government of chhattisgarh - Public Health Engineering Department

advertisement
BLOCK – BEMETERA
DISST= BEMETERA
GOVERNMENT OF CHHATTISGARH
PUBLIC HEALTH ENGINEERING DEPARTMENT
SALINITY AFFECTED VILLAGES GROUP WATER SUPPLY
SCHEME
BLOCK-BEMETARA
DISTT.- BEMETARA
FOR
Design, Drawing, Construction, Testing, Commissioning of Intake well, Raw Water pumping
station including Raw water pumps Water Treatment Plant, clear water pumping station
including clear water pumps, RCC overhead tanks, Electro chlorinators, MBR etc.
Providing, laying, jointing and testing & commissioning of Raw water and clear water
Pumping Main of DI K-9 pipe Distribution pipe lines of DI K-7 pipe and PVC class-6
kg/cm².with all required valves & specials & all allied civil works. Providing and fixing Bulk
flow meters.
. TrTrail run of scheme for 6 month after complection of all components of the scheme including
chemicals, staff and defect liabilities period of one year.
ON FORM – F
(Lump-Sump Basis)
Estimated cost Rs. 5732.00 Lakhs
Cost of tender Document - Rs. 7701
EXECUTIVE ENGINEER
PUBLIC HEALTH ENGINEERING DEPARTMENT
DIVISION- BEMETARA, DISTT. - BEMETARA (C.G.)
T-Section/Tender/Bemetara GWPSS
-
1-
BLOCK – BEMETERA
DISST= BEMETERA
OFFICE OF THE EXECUTIVE ENGINEER
PUBLIC HEALTH ENGINEERING DEPARTMENT
BEMETARA, DISTT.- BEMETARA (C.G.)
NOTICE INVITING TENDER
N.I.T.
10 /TS/EE/PHED/DIVISION/13
BEMETARA, Dated : 10.06.13
Online tenders are invited on behalf of Governor of Chhattisgarh for the following
works in form F for lump Sum contract from the contractors registered in class S-V in PHE
Department C.G. Raipur.
Sr.
No.
Name of work
1
2
1(1.) Design, Drawing, Construction, Testing,
Commissioning of Intake well, Raw Water
pumping station including Raw water
pumps Water Treatment Plant, clear water
pumping station including clear water
pumps, RCC overhead tanks, Electro
chlorinators etc.
(2.) Providing, laying, jointing and testing &
commissioning of Raw water and clear
water Pumping Main of DI K-9 pipe
Distribution pipe lines of DI k-7 pipe and
PVC class-6 kg/cm². with all required
valves & specials & all allied civil works.
Probable
Amount of
Work
(Rs. In
Lacs)
3
5732.00
Earnest
Money
Bid
Submis
sion
fees
Time allowed
for completion
of work
Validity
of offer
4
5
5.00
7701/-
6
18 months
including rainy
season.
7
120 days
Rs. In
Lacs)
(3.) Providing and fixing Bulk flow meters in
distribution network.
(4.)
(5.) Trail run of scheme for 6 month after
complection of all components of the
scheme including 5732.00chemicals, staff
and defect liabilities period of one year.
The Tender should be accompanied by the following Pre-Qualification Documents duly
attested in envelope A
(1)
(2)
(3)
(4)
Valid registration certificate in appropriate class in Public Health Engg. Deptt., Chhattisgarh.
Experience certificate of successful completion of work of same nature in
contractors/firms/companys
own name indicating agreement no., work order no. and date,
amount of contract, stipulated period
of completion, actual period of completion during last five
year i.e. 2008-2009 to 2012-2013. The certificate should be issued by an officer not below the rank
of Executive Engineer.
An affidavit in support of the details of works in hand indicating name of work, Agreement no.,
work order no., and date,
amount of contract, period of completion, value of work and
balance work in hand with details of work till the date of issue of Tender.
Financial turn over during last five years i.e. 2008-09 to 2012-13 issue by charter accountant in
format as below :
Sr
Mo.
1
2
3
4
5
Financial
Yaear
2008-2009
2009-2010
2010-2011
2011-2012
2012-2013
T-Section/Tender/Bemetara GWPSS
-
Turnover
Remark
2-
BLOCK – BEMETERA
(5)
(6)
(7)
(8)
DISST= BEMETERA
Proof of registration in commercial tax department.
List of available tools and plants for successful completion of work.
Available Key personnel with required experience for the works.
Copy of PAN/ TAN
The Technical offer shall be opened in presence of the Bidders or their authorized representatives,
who may choose to be present. The date and place of opening of financial offer will be intimated to
the Bidders subsequently after opening of technical offer if any change in the key dates.
The Tender Documents containing detailed terms & conditions can be downloaded online directly
from the e-Procurement website (http:// cgeprocurement.gov.in) through the Public Health
Engineering Departments sub portal(http://phed.cgeprocurement.gov.in) on or before …………. up
to 17.30 P.M. and shall be submitted online by …………. up to 17.30 P.M. The details can be
viewed from ………. on 17:30 pm onwards.
Tender Schedule :Seq
No
1
PHED Stage
Supplier Stage Start Date & Time
Release of NIT
-
Expiry Date & Time
10-06-2013 10:30 21-06-2013 17:30
2
-
Tender Download 21-06-2013 17:31 01-07-2013 17:30
3
-
Submission of Bid
Hash and
21-06-2013 17:31 01-07-2013 17:30
Payment
4
5
6
7
8
9
10
Close Bidding for
General Conditions
Opening of Envelope
- PQ
Shortlisting of
Envelope -PQ
Opening of EMD & T
and C. & Shortlisting
of EMD
Shortlisting of Terms
and Conditions
Preparation of
Common set of
Conditions
-
12
-
14
15
Bid Submission
Online
-
11
13
-
02-07-2013 17:31 04-07-2013 17:30
04-07-2013 17:31 05-07-2013 17:30
Pre Qualification
-
05-07-2013 17:31 08-07-2013 17:30
Pre Qualification
-
08-07-2013 17:31 09-07-2013 17:30
EMD Envelope,Technical
Envelope
-
09-07-2013 17:31 11-07-2013 17:30
Technical Envelope
-
11-07-2013 17:31 15-07-2013 17:30
Common
condition,Revised Bid
Opening of
Acceptance of
Common
condition,Revised Bid
Common
condition,Revised Bid
Bid Submission
Online of Revised 18-07-2013 17:31 22-07-2013 17:30
Offer.
Common
condition,Revised Bid
-
Common
condition,Revised Bid
17-07-2013 17:31 18-07-2013 17:30
-
-
EMD Envelope,Technical
Envelope,Price Bid
Envelope,Pre
Qualification
EMD Envelope,Technical
Envelope,Price Bid
Envelope,Pre
Qualification
EMD Envelope,Technical
Envelope,Price Bid
Envelope,Pre
Qualification
EMD Envelope,Technical
Envelope,Price Bid
Envelope,Pre
Qualification
-
Download of
commn set of
15-07-2013 17:31 17-07-2013 17:30
conditions.
Submission of Bid
Hash of Revised 15-07-2013 17:31 17-07-2013 17:30
Offer.
Close for Bidding
Revised Offer.
T-Section/Tender/Bemetara GWPSS
01-07-2013 17:31 02-07-2013 17:30
Envelops
22-07-2013 17:31 25-07-2013 17:30
Common condition
3-
BLOCK – BEMETERA
16
17
18
19
20
21
DISST= BEMETERA
Common set of
conditions
Shortlisting of
Common set of
conditions
Opening of Revised
offer
Shortlisting of
revised offer
Opening of Original
Offer
Shorlisting of
Original Offer
Tender Award
-
22-07-2013 17:31 25-07-2013 17:30
Common condition
-
22-07-2013 17:31 25-07-2013 17:30
Revised Bid
-
22-07-2013 17:31 25-07-2013 17:30
Revised Bid
-
22-07-2013 17:31 25-07-2013 17:30
Price Bid Envelope
-
22-07-2013 17:31 25-07-2013 17:30
Price Bid Envelope
-
25-07-2013 17:31 24-11-2013 17:30
Price Bid Envelope
The Bidders intending to participate in this Tender are required to get enrolled/ registered on the
e-Procurement website and get empanelled on the Sub – Portal of Public Health and Engineering
Department. Enrolment/ Registration and subsequent empanelment on the above mentioned website and
departments sub-portal is mandatory.
As the bids of the Tenderers have to be digitally signed by the Digital Certificate of the respective
tenderer before submitting the bids online, the bidders are advised to obtain Digital Certificates in order to
bid for the tender. The registered contractors may obtain information required for issuance of a Class II
Digital Signature Certificate from the
NexTenders (India) Pvt. Ltd. ‘Saket’ B-31, Shailendra Nagar Raipur – 492 001 Tel. No : +917714079400,
Tel. No.: +917714221020, Fax No.:+917714221023 E-mail: raipur@nextenders.com
The Bidders are also invited to get themselves trained on the operations of the e-Procurement
System. Bidders may get in touch with the Service Provider of the e-Procurement System for confirming the
time and date for their training session.
All the Tenders are required to submit Envelope A physically on or schedule date for opening of
documents for PQ (sr. no. 6) keydata containing the following: The Earnest Money, of Rs. 5.00 Lakhs ( Rs. Five Lakhs only) in favour of the Executive Engineer, PHE
Division BEMETARA. The Earnest Money of the successful tenderer will be retained as part of the Security
Deposit.
The Earnest Money deposit will be returned to the unsuccessful tenderer
The Application should be accompanied by the following Pre-Qualification Documents duly
attested in Envelope A
(1)
(2)
(3)
(4)
Valid registration certificate in appropriate class in Public Health Engg. Deptt., Chhattisgarh.
Experience certificate of successful completion of work of same nature in
contractors/firms/companys own name indicating agreement no., work order no. and date, amount
of contract, stipulated period of completion, actual period of completion during last five year i.e.
