margin of safety against withdraw of
the pipe surged to discharge the concrete.
vi) The pile shall be concreted wholly by termite and the method of deposition shall not be charged way up the pile
to prevent into laitance from being trapped within the pile.
vii) All termite tubes shall be scrupulously cleaned after use. Normally concreting of the piles shall be carried out
without any interruption. In the exceptional case of interruption in concreting, but which can be resumed within 1 or
2 hours, the termite shall not be taken out of the concrete. Instead, it shall be raised and lowered slowly, from time
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
127 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
to time to prevent the concrete around the termite from setting. Concreting shall be resumed by introducing a little
richer (5% additional amount) concrete with a higher slump for easy displacement of the partly set concrete.
If the concreting cannot be resumed before final set of concrete already placed, the pile so cast may be
rejected or accepted with modifications at the sole discretion of the Engineer-in-Charge or his representative.
In case of withdrawing of termite out of the concrete, either accidentally or to removed a blockage in the
termite, the termite may be reintroduced in the following manner to prevent impregnation of laitance or sewer
laying on top of the concrete already deposited in the bore.
The termite shall be gently lowered on the old concrete with very little penetration initially. A vermiculite
plug shall be introduced in the termite. Fresh concrete of slump between 150 mm and 180 mm. shall be filled in the
termite which will push the plug forward and will emerge out of the termite displacing laitance / sewer. The termite
will be pushed further in steps, watering fresh concrete sweeping away laitance / scum in its way. When termite is
buried by about 60 to 100 cm. concreting may be resumed.
3.5 The top of concrete in a pile shall be brought above the cut off level to permit removal of all laitance and
weak concrete before capping to ensure good concrete at the cut off level for proper embedment into the pile cap.
Where cut off level is less than 1.5 M. below the working level concrete shall be cast to a minimum of 500 mm
above cut off level. For each additional 0.3 m. increase in cut-off level below the working level additional coverage
of 50 mm. minimum shall be allowed. Higher allowance may be necessary depending on the length of the pile as
directed by the Engineer-in-charge. When concrete is placed by using termite material, concrete shall be cast to the
piling platform level to permit overflow of concrete for visual inspection or to a minimum of one meter above cut-off
level. In the circumstances where cut off level is below ground water level the need to maintain pressure on the
freshly laid concrete equal to or greater than water pressure shall be formed out and accordingly the length of extra
concrete above cut-off level shall be determined and provided in works.
3.6 During piling, the sequence of construction and installation of piles shall as per direction of the
Engineering-in-Charge.
3.7 In case defective piles are formed during construction, they shall be removed or left in place whichever is
found convenient without adversely affecting the performance of the adjacent piles or the pile cap as a whole.
Additional piles shall be provided at Contractor's cost to replace them as per direction of the Engineer-in-Charge
and in this respect the Engineer-in-Charges' decision shall be final and binding upon the contractor. Any deviation
from the designed location, alignment or local capacity of any pile shall be noted and adequate measures shall be
taken well before concreting of the pile cap, etc. if the deviations are beyond the permissible limit. All such
alternations shall be done at Contractor’s own cost and expenses and to the entire satisfaction of the Engineer-in-
Charge.
3.8 Piles shall be installed accurately as per approved design and drawings. For vertical piles a deviation of 1.5
percent from vertical line shall not be exceeded. Piles shall not deviate more than 75 mm. or one tenth of diameter
whichever is more (in case of piles having diameter more than 600 mm) from their designed positions at working
level of the piling rig.
In case of piles deviating beyond the above mentioned limits and such an extent that the resulting
eccentricity cannot be taken care of by a redesign of the pile cap & pile trees, the piles shall be replaced or
supplemented by one or more additional piles by the contractor at his own cost and expenses along with any
additional cost for pile cap, etc. being borne by him.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
128 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
3.9 While manual chipping may be permitted after casting of pile, pneumatic chipping, if permitted by the
Engineer-in-Charge, shall not be started before 7 days under any circumstances.
3.10 Main longitudinal reinforcement in the length of the piles and links or spiral welded mild steels shall be
provided as per the approved drawing. Longitudinal bars where possible shall preferably be in one length. Every
care shall be taken in handling of the reinforcing cage so that its shape is not damaged.
3.11 When working adjacent to existing structure every care shall be taken to avoid any damage to such
structures, in the case of bored piles care shall be taken to avoid effect due to loss of ground. In the case of deep
excavations adjacent to piles proper protection shall be provided to safeguard against the lateral movement of soil
stratum or releasing the confirming soil stress.
3.12 During piling work the following data shall be recorded along with any other data as may be directed by the
Engineer-in-Charge. These data shall be submitted to the Engineer-in-Charge in triplicate copies on completion of
installation of each pile.
i) Sequence of installation of piles in a group.
ii) Dimensions of the pile including reinforcement details and mark of the pile
iii) Details of mild steel liners where provided along with the details of stiffeners
iv) Depth bored and founding level along with a bore log depicting the nature of strata encountered during
boring.
v) Time taken for penetration of every 15 cm during last 2 m depth before founding level.
vi) Method of cleaning bottom of hole at founding level before concreting.
vii) Time taken for concreting.
viii) Cement consumption and slump of concrete.
ix) Cut off level / working level / R. L. of top concrete, any other relevant / important observation.
3.13 During execution at any stage if any variation is required to be made to suit the site on EIC to be technically
satisfied and His decision will be regarded as final.
3.14 Any of data / information given if not found reasonable (this will also include data of parameters) will be given
during detail engineering. Bidders / contractor therefore revised to consult with manufacturer/ experts at his own
cost, if so felt, to reach more in figure for Biding purpose. The same is also advised for any other data supplied. But
in no case it will be treated as a Fault of Biding Authorities. If any found in Variance in same chapter / section or
anywhere of bid document, is to be into the notice of the biding Authority & his interpretation/ decision will be
consider as final.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
129 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
4.2 The test load shall be applied by jacking against Kent ledge or any other structure approved by the
Engineer-in-Charge. No working pile shall be permitted to be used for any loading for load test on pile. The design
of the Kent ledge shall be such as to prevent instability, particularly in the event of a sudden change in the load
reaction from the pile. The reaction from Kent ledge to be made available for the test shall be at least 25 percent
more than the final test load to be applied. The test shall be carried out at cut off level or at maximum 1.5 m below
G. L. as directed by the Engineer-in-Charge. Anchors, if provided, for load test shall be at specified distance away
from test pile as per relevant I. S. Code of Practice and there shall be minimum two anchors at two ends of the pile.
Details regarding the testing arrangement shall be submitted well in advance to the Engineer-in-Charge for his
approval. Load tests shall only be undertaken after obtaining the approval.
4.3 The jack is to be hydraulically operated. The load applied to the pile shall be recorded either by a gauge in
the hydraulic system or a proving ring duly calibrated from an approved laboratory before load tests. The
sensitivity of the full load and in any event, the accuracy and sensitivity of the system is to be checked against an
approved instrument.
A test certificate and fresh calibration chart as obtained from an approved laboratory for jack as well as pump
supplying hydraulic power shall be produced before the Engineer-in-Charge well in advance before use for any
load testing pile.
4.4 The settlement of the pile shall be recorded by three dial gauges recording to 0.02 mm and placed at equal
distance around the test pile. The dial gauges shall be fixed on datum bars whose ends rest upon non-movable
supports. The supports for datum bars with reference to which the settlement of the pile would be measured shall
be at least 5d (d being the diameter of the circular pile of the side of the square pile) away and clear from the test
piles, subject to a minimum of 1 .5 meters.
4.5 The testing equipment employed shall be capable of loading a pile to failure or to three times the design
loading.
4.6 Before testing the top of the pile shall be clipped off carefully till sound concrete is encountered. The
projecting reinforcement shall be cut or bent suitably and the top finished smooth and level with plaster of Paris,
when required or as directed by the Engineer-in-Charge. A series 25 mm thick bearing plates shall be placed on the
head of the pile for jack to rest as directed by the Engineer-in-Charge.
4.7 The Contractor shall have to perform rotating load test on working piles on load as decided and selected by
the Engineer-in-Charge and the results must satisfy the requirements of the test. At least one working pile of each
diameter shall be tested. The test shall be carried out at cut-off level or at such level as per direction of the
Engineer-in-Charge. The Contractor shall also have to carry out initial test on a non-working test pile as described
below:
a) Two third of the final load at which the total settlement attains a value of 12 mm unless it is specified that a total
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
130 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
settlement different from 12 mm is permissible in a given case on the basis of nature and type of structure.
b) Fifty percent of the final load at which the total settlement equals one tenth of the pile diameter of size of the
pile.
B. Lateral Load on working pile:
i) The Contractor shall have to carry out lateral load test on one vertical working pile. Reaction may be obtained
from suitable set up as approved by the Engineer-in-Charge and hydraulic jack shall be inserted in between the
loading set up and pile in order to apply the lateral load. Thrust pieces need be inserted on either end of the jack to
fill up the gap. Lateral deflections shall be measured at cut-off level or at maximum 1.5 M below G. L. as directed by
the Engineer-in-Charge by means of dial gauges fixed to immovable supports.
ii) Loading shall be applied in increments of about 20% of the estimated safe load till the rate of deflection reduces
to 0.02 mm per hour in the case of clayey soil and 0.05 mm per hour in the case of sandy soils or 2 hours whichever
is earlier.
iii) Displacements shall be measured by issuing at least two dial gauges spaced at 30 cm and kept horizontally one
above the other on test pile. Where it may not be possible to place one of the dial gauges on the line of jack axis,
then the two dial gauges shall be kept at a distance of 30 cm at a suitable height and the displacement interpolated
at load point from similar triangles To fix dial gauges on the pile surface, uneven surfaces shall be chipped of and
25 to 30 mm square glass piece shall be fixed to provide a smooth surface. The dial gauge tips shall rest on the
East portion of the glass plate.
iv) The safe lateral load shall be the least of the following:
a) Fifty (50) percent of the final load at which the total displacement increases to 12 mm.
4.8 All pile test data i.e., load, displacement and time shall be recorded in a suitable chart along with other
information about the pile in a manner as directed by the Engineer-in-Charge.
From the data, curves shall be drawn showing load displacements and displacement time and safe load shall be
indicated on the graphs.
AII data and curves shall be submitted to the Engineer-in-Charge in triplicate copies along with the originals.
If on load testing, it is found that the capacity of the pile is more than the designed capacity nothing shall be paid
extra for such extra capacities.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
131 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
Superintending Engineer, ................... Circle
Section – H
ANNEXURE – I
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
132 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
ANNEXURE –II
Raw water quality report is herewith attached for general guidance. For any other data or contractor have to test raw water quality in presence of
representative of engineer-in-charge and more safer and conservative data is to be taken for design purpose.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
133 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
ANNEXURE – III
One copy of ‘Site Plan’ of proposed Intake Pumping station and WTP is enclosed herewith for Bidders ready reference. They are requested to visit
the Site physically and to verify the dimensions of the proposed site and to judge all other conditions if any, which may affect their Design and
proposal.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
134 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
ANNEXURE – IV
KEY PLAN
One copy of 450mm Dia. D.I.-K9 pipe line layout plan form Intake to Water Treatment Plant of approximately 6450 m is enclosed herewith for Bidders
for calculation of the head. Bidders are requested to visit the site physically and verify the distance and level.
ANNEXURE – V
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
135 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
LAY OUT PLAN
One copy of indicative drawing of Intake Raw Water Pumping Station with dry pit is enclosed herewith for ready reference.
The layout plan will be supplied by the agency along with the break up as specified in clause 57 of Section C if asked by the competent authority before
acceptance of bid.
ANNEXURES VI
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
136 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
ii) Drawing of clear water rising main pipe line.
ANNEXURE – VII
Raw Water Test Report is attached herewith as Annexure VII for General guidance of Raw Water Quality. The Bidder may
Test Raw water for if he desired so for designing purpose, but the more conservative value in between the two have to be taken.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
137 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
ANNEXURE – VIII
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
138 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
ANNEXURE – IX
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
139 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
ANNEXURE – X
A Google view of the site for intake and WTP is attached as Annexure X for better view and understanding of the Site.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
140 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
ANNEXURE - XI
LIST OF DEVIATIONS
The Bidders are advised to fill up the list of deviations, they indicate/sought for in their offer, showing the
specifications & the deviations wanted backed by all clarifications & justifications.
If there is no deviation sought, the Bidder must indicate NIL in the list.
Sl. Items Details as per Bid Details of the offer Reason for which such
No. specification deviation sought for with
technical backup
Signature of Bidder
Superintending Engineer, South Circle
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
141 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
Municipal Engineering Directorate
ANNEXURE - XII
1. The soil test report must include a detailed layer chart (single page) mentioning depth of each
stratum, soil type, along with all soil parameter required for design (as shown below): (Also
mention EGL- Existing Ground Level and FGL- Finished Ground Level).
Depth (m) Stratum-I Soil Type All parameters required for design
(As per IS) (Also mention Table no. I Page no.
of the report for each parameter)
Stratum-II
Stratum-III
etc.
2. Latest IS codes to be followed in all cases and are to be mentioned. Only conventional symbols of the
relevant codes are to be used in such calculations. If any other reference is used, must be
supplemented by their respective photocopies (pages).
Different data/soil parameter those are used for calculations should be clearly referred (such as, Page
no......., Table no.......... of Soil Report).
3. A table showing pile capacities from 450mm diameter to 800mm diameter PILEs at an interval of 1m
from 15 m to 30 m below FGL is to be provided (Vertical, uplift and 1ateral capacities).
[Considering 2m C.O.L. from F.G.L.].
4. Sample calculations in detail for vertical, uplift and lateral capacities of PILEs are to be given for 500
mm dia pile only and for each stratum considering piles to be terminated within each stratum (i.e. if
there are 5 stratum, there shall be 5 sets of calculations).
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
142 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
5. Soil test report must contain calculation for Shallow foundation even if it is very low.
6. Soil test report must contain clear recommendations about type of foundation to be adopted with
justification.
1.1 The pumps shall be of vertical wet pit type with mixed flow impeller. Pumps shall be placed
vertically submerged in the wet pit and mounted on intake jetty pumping station. The pump shall be self-
service water lubricated type. Self-lubricated type guide bearings are to be provided at suitable
positions of the shafts and shall not be more than 1.5 M (approximately) apart. Since the service
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
143 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
water may carry minor solid particles, the guide bearings shall have suitable passages within
them to expel / pass these minor solid particles by self-working pressure, and the same will not
stuck inside the bearings deteriorating them. The specific gravity of River Water shall be
considered as 1.05 (Max.).
1.2 The pump battery shall contain suitable no pump sets out of which each pump shall deliver 100
% of the demand and also the system shall have minimum 50% stand-by Pumps.
1.3 Pumps shall be vertically driven with shaft directly & flexibly coupled with adequate rating,
V1, SCIM. The pump rotational speed shall not be more than 1500 rpm (syn).
1.4 The pumps shall be of non-pull out type. The individual pump discharge line shall run over the
main operating floor and shall be connected with the common delivery manifold. The pump
discharge head/ motor stool / sole plate shall be rigidly grouted on the Pump floor. The
foundation plan and foundation pockets required to be kept with the civil construction, and the
successful bidder on receipt of the order shall furnish the pump-motor foundation plan
authenticated by the OEM. The said foundation will take care and encounter the horizontal
back thrust as may be generated during start/stop of the same (at shut off condition may be
considered).
1.5 The pump impeller shall be securely held on the pump shaft as per provision of the pump
manufacturer‟s design so as to prevent sliding of the impeller along the shaft during operation.
1.6 The pumps shall be of having a fairly steep H-Q curve. The tenderer shall furnish the evaluated
specific speed of the pump at the specific trim at duty point. The pump H-Q characteristics curve
shall be stable all throughout. There shall be a margin of at-leas 25% in between the run-out flow and
the duty point flow.
1.7 The pump efficiency shall be reasonably high. The head-discharge-efficiency-KW absorbed-
NPSHR shall be guaranteed without any tolerances at the duty point working at river water level
condition mentioned in the Obligatory Data.
The tenderer shall have to confirm the maximum power absorbed by the pump on the entire
range starting from the shut-off to run-out without any positive tolerance
1.8 The suspension length of the pump assembly shall be such that it can safely work at the lowest
low-level condition considering worst of (i) the NPSHR of the offered pump at the maximum
water discharge condition on the entire operating range & (ii) minimum submergence
requirement. It shall have one suitable basket type strainer preventing entry of foreign particle
and of any solid in the pump.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
144 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
1.9 The vertical column pipe assembly shall be of suitable dia fabricated from adequately mm thick
MS plate, flanged type, and anti-corrosive epoxy painted both inside and outside. The column
piping shall be of individual length not more than 1.5 M each for effective and easy handling.