2008-2009 to 2012-2013. The certificate should be issued by an officer not below the rank of
Executive Engineer.
An affidavit in support of the details of works in hand indicating name of work, Agreement no.,
work order no., and date, amount of contract, period of completion, value of work and balance work
in hand with details of work till the date of issue of Tender.
Financial turn over during last five years i.e. 2008-09 to 2012-13 issue by charter accountant in
format as below :
Sr
Mo.
1
2
3
4
5
(5)
(6)
Financial
Yaear
2008-2009
2009-2010
2010-2011
2011-2012
2012-2013
Turnover
Remark
Proof of registration in commercial tax department.
List of available tools and plants for successful completion of work.
T-Section/Tender/Bemetara GWPSS
-
4-
BLOCK – BEMETERA
(7)
DISST= BEMETERA
Available of Key personnel with required experience for the works.
1) ELIGIBILTY CRITERIA FOR TENDER DOCUMENT
01½ iath;u %&
yksd LokLF; ;kaf=dh foHkkx] NRrhlx<+ esa mi;qDr Js.kh esa iath;u
vko”;d gSA mi;qDr Js.kh esa iath;u ds lkFk lkFk E- Tendering esa Hkkx
ysus gsrq NRrhlx< 'kklu ds e-procurement iksVZy (http://cgeprocurement.gov.in)
,oa yks-Lok-;ka-foHkkx ds lc iksVZy esa iath;u (emplanment) vko';d
gksxkA fof'k"V izd`fr (specialized nature) ds dk;Z@dk;ksZ gsrq lacaf/kr izd`fr
ds fof'k"V Js.kh @Jsf.k;ksa esa iath;u vko';d gSA
02½ dk;Z dk fuiknu {kerk %&
dk;Z fuiknu {kerk = AxNx2.0-C
tgak ij %&
A = fiNys 5 o"kksZ esa fd;s x;s dk;Z dh vf/kdre jkf”k ¼10% vf/kHkkj
izfro’kZ lfgr ½
N = dk;Z iw.kZ djus dh fu/kkZfjr vof/k ¼o"kksZ esa½
C = fufonk tkjh gksus dh frfFk rd fufonkdkj }kjk leLr vuqcaf/kr Bsdksa ds
'ks"k dk;ksZ dh
ykxr
dk 20% vf/kHkkj izfro"kZ lfgrA
“ks’k dk;ksZa dh ykxr dks&vuqca/kokj fooj.k] Bsdsnkj }kjk fufonk
gsrq vkosnu djrs le;@fufonk izi= izkIr djus gsrq dk;Zokgh E-tendring process
esa mi;qDr LVst esa “kiFk i= ds lkFk fn;k tkos] QeZ }kjk leLr vuqcaf/kr
Bsdksa ds “ks’k dk;ksZ dh ykxr dh tkudkjh izLrqr dh tk jgh gS] og iwjh
rjg ls tkap iMrky dj nh tk jgh gS ,oa dksbZ rF; Nqik;k ugha x;k gS ,oa
xyrh ik;s tkus ij mudh fufonk dh ik=rk fujLr ekuh tkosxh] ftls os Lohdkj
djus gsrq ck/; gksxsA
03½ dk;Z dk vuqHko %&
Lo;a ds uke ij vFkok QeZ ,oa daiuh ds uke ij dk;Z dk de ls de lkekU;r%
50 izfr”kr ek=k dk fufonkdkj dks vuqHko gksuk pkfg, A fufonk esa nf”kZr
dk;ksZ dh vk/kh ek=k dh x.kuk dk vkadyu fuEukuqlkj gksxk %&
foxr ikap o"kksZ esa %&
3-1- baVsdosy@tsdosy %& fufonk esa nf'kZr baVsdosy ds vkarfjd
O;kl ds vk/ks O;kl ds baVsdosy ds fuekZ.k dk;Z dk vuqHko vko';d
gksxk] vuqHko izek.k i= leku izdkj ds LFky ij fd;s x;s dk;Z dk gh
ekU; gksxk lEiosy fuekZ.k dk vuqHko ekU; ugha fd;k tkosxkA
3-2 iafiax LVs'ku % & fufonk esa mYysf[kr gsM ,oa fMLpktZ ds fy;s
vko”;d fdyksokV ls de ls de vk/kh {kerk ds fdyksokV ds leku izdkj
ds iafiax lsV~l dk vuqHko vko';d gSA iafiax lsV~l ,oa vU;
vko”;drkvksa ds fy;s vko”;d fo|qr lc&LVs'ku dh vk/kh {kerk ds fo|qr
LFkkiuk dk lQyrkiwoZd fuekZ.k iw.kZ djus dk vuqHko vko';d gSA
3-3- ty'kqf)dj.k la;a= %& fufonk esa ty “kqf)dj.k la;a=@ty&ey “kqf)dj.k
la;= dh
nf'kZr {kerk dh de ls de 50 izfr”kr {kerk ds ty “kqf)dj.k
la;a= la;a=
@ty&ey “kqf)dj.k la;= ds fuekZ.k lQyrkiwoZd iw.kZ
djus dk vuqHko vko';d gSA
3-4
mPpLrjh; tykxkj %& fufonk esa nf”kZr mPpLrjh; tykxkj dh {kerk
dk 50 izfr'kr {kerk ds fuekZ.k dk;Z dk lQyrkiwoZd iw.kZ djus dk
T-Section/Tender/Bemetara GWPSS
-
5-
BLOCK – BEMETERA
DISST= BEMETERA
vuqHko
vko';d gSA ;fn ,d ls vf/kd mPpLrjh; tykxkj gks rks ,slh
fLFkfr esa fufonk esa nf'kZr la[;k ls vk/kh la[;k dk ,oa vf/kdre {kerk
ds tykxkj ds 50 izfr”kr {kerk ds leku ;k vf/kd LVsftax ds mPpLrjh;
tykxkj fuekZ.k dk;Z dk lQyrkiwoZd iw.kZ djus dk vuqHko vko';d
gSA 100 fd-yh- rd dh {kerk ds mPpLrjh; tykxkj ds fy;s
mPPkLrjh; tykxkj fuekZ.k ds v/khu foHkkx esa iathdj.k
Ik;kZIr gksxkA
3-5 Mh-vkbZ-]lh-vkbZ- ,oa vU; ikbZi ykbZUl %&
¼i) 200 fe-eh- O;kl rd ds ikbZi ykbZu dk;Z ds fy;s mi;qDr Js.kh esa
iath;u Ik;kZIr
gksxkaA
¼ii)
200 fe-eh- O;kl ls vf/kd O;kl ds ikbZi ykbZu ds fy;s fdlh ,d
vuqca/k ds varxZr fufonk esa nf'kZr ikbZi ykbZu ds vf/kdre
O;kl ds de ls de 50 izfr'kr O;kl ds ikbZi ykbZu dh dqy yackbZ dk
fdlh ,d vuqca/k esa 50 izfr'kr yEckbZ ds dk;Z lQyrkiwoZd laiknu dk
vuqHko vko';d gSA
fo'ks"k Vhi %&
1- fo'ks"k ifjfLFkfr;ksa esa fufonkvksa esa vgZrk] ekinaM ,oa 'krsZ
'kklu ls vuqefr Ik'pkr izeq[k vfHk;ark )kjk ifjorZu fd;k tk ldsxkA
2- ;g funsZ'k tkjh gksus dh frFkh ls vkeaf=r dh tkus okyh
fufonkvksa ds fy;s izHkko'khy ekuk tkosxkA
Note:
1.
2.
3.
4.
For details on tendering procedure through the electronic tendering system, please refer to
Instructions for Using the Electronic Tendering System document available along with
the tender documents as Annexure-I
This NIT shall form part of the agreement. The other conditions, for the pre qualification
and details of works can be seen in the office of the undersigned and also on the PHE sub
portal (http://phed.cgeprocurement.gov.in)
The department shall reserves the right to change the key dates of the tender process.
This tender is for all type of works as mentioned in document hence the tenderers
have to fulfill all the criteria of eligibility mentioned in above conditions.
Executive Engineer,
Public Health Engineering Department
Division Bemetara (C.G.)
Endt.
/ TS / E.E./PHE/ Dn./2013
BEMETARA, dated ----------Copy forwarded to 1. S.A. to Minister of C.G. Govt., P.H.E.Deptt. Raipur C.G.
2. Secretary, Govt. of Chhattisgarh, Public Health Engg. Department, Mantralaya Raipur
3. The Engineer-in-Chief, Public Health Engineering Department, Chhattisgarh Raipur
4. The Chief Engineer, PHED, Raipur Zone Raipur/Bilaspur
5. The Superintending Engineer, PHE Deptt.Durg Circle Durg./Raipur/Jagadalpur/Bilaspur/Ambikapur
6. The Collector, District – BEMETARA
7. The Executive Engineer, Public Health Engg.Division DURG/BALOD/RAJNANDGAON/ KABIRDHAM.
8. The Assistant Engineer, Public Health Engg. Department BEMETARA/SAJA.
9. T/s Bemetara is instoucted to make available this NIT on Public Health Engineering Department C.G.
Website http://cgeprocurement.gov.in and other related state govt. websites too for wide publicity.
10. Notice Board
Executive Engineer,
Public Health Engineering Department
Division Bemetara (C.G.)