1.10 Caisson pipe: Suitable diameter (Not less than 160% of column pipe diameter) stainless steel
(SS316) perforated caisson pipe rigidly held from the jetty deck, secured at intermediated points by
fastening it with the jetty pier liner, shall be provided with each pump assembly. The caissons pipes
will run for the entire suspension lengths of the pump assembly running up to the basket strainer
tip. Design have to be made for the perforation in such a way that no eddy, wave is formed to
hamper the pump hydraulics. The ID of the caisson pipes shall be such that the same shall not
hamper easy installation, easy withdrawal of the pump assembly, smooth running of the same
keeping the caisson pipes in position.
1.11 The total suspension length including the bottom basket strainer if any, shall be fixed by the
tenderer considering the minimum submergence requirement working at the lowest low level,
the required bottom clearance at the indicated level etc. The total suspension length, as has
been considered in the offer backed by technical justification shall be placed with the technical
offer.
1.12 The pump assembly shall be provided with suitable anti-friction roller thrust bearing, non-reverse
ratchet assembly, bowl bearing, suction bell bearing, shafts sleeves including sleeve at gland
packing point, seal ring / wearing ring, provision for impeller adjustment nut, double throat air-
valve at column vent point and other important features as provided by the manufacturer.
Suitable motor stool, motor sole plate with facility of pulling out the column and bowl assembly
through it, anchoring bolts, nuts, washers, fixing bolts all complete are to be provided.
1.13 The pump rotating assembly shall be statically and dynamically accurately balanced. The
impeller balancing shall be within the grade G- 6.4 as per IS: 11723. No hole or any piece being
welded / bolted on the pump impeller for balancing shall be allowed. The shaft should be ground
all over and perfectly aligned. Special care should be taken that the entire pump assembly do
not experience vibration beyond the permissible limit as per IS:11724, of such class roto-
dynamic unit while in operating even in worst operating condition at any combination.
1.14 The pump motor shall be considered as a single unit and the vibration limit should be within the
limit specified in above IS.
1.15 The noise level shall be within the permissible limit of IS: 12065. The thrust bearing shall be
designed in such a manner to be worked safely on any working condition even at the respective
shut off.
1.16 The pump shall also withstand the condition of any back flow on it.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
145 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
1.17 The static and dynamic loading of the pump motor assembly with other allied components shall
be clearly indicated.
1.18 The pump shall be capable of continuous operation. The pump shaft, line shaft shall be
accurately sized. Replaceable sleeves are to be provided at desired point. The Stuffing box shall
be self-sealed design provided with packing ring and preferably with Split type gland.
1.19 The impeller of the offered pump shall not be either on the lowest trim or the highest trim of the
same pump family offered.
1.20 The wetted portion of the pump shall have a proper finish. The pump shall have a minimum
efficiency of 80% at duty point. Pumps offered with lesser efficiency at duty point shall not be
accepted.
1.21 The pump shaft shall be accurately machined and ground all over. The portion of the pump that
will come under the contact with pumped liquid shall be protected by replaceable sleeves.
Suitable pump casing wearing ring and/or impeller neck ring as per the manufacturer‟s design
shall be provided. Each pump shaft shall be adequately supported, both at driving and non-
driving ends, on anti-friction type ball/roller bearings capable to withstand the worst thrust
loading for the pump operation from shut-off to run-out.
1.22 The pump shall be suitable for valve open starting and also to take care of the condition of back
water flow in it, if any. Grease injection nipples and grease collector at each bearing points shall
be provided.
1.23 The overall noise level of the pump-motor unit shall be within the stipulations of the relevant BIS
limit all round measured from a distance of 1.5 M.
1.24 The identical parts of the pumps shall be inter- changeable type.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
146 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
1.25 The supply of the pump shall be completed by the pump manufacturer with the following
components and accessories: -
Suitable motor stool, pump motor sole plate with facility of pulling out the column and bowl
assembly through it, anchoring bolts, nuts, washers, fixing bolts all complete are to be provided.
Sole Plate of the total pump-motor assembly, motor stool with all foundation bolts, nuts,
washers, wedges, leveling shims and other erection materials as required. It may be noted that
there shall be no other thrust encountering device on the pump discharge pipe branch and the
common delivery header excepting the pump foundation bolts. The pump foundation bolts shall
be adequate enough to withstand all the thrust that may occur during pump operation including
start/stop. Additionally, one MSDF short-piece with adequate stiffeners shall be provided just
after the pump delivery flange and the same shall be anchored with pump / intermediate floor to
minimize the back – thrust.
Suitable flexible coupling with bolts, nuts, pins, keys etc. for coupling the drive and driven unit.
Self sealed packing box provided with packing rings, lantern rings, split type glands, gland
cooling water connection with cock, valves etc., all service pipes, valves, fittings, drain plug,
lifting lugs etc. as required for safe operation of pumps.
Any other accessories & component considered by the manufacturer for safe, efficient
operation of pumps
1.26 The pumps shall be capable for continuous operation at any stated level condition.
1.27 The material of construction of the pump is given below. If the tenderer feels that the MOC other
than what have been stated will give better service and performance, he may offer the pumps
with the MOC as per his choice, backed by technical justifications, but the same shall only be
made as an alternative offer.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
147 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
d) Sleeves : SS 410 hardened
1.29 All materials, casting used for manufacture of the pumps with allied components & accessories
shall be of best tested quality and the contractor has to submit the test certificate for the MOC at
the time of shop test as well as with the supplies.
The dynamic balancing of the rotating unit with coupling, key etc. is to be conducted and test
certificate is to be submitted on shop test.
Dye-penetration test to the impeller are to be conducted and the test certificate are to be
furnished with the supply.
Hydrostatic tests at a pressure not less than 1.5 times of the shut-off pressure for duration of 30
minutes are to be performed and test certificates to be furnished.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
148 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
The pump performance test of all the pumps for head, efficiency, power consumed etc. versus
discharge shall be conducted as per IS: 9137 in presence of the departmental representatives
and in full load, full speed with the job motor and preferably with full column setting.
The duration of the performance test at shop shall be not less than 8 hours continuous operation
and the temperature monitoring of both pump and motor shall be conducted.
The tenderer should indicate the maximum column setting, they can accommodate in their
factory test bed.
The NPSHR test as per IS: 9137 for at least one pump as per by the manufacturer choice of the
department at various discharge conditions including duty point shall be conducted by the
manufacturer and test report shall be submitted. The duration of the performance tests of all
pumps shall be not less than 2 / 3 hours each, during which the temperature, noise, vibration
shall be monitored and tested.
The minimum submergence test as per IS: 9137 shall be conducted to at least one pump as per
choice of the department at various discharge conditions including at duty point during the joint
shop test of the pumps.
Vibration analysis to all pump motor sets are to be made in all load conditions both during the
shop-testing as well as at site after the pump sets have been fully commissioned.
After the performance tests, one pump as per choice of the department shall be stripped off and
the internal components shall be checked
Apart from the stated shop tests all field tests including noise, temperature rise, and vibration
analysis shall be conducted by the contractor.
1.30 The tenderer shall fill-up the guaranteed performance figure / data given in the separate section
and submit with the technical offer
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
149 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
1.31.1 All pressure parts shall be subject to hydraulic testing at a pressure of 150% of shut off head or
200% of rated head (effective head) whichever is higher, for a period not less than 30 minutes.
1.31.2 Performance test are to be conducted to cover the entire range of operation of the pumps.
These shall be carried out to a span of at least 125% of rated capacity up to pump shut off
condition. A minimum of five combinations of head and capacity are to be achieved during
testing to establish the performance curves including the design capacity points and the two
extremities of the Range of operation specified. For range of operation, stipulation in relevant
Clause may be followed.
1.31.3 Tests shall be conducted with actual drive motors at full load and full speed.
1.31.4 Reports and test certificates of the above tests shall be submitted to the Engineer-in-charge for
approval of the employer.
1.31.5 All rotating components of the pumps shall be subjected to dynamic balancing tests, & to be
specified in Data Sheets.
1.36.1 Each pump shall have to be tested to determine the performance curves of the pumps. These
tests are to be conducted, in presence of Employer or his representative, as per the
requirements of the Hydraulic Institute Standard/ASME Power Test Code PTE 8.2/BS-
599/I.S.S., latest edition/ relevant universally accepted codes.
1.36.2 The Contractor shall conduct necessary arrangements for establishing such test with adequate
size of sump, to establish the suitability of suction conditions, flow correcting devices for
measurement of flow.
1.36.3 The Employer or his authorized representative shall be given full access to all tests. Prior to
performance tests, the Contractor shall intimate the Owner allowing adequate time so that if the
Employer so desires, his representatives can witness the test.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
150 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
1.37 PERFORMANCE GUARANTEE, TOLERANCE AND PENALTIES
1.37.1 Performance Guarantee and Tolerance
The Bidder shall guarantee the effective head at the specified designed capacity and also the
corresponding pump efficiency, pump input power. Unless otherwise mentioned, the Bidder
shall specify the allowable tolerance considered by him on the guaranteed performance on
other operating points, which shall not be more than those specified in IS9137.
1.38 Rectification of Deficient Performance
The tenderer shall indicate the guaranteed efficiency of the pumps offered by him. While
carrying out shop performance tests, the permissible limits of errors in measurement shall be
in conformity with Class-B of BS:599 without any penalty whatsoever. Apart from that a
negative tolerance of maximum (–) 3% on quoted efficiency shall be acceptable only with
penalty. Variation more than (–) 3% will render the pump liable for rejection.
If the shop performance tests indicate any failure of the pump to achieve the guaranteed
efficiency, the Contractor will be given a time, to be decided by the Owner, to make up the
deficiency at his cost by incorporating necessary modification, alteration and replacement.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
152 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
c) Necessary drawings and/or other illustrations shall be included or copies of appropriate
final drawings shall be bound in the manual. Test, adjustment and calibration
information as appropriate shall be included and shall be identified to the specific
equipment. Safety and other warning notices and installations, maintenance and
operating cautions shall be emphasized.
d) A parts list shall be included showing part nomenclature, manufacture‟s part number
and/or other information necessary for accurate identification and ordering of
replacement parts.
e) Instruction manual shall be securely bound in durable folder.
f) If a standard manual is furnished covering more than the specific equipment purchased,
the applicable model (or other identification) number, parts number and other
information for the specific equipment purchased shall be clearly identified and
highlighted. Sectional drawing to suitable scale and characteristic curves for the
particular equipment supplied must be included in the Instruction manual.
13.00.00 PROPOSAL DATA
13.01.00 To complete the proposal, the Tenderer must fill up the following DATA SHEET / CHECK
LIST furnished hereinafter.
in parallel operation
2.00.00 PERFORMANCES
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
153 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
2.01.02 Guaranteed head - MWC at rated discharge :
discharge, without tolerance in single operation
parallel operation.
without tolerance
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
154 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
3.00.05 Degree of Flexibility :
3.00.06 Extent of Play allowed :
3.00.07 Shaft diameter :
3.00.08 Material :
3.00.09 Factor of Safety adopted :
4.00.00 THRUST BEARING
4.00.01 Type :
4.00.02 Whether separate thrust bearing for pump :
motor provided or not
4.00.03 Method of lubrication
4.00.04 Whether the thrust bearing is capable for :
worst loading of both phases
4.00.05 Axial thrust at duty point (kg) approx :
4.00.06 Whether thrust bearing temperature
detector provided :
5.00.01 Are the pumps suitable for
parallel operation :
5.00.02 Whether non-Reserve Rutchet is
provided in pump or not :
5.00.03 Type of lubrication for pump :
5.00.04 Whether pre lubrication
arrangement provided
6.00.00 EXPECTED LIVES UNDER NORMAL
OPERATION AND MAINTENANCE
6.00.01 Impellers :
6.00.02 Pump Bowl Casing :
6.00.03 Shaft :
6.00.04 Thrust Bearing :
6.00.05 Whether pump performance
curve (H-Q, Q-P, Q-n, Q-NPSHR)
authenticated by the pump
manufacturer provided with the offer along with :
2.0 MOTORS
2.01.00 SCOPE
2.01.01 This specification covers the general requirements of the drive motors.
2.01.02 Motor shall be furnished in accordance with both this general specification and the
accompanying driven equipment specification.
2.01.03 In case of any discrepancy, the driven equipment specification shall govern.
2.02.00 STANDARDS
All motors shall confirm to the latest applicable IS/BS/DIN Publications.
2.03.00 TECHNICAL SPECIFICATION FOR DRIVE MOTORS
2.03.01 The drive electrical motors shall be of squirrel cage induction type vertical axis to suit the size
of the pump and shall be able to drive the pump. The rating of the motor shall be minimum
90/110 KW & 1500 RPM (Syn.), 415V ± 10%, 3 Phase, 50 Hz ± 5%,
2.03.02 The motor shall be designed for Star / Delta starting arrangements. The motor starting
current shall be guided by IS 12615.
2.03.03 All the motors shall be rated for continuous duty operation (duty: S1) IE2. However, due to
the operational schedule of the pumping station, the pump motor unit may demand for 8/10
start and stop in a day with a minimum time gap of 20 minutes for one stop after prolong
operation and restart the same. The motor shall also be capable of one immediate hot restart
and three equi spaced starts per hour.
2.03.04 The motor KW rating shall have at least 20% margin over the maximum pump input at duty
point or 10% margin over the maximum pump input in the worst case of operation whichever
is higher. The overload capacity of the such selected motor rating shall be 10% continuous
by allowing temperature rise upto Class-F limits. If the tenderer feel that the above rated
motor is not satisfying stated loading, they may offer their rating of motor.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
156 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
2.03.05 The motor characteristics shall match the requirements of the driven equipment.
2.03.06 The motor should deliver rated output and accelerate the full speed with 85% of the rated
voltage at motor terminal. The accelerating time of the motor should not be more than 3 sec.
2.03.07 With 85% rated voltage at motor terminal, the motor shall be capable of working satisfactorily
at full load at least 5 minutes without injurious heating or stalling. For 3% voltage imbalance
in power supply, the motor shall not be de-rated by more than 10%.
2.03.08 The locked rotor withstand time under hot condition at 110% rated voltage shall be more than
motor starting time by at least 2.5 sec. Hot thermal withstand curve shall have a margin of at
least 10% over the full load current of the motor to permit relay setting using motor rated
capacity.
2.03.09 The motor shall be TEFC type having protection group of IP 55. Motor shall be suitable for
rotation in both the direction.
2.03.10 The insulation of the stator winding of the motor shall be of Class-F but the heat exchanging
arrangement shall be such that the temperature rise is limited to that of Class-B as IS:325
over the ambient temperature. The ambient temperature may be considered as 45°C and the
relative humidity may vary from 80% to 100%.
2.03.11 The rotor of the motor should be sturdy in construction so as at ensure trouble free operation
as indicated in relevant clause without any rotor bar fracture inside or outside the rotor slots
or rotor bar end brazing failure or development of cracks in the brazed joint of the rotor bar
with shorting ring. The rotor bar of the rotor shall be 99.99% electrolyte grade Cu and shall be
well machined, insulated tightly placed and evenly press fitted inside the rotor slots, the later
being broached to have smooth finish. The rotor shall be slotted end ring design. The rotor
bars in the form of temple bars shall be used. Proper brazing materials shall be used.
The rotor shall be dynamically balanced with all the fans and with key in the shaft extension.
The rotor must carry a guarantee of at least 20,000 starts as per the operations schedule
mentioned in relevant clause without any rotor bar failure or any other type of rotor failure.
2.03.12 The motor shall be provided with anti-friction bearing, grease lubricated both at driving and
non-driving ends.
The bearings shall be provided with seals to prevent leakage of lubricant or entrance of
foreign matter like dirt, water etc. into the bearing area.
Grease lubricated bearings shall be pre-lubricated and shall have provision for on-service
positive lubrication with drains and grease collectors to guard against over lubrication.
The type and number of bearing the lubricant details (limited to normally available types of
IOC or, any standard make). Quantity and frequency of bearing lubrication should be clearly
indicated in the offer as well as to be displayed in the rating plate of the motor.
2.03.13 The motor should be smooth in operation and the noise level should not exceed 85 db at
1.5M from the motor. The vibration level of the pump and motor should be within the
specified the limit of IS:11724 and must be within 75 microns.
The motor should have adequate number of terminal boxes for main power cable, control
cable & signal cable. The motor main terminal box shall be
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
157 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
rotable in steps of 90°. The main terminal box should be suitable for 2 nos. 3 core, 1.1 KV
grade, 120/150 sq.mm. Aluminium conductor, armoured, XLPE Cable. The terminal boxes
shall be with removable cover with access to connection. No compound shall be used in the
terminal box for easy handling. The motor terminal boxes shall be furnished with suitable
cable lugs and double compression brass glands to match with the cable size. The terminals
shall be clearly identified by phase markings and termination indication corresponding to
direction of rotation.
The maximum system fault current for a duration of 1.0 sec. shall be considered.
The motor shall be equipped with built-in anti-condensation space heater of adequate rating
suitable for operation at 240V AC supply. Separate terminal box for the space heater
connection are to be provided.
The frame of each motor shall be provided with two separate and distinct grounding pads
suitable for accommodation of grounding conductors of suitable size GI flat. The main cable
terminal boxes shall have separate grounding pads.
2.03.14 The rating plate of the motor should contain, the minimum information as indicated in the
relevant IS. Apart from the same, the information as indicated in relevant clause as well as
the temperature rise in °C under rated condition, method of measurement, degree of
protection shall be furnished.
2.03.15 The successful tenderer should furnish the motor load-efficiency curve, torque-speed curve
load-power factor curve, thermal withstand curve (hot and cold), current-speed curve and
current-time curve.
2.03.16 The dimensional drawing of the offered motor, terminal box drawings, load data, GD2 value
of the drive unit and the driven unit shall be furnished to the EIC for approval.
2.03.17 Apart from the standard accessories provided by the motor manufacturer and those
accessories mentioned in preceding paras, one local lock switch is to be provided with each
motor having proper connection with the motor connecting switchgear so that the motor
breaker can not be closed when the lock switch is in operation. The motor shall also be
provided with suitable lifting lugs eye bolts having adequate provision for lifting installation.
2.03.18 The motor shall be provided with RTD‟s and BTD‟s for alarm and trip ( for rating 75 KW and
above). The leads shall be brought out to a separate terminal box.
2.03.19 The routine tests as per IS:325 shall be conducted to each motor. Temperature rise test are
to be conducted on at least one motor of each rating. The motor vibration tests shall be
conducted mounting the motor on the shop motor stool. All the above tests are to conducted
at the manufacturer's shop in presence of the departmental representatives. Apart from the
shop testing, normal field testing are to be carried out during installation, pre-commissioning
and commissioning. All necessary arrangements for the tests are to be made by the
contractor.
2.03.20 Motors upto 5 KW shall be of DOL starting and beyond 5 KW shall be Star-Delta Starting
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
158 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
1.01.00 Manufacturer of the Motor
1.03.00 No of Poles
1.04.00 Speed
1.07.00 Whether the motor is capable for operation after one hot restart and/or three equispace
hourly restarts.
1.11.00 Currents
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
159 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
1.17.00 Maximum torque (% of full load torque)
1.18.00 Acceleration time (sec.) from dead stop to full load speed
1.24.00 Temperature rise in (EC) by resistance method & class which limited
1.27.00 Installation
1.29.01 Number
1.31.00 Bearings
1.36.00 Whether winding temperature detectors & bearing temperature detector provided
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
160 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
(Rating 75KW & above )
1.37.00 Whether separate terminal box for BTDs & RTD‟s provided
1.42.00 Painting
2.00.00 TESTS
2.01.00 Upon completion, each motor shall be subjected to standard routine tests as per I.S. In
addition, type test (Temperature rise) of at least 1 no. motors as per choice of the customer,
shall be performed. Further any special tests called for in the driven equipment specification
shall be performed. The manufacturer/tenderer has to bear all expenses for such testing to
witness the tests for max. two representatives of EIC to the manufacturer‟s premises.
2.02.00 3 (Three) copies of routine test certificates and type test certificate shall be submitted for
approval prior to the despatch of the motors from the manufacture‟s factory.
3.00.00 SPARES
Spare parts are to be supplied as specified separately. Recommended spares for five (5)
years operation shall be quoted along with the bid clearly identifying the part nos. with
recommended quantities.
4.00.00 DRAWINGS, DATA & MANUALS
Drawings, data & manuals for the motors shall be submitted as indicated below:
1. The actuator motor for the BFV shall be suitable for use on 415 ± 10% Volts, 3 phase, 50 HZ
power supply and shall have high torque and low inertia squirrel cage motor having minimum
class F insulated, 15 minutes rated and shall be with temperature sensing protection by a
thermostat / thermistor directly embedded in all phases of the stator winding.
2. The actuator motor shall be provided with complete environmental protection during prolonged
period of inactivity to prevent condensation and must have IP 68 degree of protection for
continuous submergence.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
163 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
3. The actuator motor must have high starting torque and it shall be suitable for 60 Starts / hour.
The actuator gear box assembly shall be of the totally enclosed oil bath lubricated type and shall
be suitable for operation at any angle.
4 The actuator assembly shall have a mechanically independent hand wheel drive for emergency
manual operation of the valve by declutching the actuator motor drive by integral lever or
otherwise. The drive shall be restored to power drive mechanism automatically on starting of the
actuator motor.
6 The actuator assembly shall have integral reversing contactor starter, local control facilities and
terminals for remote control and indication circuit at remote end. The starter shall be both
mechanically and electrically interlocked and shall have adequately rated contactors to suit the
actuator motor rating. The motor shall positively be protected from any earth leakage and single
phasing. All electrical shall be mounted on a readily accessible printed circuit board to facilitate
withdrawal of starter assembly without any electrical disconnection. Local control shall comprise
of one pad lockable three position L/R selector switch and push button switches for open, close
and stop. All external wire connections shall be within the scope of the contractor.
7 The actuator assembly shall have facilities to indicate the position of the valve in remote control
desk (percentage opening of the valve). The actuator assembly shall have one mechanical dial
indicator to indicate the position of the valve. In addition, end of travel indication shall be
illuminated with red indicating valve open and green indicating valve closed. The valves and
actuators are subject to satisfactory shop test at manufacture‟s works and PG test at site in
presence of the department‟s representative for acceptance.
f) Remote operation facility with selector switch and local control console.
g) The hand wheel with clutch mechanism for manual operation. The manual operation
shall be automatically declutched when actuator motors in operation.
The motors and gearing arrangement shall be of adequate to open and close the valve under
full unbalance pressure and to overcome the seating torque. The torque switch should
function as a full proof design by tripping the motor in case of over torque condition.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
165 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
on one side after the interconnections with the delivery pipe lines from the pumps at the one
extreme end and in the other end it will be extended up to the specified length.
The common delivery manifold shall be provided with one no. 80 mm dia air release valve
(double throat) with isolating Gate valve suitably placed. The pipe where ever laid
underground shall be painted with anticorrosive paints at the inside and outside shall be
wrapped and coated with anti-corrosive tape of not less than 4mm thick so as to prevent the
pipes from corrosion.
(Necessary surface finish for proper painting and wrapping coating shall be made by the
contractor and careful laying shall be done so as to prevent damages during laying).
The individual discharge line and common delivery manifold shall be provided with pressure
gauge (6” dial) of bourdon type.
The bourdon tube shall be of SS 316. The gauge shall have cast aluminium weather proof case
and casing shall be black stove enameled. The accuracy shall be of ±1%. The full scale range
shall be from 0 -10 Kg / Sq.cm. The pressure gauge shall have 3 way cock and fitting.
04.01 The LTIC/OG is required to Receiving Power from WBSEDCL and provide power to the Pump Houses
MCC cum PDB and auxiliary loads for desired locations.
04.02 The LTDB shall be suitable for 415 V ± 10%, 50 Hz ± 5%, 3 phase, 4 wire supply system. The
incoming power shall be provided from the WBSEDCL supply.
04.03 Incoming feeder termination shall be done with XLPE insulated armoured aluminium cable as required.
Incomer & Outgoing: 415 V, 3 phase 4 wire, 50 HZ, 400A MCCB for
receiving & delivering power
The panel shall be side entry and rear out type single panel MCCB feeder with micro-processor base
adjustable O/L, E/F and Short Circuit.
5.0 415 V Multi panel MCC cum PDB (400A) at Pump House
5.1 The MCC cum PDB is required to provide power to the Pump Motors, auxiliary load and Main
Lighting Distribution Board at Pump House.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
166 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
5.2 The MCC cum PDB shall be suitable for 415 V ± 10%, 50 Hz ± 5%, 3 phase, 4 wire supply
system. The incoming power shall be provided from the outgoing feeder IC/OG at substation
5.3 The MCC cum PDB shall be 2 mm CRCA sheet steel enclosed, floor mounted type, self-
supporting, fully compartmentalised, dust & vermin proof, cubicle pattern, non-draw out and modular
in construction. It shall be finished painted with powder coated paint after necessary chemical
treatment for rust free surfaces and application of anti rust chemical coating. The base frame of the
panel shall be made of ISMC – 75 channel.
5.4 The MCC cum PDB shall be dead front type with concealed type hinged doors at front and
bolted covers at the rear. All hinged doors shall be interlocked with the respective switchgears
such that the same cannot be opened while the feeder is ON.
5.5 It shall have rear access and the cable termination arrangement shall be provided at the rear of
the respective feeder modules. For incomers, extended bus bars shall be installed preferably
from the top of the panel as per respective specifications. The vertical dropper bus bars shall
be placed in between two vertical aligned feeder modules.
5.6 The bus bar for the MCC cum PDB shall be TPN, made of E91E grade Aluminium alloy
insulated with 1.1KV grade heat shrink type PVC colour coded sleeve. The rating of the bus bar
shall be 400A for phases and 200 A for neutral. The current density of the bus bar shall not
exceed 1Amp / sq mm. The bus bars shall be supported on non-hygroscopic type resin moulded
insulators and the distance between insulators shall be so designed to make the bus bar system
capable of withstanding a short circuit fault current of 50 KA (r.m.s.) for 1 sec. The front bus bar
chamber shall be fully shrouded to avoid accidental contact with the live bus bars.
The minimum clearance between bus bars and bus bar to earth shall be as per IS.
5.7 Incoming & Outgoing feeder termination shall be done with extended bus bar arrangement if
required. The cable termination chamber shall be provided with cable supporting clamps.
Each incoming ACB/MCCB shall receive 2X 240 sq.mm.,1.1 KV grade 3.5 core XLPE insulated
armoured aluminium cable. The control wiring of the panel shall be done with 1100 V grade PVC
insulated 2.5 sq. mm flexible copper wire with copper lugs and ferrule marking at each end.
5.8 A continuous earth bus of size 50 x 8 mm and made of aluminium shall run throughout the
length of the panel with drilled holes at the end for connecting the same with the station earth
bus bar.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
167 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
The feeder details are as under:
viii) Microprocessor based draw out type non-directional combined IDMTL over current relay
with high set instantaneous element and instantaneous earth fault element type P111 or
equivalent.
5.12 90/110 KW Star – Delta Starter Motor feeders, each comprising of following components:
(Number of feeders shall be no. of Pump sets installed plus one spare)
a) Adequate rating (Min one size higher than the selection as - 1 No.
per Type-II Coordination), 50 KA MCCB with
microprocessor-based trip unit with adjustable overload,
short circuit & earth fault rated up to 50 0 C without deration
b) Adequate rating (Min one size higher than the selection as - 3
per Type-II Coordination Air Breaker Contactor with 240 V Nos.
AC Coil arrangement
c) Clustered LED type indicating lamp for ON / OFF / TRIP / - 4
EARTH FAULT TRIP Nos.
Start / Stop Push Button - 1 Set
d) 96 Sq. mm suitably scaled including cramped scale - 1 No.
Ammeter with selector switch
a) 63A TPN MCCB with Microprocessor based O/C & E/F releases 3 Nos.
c) 32A TPN MCCB with Microprocessor based O/C & E/F releases 3 Nos.
e) 16 A DP MCB 6 Nos.
10.00 CABLE:
All HT and M.V. power cables shall be with XLPE insulation, stranded aluminium /
copper conductor and armoured
10.01 HT & M.V. Cables and Jointing
All HT and M.V. Cables shall be 11 KV (E) / 1.1 KV grade XLPE insulated and armoured of Al
/ Cu. conductor 3 core / 3½ core / 4 core as required. The core shall be stranded and the
installation shall be suitable for the working condition. The cable wherever laid in
underground trenches shall be of minimum 600 mm width x 800mm average depth or with
cable tray arrangement where necessary and in suitable size cable tray in the pump floor /
Sub-station building / between Pump House & Substation Building. Where cable is laid in
masonry trench, the cable trenches (where applicable) shall be filled up with sand or covered
with chequered plate/RCC slab according to the direction of Engineer-in-Charge. Where
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
169 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
necessary cables shall be supported on clamps of approved type and shall be properly
protected with G.I. conduit or other protective covering as per direction of Engineer-in-
Charge.
All Jointing‟s should be of „dry type‟ to be done with hydraulic crimping machine where
applicable & done in accordance with the provision of I.E. rules. All jointing materials and
other accessories shall be included in the quoted price.
10.02 Control cable and jointing
All Control cables shall be XLPE insulated of 1100 volts grade multi strand copper conductor
and armoured of suitable size. The control cable should be terminated with proper sockets,
glands etc. At least 2 cores shall be kept as spare in all control circuits.
FLOW SENSOR
There shall be one number of Full-bore Electromagnetic flow meter on the common delivery
manifold. The flow meters is to be installed and commissioned for measuring the instant flow
rates as well as the total flow for a period of time of the station passing throughout the
common manifold. The flow rates shall be indicated in m3/hr & total flow in cubic meter. The
flow sensor shall be suitable to measure Raw water. The flow meter shall be electromagnetic
inline type to provide indication, totalization and signal transmission of the liquid. The display
is required at the Control Desk around 50 mtr. away from the transmitter installation point on
the pipe line. Amplification of signals, if necessary, are to be incorporated. The flow meter
must be capable of measuring velocity of water upto 5 m / sec with accuracy of ± 0.5%. Flow
sensitivity must be ± 0.3 m/s at any flow rate. The linearity of the instrument shall be 0.1% of
scale. The sensor must have enclosure of class IP-68. The tenderer shall clearly indicate the
position of flow sensor. The date sheet for flow sensor is as follows.
The flow meter will be full bore electromagnetic type should be capable to handle flow of
Raw Water.
Repeatability:- ± 0.2 %
Size of flow meter:- As per designed diameter of the common delivery manifold.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
170 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
Process temperature:- 50 °C max.
Cable between sensor and transmitter:- Copper cable of single Length as required as per
site condition between sensor and transmitter.
Type of display of transmitter:- Display should be LCD or LED type and the size should be
suitable for making it visible from at least 6m distance.
Power supply :- 240 V AC 50 Hz and shall be supplied from the MCC cum PDB at a
approximate distance of 50 m.
Web server: - The flow meter should be compatible for connection with web server for
remote facility display facility.
EARTHING
The total installation shall be effectively earthed by providing a ring main earthing. Each
earthing set shall consist of one G.I. pipe of not less than 2" dia and 10´ length. The
electrode shall be buried below the ground upto the depth of moist earth which shall not be
less than 8'-0" from ground level and must be 6'-0" away from any building structure. The
bottom portion of the electrodes shall be properly perforated and one cast iron cap properly
screwed of approved type and design and shall be fitted on the top of the electrode,
connection leads to the earth bus inside the station. After fixing and drawing out of the earth
leads, the top portion of the earth, electrode upto 1 ft. shall be properly brick pitched and shall
be fitted with water proof bituminous compound. The connecting lead shall be GI strip 75 x 8
mm and shall be laid at a depth of not less than 600 mm from ground level. The leads shall
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
171 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
be connected to GI earth bus bar inside the pumping station by means of proper welds. The
nos. of individual earthing connected to the Earth bus should such that after installation the
earth resistance of the system must be well below one ohm.
One GI bus bar 75mm wide and 8 mm thick shall be provided so that the frames of all electric
motors, switch gears, transformers and other electrical accessories and installation shall be
connected to this station earth bus by two separate GI strip of adequate dimension. All
metallic cover frames, equipments, installation etc. shall be earthed to the full satisfaction of
Engineer-in-charge and the Govt. Electrical Inspector.
The earthing and bonding shall be according to the I.E. Rules 1956 with ammendment of
1990. All non current carrying metal parts associated with H.V. installation shall be effectively
earthed to the grounding system to achieve:
a) Limit the touch and step potential to tolerable values;
b) Limit the ground potential rise to tolerable values so as to prevent danger due to
transfer of potential through ground, earth wires, cable sheath etc.
c) Maintain the resistance of the earth connection to such a value as to make operation of
the protective device effective.