T-Section/Tender/Bemetara GWPSS
-
6-
BLOCK – BEMETERA
T-Section/Tender/Bemetara GWPSS
DISST= BEMETERA
-
7-
BLOCK – BEMETERA
DISST= BEMETERA
dk;kZy; dk;Zikyu vfHk;ark]
yksd LokLF; ;kaf=dh; [k.M] csesrjk ¼N-x-½
fu-lw- Øekad 10@r”kk@dk-v-@yks-Lok-;ka-[kaM@13
fnukad 10-06-2013
fufonk vkea=.k lwpuk
csesrjk]
vkWuykÃu fufonk,a izi=&,Q esa ,deqr vuqca/k gsrq uhps mYysf[kr dk;Z
ds fy;s NRrhlx<+ ds jkT;iky dh vksj ls v/kksgLrk{kjdRrkZ ds dk;kZy; esa yksd
Lok-;ka-foHkkx NRrhlx<+ esa Js.kh&,l&ikap esa iathd`r Bsdsnkjksa ls vkeaf=r
dh tkrh gS A
dk;Z dk fooj.k %&
dz
-
dk;Z dk uke
vuqekfur /kjksg
ykxr
j jkf'k
¼:¼:yk[kesa yk[ke
½
sa½
chM
lcfeku
Qhl
dk;Z dh nj dh
vof/k
oS|r
k
fMtkbu
MªkbZax daLVªD”ku 5732-00 5-00 7701-00 18 ekg 120
VsfLVax ,oa dfe”kfuax ds dk;Z
okkZ
fnu
baVsdosy] jkW&okVj iafix esu
_rq
jkW&okVj iai lfgr] ty”kqf)dj.k
lfgr
la;a=] Dyh;j okVj iafiax esu Dyh;j
okVj iai lfgr] vkj0lh0lh0 vksOgj
gsM
VSad
,oa
bysDVªks
DyksfjusVj bR;kfn lfgrA
jkW&okVj] Dyh;j okVj iafiax esu
,oa fMLVªhC;w”ku ikbZi ykbZu
DI K-9, DI K-7 ,oa ih-Ogh-lhDykl 6 fdxzk-@lseha² ds iznk;
djuk] fcNkus] tksM+us ,oa
VsfLVax rFkk dfe”kfuax dk;Z leLr
LiskYl ,oa okYo iznk; ,oa LFkkiuk
lfgr rFkk vU; leLr lacaf/kr flfoy
dk;Z lfgrA CkYd ¶yks okVj ehVj
ds iznk; djus ,oa yxkus ds dk;ZA
;kstuk ds fuekZ.k ds ckn ;kstuk
dks 6ekg rd lapkyu&la/kkj.k ds
dk;Z ftlesa
dsfedy ds iznk;]
LVkWQ ,oa fMQsDV ykbfcfyfVt
¼,d o’kZ½ lfEEkfyr gS A
fufonk ds rduhdh izLrko fufonknkrkvksa ;k muds izkf/kd`r izfrfuf/k;ksa]
tks mifLFkr jguk pkgrs gks] ds le{k [kksys tkosaxsA ^^fufonk ds foRrh; izLrko
[kksyus dh frfFk rFkk LFkku dh lwpuk Bsdsnkjksa dks rduhdh izLrko [kksyus
ds ckn fnukad frfFk esa ifjorZu gksus ij nh tkosxh** ;g okaNuh; gksxk fd
fufonk Mkyus ftl izfrfuf/k dks vf/kd`r fd;k tkos og foÙkh; fu.kZ; ysus es l{ke gks
,sls izfrfuf/k vFkok Bsdsnkjksa dh mifLFkrh esa fufonk [kksys tkosxsa A
fyQkQk &Þ,Þ esa fuEu lR;kfir tkudkjh nsuk vfuok;Z gksxkk %&
1
T-Section/Tender/Bemetara GWPSS
-
8-
BLOCK – BEMETERA
12-
3-
4-
DISST= BEMETERA
yksd LokLF; ;kaf=dh foHkkx esa mi;qDr Js.kh esa oS/k iath;u izek.k i= A
fiNys ikap o"kksZ ¼2008&2009 ls 2012&2013½ esa leku izd`fr ds dk;Z
djus ds dk;Z dk vuqHko izek.k i= ftlesa vuqca/k Øekad] dk;kZns”k
Øekad ,oa fnukad] Bsds dh jkf”k] dk;Z iw.kZ djus dh vof/k] dk;Z iw.kZ
djus dh okLrfod vof/k dk izek.k i= tks de ls de dk;Zikyu vfHk;ark Lrj ds
vf/kdkjh }kjk tkjh fd;k x;k gks A
gkFk esa fy;s x;s dk;Z ls lacaf/kr fooj.k esa “kiFk i= ds lkFk fn;k tkos
ftlesa dk;Z dk uke] vuqca/k Øekad] dk;kZns”k Øekad ,oa fnukad] Bsds
dh jkf”k] dk;Z iw.kZ djus dh vof/k] fufonk tkjh djus dh frfFk rd foLr`r
fooj.k ,oa mudh ykxr vfuok;Z :i ls izLrqr djuk gksxk A
fiNys ikap o"kksZ ¼2008&2009 ls 2012&2013½ dk foRrh; VuZ vksOgj
Issued by CA
Sr
Mo.
1
2
3
4
5
Financial
Yaear
2008-2009
2009-2010
2010-2011
2011-2012
2012-2013
Turnover
Remark
5- okf.kfT;d dj foHkkx esa oS/k iath;u dk izek.k i= A
6- lQyrk iwoZd dk;Ziw.kZ djus gsrq vko”;d la;a= ,oa e”khuksa dh lwph A
7- dk;Z ds fy;s vko”;d rduhdh LVkQ dh tkudkjhA
vgZrk ekin.M %&
01½ iath;u %&
yksd LokLF; ;kaf=dh foHkkx] NRrhlx<+ esa mi;qDr Js.kh esa iath;u
vko”;d gSA mi;qDr Js.kh esa iath;u ds lkFk lkFk E- Tendering esa Hkkx
ysus gsrq NRrhlx< 'kklu ds e-procurement iksVZy (http://cgeprocurement.gov.in)
,oa yks-Lok-;ka-foHkkx ds lc iksVZy esa iath;u (emplanment) vko';d
gksxkA fof'k"V izd`fr (specialized nature) ds dk;Z@dk;ksZ gsrq lacaf/kr izd`fr
ds fof'k"V Js.kh @Jsf.k;ksa esa iath;u vko';d gSA
02½ dk;Z dk fuiknu {kerk %&
dk;Z fuiknu {kerk = AxNx2.0-C
tgak ij %&
A = fiNys 5 o"kksZ esa fd;s x;s dk;Z dh vf/kdre jkf”k ¼10% vf/kHkkj
izfro’kZ lfgr ½
N = dk;Z iw.kZ djus dh fu/kkZfjr vof/k ¼o"kksZ esa½
C = fufonk tkjh gksus dh frfFk rd fufonkdkj }kjk leLr vuqcaf/kr Bsdksa ds
'ks"k dk;ksZ dh ykxr
dk 20% vf/kHkkj izfro"kZ lfgrA
“ks’k dk;ksZa dh ykxr dks&vuqca/kokj fooj.k] Bsdsnkj }kjk fufonk
gsrq vkosnu djrs le;@fufonk izi= izkIr djus gsrq dk;Zokgh E-tendring process
esa mi;qDr LVst esa “kiFk i= ds lkFk fn;k tkos] QeZ }kjk leLr vuqcaf/kr
Bsdksa ds “ks’k dk;ksZ dh ykxr dh tkudkjh izLrqr dh tk jgh gS] og iwjh
rjg ls tkap iMrky dj nh tk jgh gS ,oa dksbZ rF; Nqik;k ugha x;k gS ,oa
xyrh ik;s tkus ij mudh fufonk dh ik=rk fujLr ekuh tkosxh] ftls os Lohdkj
djus gsrq ck/; gksxsA
03½ dk;Z dk vuqHko %&
T-Section/Tender/Bemetara GWPSS
-
9-
BLOCK – BEMETERA
DISST= BEMETERA
Lo;a ds uke ij vFkok QeZ ,oa daiuh ds uke ij dk;Z dk de ls de lkekU;r%
50 izfr”kr ek=k dk fufonkdkj dks vuqHko gksuk pkfg, A fufonk esa nf”kZr
dk;ksZ dh vk/kh ek=k dh x.kuk dk vkadyu fuEukuqlkj gksxk %&
foxr ikap o"kksZ esa %&
3-1- baVsdosy@tsdosy %& fufonk esa nf'kZr baVsdosy ds vkarfjd
O;kl ds vk/ks O;kl ds baVsdosy ds fuekZ.k dk;Z dk vuqHko vko';d
gksxk] vuqHko izek.k i= leku izdkj ds LFky ij fd;s x;s dk;Z dk gh
ekU; gksxk lEiosy fuekZ.k dk vuqHko ekU; ugha fd;k tkosxkA
3-2 iafiax LVs'ku % & fufonk esa mYysf[kr gsM ,oa fMLpktZ ds fy;s
vko”;d fdyksokV ls de ls de vk/kh {kerk ds fdyksokV ds leku izdkj
ds iafiax lsV~l dk vuqHko vko';d gSA iafiax lsV~l ,oa vU;
vko”;drkvksa ds fy;s vko”;d fo|qr lc&LVs'ku dh vk/kh {kerk ds fo|qr
LFkkiuk dk lQyrkiwoZd fuekZ.k iw.kZ djus dk vuqHko vko';d gSA
3-3- ty'kqf)dj.k la;a= %& fufonk esa ty “kqf)dj.k la;a=@ty&ey “kqf)dj.k
la;= dh nf'kZr {kerk dh de ls de 50 izfr”kr {kerk ds ty “kqf)dj.k
la;a= la;a=
@ ty&ey “kqf)dj.k la;= ds fuekZ.k lQyrkiwoZd
iw.kZ djus dk vuqHko vko';d gSA
3-4
mPpLrjh; tykxkj %& fufonk esa nf”kZr mPpLrjh; tykxkj dh {kerk
dk 50 izfr'kr {kerk ds fuekZ.k dk;Z dk lQyrkiwoZd iw.kZ djus dk
vuqHko
vko';d gSA ;fn ,d ls vf/kd mPpLrjh; tykxkj gks rks ,slh
fLFkfr esa fufonk esa nf'kZr la[;k ls vk/kh la[;k dk ,oa vf/kdre {kerk
ds tykxkj ds 50 izfr”kr {kerk ds leku ;k vf/kd LVsftax ds mPpLrjh;
tykxkj fuekZ.k dk;Z dk lQyrkiwoZd iw.kZ djus dk vuqHko vko';d
gSA 100 fd-yh- rd dh {kerk ds mPpLrjh; tykxkj ds fy;s
mPPkLrjh; tykxkj fuekZ.k ds v/khu foHkkx esa iathdj.k Ik;kZIr
gksxkA
3-5 Mh-vkbZ-]lh-vkbZ- ,oa vU; ikbZi ykbZUl %&
¼i) 200 fe-eh- O;kl rd ds ikbZi ykbZu dk;Z ds fy;s mi;qDr Js.kh esa
iath;u Ik;kZIr
gksxkaA
¼ii)
200 fe-eh- O;kl ls vf/kd O;kl ds ikbZi ykbZu ds fy;s fdlh ,d
vuqca/k ds varxZr fufonk esa nf'kZr ikbZi ykbZu ds vf/kdre
O;kl ds de ls de 50 izfr'kr O;kl ds ikbZi ykbZu dh dqy yackbZ dk
fdlh ,d vuqca/k esa 50 izfr'kr yEckbZ ds dk;Z lQyrkiwoZd laiknu dk
vuqHko vko';d gSA
fo'ks"k Vhi %&
1- fo'ks"k ifjfLFkfr;ksa esa fufonkvksa esa vgZrk] ekinaM ,oa 'krsZ
'kklu ls vuqefr Ik'pkr izeq[k vfHk;ark )kjk ifjorZu fd;k tk ldsxkA
2- ;g funsZ'k tkjh gksus dh frFkh ls vkeaf=r dh tkus okyh
fufonkvksa ds fy;s izHkko'khy ekuk tkosxkA
Note:1
For details on tendering procedure through the electronic tendering system, please
refer to Instructions for Using the Electronic Tendering System document
available along with the tender documents as Annexure-I
2-
;g fufonk vkea=.k lwpuk vuqca/k dk Hkkx gksxh A fufonk dh
vU; “krsZ] okfyfQds’ku 'krsZ ,oa dk;Z dh foLr`r tkudkjh
v/kksgLrk{kdRrkZ ds dk;kZy; esa
dk;kZy;hu le; esa ns[kh
T-Section/Tender/Bemetara GWPSS
-
10 -
BLOCK – BEMETERA
DISST= BEMETERA
tk ldrh gSA bl fufonk dks yks- Lok- ;ka- fo- NRrhlx<+ dh
osclkbV http:\\phed.cgeprocurement. gov.in ij Hkh ns[kh tk ldrh gSA
3foHkkx ds ikl bl fufonk dh key dates esa ifjoZru dk iw.kZ vf/kdkj
jgsxk A
4;g fufonk bl fufonk nLrkost esa of.kZr lHkh izdkj ds dk;ksZa
ds fy;s gSA vr% fufonkdkj dks mij of.kZr leLr vgZrk,a iw.kZ
djuk vko’;d gksxkA
dk;Zikyu vfHk;ark
yksd LokLF; ;kaf=dh [kaM
csesrjk ¼NRrhlx<+½
i`- dz- ----------- @r'kk-@dk-v-@yks-Lok-;ka-@ [kaM@13
csesrjk] fnukad @ @2013
izfrfyfi %&
1- fut lgk;d] ekuuh; ea=h th N-x-'kklu yksd LokLF; ;kaf=dh foHkkx] Mh-ds-,lHkou ea=ky; jk;iqj
2- lfpo] N-x-'kklu] yksd LokLF; ;kaf=dh foHkkx Mh-ds-,l- Hkou ea=ky; jk;iqj
3- izeq[k vfHk;ark] yksd LokLF; ;kaf=dh foHkkx] NRrhlx<+ jk;iqj
4- eq[; vfHk;ark] yksd LokLF; ;kaf=dh foHkkx] jk;iqj ifj{ks=] jk;iqj @ fcykliqj
ifj{ks=] fcykliqj
5- v/kh{k.k vfHk;ark] yksd LokLF; ;kaf=dh foHkkx] nqxZ eaMy] nqxZ@
jk;iqj@txnyiqj@ fcykliqj@vafcdkiqj
67-
dysDVj ftyk &csesrjk ¼N0x0½
dk;Zikyu vfHk;ark] yksd LokLF; ;kaf=dh foHkkx nqxZ@ ckyksn@
jktukanxkao@ dchj/kke
8- lgk;d vfHk;ark] yksd LokLF; ;kaf=dh foHkkx csesrjk @ lktk
9- Rkduhdh
izHkkjh]
d`i;k
fufonk
dks
foHkkx
dh
(http://cgeprocurement.gov.in) ij miyC/k djkus dk d’V djsa A
10- uksfVl cksMZ A
osclkbV
dk;Zikyu vfHk;ark
yksd LokLF; ;kaf=dh [kaM
csesrjk ¼NRrhlx<+½
T-Section/Tender/Bemetara GWPSS
-
11 -
BLOCK – BEMETERA
DISST= BEMETERA
OFFICE OF THE EXECUTIVE ENGINEER
PUBLIC HEALTH ENGINEERING DEPARTMENT
DIVISION- BEMETARA, DISTT- BEMETARA (C.G.)
DETAILED TENDER NOTICE
N.I.T.
10 /TS/EE/PHED/DIVISION/13
BEMETARA, Dated : 10.06.13
Online tenders are invited on behalf of the Governor of Chhattisgarh for the
following work in form F for lump sum contractor form the contractors registered in class S-V in
PHE Department Raipur.
S.
No.
1
Name of work
Probable
amount of
work
(Rs. in Lacs)
2
3
Design, Drawing, Construction, Testing, 5732.00
1
Earnest
Money
(Rs. in Lacs)
Bid
Submiss
ion Fees
Time
allowed for
completion
of work
4
5.00
5
7701/-
6
Commissioning of Intake well, Raw
Water pumping station including Raw
water pumps Water Treatment Plant, clear
water pumping station including clear
water pumps, RCC overhead tanks,
Electro chlorinators etc.
18
months
including
rainy
season.
Validity
of offer
7
120
days
Providing, laying, jointing and testing &
commissioning of Raw water and clear
water Pumping Main of DI K-9 pipe
Distribution pipe lines of DI k-7 pipe and
PVC class-6 kg/cm². with all required
valves & specials & all allied civil works.
(3.) Providing and fixing Bulk flow meters and
domestic meters in distribution network.
(4.)
(5.)
Trail run of scheme for 6 month after
complection of all components of the
scheme including chemicals, staff and
defect liabilities period of one year.
Registration and subsequent empanelment on the above mentioned website and department subportal is mandatory.
The Bidders have to digitally sign their bids before submitting the bids hashes online. Thus the
Bidders are advised to obtain Digital Certificates. The registered contractors may obtain information required
for issuance of a Class II Digital Signature Certificate from the Controller of Certifying Authorities
(www.cca.gov.in) or the Service Provider of e-Procurement System for Government of Chhattisgarh:
Wipro Limited in consortium with Next Tenders (India) Pvt. Ltd.
NexTenders (India) Pvt. Ltd. ‘Saket’ B-31, Shailendra Nagar Raipur – 492 001 Tel. No : +917714079400,
Tel. No.: +917714221020, Fax No.:+917714221023
E-mail: raipur@nextenders.com
1) Validity of offer - 120 days from date of opening of financial offer.
T-Section/Tender/Bemetara GWPSS
-
12 -
BLOCK – BEMETERA
DISST= BEMETERA
2) The Technical offer shall be opened in presence of the Bidders or their authorized representatives,
who may choose to be present. The date and place of opening of financial offer will be intimated to
the Bidders subsequently after opening of technical offer if any change in the key dates.
3) The contractors are required to submit Envelope A physically as per dates Indicated in Key Dates.
The Physical EnvelopeA should contain the following: The Earnest Money, of Rs. 5.00 Lacs in favour of the Executive Engineer, P.H.E. Division,
BEMETARA which will be returned to the unsuccessful Bidders. The Earnest Money of the
successful Bidders will be retained as part of the Security Deposit.
4) The Key Dates of Tender are as follows:-Tender Schedule :Seq
No
1
PHED Stage
Supplier Stage Start Date & Time
Release of NIT
-
Expiry Date & Time
10-06-2013 10:30 21-06-2013 17:30
2
-
Tender Download 21-06-2013 17:31 01-07-2013 17:30
3
-
Submission of Bid
Hash and
21-06-2013 17:31 01-07-2013 17:30
Payment
4
5
6
7
8
9
10
Close Bidding for
General Conditions
Opening of Envelope
- PQ
Shortlisting of
Envelope -PQ
Opening of EMD & T
and C. & Shortlisting
of EMD
Shortlisting of Terms
and Conditions
Preparation of
Common set of
Conditions
-
12
-
14
Bid Submission
Online
-
11
13
-
02-07-2013 17:31 04-07-2013 17:30
04-07-2013 17:31 05-07-2013 17:30
Pre Qualification
-
05-07-2013 17:31 08-07-2013 17:30
Pre Qualification
-
08-07-2013 17:31 09-07-2013 17:30
-
09-07-2013 17:31 11-07-2013 17:30
-
11-07-2013 17:31 15-07-2013 17:30
-
17-07-2013 17:31 18-07-2013 17:30
Bid Submission
18-07-2013 17:31 22-07-2013 17:30
Online of Revised
-
EMD
Envelope,Technical
Envelope,Price Bid
Envelope,Pre
Qualification
EMD
Envelope,Technical
Envelope,Price Bid
Envelope,Pre
Qualification
EMD
Envelope,Technical
Envelope,Price Bid
Envelope,Pre
Qualification
EMD
Envelope,Technical
Envelope,Price Bid
Envelope,Pre
Qualification
-
Download of
commn set of
15-07-2013 17:31 17-07-2013 17:30
conditions.