The same must be approved by the Govt. Electrical Inspector and shall pass the statutory
tests.
The successful tenderer shall have to submit the detailed and fully dimensioned drawing of
the whole electrical system showing the proper earthing duly approved by the Govt. Electrical
Inspector before commencement of the actual installation work.
The distance between each individual Earth Pits should not be less than 3 meters.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
172 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
All the entrance/exists of pump house shall be provided with LED down lighter or bracket
mounted fittings with LED lamps of minimum 45 W as per site condition (minimum 90W for
unloading bay entrance).
16.02 WIRING
All wiring installation work must be as per relevant I.S. with proper distribution network,
M.C.B. are to be used in distribution boxes and there must be colour segregation for
power/netural/ground wires.
16.03 In strategic locations of the substation building / pump house, adequate number of 415 / 240
volt TPN / SPN MCB Distribution board shall be placed with multiple ways of different current
rating (MCB ) along with a incoming switch from where power to be fed to different switch
board.
16.04. Individual switch board shall comprise of multiple number of switch (6/10 Amps rated) as the
case may be, which shall be used for switching „ON‟ and “OFF‟ operation of the lights / fans /
receptacles etc. The individual switch board shall be double door design so as to cover up
the switch / regulator etc i.e. switches / regulator etc shall be accessible on opening the door
cover.
16.05 The above stated distribution board shall be fed from independent switch fuse unit / MCB /
MCCB located in the PDB.
16.06 440 volt, 15 Amps and 240 volts/15 Amps socket outlet shall be provided where ever
required and power shall be taken from the individual way of the distribution board.
16.07 The minimum required size of the conductor for internal distribution point wiring shall be as
follows:
1. LED 2 nos. 1 core -1.5 mm² copper & 1 no. Earth wire of
Fluorescent
1.0 mm² copper
2. LED Flood 2 nos. 1 core -2.5 mm² copper & 1 no. Earth wire of
light fitting
1.0 mm² copper
3. Receptacle- 2 nos. 1 core -2.5 mm² copper & 1 no. Earth wire of
5A
1.0 mm² copper
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
173 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
17.00 Ventilation & Fire fighting System:
17.01 Ventilation: The entire pump house including all electrical rooms and the Sub Station Rooms
shall have proper ventilation arrangement. The scope shall include the supply and fixing of
following equipments complete with GI conduit wiring / armoured cable including all other
accessories as required.
a) 3 - phase suitable Exhaust fans including proper louvers, duct work, rain cowl and bird
protection screen ----- As required for the Pump House to ensure 10 Air changes/Hr.
b) Single phase suitable Exhaust fans including proper louvers, duct work, rain cowl and
bird protection screen ----- As required for all the rooms of Sub Station as per the
direction of EIC.
c) Wall mounting type control panel for exhaust fan and others ----- 2 Sets, one each for
pump House and substation.
e) 18” Pedestal fan with regulator and all other accessories --- 3 Nos.
b) ABC stored pressure type fire extinguisher 5 Kg capacity with discharge hose and
nozzle and consisting of welded cylinder, squeeze lever discharge valve, internal
discharge tube, discharge nozzle suspension bracket, duly charged and pressurized
with ISI marked.
c) Dry type fire extinguisher 5 Kg capacity with discharge hose and nozzle and
consisting of welded cylinder,
squeeze lever discharge valve, internal discharge tube, discharge nozzle suspension
bracket, duly charged and pressurized with ISI marked.
d) Fire buckets (9 litre capacity) made from 24 SWG GI Sheet including wall mounting
bracket and filling of sand.
The E.O.T. Crane will be minimum 5 M.T. capacity Electrically Operated Travelling Crane
(E.O.T.) with a lift from the operating floor level and up to the level above the installed
motors. The long travel & the Cross Travel along with height of lift of the crane shall be
finalised after freezing of the Pump House layout drawing. Suitable type of Crain rails,
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
174 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
girders and all other accessories as necessary for installation and operation of the crane are
to be designed & provided by the contractor within the lump sum quoted amount. The two
travels of the main hoists i.e Long, Cross and the hoisting operation shall be manually
operated. The buffers must be spring loaded operation.
The EOT Crane should be tested at manufacturer‟s works / site as per relevant IS. The same
may be witnessed by the EIC. The Contractor has to arrange for such testing at his own cost.
The Mechanical level Indicator shall be equipped with for continuous monitoring of sump level.
The level indicator shall be securely mounted on the pump floor platform. It shall be capable to
monitor the sump level continuously. Range of measurement from LWL to HWL shall be around 05
Mtr.
Double chamber valve with twin float (Rubber / Vulcanite coated timber core / SS 304) - automatic operation with
water.
Two-orifice venting system with 3 functions (supply and release of air as well as automatic venting during
operation) Flange connection dimensions to IS 1538 Table 4 & 6
Corrosion protection:
Inside and outside with liquid epoxy coating; thickness >250 µm, colour: RAL 5005 blue
Accessories:
Must have a metal seated gate valves (description as above for Sluice Valves upto 800 mm) of same diameter
for isolation purpose, complete with gasket and fasteners (steel galvanized)
SECTION - H
List of Vendors
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
175 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
Sl. No. Equipment Make
01.00 Pump Kirloskar / Mather & Platt / WPIL Ltd.
02.00 Motor Siemens / ABB / Marathon/ Crompton
03.00 Control Desk/ MV Switchboard / Sellwin / PCE
MCC cum PDB Projects/ System & Controls / RNR /AC Power
10.00 Cable :
10.01 HT & LT Cable Gloster / Polycab / Havells / UCL
10.02 Control / Signal Cable Gloster / Polycab / Havells / UCL
Totaliser
Sl
Brief Description of Item Qty Unit
No.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
177 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
Supply, Delivery, Installation, Testing & Commissioning of 700
1 cu.m/hr & Head not less than 30 m, Vertical Turbine Pump - Motor 2 Nos.
set with all req. accessories with, suitable motor, 415 V, 50 Hz
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
178 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
Technical Specification of Major Electro-Mechanical Equipments for CWR AT Ghatal
This is indicative not exhaustive, will be finalized in detail engineering.
1.2 The pumps shall be of vertical wet pit type with mixed flow impeller. Pumps shall be placed
vertically submerged in the wet pit and mounted on CWR Floor pumping station. The pump shall be self-
service water lubricated type. Self-lubricated type guide bearings are to be provided at suitable
positions of the shafts and shall not be more than 1.5 M (approximately) apart. Since the service
water may carry minor solid particles, the guide bearings shall have suitable passages within
them to expel / pass these minor solid particles by self-working pressure, and the same will not
stuck inside the bearings deteriorating them. The specific gravity of Clear Water shall be
considered as 1.00 (Max.).
1.2 The pump battery shall contain suitable no pump sets out of which each pump shall deliver 100
% of the demand and also the system shall have minimum 50% stand-by Pumps.
1.3 Pumps shall be vertically driven with shaft directly & flexibly coupled with adequate rating,
V1, SCIM. The pump rotational speed shall not be more than 1500 rpm (syn.).
1.4 The pumps shall be of non-pull out type. The individual pump discharge line shall run over the
main operating floor and shall be connected with the common delivery manifold. The pump
discharge head/ motor stool / sole plate shall be rigidly grouted on the Pump floor. The
foundation plan and foundation pockets required to be kept with the civil construction, and the
successful bidder on receipt of the order shall furnish the pump-motor foundation plan
authenticated by the OEM. The said foundation will take care and encounter the horizontal
back thrust as may be generated during start/stop of the same (at shut off condition may be
considered).
1.5 The pump impeller shall be securely held on the pump shaft as per provision of the pump
manufacturer‟s design so as to prevent sliding of the impeller along the shaft during operation.
1.6 The pumps shall be of having a fairly steep H-Q curve. The tenderer shall furnish the evaluated
specific speed of the pump at the specific trim at duty point. The pump H-Q characteristics curve
shall be stable all throughout. There shall be a margin of at-leas 25% in between the run-out flow and
the duty point flow.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
179 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
1.7 The pump efficiency shall be reasonably high. The head-discharge-efficiency-KW absorbed-
NPSHR shall be guaranteed without any tolerances at the duty point working at river water level
condition mentioned in the Obligatory Data.
The tenderer shall have to confirm the maximum power absorbed by the pump on the entire
range starting from the shut-off to run-out without any positive tolerance
1.8 The suspension length of the pump assembly shall be such that it can safely work at the lowest
low-level condition considering worst of (i) the NPSHR of the offered pump at the maximum
water discharge condition on the entire operating range & (ii) minimum submergence
requirement. It shall have one suitable basket type strainer preventing entry of foreign particle
and of any solid in the pump.
1.9 The vertical column pipe assembly shall be of suitable dia fabricated from adequately mm thick
MS plate, flanged type, and anti-corrosive epoxy painted both inside and outside. The column
piping shall be of individual length not more than 1.5 M each for effective and easy handling.
1.11 The total suspension length including the bottom basket strainer if any, shall be fixed by the
tenderer considering the minimum submergence requirement working at the lowest low level,
the required bottom clearance at the indicated level etc. The total suspension length, as has
been considered in the offer backed by technical justification shall be placed with the technical
offer.
1.12 The pump assembly shall be provided with suitable anti-friction roller thrust bearing, non-reverse
ratchet assembly, bowl bearing, suction bell bearing, shafts sleeves including sleeve at gland
packing point, seal ring / wearing ring, provision for impeller adjustment nut, double throat air-
valve at column vent point and other important features as provided by the manufacturer.
Suitable motor stool, motor sole plate with facility of pulling out the column and bowl assembly
through it, anchoring bolts, nuts, washers, fixing bolts all complete are to be provided.
1.13 The pump rotating assembly shall be statically and dynamically accurately balanced. The
impeller balancing shall be within the grade G- 6.4 as per IS: 11723. No hole or any piece being
welded / bolted on the pump impeller for balancing shall be allowed. The shaft should be ground
all over and perfectly aligned. Special care should be taken that the entire pump assembly do
not experience vibration beyond the permissible limit as per IS:11724, of such class roto-
dynamic unit while in operating even in worst operating condition at any combination.
1.14 The pump motor shall be considered as a single unit and the vibration limit should be within the
limit specified in above IS.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
180 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
1.15 The noise level shall be within the permissible limit of IS: 12065. The thrust bearing shall be
designed in such a manner to be worked safely on any working condition even at the respective
shut off.
1.16 The pump shall also withstand the condition of any back flow on it.
1.17 The static and dynamic loading of the pump motor assembly with other allied components shall
be clearly indicated.
1.18 The pump shall be capable of continuous operation. The pump shaft, line shaft shall be
accurately sized. Replaceable sleeves are to be provided at desired point. The Stuffing box shall
be self-sealed design provided with packing ring and preferably with Split type gland.
1.19 The impeller of the offered pump shall not be either on the lowest trim or the highest trim of the
same pump family offered.
1.20 The wetted portion of the pump shall have a proper finish. The pump shall have a minimum
efficiency of 80% at duty point. Pumps offered with lesser efficiency at duty point shall not be
accepted.
1.21 The pump shaft shall be accurately machined and ground all over. The portion of the pump that
will come under the contact with pumped liquid shall be protected by replaceable sleeves.
Suitable pump casing wearing ring and/or impeller neck ring as per the manufacturer‟s design
shall be provided. Each pump shaft shall be adequately supported, both at driving and non-
driving ends, on anti-friction type ball/roller bearings capable to withstand the worst thrust
loading for the pump operation from shut-off to run-out.
1.22 The pump shall be suitable for valve open starting and also to take care of the condition of back
water flow in it, if any. Grease injection nipples and grease collector at each bearing points shall
be provided.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
181 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
1.23 The overall noise level of the pump-motor unit shall be within the stipulations of the relevant BIS
limit all round measured from a distance of 1.5 M.
1.24 The identical parts of the pumps shall be inter- changeable type.
1.25 The supply of the pump shall be completed by the pump manufacturer with the following
components and accessories: -
Suitable motor stool, pump motor sole plate with facility of pulling out the column and bowl
assembly through it, anchoring bolts, nuts, washers, fixing bolts all complete are to be provided.
Sole Plate of the total pump-motor assembly, motor stool with all foundation bolts, nuts,
washers, wedges, leveling shims and other erection materials as required. It may be noted that
there shall be no other thrust encountering device on the pump discharge pipe branch and the
common delivery header excepting the pump foundation bolts. The pump foundation bolts shall
be adequate enough to withstand all the thrust that may occur during pump operation including
start/stop. Additionally one MSDF short-piece with adequate stiffners shall be provided just after
the pump delivery flange and the same shall be anchored with pump / intermediate floor to
minimize the back – thrust.
Suitable flexible coupling with bolts, nuts, pins, keys etc. for coupling the drive and driven unit.
Self sealed packing box provided with packing rings, lantern rings, split type glands, gland
cooling water connection with cock, valves etc., all service pipes, valves, fittings, drain plug,
lifting lugs etc. as required for safe operation of pumps.
Any other accessories & component considered by the manufacturer for safe, efficient
operation of pumps
1.26 The pumps shall be capable for continuous operation at any stated level condition.
1.27 The material of construction of the pump is given below. If the tenderer feels that the MOC other
than what have been stated will give better service and performance, he may offer the pumps
with the MOC as per his choice, backed by technical justifications, but the same shall only be
made as an alternative offer.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
182 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
a) Pump casing : CI as per IS 210 Grade FG 260
1.29 All materials, casting used for manufacture of the pumps with allied components & accessories
shall be of best tested quality and the contractor has to submit the test certificate for the MOC at
the time of shop test as well as with the supplies.
Ultrasonic test to the shafts are to be conducted and test certificate to be furnished.
The dynamic balancing of the rotating unit with coupling, key etc. is to be conducted and test
certificate is to be submitted on shop test.
Dye-penetration test to the impeller are to be conducted and the test certificate are to be
furnished with the supply.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
183 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
Hydrostatic tests at a pressure not less than 1.5 times of the shut-off pressure for duration of 30
minutes are to be performed and test certificates to be furnished.
The pump performance test of all the pumps for head, efficiency, power consumed etc. versus
discharge shall be conducted as per IS: 9137 in presence of the departmental representatives
and in full load, full speed with the job motor and preferably with full column setting.
The duration of the performance test at shop shall be not less than 8 hours continuous operation
and the temperature monitoring of both pump and motor shall be conducted.
The tenderer should indicate the maximum column setting, they can accommodate in their
factory test bed.
The NPSHR test as per IS: 9137 for at least one pump as per by the manufacturer choice of the
department at various discharge conditions including duty point shall be conducted by the
manufacturer and test report shall be submitted. The duration of the performance tests of all
pumps shall be not less than 2 / 3 hours each, during which the temperature, noise, vibration
shall be monitored and tested.
The minimum submergence test as per IS: 9137 shall be conducted to at least one pump as per
choice of the department at various discharge conditions including at duty point during the joint
shop test of the pumps.
Vibration analysis to all pump motor sets are to be made in all load conditions both during the
shop-testing as well as at site after the pump sets have been fully commissioned.
After the performance tests, one pump as per choice of the department shall be stripped off and
the internal components shall be checked
Apart from the stated shop tests all field tests including noise, temperature rise, and vibration
analysis shall be conducted by the contractor.
1.30 The tenderer shall fill-up the guaranteed performance figure / data given in the separate section
and submit with the technical offer
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
184 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
1.31 Hydraulic test at shop
1.31.1 All pressure parts shall be subject to hydraulic testing at a pressure of 150% of shut off head or
200% of rated head (effective head) whichever is higher, for a period not less than 30 minutes.
1.31.2 Performance test are to be conducted to cover the entire range of operation of the pumps.
These shall be carried out to a span of at least 125% of rated capacity up to pump shut off
condition. A minimum of five combinations of head and capacity are to be achieved during
testing to establish the performance curves including the design capacity points and the two
extremities of the Range of operation specified. For range of operation, stipulation in relevant
Clause may be followed.
1.31.3 Tests shall be conducted with actual drive motors / shop motors at full load and full speed.
1.31.4 Reports and test certificates of the above tests shall be submitted to the Engineer-in-charge for
approval of the employer.
1.31.5 All rotating components of the pumps shall be subjected to dynamic balancing tests, & to be
specified in Data Sheets.
1.36.1 Each pump shall have to be tested to determine the performance curves of the pumps. These
tests are to be conducted, in presence of Employer or his representative, as per the
requirements of the Hydraulic Institute Standard/ASME Power Test Code PTE 8.2/BS-
599/I.S.S., latest edition/ relevant universally accepted codes.
1.36.2 The Contractor shall conduct necessary arrangements for establishing such test with adequate
size of sump, to establish the suitability of suction conditions , flow correcting devices for
measurement of flow.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
185 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
1.36.3 The Employer or his authorized representative shall be given full access to all tests. Prior to
performance tests, the Contractor shall intimate the Owner allowing adequate time so that if the
Employer so desires, his representatives can witness the test.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
186 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
1.40.1 The manufacturers shall conduct all tests required to ensure that the equipment furnished
shall conform the requirements of this specification and in compliance with requirements of
applicable Codes and Standards. The particulars of the proposed tests and the procedures
for the tests shall be submitted to the Employer for approval before conducting the tests. The
pump is to be tested on the test bed of manufacturers‟ works in presence of the EIC
representatives. All relevant cost of such inspection by two representatives of EIC has to be
borne by the manufacturer / contractor.
1.50 SPARE PARTS
1.50.1 The tenderer is to supply spare parts as per list enclosed vide list of spare parts as per tender
specification.
1.50.2 The spare parts as mentioned are to be supplied within the completion period of the contract
alongwith the main equipment.
1.50.3 Cost of spare parts as above are to be mentioned separately.
1.50.4 Replacement of spare parts during contract period would be borne by the Tenderer at their
own cost.
in parallel operation
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
188 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
:
2.00.00 PERFORMANCES
parallel operation.
without tolerance
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
189 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
3.00.01 Flexible Coupling
3.00.02 Type :
3.00.03 Make :
3.00.04 Factor of Safety adopted :
3.00.05 Degree of Flexibility :
3.00.06 Extent of Play allowed :
3.00.07 Shaft diameter :
3.00.08 Material :
3.00.09 Factor of Safety adopted :
4.00.00 THRUST BEARING
4.00.01 Type :
4.00.02 Whether separate thrust bearing for pump :
motor provided or not
4.00.03 Method of lubrication
4.00.04 Whether the thrust bearing is capable for :
worst loading of both phases
4.00.05 Axial thrust at duty point (kg) approx :
4.00.06 Whether thrust bearing temperature
detector provided :
5.00.01 Are the pumps suitable for
parallel operation :
5.00.02 Whether non-Reserve Rutchet is
provided in pump or not :
5.00.03 Type of lubrication for pump :
5.00.04 Whether pre lubrication
arrangement provided
6.00.00 EXPECTED LIVES UNDER NORMAL
OPERATION AND MAINTENANCE
6.00.01 Impellers :
6.00.02 Pump Bowl Casing :
6.00.03 Shaft :
6.00.04 Thrust Bearing :
6.00.05 Whether pump performance
curve (H-Q, Q-P, Q-n, Q-NPSHR)
authenticated by the pump
manufacturer provided with the offer along with :
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
190 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
6.00.06 Whether the copy of the pump family curve,
authenticated by the pump manufacturer
provided with the offer :
6.00.07 Whether the Pump H-Q curve superimposed on the
Provision of two numbers sump pumps have made considering one unit will operate other would remain as
standby. All seepage water from glands would be accumulated in a sump of dimension approximate 1.5-meter x
1.0-meter x 0.6 meters. The capacity of each pump would be around 100 M3/Hr at a head 15 Meter. The drive
motors would be of adequate rating of 415± 10% volt, 50Hz ±3% and 2900 rpm to cater the load of the above
pumps. The delivery pipes of individual pumps will be connected to a common manifold would be such that the
water can be drained in a nearby location, outside the pump house within a distance of 10 meter maximum. The
NRV and pit valve shall be placed in each pump delivery line and one no pit valve shall be placed in delivery line
which generates from the common header. All GI pipes and specials within the bidder‟s scope. The bidder has to
provide suitable capacity DOL starter for individual pump motor set and placed in the suitable place for easy
operation. The power will be taken from the control panel through switch fuse unit.
OR
The portable submersible dewatering pump motor set will be suitable for dewatering gland leakage muddy
water with adequate rating of 415± 10% volt, 50Hz ±3% and 2900 rpm to cater the load of the above pumps.
Submersible motor will be oil filled. The pump will be fitted with suitable mechanical seals, ball bearing etc. and
shall be capable of performance details bellow when running in 2900. The pump will be fitted with cast iron /
bronze impeller fitted in cast iron casing.
Pumps and motor shall be closed coupled and motor will be placed on top of the pump. This arrangement
will ensure that in the sump can be drained to the maximum extent possible, so that the level of water in the sump
is only a few cm above the pump inlet.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
191 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
The motor winding will be insulated with oil and water resistance materials. The pump and motor unit shall be
capable of running dry even when the motor oil seals fail draining out the oil from the motor and running which
vertically no water sump.
Installation: -
2.0 MOTORS
2.01.00 SCOPE
2.01.01 This specification covers the general requirements of the drive motors.
2.01.02 Motor shall be furnished in accordance with both this general specification and the
accompanying driven equipment specification.
2.01.03 In case of any discrepancy, the driven equipment specification shall govern.
2.02.00 STANDARDS
All motors shall confirm to the latest applicable IS/BS/DIN Publications.
2.03.00 TECHNICAL SPECIFICATION FOR DRIVE MOTORS
2.03.01 The drive electrical motors shall be of squirrel cage induction type vertical axis to suit the size
of the pump and shall be able to drive the pump. The rating of the motor shall be minimum
75/90KW & 1500 RPM (Syn), 415V ± 10%, 3 Phase, 50 Hz ± 5%,
2.03.02 The motor shall be designed for Star / Delta starting arrangements. The motor starting
current shall be guided by IS 12615.
2.03.03 All the motors shall be rated for continuous duty operation (duty: S1) IE2. However, due to
the operational schedule of the pumping station, the pump motor unit may demand for 8/10
start and stop in a day with a minimum time gap of 20 minutes for one stop after prolong
operation and restart the same. The motor shall also be capable of one immediate hot restart
and three equi spaced starts per hour.
2.03.04 The motor KW rating shall have at least 20% margin over the maximum pump input at duty
point or 10% margin over the maximum pump input in the worst case of operation whichever
is higher. The overload capacity of the such selected motor rating shall be 10% continuous
by allowing temperature rise upto Class-F limits. If the tenderer feel that the above rated
motor is not satisfying stated loading, they may offer their rating of motor.
2.03.05 The motor characteristics shall match the requirements of the driven equipment.
2.03.06 The motor should deliver rated output and accelerate the full speed with 85% of the rated
voltage at motor terminal. The accelerating time of the motor should not be more than 3 sec.
2.03.07 With 85% rated voltage at motor terminal, the motor shall be capable of working satisfactorily
at full load at least 5 minutes without injurious heating or stalling. For 3% voltage imbalance
in power supply, the motor shall not be de-rated by more than 10%.
2.03.08 The locked rotor withstand time under hot condition at 110% rated voltage shall be more than
motor starting time by at least 2.5 sec. Hot thermal withstand curve shall have a margin of at
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
192 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
least 10% over the full load current of the motor to permit relay setting using motor rated
capacity.
2.03.09 The motor shall be TEFC type having protection group of IP 55. Motor shall be suitable for
rotation in both the direction.
2.03.10 The insulation of the stator winding of the motor shall be of Class-F but the heat exchanging
arrangement shall be such that the temperature rise is limited to that of Class-B as IS:325
over the ambient temperature. The ambient temperature may be considered as 45°C and the
relative humidity may vary from 80% to 100%.
2.03.11 The rotor of the motor should be sturdy in construction so as at ensure trouble free operation
as indicated in relevant clause without any rotor bar fracture inside or outside the rotor slots
or rotor bar end brazing failure or development of cracks in the brazed joint of the rotor bar
with shorting ring. The rotor bar of the rotor shall be 99.99% electrolyte grade Cu and shall be
well machined, insulated tightly placed and evenly press fitted inside the rotor slots, the later
being broached to have smooth finish. The rotor shall be slotted end ring design. The rotor
bars in the form of temple bars shall be used. Proper brazing materials shall be used.
The rotor shall be dynamically balanced with all the fans and with key in the shaft extension.
The rotor must carry a guarantee of at least 20,000 starts as per the operations schedule
mentioned in relevant clause without any rotor bar failure or any other type of rotor failure.
2.03.12 The motor shall be provided with anti-friction bearing, grease lubricated both at driving and
non-driving ends.
The bearings shall be provided with seals to prevent leakage of lubricant or entrance of
foreign matter like dirt, water etc. into the bearing area.
Grease lubricated bearings shall be pre-lubricated and shall have provision for on-service
positive lubrication with drains and grease collectors to guard against over lubrication.
The type and number of bearing the lubricant details (limited to normally available types of
IOC or, any standard make). Quantity and frequency of bearing lubrication should be clearly
indicated in the offer as well as to be displayed in the rating plate of the motor.
2.03.13 The motor should be smooth in operation and the noise level should not exceed 85 db at
1.5M from the motor. The vibration level of the pump and motor should be within the
specified the limit of IS:11724 and must be within 75 microns.
The motor should have adequate number of terminal boxes for main power cable, control
cable & signal cable. The motor main terminal box shall be
rotable in steps of 90°. The main terminal box should be suitable for 2 nos. 3 core, 1.1 KV
grade, 95/120 sq.mm. Aluminium conductor, armoured, XLPE Cable. The terminal boxes
shall be with removable cover with access to connection. No compound shall be used in the
terminal box for easy handling. The motor terminal boxes shall be furnished with suitable
cable lugs and double compression brass glands to match with the cable size. The terminals
shall be clearly identified by phase markings and termination indication corresponding to
direction of rotation.
The maximum system fault current for a duration of 1.0 sec. shall be considered.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
193 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
The motor shall be equipped with built-in anti-condensation space heater of adequate rating
suitable for operation at 240V AC supply. Separate terminal box for the space heater
connection are to be provided.
The frame of each motor shall be provided with two separate and distinct grounding pads
suitable for accommodation of grounding conductors of suitable size GI flat. The main cable
terminal boxes shall have separate grounding pads.
2.03.14 The rating plate of the motor should contain, the minimum information as indicated in the
relevant IS. Apart from the same, the information as indicated in relevant clause as well as
the temperature rise in °C under rated condition, method of measurement, degree of
protection shall be furnished.
2.03.15 The successful tenderer should furnish the motor load-efficiency curve, torque-speed curve
load-power factor curve, thermal withstand curve (hot and cold), current-speed curve and
current-time curve.
2.03.16 The dimensional drawing of the offered motor, terminal box drawings, load data, GD2 value
of the drive unit and the driven unit shall be furnished to the EIC for approval.
2.03.17 Apart from the standard accessories provided by the motor manufacturer and those
accessories mentioned in preceding paras, one local lock switch is to be provided with each
motor having proper connection with the motor connecting switchgear so that the motor
breaker can not be closed when the lock switch is in operation. The motor shall also be
provided with suitable lifting lugs eye bolts having adequate provision for lifting installation.
2.03.18 The motor shall be provided with RTD‟s and BTD‟s for alarm and trip ( for rating 75 KW and
above). The leads shall be brought out to a separate terminal box.
2.03.19 The routine tests as per IS:325 shall be conducted to each motor. Temperature rise test are
to be conducted on at least one motor of each rating. The motor vibration tests shall be
conducted mounting the motor on the shop motor stool. All the above tests are to conducted
at the manufacturer's shop in presence of the departmental representatives. Apart from the
shop testing, normal field testing are to be carried out during installation, pre-commissioning
and commissioning. All necessary arrangements for the tests are to be made by the
contractor.
2.03.20 Motors upto 5 KW shall be of DOL starting and beyond 5 KW shall be Star-Delta Starting
1.03.00 No of Poles
1.04.00 Speed
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
194 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
1.05.00 Nos. offered
1.07.00 Whether the motor is capable for operation after one hot restart and/or three equispace
hourly restarts.
1.11.00 Currents
1.18.00 Acceleration time (sec.) from dead stop to full load speed
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
195 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
1.22.00 Class of insulation
1.24.00 Temperature rise in (EC) by resistance method & class which limited
1.27.00 Installation
1.29.01 Number
1.31.00 Bearings
1.36.00 Whether winding temperature detectors & bearing temperature detector provided
1.37.00 Whether separate terminal box for BTDs & RTD‟s provided
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
196 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
1.39.02 Starting condition
1.42.00 Painting
2.00.00 TESTS
2.01.00 Upon completion, each motor shall be subjected to standard routine tests as per I.S. In
addition, type test (Temperature rise) of at least 1 no. motors as per choice of the customer,
shall be performed. Further any special tests called for in the driven equipment specification
shall be performed. The manufacturer/tenderer has to bear all expenses for such testing to
witness the tests for max. two representatives of EIC to the manufacturer‟s premises.
2.02.00 3 (Three) copies of routine test certificates and type test certificate shall be submitted for
approval prior to the despatch of the motors from the manufactures factory.
3.00.00 SPARES
Spare parts are to be supplied as specified separately. Recommended spares for five (5)
years operation shall be quoted along with the bid clearly identifying the part nos. with
recommended quantities.
4.00.00 DRAWINGS, DATA & MANUALS
Drawings, data & manuals for the motors shall be submitted as indicated below:
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
198 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
from full open to full close. The valve disk shall be solid streamlined slab design, and to have
minimum head loss. The seat ring shall be of stainless steel (SS) with micro finished nickel /
Monel overlay. The seating shall preferably be integral. The disc seal shall be of elastomeric
EPDM. The EPDM seal on the disc must be of easy replaceable type with the facility of
replacement at site. The shaft bearings shall be medium free, steel backed PTFE / bronze
and suitable for maximum axial thrust imposed by the shaft during testing and in service. The
fasteners shall be of SS 304.. The valve shall have suitable and adequate capacity of gear
box actuator with hand wheel and indicating pointer. The gear box actuator unit shall be of so
sealed type with necessary attachments such that external water do not enter the gear box
housing to spoil the mechanism. The gear box shall be directly coupled to electrical
actuators. The electrical actuators shall be complete with motor starter with reversing control
gear, mechanical indication showing the amount of valve opening and shall have the
following components.
b) 415V ± 10% 3 phase, 50 Hz, AC motor.
b) Reduction gearing arrangement.
c) Torque & limit switch mechanism.
d) Valve position indicator.
e) Arrangements for pick up signals for displaying the % opening of the valves in the
suitable meters to be placed on control desk.
f) The hand wheel with clutch mechanism for manual operation. The manual operation
shall be automatically declutched when actuator motors in operation.
g) Motors shall be of outdoor construction, IP68 protection group.
The motors and gearing arrangement shall be of adequate to open and close the valve under
full unbalance pressure and to overcome the seating torque. The torque switch should
function as a full proof design by tripping the motor in case of over torque condition
2. The actuator motor for the BFV shall be suitable for use on 415 ± 10% Volts, 3 phase, 50 HZ
power supply and shall have high torque and low inertia squirrel cage motor having minimum
class F insulated, 15 minutes rated and shall be with temperature sensing protection by a
thermostat / thermistor directly embedded in all phases of the stator winding.
2. The actuator motor shall be provided with complete environmental protection during prolonged
period of inactivity to prevent condensation and must have IP 68 degree of protection for
continuous submergence.
3. The actuator motor must have high starting torque and it shall be suitable for 60 Starts / hour.
The actuator gear box assembly shall be of the totally enclosed oil bath lubricated type and shall
be suitable for operation at any angle.
4 The actuator assembly shall have a mechanically independent hand wheel drive for emergency
manual operation of the valve by declutching the actuator motor drive by integral lever or
otherwise. The drive shall be restored to power drive mechanism automatically on starting of the
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
199 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
actuator motor.
6 The actuator assembly shall have integral reversing contactor starter, local control facilities and
terminals for remote control and indication circuit at remote end. The starter shall be both
mechanically and electrically interlocked and shall have adequately rated contactors to suit the
actuator motor rating. The motor shall positively be protected from any earth leakage and single
phasing. All electrical shall be mounted on a readily accessible printed circuit board to facilitate
withdrawal of starter assembly without any electrical disconnection. Local control shall comprise
of one pad lockable three position L/R selector switch and push button switches for open, close
and stop. All external wire connections shall be within the scope of the contractor.