Submission of Bid
Hash of Revised 15-07-2013 17:31 17-07-2013 17:30
Offer.
Close for Bidding
Revised Offer.
T-Section/Tender/Bemetara GWPSS
01-07-2013 17:31 02-07-2013 17:30
Envelops
EMD
Envelope,Technical
Envelope
Technical
Envelope
Common
condition,Revised
Bid
Common
condition,Revised
Bid
Common
condition,Revised
Bid
Common
condition,Revised
Bid
Common
condition,Revised
13 -
BLOCK – BEMETERA
DISST= BEMETERA
Offer.
15
16
17
18
19
20
21
Opening of
Acceptance of
Common set of
conditions
Shortlisting of
Common set of
conditions
Opening of Revised
offer
Shortlisting of
revised offer
Opening of Original
Offer
Shorlisting of
Original Offer
Tender Award
Bid
-
22-07-2013 17:31 25-07-2013 17:30
Common condition
-
22-07-2013 17:31 25-07-2013 17:30
Common condition
-
22-07-2013 17:31 25-07-2013 17:30
Revised Bid
-
22-07-2013 17:31 25-07-2013 17:30
Revised Bid
-
22-07-2013 17:31 25-07-2013 17:30
Price Bid Envelope
-
22-07-2013 17:31 25-07-2013 17:30
Price Bid Envelope
-
25-07-2013 17:31 24-11-2013 17:30
Price Bid Envelope
Other condition including qualification and details of work can be seen in the office of the undersigned
during office hours and downloaded online directly from the portal http://cgeprocurement.gov.in through
Public Health and Engineering sub portal and shall be submitted online on or before ……….. up to ………..
P.M. This NIT shall also form the part of agreement. The details can be viewed on the website
http://phed.cgeprocurement.gov.in from …………., ………… PM onwards.
For details on tendering procedure through the electronic tendering system, please refer to Instructions for
Using the Electronic Tendering System document available along with the tender documents. The Bidders
are also invited to get themselves trained on the operations of the e-Procurement System. Bidders may get in
touch with the Service Provider of the e-Procurement System for confirming the time and date for their
training session.
1) ELIGIBILTY CRITERIA FOR TENDER DOCUMENT
01½ iath;u %&
yksd LokLF; ;kaf=dh foHkkx] NRrhlx<+ esa mi;qDr Js.kh esa iath;u
vko”;d gSA mi;qDr Js.kh esa iath;u ds lkFk lkFk E- Tendering esa Hkkx
ysus gsrq NRrhlx< 'kklu ds e-procurement iksVZy (http://cgeprocurement.gov.in)
,oa yks-Lok-;ka-foHkkx ds lc iksVZy esa iath;u (emplanment) vko';d
gksxkA fof'k"V izd`fr (specialized nature) ds dk;Z@dk;ksZ gsrq lacaf/kr izd`fr
ds fof'k"V Js.kh @Jsf.k;ksa esa iath;u vko';d gSA
02½ dk;Z dk fuiknu {kerk %&
dk;Z fuiknu {kerk = AxNx2.0-C
tgak ij %&
A = fiNys 5 o"kksZ esa fd;s x;s dk;Z dh vf/kdre jkf”k ¼10% vf/kHkkj
izfro’kZ lfgr ½
N = dk;Z iw.kZ djus dh fu/kkZfjr vof/k ¼o"kksZ esa½
C = fufonk tkjh gksus dh frfFk rd fufonkdkj }kjk leLr vuqcaf/kr Bsdksa ds
'ks"k dk;ksZ dh ykxr
dk 20% vf/kHkkj izfro"kZ lfgrA
“ks’k dk;ksZa dh ykxr dks&vuqca/kokj fooj.k] Bsdsnkj }kjk fufonk
gsrq vkosnu djrs le;@fufonk izi= izkIr djus gsrq dk;Zokgh E-tendring process
esa mi;qDr LVst esa “kiFk i= ds lkFk fn;k tkos] QeZ }kjk leLr vuqcaf/kr
Bsdksa ds “ks’k dk;ksZ dh ykxr dh tkudkjh izLrqr dh tk jgh gS] og iwjh
rjg ls tkap iMrky dj nh tk jgh gS ,oa dksbZ rF; Nqik;k ugha x;k gS ,oa
T-Section/Tender/Bemetara GWPSS
-
14 -
BLOCK – BEMETERA
DISST= BEMETERA
xyrh ik;s tkus ij mudh fufonk dh ik=rk fujLr ekuh tkosxh] ftls os Lohdkj
djus gsrq ck/; gksxsA
03½ dk;Z dk vuqHko %&
Lo;a ds uke ij vFkok QeZ ,oa daiuh ds uke ij dk;Z dk de ls de lkekU;r%
50 izfr”kr ek=k dk fufonkdkj dks vuqHko gksuk pkfg, A fufonk esa nf”kZr
dk;ksZ dh vk/kh ek=k dh x.kuk dk vkadyu fuEukuqlkj gksxk %&
foxr ikap o"kksZ esa %&
3-1- baVsdosy@tsdosy %& fufonk esa nf'kZr baVsdosy ds vkarfjd
O;kl ds vk/ks O;kl ds baVsdosy ds fuekZ.k dk;Z dk vuqHko vko';d
gksxk] vuqHko izek.k i= leku izdkj ds LFky ij fd;s x;s dk;Z dk gh
ekU; gksxk lEiosy fuekZ.k dk vuqHko ekU; ugha fd;k tkosxkA
3-2 iafiax LVs'ku % & fufonk esa mYysf[kr gsM ,oa fMLpktZ ds fy;s
vko”;d fdyksokV ls de ls de vk/kh {kerk ds fdyksokV ds leku izdkj
ds iafiax lsV~l dk vuqHko vko';d gSA iafiax lsV~l ,oa vU;
vko”;drkvksa ds fy;s vko”;d fo|qr lc&LVs'ku dh vk/kh {kerk ds fo|qr
LFkkiuk dk lQyrkiwoZd fuekZ.k iw.kZ djus dk vuqHko vko';d gSA
3-3- ty'kqf)dj.k la;a= %& fufonk esa ty “kqf)dj.k la;a=@ty&ey “kqf)dj.k
la;=
dh
nf'kZr {kerk dh de ls de 50 izfr”kr {kerk ds ty “kqf)dj.k la;a= la;a=
@ty&ey “kqf)dj.k la;= ds fuekZ.k lQyrkiwoZd iw.kZ djus dk
vuqHko
vko';d
gSA
3-4
mPpLrjh; tykxkj %& fufonk esa nf”kZr mPpLrjh; tykxkj dh {kerk
dk 50 izfr'kr
{kerk ds fuekZ.k dk;Z dk lQyrkiwoZd iw.kZ djus dk
vuqHko
vko';d gSA ;fn ,d ls
vf/kd mPpLrjh; tykxkj gks rks ,slh fLFkfr esa fufonk esa nf'kZr la[;k
ls vk/kh la[;k
dk ,oa vf/kdre {kerk ds tykxkj ds 50 izfr”kr {kerk ds leku
;k vf/kd
LVsftax
ds mPpLrjh; tykxkj fuekZ.k dk;Z dk lQyrkiwoZd iw.kZ djus dk
vuqHko vko';d gSA
100 fd-yh- rd dh {kerk ds mPpLrjh; tykxkj ds fy;s
mPPkLrjh;
tykxkj fuekZ.k
ds
v/khu foHkkx esa iathdj.k Ik;kZIr gksxkA
3-5 Mh-vkbZ-]lh-vkbZ- ,oa vU; ikbZi ykbZUl %&
¼i) 200 fe-eh- O;kl rd ds ikbZi ykbZu dk;Z ds fy;s mi;qDr Js.kh esa
iath;u Ik;kZIr
gksxkaA
¼ii)
200 fe-eh- O;kl ls vf/kd O;kl ds ikbZi ykbZu ds fy;s fdlh ,d
vuqca/k ds varxZr fufonk esa nf'kZr ikbZi ykbZu ds vf/kdre
O;kl ds de ls de 50 izfr'kr O;kl ds ikbZi ykbZu dh dqy yackbZ dk
fdlh ,d vuqca/k esa 50 izfr'kr yEckbZ ds dk;Z lQyrkiwoZd laiknu dk
vuqHko vko';d gSA
fo'ks"k Vhi %&
T-Section/Tender/Bemetara GWPSS
-
15 -
BLOCK – BEMETERA
DISST= BEMETERA
1- fo'ks"k ifjfLFkfr;ksa esa fufonkvksa esa vgZrk] ekinaM ,oa 'krsZ
'kklu ls vuqefr Ik'pkr izeq[k vfHk;ark )kjk ifjorZu fd;k tk ldsxkA
2- ;g funsZ'k tkjh gksus dh frFkh ls vkeaf=r dh tkus okyh
fufonkvksa ds fy;s izHkko'khy ekuk tkosxkA
2.0
SUBMISSION OF TENDERS:
The Tenderer shall fill/upload the Bids online and the Bid Hashes of three envelopes shall
be digitally signed and submitted online as per mentioned key dates. The Bidders shall also
have to submit Bids online (decrypt the bids using their Digital Certificate and encrypt the
bids) as per mentioned key dates. There shall be three separate Online envelopes as under.
2.1
ENVELOPE – A (Pre Qualification Envelope )
The first online Envelope- A shall contain the details of Earnest Money, scanned copy of the
Physical Earnest Money and scanned copy of following documents
a.
Experience certificate of successful completion of work of same nature in
contractors/firms/companys own name indicating agreement no., work order no. and
date, amount of contract, stipulated period of completion, actual period of completion
during last five year i.e. 2008-2009 to 2012-2013. The certificate should be issued by
an officer not below the rank of Executive Engineer.
b.
An affidevit in support of the details of works in hand indicating name of work,
Agreement no., work order no., and date, amount of contract, period of completion,
value of work and balance work in hand with details of work till the date of issue of
Tender.
Valid registration certificate in appropriate class in PHE Deptt. C.G.
Financial turn over works during last five financial years i.e. 2008-2009
to 2012-2013 issued by CA
c
d.
The Physical Earnest Money which is to be submitted manually as per keydatas in
Physical Envelope –A where it should be clearly written on the envelope as under:-
2.1
ENVELOPE - A
EARNEST MONEY
From - (… Name of
Contractor……………………………………………………………….)
and should reach Executive Engineer, PHE Division, BEMETARA as per date and time
mentioned in the key dates
2.2
ENVELOPE - B
The Second Online envelope shall contain terms and conditions and all the technical details
and specifications of the proposed work. The Scanned copy of terms and conditions, along
with technical specifications and drawings etc. should be submitted online in Envelope B.
2.3
ENVELOPE - C
This Envelope shall contain only the Lump-sum offer. The tenderer shall have to duly fill
their Lump-sum offer in appropriate online form meant for it.
2.4
Tender will be submitted with the Earnest Money, of Rs. 5.00 Lakhs In favour of the
Executive Engineer, PHE Division BEMETARA which will be returned to the
unsuccessful tenderer. The Earnest Money of the successful tenderer will be retained as part
of the Security Deposit.
T-Section/Tender/Bemetara GWPSS
-
16 -
BLOCK – BEMETERA
DISST= BEMETERA
2.5
FORM OF EARNEST MONEY :
2.5.1 The amount of Earnest Money should be deposited in the Treasury/State Bank of
India and the challan should be submitted in the envelope A as mentioned above
under para (2.1).
2.5.2 If, however, instead of depositing in cash in treasury, the tenderer may deposit the
Earnest Money, in and of the following forms :(A)
Treasury Receipt
(B)
National saving Certificates
(C)
Treasury Bonds
(D)
Approved Interest Bearing Securities
(E)
Govt. promissory Notes in National Loan Plan
(F)
Post Office cash certificates
(G)
10 Years Treasury Savings/Deposits/ Certificates
(H)
12 Years National Savings Certificates
(I)
10 Years Defence Deposit Certificates
(J)
All small savings securities and post office Saving Bank Account, duly
pledged to Government
(K)
National Savings Certificates duly hypothecated in the name of the Govt.
of C.G.
(L)
Units of Unit Trust of India
(M) Demand Draft of SBI or Scheduled Bank
(N)
Debentures of C.G. Housing Board as approved by MPFD Memo No.
1319/2306 R-5/75 dated 17th oct. 1975
(O)
Bank Draft issued by big Urban Banks whose working capital Exceeds Rs. 5
crores and A,B and C class Central/Co-operative Banks/Non Scheduled State
Co-operative Banks, subject to the conditions that the contracts are allotted
only after the encashment of Draft as per MPFD No. F/3/18/77/8/5(IV) dated
13.02.1973
2.6
EARNEST MONEY IN SEPARATE COVERS:The Earnest Money, in any one of the prescribed form should be deposited as mentioned
under para 2.5 .If the Earnest Money is not found in accordance with the prescribed mode,
the tender of the tenderer shall not be opened.
ADJUSTMENT OF EARNEST MONEY:The Earnest Money which has been deposited for a particular work will not ordinarily be
adjusted towards the earnest money for another work, but if the tender of a contractor for a
work in the same Division has been rejected and the Earnest Money has not been refunded
to him due to some reasons it may be adjusted for this work by the Executive Engineer,
provided amount retained is equal or more than required Earnest Money for this work.
SECURITY DEPOSIT:The Security Deposit to be taken for the due performance of the contract under the terms
and conditions printed on the tender form will be the earnest money plus an amount to make
it equal to 5% ( five percent ) of the cost of work put to tender, as per clause 1 of condition
of contract of form F.
IMPLICATION OF SUBMISSION OF TENDERS:2.9.1 Bidders are advised to visit the site sufficiently in advance of the date fixed for the
submission of the
tender. The Tenderer shall be deemed to have full knowledge
of all relevant documents and site conditions etc. whether he inspects it or not.
2.9.2 The submission of a tender by a contractor implies that he has read the notice,
conditions of the tender and all the contract documents and has made himself fully
aware of all the standards and specifications in this respect laid down in the relevant
IS specifications, IRC specifications, manual on water supply and treatment, and
Annexure-E having the scope and the specification of the work to be done. The
contractor will be deemed to have seen the site of works.
2.7
2.8
2.9
T-Section/Tender/Bemetara GWPSS
-
17 -
BLOCK – BEMETERA
2.9.3
DISST= BEMETERA
The contractor shall make his own arrangement for supply of water for construction,
purposes. No lead and lift for any other material including water will be paid. The
tender offer should be inclusive of all leads and lifts for the materials. The contractor
should himself verify the leads of different materials before submitting his tender.
2.9.4 QUALITY CONTROL:The contractor shall carry all the work as per the latest norms and specifications as
per IS standard and also carry strict quality control surveillance during all
construction activites. It is expected that the contractor shall carry and all the
necessary prior to the designs of all components.
The contractor shall be required to get tested the random samples of construction
material i.e. cement,sand, metal & steel brought at site to see whether they confirm
to relevent I.S. specifications. The necessary arrangement for testing of Cube
samples should be made site & some samples to be send for testing to other
agencies. The cost of such tests shall be borne by the contractor.
2.9.5
INSPECTION OF PIPES, VALVES & FITTINGS :Inspection of the pipes, valves & fittings will be done by the DGS&D/SGS/RITES.
The departmental officials may also inspect at factory site.
2.9.6. ESCALATION:The scope of work includes all costs, and no price escalation will be paid on this
account.
2.10
LIST OF WORKS IN PROGRESS:Tenders must be accompanied by a list of Contracts already held by the tenderer at the time
of submitting the tender, in the Department and elsewhere showing therein.
(i)
The amount of each contract
(ii)
Balance of work remaining to be done and
(iii)
Solvency-certificate produced by him at the time of enrolment in the department
2.11
RELATIONSHIP:The contractor shall not be permitted to tender for works in the Division, (responsible for
award and execution of contract) in which his near relative is posted a Divisional
Accountant. He shall intimate the names of his near relative working in Chhattisgarh.
Secretariat and P.H.E. Divisions. He shall also intimate the name of person working with
him in any capacity or subsequently employed by him and who are near relatives to any
Gazetted Officer in the Chhattisgarh. secretariat. Any breach of this condition by the
contractor would render him self liable to be removed form the approved list of contractors
of the P.H.E. Department.
NOTE :- By the term near relative is meant wife, husband, parents and son, Grand son, brothers,
sisters, brothers in laws, father in law and mother in law.
2.12
WITNESS :The tender for the works shall be witnessed by a contractor failure to observe this condition
shall render the tender of the contractor liable to Rejection.
3.0
OPENING AND ACCEPTANCE OF TENDERS :3.1 PLACE AND TIME OF OPENING :-
T-Section/Tender/Bemetara GWPSS
-
18 -
BLOCK – BEMETERA
DISST= BEMETERA
The tenders shall be opened at time and place stated in para 1. In the first instances, the
Physical envelope containing the earnest money shall be opened. If the earnest money is
found proper, the online envelope -A containing the Earnest Money details, its scanned copy
and scan copy of documents required as minimum qualification to bid shall be opened. If the
tenderer found qualified as per minimum qualification, the online Envelope B containing the
terms and conditions will be opened in the presence of such contractors, who choose to be
present. A common set of conditions would then be drawn by the Superintending Engineer,
if required hearing the views of all the contractors, who choose to be present. After this, the
contractors will be directed to submit their revised offer. The revised offer shall be
submitted in two online envelopes, envelope - CT containing acceptance of the common
terms and conditions and envelope –RB containing revised offer. The tenderer shall have to
duly fill their revised offer in appropriate online form meant for it. The Bid hashes of
revised offer and revised offer shall be submitted on or before a date and time specified.
This offer shall be –
1. The Lump sum tender in online form, specifying the lump sum offer shall be in figures
and words also.
2. The lump sum tender be on the schedule of items, the tenderer shall have to duly fill
their revised offer in appropriate online form meant for it. if there is no change in the
original offer, the contractor shall have to resubmit their original offer as revised offer
and also have to accept the common terms and conditions in their revised offer.
3.2
POWER OF EXECUTIVE ENGINEER :The Executive Engineer does not bind himself to accept or recommend for
acceptance to the Superintending Engineer or other higher authority, the lowest or
any tender or to give any reasons for his decision.
3.3
CONDITIONAL TENDER :Conditional tenders are liable to be rejected.
3.4
CANVASSING:Canvassing for support in any form for the acceptance of any tender is strictly
prohibited. Any tenderer doing so will render himself liable to penalties which
may include removal of his name from the Register of approved contractors of penal
action under section 8 of M.P. /C.G. Vinirdishta Bhrashtachar acharan Nivaran
Vidheyak, 1982.
3.5
ONLINE SUBMISSION OF TENDER :No Sealed envelopes will be accepted only the bids submitted online will be opened.
3.6
AUTHORITY OF EXECUTIVE ENGINEER:The authority competent to accept a tender, reserves the right for accepting the
tender for the whole work or for a distinct part of it, or distributing the work between
two or more Bidders.