7 The actuator assembly shall have facilities to indicate the position of the valve in remote control
desk (percentage opening of the valve). The actuator assembly shall have one mechanical dial
indicator to indicate the position of the valve. In addition, end of travel indication shall be
illuminated with red indicating valve open and green indicating valve closed. The valves and
actuators are subject to satisfactory shop test at manufacture‟s works and PG test at site in
presence of the department‟s representative for acceptance.
m) Arrangements for pick up signals for displaying the % opening of the valves in the
suitable meters to be placed on control desk.
n) Remote operation facility with selector switch and local control console.
o) The hand wheel with clutch mechanism for manual operation. The manual operation
shall be automatically declutched when actuator motors in operation.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
200 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
p) Motors shall be of outdoor construction, IP 68 protection group suitable for continuous
submergence.
The motors and gearing arrangement shall be of adequate to open and close the valve under
full unbalance pressure and to overcome the seating torque. The torque switch should
function as a full proof design by tripping the motor in case of over torque condition.
The common delivery manifold shall be provided with one no. 100 mm dia air release valve
(double throat) suitably placed. The pipe where ever laid underground shall be painted with
anticorrosive paints at the inside and outside shall be wrapped and coated with anti-corrosive
tape of not less than 4mm thick so as to prevent the pipes from corrosion.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
201 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
(Necessary surface finish for proper painting and wrapping coating shall be made by the
contractor and careful laying shall be done so as to prevent damages during laying).
The individual discharge line and common delivery manifold shall be provided with pressure
gauge (6” dial) of bourdon type.
The bourdon tube shall be of SS 316. The gauge shall have cast aluminium weather proof case
and casing shall be black stove enameled. The accuracy shall be of ±1%. The full scale range
shall be from 0 -10 Kg / Sq.cm. The pressure gauge shall have 3 way cock and fitting.
3.0 HT PDB
3.1. The HT PDB shall be multi panel switch board suitable for indoor installation and shall
operate at 11 KV 10%, 3, 50 Hz 5% AC earthed system. The Switchboard shall comprise
of the following
I) Incomer panel – 1 no
II) Outgoing transformer feeder panel – 2 nos.
3.2. The switch gear shall be indoor, metal clad, floor mounted, horizontal isolation and horizontal
draw out type and shall be suitable for trouble free and continuous operation at 11 KV ± 10%, 3
phases, 3 wire, 50 Hz ± 5%, grounded system. The switch gear will be located in a hot, humid
and tropical atmosphere.
Design and construction shall be such so as to allow extension at either ends. The base channel
frame of the switch gear along with all hardware shall be within the scope of the contract.
The switch gear enclosure shall conform to the degree of protection IP-4X. The minimum
thickness of sheet used shall be 2 mm except the gland plate where the sheet thickness shall be
3 mm.
The switch gear assembly shall comprise a continuous dead front, line up of free standing,
vertical cubicles. Each cubical shall have front hinged door with latches and a removable back
cover. All covers and doors shall be provided with neoprene gaskets.
Circuit breakers, instrument transformer, bus bars, cable chamber etc. shall be housed in
separate compartments.
3.3 The Switch gear shall be fully wired at the factory to ensure proper functioning of indications,
control, protection, transfer and inter-locking scheme.
Fuse & links shall be provided to permit individual circuit isolation without disturbing other circuits.
All spare contacts of relays, switches and other devices shall be wired up-to terminal blocks.
Wiring shall be done with flexible, 1.1KV grade PVC insulated switchboard wires with stranded
copper conductors of 2.5 sq. mm for control and current circuits and 1.5 sq. mm for voltage
circuits.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
202 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
Each wire shall be identified with both ends with permanent marker bearing wire number as per
contractor‟s wiring diagram.
Wire termination shall be made with crimping type connectors with insulating sleeves.
Not more than two wires shall be connected to any terminal. At least 25% spare terminal shall be
furnished in the terminal block.
3.4 Switch gear shall be designed for cable entry from bottom. Sufficient space shall be provided for
ease of termination and connection.
Power cables shall be XLPE insulated, armoured, overall PVC sheathed with stranded aluminum
conductors.
Control cables shall be XLPE insulated, armoured, overall PVC sheathed with 2.5 sq. mm
stranded copper conductors.
All provisions and accessories shall be furnished for termination and connection of cables,
including removable gland plates (3 mm thick), cable supports, crimping type tinned copper /
aluminum lugs, brass compression glands with washers and terminal blocks.
3.5 The main buses and connections shall be of high conductivity electrolyte grade copper, sized for
specific current rating with maximum temperature rise limited to 90 0C.
Bus-bars and connection shall be fully insulated for working voltage with adequate phase /
ground clearance. Insulating sleeves for bus bars and cast resin shrouds for joints shall be
provided.
All buses and connections shall be supported and braced to withstand stress due to maximum
short circuit current and also to take care of any thermal expansion.
Bus-bars shall be color coded for easy identification and the bus-bar chamber shall be provided
with inter panel barrier with epoxy cast seal-off bushings through which the buses will pass
through so as to prevent fire from one panel to other.
3.6 A copper ground bus, rated to carry maximum fault current for 3 secs., shall extend for full length
of 3he switchgear. The ground bus shall be provided with two bolt drilling with GI bolts, nuts and
washers at each end to receive GI flat of adequate sizes to withstand earth fault current.
CT & VT secondary neutrals shall be earthed through removable links so that earth of the one
circuit may be removed without disturbing the others.
3.7 The circuit breaker shall be vacuum type triple pole 800 Amps, 25 KA for 3 secs., horizontal draw
out, horizontal isolation having Service / Test / Isolated position with positive indication for each
position. The V.C.B. shall have 220 V AC motorized spring charged trip free mechanism and
mounted on a carriage complete with self contained manually operated fully interlocked, raising
and lowering mechanism with integral earthing /earthing truck. The operating mechanism shall
normally be operated from remote electrical control but arrangement should also be made for
local electrical control. Mechanical device shall also be provided on the breaker for manually
tripping and closing. Each set of the circuit breaker shall have the following features:
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
203 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
a) 1 set mechanical ON & OFF indicator.
b) 1 rear entry cable box with glands suitable for 11 KV grade XLPE cable.
c) 1 set of indicating lamp ON / OFF / TRIP / SPRING CHARGED / TRIP CIRCUIT
HEALTHY / Service & Test Position Indications for each breaker & in addition DC FAIL /
R-Y-B Phase Indications ( for Incomer only ).
d) 3 double core current transformers of suitable ratio and accuracy class 5P10 & 1.0 shall
be provided for protection & metering
e) Shunt trip coil and closing coil rated for 110 V DC.
f) 1 space heater with ON & OFF switch
g) 15A / 15A 3 Pin Plug Socket
h) In – panel lighting with control switch
i) Space heater for each Switchgear panel
j) 240 V AC Alarm Bell & Buzzar for non – trip fault & trip with provision for alarm
cancellation ( common )
k) Auxiliary switches with required contact.
l) 1 suitable label
In addition, 1 no resin cast and draw out type PT shall be provided suitable for 3 phase, 3 wire 5
limb 50 Hz system with a ratio of 11 KV / 110 / √3 / 110 / √3 volts, 100 VA, class 1.0 / 3 P.
Symmetrical breaking capacity of the circuit breaker shall be 25 KA and making capacity shall be
62KA. The short time rating of the circuit breaker shall be 25 KA for 3 secs.
The circuit breaker shall be capable of carrying rated current at 45°C ambient temperature
without derating.
3.8 The feeder details of the Multi panel HT PDB shall be as under:
A) Incoming feeder Panel: 1 No. ( 800 A )
i) 96 sq mm ( 0 – 12 KV ) Voltmeter with Selector Switch - 1 Set
v) Double core Dual Ratio Cast Resin CT of appropriate ratio and 5A - 1 Set
Secondary, Class 5 P10 & 1.0, 10VA burden
(3 Nos.)
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
204 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
vi) Microprocessor based draw out directional combined IDMTL over current - 1 No.
& earth fault relay type P127 or equivalent
x) Multifunction meter (For Amp. Voltage, frequency, power factor etc. ) type - 1 No.
ELITE 445 or equivalent
xii) KW Meter - 1 No
iv) Double core Cast Resin CT of appropriate ratio and 5A Secondary, Class - 1 Set
5 P10 & 1.0, 10VA burden
( 3 Nos.
)
v) Microprocessor based draw out type non directional combined IDMTL over
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
205 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
current relay with high set instantaneous element and instantaneous earth - 1 No.
fault element type P122 or equivalent
DC Supply: 110V DC supply in each panel by duplicate feeders shall be made available from the
station battery bank / Battery Charger / DCDB stated elsewhere. Hooking up with the station
switchgear and other equipments is within the scope of the contractor and shall be done through
cables.
3.10. All equipment, accessories and wiring shall have fungus protection.
Screens of corrosion resistant material shall be furnished on all ventilating louvers to prevent the
entrance of insects.
All surfaces shall be sand blasted, pickled and grounded as required to produce a smooth, clean
surface free of scale, grease and rust.
After cleaning, the surfaces shall be given a phosphate coating followed by two coats of high
quality primer and stove after each coat.
The switch gear shall be finished in RAL 7032 with two coats of epoxy paints
3.11 Notwithstanding whatever mentioned elsewhere in the document, following tests shall include but
not necessarily limited to the following:
(b) All wiring and current carrying part shall be given appropriate high voltage test.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
206 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
(c) Primary current and voltage shall be applied to all instrument transformers.
(d) Routine test shall be carried out on all equipment such as circuit breakers,
instruments, transformers, relays and meters.
Certified copies of all the tests carried out at the manufacturer‟s premises shall be furnished in
three copies.
4.0 TRANSFORMER
There will be total two (2) number of transformers, each having a capacity of 630 KVA.
The voltage rating of the Transformer shall be 11 KV / 433 V
Normally the specification of all the transformers are, 11 / 0.433 KV with neutral brought out,
3 ph, 50 c/s, Dyn 11 vector group, shall be supplied and installed by the contractor. Each of
the transformers should be equipped with:
i) Conservator with drain valves and oil gauge.
ii) Silica gel breather
iii) Bidirectional rollers
iv) PRV with contact.
v) Oil filter valve
vi) Transformer tank drain valve, one upper and one lower.
Transformers will be wound with 99.99% electrolytic grade copper wires / flat and the H.T. sides
of the transformer will be fitted with OFF circuit tap changing device with a range of +5% to -
10% in step of 2½%.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
207 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
Primary side (H.T.) terminal box shall be suitable for terminating one no. 11 KV grade, 300 sq.
mm, Al. conductor 3 core XLPE insulated cable complete with sealing and armour clamping
gland.
Secondary (L.T.) terminal box shall be suitable for terminating 1.1 KV grade, 300 sq. Mm as
required, Al. conductor 3.5 core XLPE insulated cable complete with sealing and armour
clamping gland.
Transformers shall be supplied in fully oil filled condition. Transformers should be manufactured
according to latest I.S.S. Manufacturers‟ test shall be carried out in presence of the
representative of M.E.Dte. and a test certificate to be submitted. Temperature rise of the
transformer shall not exceed 50 / 75°C over oil / winding and also comply with IS 1180 & IS
2026 Latest version, as applicable only in so far as they are applicable.
4.1 Two nos. 630 KVA 11 KV / 0.433 KV, DYN 11, ONAN, Distribution Transformer to be
manufactured, shop tested, supplied, erected, tested & commissioned generally in conformity
with latest revision of IS.
4.2 The transformers shall be of the latest design & the transformers shall be suitable for indoor
installation. The transformer shall be suitable for operation at full rated power on all tapings
without exceeding the following temperature rise. Winding temperature rise - 75 º C over
ambient of 450 C.
4.3 The transformer shall be double copper wound and having CRGO silicon steel made core built
up with class „A‟ insulation, designed and constructed with particular reference to tropical
conditions.
4.4 The transformer shall be designed to be capable of withstanding, without injury, the thermal and
mechanical stress of short-circuits between phases or between phase and earth at the terminals
of any winding with full voltage applied across the other winding. The transformers shall be
capable of withstanding specified through fault currents for 2 seconds.
4.5 The transformers shall operate with minimum noise and vibration. The cores, enclosure /
protective housings and other structural parts shall be properly constructed and windings
properly braced so that the mechanical vibration is kept to the minimum, thus reducing the
noise. The core-coil assembly shall be fixed in such a manner that no shifting or deformation
occur during shipment or installation.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
208 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
4.6 The transformer shall be designed for minimum losses as per I.S.1180 guidelines. All
mechanism shall be of stainless steel, brass, gunmetal or other suitable material to prevent
sticking due to rust or corrosion. If any temporary fitting is fixed to the enclosure / protective
housing of a transformer for transporting / handling purposes, these shall be identified as well as
instructions and illustrated drawings shall be furnished to facilitate their removal at site after
erection.
4.7 The transformer shall have off-circuit tap changer in H.T. winding in steps of 2.5% for range (+)
5% to (-) 10 %.
4.8 Neutral terminal of star connected winding of each transformer shall be designed for the highest
over current that can flow through the terminal. The neutral terminal shall in the LV cable
terminal
box. The transformer also shall have one additional brought out neutral which is intended to be
directly connected to earth permanently.
4.9 The transformer shall be generally conformity with latest revision of IS: 11171- 1985 (reaffirmed-
2001) and IEC: 726 (1982). Ref standard IS 2026 (Part-I to Part II) IS 10028 (PII) IS 1180 etc.
shall be applicable only in so far as they are applicable.
The transformer shall be fitted with all standard and special fittings and accessories as per IS
and CBIP Standard and shall include but not being limited to the following:
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
209 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
e) Winding temperature indicator with Alarm & Trip contacts.
4.11 Each transformer shall be provided with a stainless steel rating plate fitted in a visible position
showing the followings.
a. Kind of transformer
b. Ref to IS standard
c. Manufacturer‟s name
e. Year of manufacture
f. Number of phases
g. Rated KVA
h. Rated frequency
i. Rated voltage
j. Rated current
k. Connection symbol
m. Type of cooling
o. Quantity of Oil.
p. Percentage Impedance.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
210 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
Transformer losses shall be guided by the I.S.1180 guideline.
4.13 Following shop tests shall be carried out on the transformer along with the other tests in
presence of departmental representative –
Type : Indoor
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
211 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
HV side terminal arrangements : Cable end box on HV side suitable for terminating
11 KV grade 3 core 300 sq.mm. XLPE cable.
LV side terminal arrangements : Secondary (L.T.) terminal box shall be suitable for
terminating 1.1 KV grade, 300 sq. mm as required, Al.
conductor 3.5 core XLPE insulated cable complete with
sealing and armour clamping gland.
5.0 Technical Specification OF 415 V, 2 Incomer & 1 Bus Coupler PDB at Substation
5.1 The PDB is required to provide power to the Pump House MCC cum PDB and auxiliary load at
the Sub-station
5.2 The PDB shall be suitable for 415 V ± 10%, 50 Hz ± 5%, 3 phase, 4 wire supply system.
The incoming power shall be provided from the secondary side of transformers.
5.3 The PDB shall be 2 mm CRCA sheet steel enclosed, floor mounted type, self supporting, fully
compartmentalised, dust & vermin proof, cubicle pattern, non-draw out and modular in
construction. It shall be finished painted with powder coated paint after necessary chemical
treatment for rust free surfaces and application of anti rust chemical coating. The base frame of
the panel shall be made of ISMC – 75 channel.
5.4 The PDB shall be dead front type with concealed type hinged doors at front and bolted covers at
the rear. All hinged doors shall be interlocked with the respective switchgears such that the
same cannot be opened while the feeder is ON.
5.5 It shall have rear access and the cable termination arrangement shall be provided at the rear of
the respective feeder modules. For incomers, extended bus bars shall be installed preferably
from the top of the panel as per respective specifications. The vertical dropper bus bars shall
be placed in between two vertical aligned feeder modules.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
212 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
5.6 The bus bar of PDB shall be spitted into two sections with one bus coupler in between. Each
section will receive power through an incoming ACB connected from the secondary side of
transformers.
5.7 The bus bar for the PDB shall be TPN, made of E91E grade Aluminium alloy insulated with
1.1KV grade heat shrink type PVC colour coded sleeve. The rating of the bus bar shall be 1000
A for phases and 500 A for neutral. The current density of the bus bar shall not exceed 1Amp /
sq mm. The bus bars shall be supported on non hygroscopic type resin moulded insulators and
the distance between insulators shall be so designed to make the bus bar system capable of
withstanding a short circuit fault current of 50 KA (r.m.s.) for 1 sec. The front bus bar chamber
shall be fully shrouded to avoid accidental contact with the live bus bars.