3.7
VALIDITY OF OFFER :Tender shall remain valid up to 120 days from the date of opening of Envelope - C
and in the event of the Bidders withdrawing the offer before the aforesaid date for
T-Section/Tender/Bemetara GWPSS
-
19 -
BLOCK – BEMETERA
DISST= BEMETERA
any reason whatsoever, Earnest Money Deposited with the tender shall be forfeited
to the Government
4.0
4.1
TIME OF COMPLETION :The time allowed for carrying out the work i.e. 18 months including rainy season
shall be strictly observed and shall be reckoned from the date of issue of written
order to commence the work. Delay beyond the specified time limit will be subject
to liquidated damages according to clause 13 of Form F of Lump sum contract.
4.2
TIME SCHEDULE:The work shall be done by the contractor according to the schedule fixed in
consultation with the competent authority. BAR/PERT/CPM chart showing detailed
programme shall have to be submitted and adhered to by the contractor.
5.0
PAYMENTS BY CHEQUES:The running payments shall be made in accordance with the Break up schedule of
payment as per Annexure G ( As per clause 15 of form F )
6.0
SPECIFICATIONS:- hydraulic
6.0.1 The basic intention of the project is to supply water from MBR to all the villages by
gravity except village Bemetara, Bhaiji, Semariya.
6.0.2 Therefore contractor shall make arrangements for the working survey and designs
including the hydraulic calculations for raw water pimping main, clear water
Gravity mains from MBR to service reservoirs of respective villages. The contractor
has to take into consideration for the changes occurred during execution for up
dated hydraulic designs.
6.0.3 The detailed specifications for the work have been given in the enclosed
Annexure- E-(I to IX) However, the following order of priority regarding
specifications shall be followed by the contractor.
6.0.4 Specifications for pipes, valves, specials, rubber, gaskets RCC and other civil works
and materials shall be governed by the relevant latest IS codes, IRC specifications
and National Building code of India (latest revision)
6.0.5 Manual on water supply and treatment (latest edition) published by CPHEEO,
New Delhi.
6.0.6 Any other specifications, not covered under the above said standards, as shall be
decided by the Engineer-in-Charge i.e. Executive Engineer.
6.0.7 All types of details, designs and drawings shall be submitted within One month of
the date of work order. the designs and drawing shall have to get checked by the
National Institute of Techonlogy/STA.
6.1
CHANGE IN SPECIFICATIONS:Nothing in earlier clause shall, however, curtail the right of the Executive Engineer to alter
the specifications for any part or whole of the work if he considers it necessary in the
interest of work. On all matters where there is difference of opinion, between the contractor
and the Executive Engineer, the matter will be decided by the Superintending Engineer
which shall be binding
7.0
CEMENT:The cement required for the work will be arranged by the contractor at his own cost. Cement
used in the structure will be ordinary Portland cement as per relevant ISS or port land slag
cement or concrete special cement confirming to relevant IS.
T-Section/Tender/Bemetara GWPSS
-
20 -
BLOCK – BEMETERA
8.0
DISST= BEMETERA
MISCELLANEOUS CONDITIONS:8.1
SUBLETTING WORK:The contractor shall not without the prior approval of the competent authority, in
writing, sublet or assign to any other party or parties the whole, or any portion of the
work under the contract. Where such approval is granted, the contractor shall not be
relieved of any obligation or duty or responsibility which he under takes under
the contract.
8.2
BLASTING:In case limited/suppressed blasting resorted to by the contractor in excavation of
trenches and for structurs, it will be the responsibility of the contractor to observe all
rules and regulations permission license, procurement, preservation and storage of
Explosive material etc.
8.3
TAXES:All charges regarding taxes including the sales tax, Royalties, Octroi, Excise,
Turnover tax, commercial tax & works contract tax , Building & other constructions
labour (Employment & service condition implementation) Act 1996 levied on the
contract work by Govt., local bodies or private individuals will be payable by the
contractor executing the work, but will not entertain any claim on this account. It
will be the contractors duty to ascertain the above taxes and include in his Lump sum
offer. No separate claim shall be entertained on this account by the department.
8.3.1
Excise duty:The tenderer should quote his rates duly considering, the certificate for exemption of
excise duty for items included in Govt. of India Notification as per March 2012 with
up to date amendments shall be provided by the Deptt., The Deptt., shall neither
reimburse nor ask for any refund from the contractor on this account and shall also
not entertain any claim on this account
8.4
ROYALTY:-
Minerals extracted for works carried out on behalf of the government, from the
quarries in possession of and controlled by the State Government is subject to
payment of Royalty by the contractor to whom it shall not be refundable.
8.5
Model rules related to labour, water supply and sanitation in labour camps.
The contractor will be bound to follow the Model Rules, relating to layout Water
Supply and sanitation in labour camps, as per Annexure - A and the provisions of the
National Building Code of India, in regard to construction and safety.
8.6
FAIR WAGES:The contractor(s) shall pay not less than the fair wages to labour engaged by him on
the work ( copy of the Rules enclosed as Annexure - A )
8.7
WORKS IN THE VICINITY:The Executive Engineer, reserves the right to take up Departmental work or to award
works on the contract in the vicinity without prejudice to the terms of contract.
8.8
BEST QUALITY OF QUARRIED MATERIALS:If the quarry material of more than one quality is found, the material approved by the
Executive Engineer will only used by the contractor. If the materials of required
Specification is not available in the near by area/quarry, the contractor shall have to
arrange the same from the place where it is available.
T-Section/Tender/Bemetara GWPSS
-
21 -
BLOCK – BEMETERA
DISST= BEMETERA
8.9
REMOVAL OF UNDESIRABLE PERSONS:The contractor shall on receipt of the requisition from the Executive Engineer, at
once remove any person employed by him on the work who in the opinion of the
Executive Engineer is unsuitable or undesirable.
8.10
AMOUNT DUE FORM CONTRACTOR:Any amount due to Government from the Contractor on any account of concerning
work may be recovered form him as arrears of Land Revenue.
TOOLS & PLANTS:The contractor shall arrange at his own cost all Tools and Plants required for proper
execution of work. Certain plants, may however, be issued to the contractors by the
Department, as special case as per provision of W.D. Manual Vol. 1 if are available
and sparable.
8.11
8.12
RIGHT TO INCREASE OR DECREASE OF WORK:
The competent authority reserves the right to increase or decrease any item of work
during the execution of the contract and the contractor will be bound to comply with
the order of the competent authority without any claim for compensation or higher
rates for additions and alterations.
Addition & alteration in scope of work. For any addition or alteration in scope of work as mentioned under Annexure E Shall be
paid or deducted on the basis of following schedule of Rates.
(i)
For Pipe Line work – As per current schedule of rates issued by Engineer-inChief CG PHED from upto date amendemet water supply and Sewerage Pipelines
made applicable in C.G. PHED from 07.02.2013 with upto date amendments.
(ii)
For Civil work – As per current schedule of rates of E-in-C PHED C.G.(2013) &
PWD (2009)
(iii)
Rates for items not included in above to SOR shall be decided by SE PHED Durg
Circle Durg.
((iv)
For the Payment of excess quantity or deduction of lesser quantity of work the
amount of wrok of acess or deduction will be calculated as per example shown in
annexure G-X.II.
8.13
LABOUR REPORT:Contractor will submit a report on labour engaged to local employment office and
copy of same may be attached with the running account bill, failing which Rs.50/will be deducted from each running bill. Total recovery on this account may be
affected on the final bill.
8.14
LABOUR LICENCE :Every contractor who employs on any day of the preceding 12 months, twenty or
more workers on contract is required to obtain license from the Licensing Officer or
the Contract as per provision contained under Sub-section 4 (b) of section 2 of the
Contract Labour ( Regulation and Abolition ) Act 1970 as per provision contained in
Section 12 of Act. No, contractor shall execute any work without obtaining license,
contravention of above is punishable and contractor is liable to be prosecuted. The
successful tenderer is liable to produce license as and when demanded by the
Executive Engineer, obtained form labour Department as laid down in chapter 4 of
Contract labour ( Regulation and abolition) Act 1970.
8.15
LABOUR HUTMENT :-
T-Section/Tender/Bemetara GWPSS
-
22 -
BLOCK – BEMETERA
DISST= BEMETERA
The contractor shall make arrangement, at his own cost, for housing his staff and
stores for the work and Model Rules relating to labour Water supply and sanitation
shall be followed.
8.16
9.0
10.0
DEFECT LIABILITY PERIOD :The defect liability period in respect of the entire work as a whole or in parts of
individual components included in this contract shall be 12 months form the date of
completion of work and certified by the Executive Engineer as per clause 10 of
form F.
8.17 TECHNICAL SUPERVISION :The Contractor shall employ a Graduate Civil Engineer during the execution of the
civil work & separate mechanical Graduate Engineer for execution of mechanical
work& separate Electrical Graduate Engineer for execution of electrical work :(A)
The technical staff should be available at site whenever required by the Executive
Engineer to give instructions.
(B)
In case the contractor fails to employ a Graduate Engineer as aforesaid Deptt. shall
have the right to take suitable remedial measures.
(C)
The contractor should give the names and other details of the Graduate
Engineer/Diploma holder Sub-Engineers when he intends to employ or who is under
employment, before he commences the work.
(D)
The contractor should give a certificate to the effect that the Graduate
Civil/Mechanical/ Electrical Engineer is exclusively in his employment.
1.
It is not necessary for the contractor (or partner in case of firm/company)
who is himself an engineer to employ engineer for the supervision of the
work so long as the Contractor/partner works similar to what would have
been done by and Employed Engineer.
2.
The retired Engineer who is holding Diploma in Civil Engineer or a Diploma
holder having 5 years or more experience will be treated as Graduate
Engineer, for the operation of above clause.
In case of the contractor fails to employ the technical staff as aforesaid he
shall be liable to pay to the government a sum of Rs. 25000/- ( Rupees
Twenty five thousand ) for each month of default.