The minimum clearance between bus bars and bus bar to earth shall be as per IS.
5.8 Incoming & Outgoing feeder termination shall be done with extended bus bar arrangement if
required. The cable termination chamber shall be provided with cable supporting clamps. Each
incoming ACB shall receive power through 1.1 KV grade 4 /3.5core 300 sq. mm XLPE insulated
armoured aluminium cable as required. The control wiring of the panel shall be done with 1100 V grade
PVC insulated 2.5 sq mm flexible copper wire with copper lugs and ferrule marking at each end.
5.9 A continuous earth bus of size 50 x 8 mm and made of aluminium shall run throughout the
length of the panel with drilled holes at the end for connecting the same with the station earth
bus bar.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
213 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
ii) 96 sq mm, suitably scaled Ammeter with cramped scale and selector switch
1 No.
x) Microprocessor based draw out type non-directional combined IDMTL over current relay with
high set instantaneous element and instantaneous earth fault element type P111 or
equivalent with VAJH-13 relay.
5.12 1000 A Bus coupler feeder one (1) number comprising of following components:
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
214 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
iv) Bus Coupler ON / OFF / Spring Charged Indicating Lamp 3 Nos.
5.13 Outgoing feeders --- 2 Nos. each equipped with following for CWR PMCC
ii) 96 sq mm, suitably scaled Ammeter with cramped scale and selector switch 1 No.
iii) Current Transformer of suitable ratio & 5A secondary, Class: 1.0, 15 VA 3 Nos.
5.14 Outgoing feeders --- 2 Nos. for WTP each equipped with following:
ii) 96 sq mm, suitably scaled Ammeter with cramped scale and selector switch 1 No.
iii) Current Transformer of suitable ratio & 5A secondary, Class: 1.0, 15 VA 3 Nos.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
215 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
a) 63A TPN MCCB with Microprocessor based O/C & E/F releases 3 Nos.
b) 32A TPN MCCB with Microprocessor based O/C & E/F releases 3 Nos.
d) 16 A DP MCB 6 Nos.
The ACB shall be rated as specified elsewhere at 500 C without duration and 50 KA for 1 Sec.
The ACB shall be electrically operated drawout type with shunt trip release. The neutral
conductor shall be 100% of the phase conductor. The ACB shall be provided with built-in LCD
display. Over current releases, if specified, shall have on-line functional testing facility and trip
indicators shall be provided to display the nature of fault without any external power supply.
Earth fault protection shall have adjustable settings upto 10% of Nominal current. The CTs
provided shall be air-core. The ACB shall have position indication with padlocking facility for all
positions including door interlock and padlocking facility of the shutters in closed position. The
ACB shall be provided with the following features in the front panel.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
216 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
7.1 The MCC cum PDB is required to provide power to the Pump Motors, auxiliary load and Main
Lighting Distribution Board at Pump House.
7.2 The MCC cum PDB shall be suitable for 415 V ± 10%, 50 Hz ± 5%, 3 phase, 4 wire supply
system. The incoming power shall be provided from the outgoing feeder & PDB at at substation
7.3 The MCC cum PDB shall be 2 mm CRCA sheet steel enclosed, floor mounted type, self
supporting, fully compartmentalised, dust & vermin proof, cubicle pattern, non-draw out and
modular in construction. It shall be finished painted with powder coated paint after necessary
chemical treatment for rust free surfaces and application of anti rust chemical coating. The
base frame of the panel shall be made of ISMC – 75 channel.
7.4 The MCC cum PDB shall be dead front type with concealed type hinged doors at front and
bolted covers at the rear. All hinged doors shall be interlocked with the respective switchgears
such that the same cannot be opened while the feeder is ON.
7.5 It shall have rear access and the cable termination arrangement shall be provided at the rear of
the respective feeder modules. For incomers, extended bus bars shall be installed preferably
from the top of the panel as per respective specifications. The vertical dropper bus bars shall
be placed in between two vertical aligned feeder modules.
7.6 The bus bar for the MCC cum PDB shall be TPN, made of E91E grade Aluminium alloy
insulated with 1.1KV grade heat shrink type PVC colour coded sleeve. The rating of the bus bar
shall be 630A for phases and 300A for neutral. The current density of the bus bar shall not
exceed 1Amp / sq mm. The bus bars shall be supported on non hygroscopic type resin moulded
insulators and the distance between insulators shall be so designed to make the bus bar system
capable of withstanding a short circuit fault current of 50 KA (r.m.s.) for 1 sec. The front bus bar
chamber shall be fully shrouded to avoid accidental contact with the live bus bars.
The minimum clearance between bus bars and bus bar to earth shall be as per IS.
7.7 Incoming & Outgoing feeder termination shall be done with extended bus bar arrangement if
required. The cable termination chamber shall be provided with cable supporting clamps. Each
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
217 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
incoming MCCB shall receive 1.1 KV grade 3.5 core 240 sq. mm XLPE insulated armoured
aluminium cable. The control wiring of the panel shall be done with 1100 V grade PVC insulated
2.5 sq. mm flexible copper wire with copper lugs and ferrule marking at each end.
7.8 A continuous earth bus of size 50 x 8 mm and made of aluminium shall run throughout the
length of the panel with drilled holes at the end for connecting the same with the station earth bus bar.
xviii) Microprocessor based draw out type non-directional combined IDMTL over current relay
with high set instantaneous element and instantaneous earth fault element type P111 or
equivalent with VAJH-13 relay.
7.11 630 A Bus coupler feeder one (1) number comprising of following components:
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
218 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
i) 415 V, 3 Pole, 630 A, 50 KA electrically operated draw out
ACB without release. 1 No.
7.12 75/90 KW Star – Delta Starter Motor feeders, each comprising of following components:
Type 2 coordination should have to be followed.
(Number of feeders shall be no. of Pump sets installed plus one spare)
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
219 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
i) CT of appropriate rating and 5A Secondary,Class 5 P 10, - 3
15 VA Nos.
A) 63 A TPN MCCB/MPCB with Microprocessor based O/C & E/F releases for delivery valves,
common delivery and annex load. with rated amp HRC Fuse.
F) 16 A DP MCB 6 Nos.
There shall be one battery bank along with float and boost charger. The battery bank shall be
Exide make 110 V Sealed Maintenance free VRLA battery with UPST type 55 nos. 2 volt 100Ah cells.
Inter row connectors / inter tier connectors shall be provided where necessary. Suitable battery
stand complete with cell number plate shall be provided.
The three phase float and boost battery charger with integral DCDB shall be housed in a floor
mounting type steel enclosure with adequate ventilation for natural air cooling. The broad
specification of the float and boost charger with DCDB is as under :
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
220 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
9.1 A.C. Input
c) Frequency : 50 Hz ± 6%
e) Regulation : ± 1%
e) Regulation ± 1%
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
221 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
f) Ripple voltage 1% RMS
of boost charging
9.3 Protection
9.4 Annunciation
a) Mains fail
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
222 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
9.6 Metering
c) DC Ammeter at output
a) 2 P, 16 A DC MCB - 6 Nos.
9.8 Enclosure
10.00 CABLE:
All HT and M.V. power cables shall be with XLPE insulation, stranded aluminium /
copper conductor and armoured
10.01 HT & M.V. Cables and Jointing
All HT and M.V. Cables shall be 11 KV ( E ) / 1.1 KV grade XLPE insulated and armoured of
Al / Cu. conductor 3 core / 3½ core / 4 core as required. The core shall be stranded and the
installation shall be suitable for the working condition. The cable wherever laid in
underground trenches shall be of minimum 800 mm width x 1000mm average depth or with
cable tray arrangement where necessary and in suitable size cable tray in the pump floor /
Sub-station building / between Pump House & Substation Building. Where cable is laid in
masonary trench, the cable trenches (where applicable) shall be filled up with sand or
covered with chequered plate/RCC slab according to the direction of Engineer-in-Charge.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
223 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
Where necessary cables shall be supported on clamps of approved type and shall be
properly protected with G.I. conduit or other protective covering as per direction of Engineer-
in-Charge.
All Jointings should be of „dry type‟ to be done with hydraulic crimping machine where
applicable & done in accordance with the provision of I.E. rules. All jointing materials and
other accessories shall be included in the quoted price.
10.02 Control cable and jointing
All Control cables shall be XLPE insulated of 1100 volts grade multi strand copper conductor
and armoured of suitable size. The control cable should be terminated with proper sockets,
glands etc. At least 2 cores shall be kept as spare in all control circuits.
FLOW SENSOR
There shall be one number of Full bore Electromagnetic flow meter on the common delivery
manifold. The flow meters is to be installed and commissioned for measuring the instant flow
rates as well as the total flow for a period of time of the station passing throughout the
common manifold. The flow rates shall be indicated in m3/hr & total flow in cubic meter. The
flow sensor shall be suitable to measure Raw water. The flow meter shall be electromagnetic
inline type to provide indication, totalization and signal transmission of the liquid. The display
is required at the Control Desk around 50 mtr. away from the transmitter installation point on
the pipe line. Amplification of signals, if necessary, are to be incorporated. The flow meter
must be capable of measuring velocity of water upto 3 m / sec with accuracy of ± 0.5%. Flow
sensitivity must be ± 0.3 m/s at any flow rate. The linearity of the instrument shall be 0.1% of
scale. The sensor must have enclosure of class IP-68. The tenderer shall clearly indicate the
position of flow sensor. The date sheet for flow sensor is as follows.
The flow meter will be full bore electromagnetic type should be capable to handle flow of
Raw Water.
Repeatability:- ± 0.2 %
Size of flow meter:- As per designed diameter of the common delivery manifold.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
224 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
Process temperature:- 50 °C max.
Cable between sensor and transmitter:- Copper cable of single Length as required as per
site condition between sensor and transmitter.
Type of display of transmitter:- Display should be LCD or LED type and the size should be
suitable for making it visible from at least 6m distance.
Power supply :- 240 V AC 50 Hz and shall be supplied from the MCC cum PDB at a
approximate distance of 50 m.
Web server:- The flow meter should be compatible for connection with web server for remote
facility display facility.
EARTHING
The total installation shall be effectively earthed by providing a ring main earthing. Each
earthing set shall consist of one G.I. pipe of not less than 2" dia and 10´ length. The
electrode shall be buried below the ground upto the depth of moist earth which shall not be
less than 8'-0" from ground level and must be 6'-0" away from any building structure. The
bottom portion of the electrodes shall be properly perforated and one cast iron cap properly
screwed of approved type and design and shall be fitted on the top of the electrode,
connection leads to the earth bus inside the station. After fixing and drawing out of the earth
leads, the top portion of the earth, electrode upto 1 ft. shall be properly brick pitched and shall
be fitted with water proof bituminous compound. The connecting lead shall be GI strip 75 x 8
mm and shall be laid at a depth of not less than 600 mm from ground level. The leads shall
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
225 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
be connected to GI earth bus bar inside the pumping station by means of proper welds. The
nos. of individual earthing connected to the Earth bus should such that after installation the
earth resistance of the system must be well below one ohm.
One GI bus bar 75mm wide and 8 mm thick shall be provided so that the frames of all electric
motors, switch gears, transformers and other electrical accessories and installation shall be
connected to this station earth bus by two separate GI strip of adequate dimension. All
metallic cover frames, equipments, installation etc. shall be earthed to the full satisfaction of
Engineer-in-charge and the Govt. Electrical Inspector.
The earthing and bonding shall be according to the I.E. Rules 1956 with ammendment of
1990. All non current carrying metal parts associated with H.V. installation shall be effectively
earthed to the grounding system to achieve:
a) Limit the touch and step potential to tolerable values;
b) Limit the ground potential rise to tolerable values so as to prevent danger due to
transfer of potential through ground, earth wires, cable sheath etc.
c) Maintain the resistance of the earth connection to such a value as to make operation of
the protective device effective.
The same must be approved by the Govt. Electrical Inspector and shall pass the statutory
tests.
The successful tenderer shall have to submit the detailed and fully dimensioned drawing of
the whole electrical system showing the proper earthing duly approved by the Govt. Electrical
Inspector before commencement of the actual installation work.
The distance between each individual Earth Pits should not be less than 3 meters.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
226 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
All the entrance/exists of pump house shall be provided with LED down lighter or bracket
mounted fittings with LED lamps of minimum 45 W as per site condition (minimum 90W for
unloading bay entrance).
16.02 WIRING
All wiring installation work must be as per relevant I.S. with proper distribution network,
M.C.B. are to be used in distribution boxes and there must be colour segregation for
power/netural/ground wires.
16.03 In strategic locations of the substation building / pump house, adequate number of 415 / 240
volt TPN / SPN MCB Distribution board shall be placed with multiple ways of different current
rating (MCB ) along with a incoming switch from where power to be fed to different switch
board.
16.04. Individual switch board shall comprise of multiple number of switch (6/10 Amps rated) as the
case may be, which shall be used for switching „ON‟ and “OFF‟ operation of the lights / fans /
receptacles etc. The individual switch board shall be double door design so as to cover up
the switch / regulator etc i.e. switches / regulator etc shall be accessible on opening the door
cover.
16.05 The above stated distribution board shall be fed from independent switch fuse unit / MCB /
MCCB located in the PDB.
16.06 440 volt, 15 Amps and 240 volts/15 Amps socket outlet shall be provided where ever
required and power shall be taken from the individual way of the distribution board.
16.07 The minimum required size of the conductor for internal distribution point wiring shall be as
follows:
1. LED 2 nos. 1 core -1.5 mm² copper & 1 no. Earth wire of
Fluorescent
1.0 mm² copper
2. LED Flood 2 nos. 1 core -2.5 mm² copper & 1 no. Earth wire of
light fitting
1.0 mm² copper
3. Receptacle- 2 nos. 1 core -2.5 mm² copper & 1 no. Earth wire of
5A
1.0 mm² copper
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
227 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
17.00 Ventilation & Fire fighting System:
17.01 Ventilation: The entire pump house including all electrical rooms and the Sub Station Rooms
shall have proper ventilation arrangement. The scope shall include the supply and fixing of
following equipments complete with GI conduit wiring / armoured cable including all other
accessories as required.
d) 3 - phase suitable Exhaust fans including proper louvers, duct work, rain cowl and bird
protection screen ----- As required for the Pump House to ensure 10 Air changes/Hr..
e) Single phase suitable Exhaust fans including proper louvers, duct work, rain cowl and
bird protection screen ----- As required for all the rooms of Sub Station as per the
direction of EIC.
f) Wall mounting type control panel for exhaust fan and others ----- 2 Sets, one each for
pump House and substation.
e) 18” Pedestal fan with regulator and all other accessories --- 3 Nos.
b) ABC stored pressure type fire extinguisher 5 Kg capacity with discharge hose and
nozzle and consisting of welded cylinder, squeeze lever discharge valve, internal
discharge tube, discharge nozzle suspension bracket, duly charged and pressurized
with ISI marked.
c) Dry type fire extinguisher 5 Kg capacity with discharge hose and nozzle and
consisting of welded cylinder,
squeeze lever discharge valve, internal discharge tube, discharge nozzle suspension
bracket, duly charged and pressurized with ISI marked.
d) Fire buckets (9 litre capacity) made from 24 SWG GI Sheet including wall mounting
bracket and filling of sand.
The EOT. Crane will be minimum 3 M.T. capacity Electrically Operated Travelling Crane
(E.O.T.) with a lift from the operating floor level and up to the level above the installed
motors. The long travel & the Cross Travel along with height of lift of the crane shall be
finalised after freezing of the Pump House layout drawing. Suitable type of Crain rails,
girders and all other accessories as necessary for installation and operation of the crane are
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
228 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
to be designed & provided by the contractor within the lump sum quoted amount. The two
travels of the main hoists i.e Long, Cross and the hoisting operation shall be manually
operated. The buffers must be spring loaded operation.
The EOT Crane should be tested at manufacturer‟s works / site as per relevant IS. The same
may be witnessed by the EIC. The Contractor has to arrange for such testing at his own cost.
SECTION - H
List of Vendors
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
229 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
10.00 Cable :
10.01 HT & LT Cable Gloster / Polycab / Havells / UCL
10.02 Control / Signal Cable Gloster / Polycab / Havells / UCL
Totaliser
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
230 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
32.00 Battery Exide/Aamron
33.00 Battery Charger Caldyne / Electro Service /Live Line
Sl
Brief Description of Item Qty Unit
No.
Supply, Delivery, Installation, Testing & Commissioning of 320
cu.m/hr & Head not less than 60 m, Vertical Turbine Pump -
1 3 Nos.
Motor set with all req. accessories with, suitable motor, 415 V, 50
Hz.
Supply, Fabrication, installation, testing & Commissioning of
flanged/ plain ended MS pipe made from MS sheet of relevant IS
specification (bends, Enlarger, reducers, fittings, specials,
2 1 Lot
flanges,bolts, nuts, gaskets,etc as required to complete the
installation) for Delivery & Common Manifold and Jointing the MS
to DI Lines (Minimum 10 mm thickness sheet.)
Supply, delivery, Installtion, Testing and Commissioning of
3 suitable DI Valves & Joints (i.e Sluice Valve, Butterfly Valve, 1 Lot
NRV, DJ, MJ, Air Valve,etc.) for Delivery & Common Manifold.
Providing, Installation, Testing and Commissioning of Pressure
4 1 Lot
gauges.
Providing, Installation, Testing and Commissioning of
5 1 Nos.
Electromagnetic Flow Meter of 350 mm dia.
Supply, delivery, Installation, Testing & Commissioning of
6 1 Nos.
Mechanical Level Indicator for CWR/Sump/Well.
Supply, delivery, Installation, Testing and Commissioning of
7 1 Job
Dewatering Pump set (1W+1S) with all accessories complete.
Supply, delivery, Installation and commissioning of 3 M.Ton
8 capacity EOT Crane complete in all respect including testing , 1 Job
certification and as per NIT and Rectangular Type.
Supplying, Installation, testing & Commissioning of Chlorination
for Automatic/Manual Gaseous chlorination unit by 2x5 kg/hr.
9 auto cum manual with chlorinator accessories chlorine analyser, 1 Job
tonner(900 kg), safety kit and allied accessories all complete with
EOT crane arrangment.
Supply, delivery, Installation, Testing and Commissioning of
suitable 11 kV, 800 Amp, 26.3 KA for 3 sec, 3 Panel VCB
10 1 Set
Switchboard with following: I/C Feeder - 1 No, O/G Transformer
Feeder - 2 Nos.
Supply, Installation, Testing & Commissioning of 630 kVA, 11
11 kV/0.433 kV, 3 phase, 50 Hz, ONAN type transformer as per 2 Nos
specifications and NIT.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
231 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
Supply , installation , testing & commissioning of Float cum
boost charger suitable for 415V with variation 10% , 50 HZ ,
single phase/3-phase input & 24/48/110 Volt DC. and Battery
12 1 Set
Bank of minimum 100 AH capacity comprising SMF/VRLA
batteries, MS stand, interconnect wiring etc as required complete
in all respect
Supply, installation, testing & commissioning of 415 V PDB Panel
13 1 Nos.
at Substation Building.
Supply, installation, testing & commissioning of 415 V PMCC
14 1 Nos.
Panel at Pump House.
Supply, delivery, Installation, Testing & Commissioning of
15 1 Job
suitable Earthing Systems, etc
Supply, delivery, Laying, Testing & Commissioning of suitable
16 1 Job
Cable (HT Cables).
Supply, delivery, Laying, Testing & Commissioning of suitable
17 1 Job
Cable (L.T Cables).
Supply, delivery, Laying, Testing & Commissioning of suitable
18 1 Job
Cable (Control & Instruments Cables).
19 Supply, delivery and Installation of safety equipment. 1 Job
Supply, delivery and Installtion of Perforated and Ladder type
20 Cable tray, Panel base support,with all accessories & cable tray 1 Job
supports.
21 Providing and fixing in position lightening arrester set 1 Job
22 SITC of Ventilation System for Pump House & Panel Room 1 Job
Illumination of Pump room & Panel room incl. supplying fitting,
23 1 Job
fixing all complete.
Outdoor illumination for Access bridge & Compound lighting ,
24 1 Job
including supplying , fixing all complete.
Dehdyration & Filtraion of Transformer Oil to raise the dielectric
25 strength to the value specified in IS including submission of test 1 Job
result
Commissioning of whole system & Performance test for (72
26 1 Job
hours) including DOE clearance.
Trial Run for (three) months after successful commissioning of
27 the whole installation as per specification and direction of the 1 Job
EIC.
28 Operation & Minor Maintenance for 5 years. 1 Job
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
232 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
SECTION–B
FORM–I
B.1.PRE-QUALIFICATIONAPPLICATION
To
The ____________________
DearSir,
The necessary evidence admissible by law in respect of authority assigned to us on behalf of the group of
firms for Application and for completion of the contract documents is attached herewith.
We are interested in bidding for the work(s) given in Enclosure to this letter.
We understand that:
(a) Tender Inviting & Accepting Authority / Engineer-in-Charge can amend the scope & value of the
contract bid under this project.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
233 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
(b)Tender Inviting & Accepting Authority / Engineer-in-Charge reserve the right to reject any application
without assigning any reason.
1.Statutory Documents
N.B:-1) THIS APPLICATION MUST BE MADE IN THE LETTER HEAD OF THE FIRM, CLEARLY MENTIONING THE
ADDRESS AND CONTACT NUMBER OF THE FIRM.
2) Signature of the applicant shall have to be matched with PAN Card / Power of Attorney holder(s)
signature, whichever is applicable.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
234 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
SECTION–B
Form–IIA
B.2.2. Information of audited financial statements for the last year to demonstrate the current
soundness of the bidder’s financial position:
1. The bidder‘s net worth for the last year calculated on the basis of capital, profit and free reserve
available to the firm should be positive.
2. Bidders, who meet the minimum qualification criteria, will be qualified only if their available bid
capacity at the expected time of bidding is more than the total estimated cost of the works. The
available bid capacity will be calculated as under:
A= Maximum value of engineering works in respect of projects executed in any one year during
the last five years (updated to the price level of the year indicated in table below under note)
taking into account the completed as well as works in progress. The projects include turnkey
project / item rate contract / Construction works.
N= Number of years (i.e,…….year) prescribed for completion of the works for which bids are
invited. Please refer table for List of Schemes in page1.
B= Financial liability of the bidder to be incurred for existing commitments and ongoing works
during the period of the subject contract.
iv) A table containing value of Engineering works in respect to projects (Turnkey projects / item rate
contract / Construction works) undertaken by the Bidder during the last 5 years is as follows:
Sl. Financial Value of Engineering Updation Value updated to the
No Year works undertaken w.r.t. Factor price level of the year
projects (Rs. In Crore)
(1) (2) (3) (4) (5)= Col (3) X Col (4)
1 Last Year 1.00
Year-1
2 Year before last 1.05
year
Year - 2
3 Previous Year to 1.10
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
235 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
Year-2
Year-3
4 Previous Year to 1.15
Year-3
Year-4
5 Previous Year to 1.20
Year-4
Year-5
v) Maximum value of projects that have been undertaken during the F.Y-----------out of the last five
years and value thereof is Rs----------Crore (Rupees---------------------).
vi) Net worth for the last Financial year is (Rs in figure)_____________.
Mobile No.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
236 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
To calculate the value of “B”
3. A table containing value of all the existing commitments and on-going workings to be completed
during the next___years (prescribed time for completion of the works for which bids are invited) is
as follows:
Sl. Name Name Percen Stipulated Value of Value of Balance Anticipa Financi
tage period of Contract work value of ted date al
No. of the of the completio as per complet work to of Liability
of n as per Agreeme ed be complet to incur
Project Employer partici Work nt /Work complet ion for the
pation Order with Order ed said
of the start work /
Bidder date project
in the during
project the
period
of the
subject
contrac
t
Rs…….
Rs……. Rs…….
Rs…….
1 2 3 4 5 6 7 8 9 10
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
237 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
………………………..………………………….
Note:
1. All the documents to be submitted in support of above must be duly signed and sealed by the applicant /
bidder and authenticated by Statutory Auditor‘s Firm.
2. Progression Certificate issued below the rank of Executive Engineer will not be
accepted.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
238 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
Form–IIB
Sl, Description Financial Data for the last 5 audited Financial Year
No. Previous to Previous to Previous to Previous to Last Year
Year 4 Year 3 Year 2 Year 1
Year 1
Year 5 Year 4 Year 3 Year 2
1 Net Worth
(Calculated
on the basis
of capital,
profit and
free reserve
available to
the firm
should be
positive)
2 Working
Capital
3 Annual
Turnover
(Engineering
Works)
3.Creditfacilities =Rs________
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
239 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
Authorised Signatory Firm / Chartered Accountant
Mobile No.
N.B:- THIS FORM (i.e. FORM-IIB) MUST BE PROPERLY MADE IN THE LETTER HEAD OF THE AUDITOR’S /CHARTERED
ACCOUNTANT FIRM, CLEARLY MENTIONING THE ADDRESS, e-mail ID, and CONTACT NUMBER OF THE FIRM & should
preferably be made in a single page else to be authenticated in each page similarly.
ii) All relevant data as mentioned in form IIB shall be available through UDIN verification
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
240 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
FORM–IIC
(Format for Credit Facility issued by the bank which is authorized to conduct Government business in West
Bengal by Reserve Bank of India as notified by State Government from time to time and any other Bank
which has been authorized by the State Government)
Ref.No:- Date:-
Certified that we here by undertake to declare that a Credit Facility of Rs........................................ shall be
provided to the agency................. (name of the agency)...... .for the execution of the work_____(name of the
work)_______ (vide eNIT No-______) if awarded by the competent authority / Tender Inviting Authority.
Designation:
Code No-
NB:-Devoid of Ref. No:- & Date:-, may lead to non-acceptance of this document.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
241 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
B.3. AFFIDAVIT–“Y”.
(To be furnished in Non–Judicial Stamp paper of appropriate value duly notarized on or after the
date of publication of this NIT)
I, the undersigned, declare that all the statements made in the attached documents in respect of
mode of ownership of machineries are true and correct.
Certified that required specified machineries for the works under this NIT shall be installed at the
working site within 45 days from the date of work order if the machineries are required in the very
initial stage of the work, otherwise machineries shall be installed at the working site well ahead of
the actual requirement as per our submitted work programme.
The undersigned also hereby certifies that neither our firm________________________________
nor any constituent firm had been debarred to participate in tender by any department of State
Government and / or central Government during the last 5 (five) years prior to the date of this NIT.
OR
The undersigned understands and agrees that further qualifying information may be requested and
agrees to furnish any such information at the request of the Department.
Certified that I have applied in the Tender in the capacity of individual / as a partner of a firm and I
have not applied severally for the same job.
Certified that I have access to or have available liquid assets (aggregate of working capital, cash-in-
hand, uncommitted Bank Guarantees) and / or credit facilities not less than 10% of the estimated
cost put to tender. In this respect, I have attached necessary documents with this application.
I, the undersigned do certify that all the statements made in the attached documents are true and
correct. If any declaration submitted is found / ascertain to be incorrect / fabricated / misrepresented /
fraudulent etc. accordingly tender will be liable to be cancelled / terminated immediately & I / my firm /
company shall also be liable to prosecuted under Section 197, 199 & 200 of Indian Penal Code, 1860
along with Section 71 & Section 73 of Indian Information & Technology Act 2008 & any other applicable
law for the time being in force in addition to forfeiture of Earnest Money / Security Deposit.
----------------------------------------------------
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
242 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
-------------------------------------------------
-----------------------------------------------
Date___________________________
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
243 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
SECTION–B
FORM-IIIA
:
B.4.1. Name of applicant :
Telephone No.:
:
email address. :
:
B.4.3. Name & address of Bankers :
B.4.4. Attach an organization chart showing the structure of the company with names of Key
personnel and technical staff with Bio-data
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
244 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
Note: Application covers Proprietary Firm, Partnership, Limited Company or Corporation,
Signature of applicant
FORM-IIIB
(To be furnished in Non–Judicial Stamp paper of appropriate value duly notarized on or after the date of
publication of this NIT)
List of full time engaged/appointed Technical Personnel enrolled in Pay roll of my firm / company in
accordance with Cl.No.3(ii) ______________________________________________________.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
245 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
I on behalf of (bidder‘s name) do here by declare that the above information furnished by me are true to the
best of knowledge and belief and shall be held responsible if any information is found incorrect in due course
and the Department has got all right to take any action as deems fit.
Witness: ----------------------------------------------------
_________________________________
-------------------------------------------------
Title of the officer
-------------------------------------------------
Name of the Firm with seal
Date___________________________
________________
Signature of Notary
N.B- Photocopy of the PAN of all the mentioned persons must be submitted (duly authenticated by the
technical person as well as by the agency).
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
246 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
SECTION–B
FORM–IV(A)
B.5.1.DETAILSOFMACHINERIES:-
Sl. Name of Machine Machine Capacity Motor Machin Possession Location Expected Ref.
/ e where Date of file
Machine Make Type Engine Status installed release, If no. &
No. engaged page
No. Idle Engaged no. of
PDF
file
uploa
ded
Note – If Engaged, please provide name of client along with contact number and email address.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
247 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
SECTION–B
FORM–IV(B)
(Original document of arranged through lease hold agreements by the bidder to be annexed)
B.5.1.DETAILS OF MACHINERIES:-
Sl. Name of Machine Machine Capacity Motor / Machine Possession Location Expected Ref. file
Engine where Date of no. &
Machine Make Type No. Status installed release, If page
No. engaged no. of
Idle Engaged PDF file
uploade
d
Note – If Engaged, please provide name of client along with contact number and email address.
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
248 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
FORM-IV(B-I)
That the FIRST PARTY approached the SECOND PARTY for the following machine / machines to be Leased
out and it is mutually agreed by both the parties for such Lease Agreement with a condition that the FIRST
PARTY shall pay Rs.…………………………………………………………. .(inwords) per month for the machine /machines
to SECOND PARTY for completion of the project invited by the Tender Inviting Authority (TIA) vide NIT No
.……………………till its completion /………. for years.
Machinery Information
Sl. Name of Machin Machine Capacity Motor / Machine HSN No. No. and No. of Present Expect
e Engine Code and Date of e-Way Locatio ed
Machin Type No. Date Challan Bills / n
e Make No. of Way where Date
Invoice Bill(s) installe
d Of
release
,
If
engage
d
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
249 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
_________________ _________________ ___________________
Signature of LESSOR Signature of LESSEE Signature of IDENTIFIER
[NB2: Attach Photocopy of i)Notarial certificate, ii)PAN of signatories (Lessor & Lessee) & firm/Company,
iii)Authenticated document in support of signing authority of lessor such as Registered/ Notarised POA/ Registered/
Notarised Partnership Deed/ Resolution of Board Members as applicable iv) GST Registration Certificate along with
Annexure-A & Annexure-B issued by GST authority (if Lessor is Proprietor) must be submitted.]
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
250 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
SECTION–B
FORM–V
EXPERIENCE PROFILE
B.6
B.6.1.1. LIST OF COMPLETED PROJECTS THAT ARE SIMILAR IN NATURE TO THE WORKS HAVING MORE
THAN ₹20.00Crore EXECUTED DURING THE LAST FIVE YEARS FROM THE DATE OF NIT.
Name, Department Engg.-in- Tender % of Original Time Schedule Actual Time Schedule Reasons
Location Charge participation for delay in
and Concerned Amount of Start Completion Start Completion completion
nature & (if any)
Executed Company Date Date Date Date
of
Amount
work & naturek
b) Non-disclosure of any information in the Schedule will result in disqualification of the firm
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
251 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
SECTION–B
FORM–V(Contd..)
B.6.EXPERIENCE PROFILE
B.6.2.1. LIST OF RUNNING PROJECT WHICH IS SIMILAR IN NATURE OF THE INTENDED JOB & COMPLETED TO
THE EXTENT OF 80% OR MORE AND VALUE OF WHICH IS NOT LESS THAN THE VALUE OF ₹20.0Crore OF
INTENDED JOB.
Name, Department Engg.-in- Tender % of Original Time Schedule Actual Time Schedule Reasons
Location Charge participation for delay in
and Concerned Amount of Start Completion Start Completion completion
nature & (if any)
Executed Company Date Date Date Date
of
Amount
work & naturek
b) Non-disclosure of any information in the Schedule will result in disqualification of the firm
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH OTHER ALLIED WORKS
252 AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.
Signature Not Verified
Digitally signed by BHASKAR BANERJEE
Date: 2024.06.13 16:11:12 IST
CONSTRUCTION OF INTAKE AND WATER TREATMENT PLANT ALONG WITH
WestOTHER ALLIED WORKS
253 Location: Bengal-WB
AND LAYING OF RAW WATER RISING MAIN AND CLEAR WATER RISING MAIN UNDER AMRUT 2.0
SCHEME WITHIN GHATAL MUNICIPALITY.