AGREEMENT :9.1
The Notes and specifications given in the detailed notice inviting tenders and its
annexure are to be read in conjunction with conditions given in the short notice
inviting tenders and the conditions of Contract. These have been intended to
supplement the provisions, in the NIT and the conditions of the Contract. All these
will be binding on the contractor and shall form part of the agreement. However, in
case of any contradiction between the common set of conditions and the NIT, the
common set of conditions will supersede.
9.2
EXECUTION OF AGREEMENT :The Tenderer whose tender has been accepted shall have to execute the agreement
with in a fortnight of the communication of the acceptance of his tender by the
competent authority. Failure to do so will result in the Earnest Money being forfeited
to Govt. and tender being cancelled.
ANNEXURE :Other than form F and condition of contract following documents are appended as annexure
with this N.I.T. and these shall be part of contract agreement.
Annexure - A
Annexure B
:
:
T-Section/Tender/Bemetara GWPSS
Model rules relating to labour
Contractors Labour regulation
-
23 -
BLOCK – BEMETERA
DISST= BEMETERA
Annexure -D
:
Form of income Tax clearance certificate
Annexure E-I
:
Scope of work and specification for Intake well
Annexure E-II
:
Scope of work and specification for 8.00 MLD water treatment plant
Annexure E-III (a)
:
Scope of work and specification for DI- pipes K-9 & K-7
Annexure E-III (b)
:
Scope of work and specification for Plastic pipes :6 kg/sqm PVC pipes
Annexure E-IV
:
Scope of work and Brief Specification of pumps and electric sub station.
Annexure E-V (A)
:
Specification for construction of R.C.C, Master Balance Reservoir and Eleveted service reservoir
Annexure E-V (B)
Annexure E-VI
Annexure E-VII
Annexure E- VIII
Annexure E- IX
Annexure – G
:
:
:
:
:
:
Specification for construction of R.C.C. Elevated service Reservior
Scope of work and specification of electro chlorinators.
Scope of work and specification of Bulk flow meter, consumer meter and miscellenous items.
Scope and specification of Trial and Run.
Special condition for Trial and Run.
Brekup schedule of Payment
Annexure – G-I
:
Breakup Schedule of Payment for Cost of Intake Well cum pump house
Annexure – G-II (a) :
Annexure – G-II (b) :
Annexure – G-II (c)
:
Annexure – G-III
Breakup Schedule of Payment for Raw water pumps and motors
Breakup Schedule of Payment for construction of Raw water electric sub station at intake well
Brekup schedule of payment pipes & Specials for Raw water pumping main
Annexure – G-V
:
:
Breakup Schedule of Payment for Cost of Water Treatment plant
Breakup Schedule of Payment for Civil work of Water Treatment plant clear water sump well cum
pump house
Breakup Schedule of Payment for Supply, erection, commissioning & Testing of Mechnical &
Electrical work of Treatment plant
Brekup schedule of payment pipes & Specials for Clear water pumps & motors.
Breakup Schedule of Payment for construction of Clear water electric sub station at WTP
Brekup schedule of payment pipes & Specials for Clear water pumping main
Annexure – G-VI
:
Break up Schedule of Payment for Construction of RCC MBR
Annexure – G-VII
:
Breakup Schedule of Payment for construction of clear water gravity main
Annexure – G-VIII
:
Annexure – G-IX
:
Break up Schedule of Payment for Constructiion of RCC Over Head Tanks, Sump cum pump
house & Cistern
Breakup Schedule of Payment for construction of distribution system Network
Annexure – G-X
Annexure – G-XI
Annexure – G-XII
Annexure – H
:
:
:
:
Breakup Schedule of Payment for Electro Chlorinators.
Breakup Schedule of Payment for Bulk flow meters
Payment of Excess/ Less quatity of work
Schedule of Quantity of work
Annexure – H-1
:
Construction of Intake well at Sheonath River
Annexure – H-2
:
Raw Water pumping machinery of Intake well.
Annexure – H-3
:
Electrical Sub-station.
Annexure – H-4
:
Raw water pumping main
Annexure – H-5
:
Clear water pumping main
Annexure – H-6
:
Water Treatment Plant
Annexure – H-7
:
Clear Water pimping machinery at WTP
Annexure – H-8
:
Construction of Master Balancing of Resevoir
Annexure – H-9
:
Clear water Gravity Main
Annexure – H-10
:
Construction of Over Head tanks
Annexure – H-11
:
Distribution Network
:
Annexure – G-III(a) :
Annexure – G-III(b) :
Annexure – G-IV (a) :
Annexure–G-IV (b)
Annexure – H-11 (a) :
Distribution Network Village Wise
Annexure – H-12
Annexure – H-13
Electro chlorination system.
Bulk flow meters
:
:
Annexure – H-14 (a) :
Schedule of quantity of risingmain (vall & Specials)
Annexure – H-14 (b) :
Schedule of quantity of gravitymain (vall & Specials)
Annexure – H-14 (c) :
Schedule of quantity of Tank Accessories
Annexure – H-14 (d) :
Schedule of quantity of Auto shut off valves
T-Section/Tender/Bemetara GWPSS
-
24 -
BLOCK – BEMETERA
DISST= BEMETERA
Annexure – I
:
Information & instruction to the bidder for E – Procurement
Annexure - J
:
Proposed site plan of Water Treatment Plant
Executive Engineer,
Public Health Engineering Department
Division Bemetara (C.G.)
GOVERNMENT OF CHHATTISGARH
PUBLIC HEALTH ENGINEERING DEPARTMENT
TENDER FOR A LUMP-SUM CONTRACT
I/We do hereby tender to execute the whole of the work described in the
Drawing Nos. ........................... and according to the annexed specifications signed by
................................................................... and dated ....................... for the sum of
Rs. ......................................... (Rupees.................................................................................) and
should this tender be accepted I/We do hereby agree and bind my self/ourselves to abide by and
fulfill all the conditions annexed to the said specification or in default thereof to forfeit and pay to
the Governor of Chhattisgarh, the penalties of sums of money mentioned in the said conditions, viz.
Dated :
Tenderers Signature
Witness :
Address :
Address :
The above tender is hereby accepted by me on behalf of the Governor of
Chhattisgarh.
The ............................../2013
Signature of the authority
by whom the tender
has been accepted
SECURITIES
------------------------------------------------------------------------------------------------------------------Name
Address
Occupation of Profession
Remarks
------------------------------------------------------------------------------------------------------------------
T-Section/Tender/Bemetara GWPSS
-
25 -
BLOCK – BEMETERA
T-Section/Tender/Bemetara GWPSS
DISST= BEMETERA
-
26 -
BLOCK – BEMETERA
DISST= BEMETERA
:: CONDITIONS OF CONTRACT ::
1.
The person(s) whose tender may be accepted (hereinafter called the contractor(s) shall within Ten
days of the receipt by him/them of the Notification of the acceptance of his/their tender, deposit
with the Executive Engineer a sum equal to Five percent of the sum specified in the tender either in
Cash or Govt. Securities endorsed to the Executive Engineer (It shall be deposited for more than 18
months). All damages to be borne or other sums of money payable by the contractors(s) to the
Governor of Chhattisgarh under the terms of this Contract may be deducted from or paid by the sale
of sufficient part of his/their security deposit or from the interest arising there from or from any
sums which may be due or may become due to the contractor(s) by the Governor of C.G. on any
account whatsoever. In the event of of his/their security deposit being reduced by reason of any
deduction or sale as aforesaid or by reason of forfeiture under Clause 13, the contractor(s) shall
within ten days there after make good in cash or Govt. securities endorsed as aforesaid any such or
sums which may be necessary to make the amount of deposit equal to 5% of the sum specified in
the tender.
The Contractor(s) is/are to provide every thing of every sort and kind (with the exception
noted in the schedule attached) which may be necessary and requisite for the due and proper
execution of the several works included in the contract according to the true intent and meaning of
the drawings and specifications taken together, which are to be signed by Executive Engineer,
Public Health Engineering Deptt., Division, Bemetara Chhattisgarh (hereinafter called the E.E.)
and the contractor(s) whether the same may or may not be particularly described in the specification
or shown on the drawings, provided that the same are reasonably and obviously to be inferred there
from and in case of any discrepancies between the drawings and the specification the E.E. is to
decide which shall be followed.
2.
The Contractor(s) is are to set out the whole of the works in conjunction with an officer to be
deputed by the Executive Engineer and during the progress of the works to amend on the requisition
of the E.E. any error which may arise therein and provide all the necessary labour and materials for
so doing. The contractor(s) is/are to provide all plant, labour and materials (with the exceptions
noted in the schedules attached) which may be necessary and requisite for the works. All materials
and workmanship are to be the best of their respective kinds. The contractor(s) is/are to leave the
work in all respect clean and perfect at the completion thereof.
3.
Completed copies of the drawings and specification signed by the E.E. are to be furnished by him to
the contractor(s) for his/their own use, and the same or copies thereof are to be kept with site
incharge of the Contractor(s) agent who is to be constantly kept on the ground by the contractor(s)
and to whom the instructions can be given by the E.E. The Contractor(s) is/are not to sublet the
works or any part thereof without the consent in writing of E.E.
4.
5.
The E.E. is to have at all times access to works which are to be entirely under his control. He may
require the contractor(s) to dismiss any person in the Contractor(s) employ upon the works who
may be incompetent or misconduct himself and contractor (s) is/are forthwith to comply with such
requirements.
The Contractor(s) is/are not to vary or deviate from the drawings or specification or execute any
extra work of any kind whatsoever unless upon the authority of Executive - Engineer to be
sufficiently shown by any order in writing by any plan or drawings expressly given and signed by
him as an extra or variation or by any subsequent written approval signed by him. In case of daily
labour all vouchers for the same are to be delivered to the E.E. or the Officer In-Charge at least
during the week following that in which the work may have been authorized by the E.E. to be so
done unless the work cannot from its character be properly measured and valued. the drawings in
respect of which this contract is drawn up provide for a minimum depth of foundations for good
T-Section/Tender/Bemetara GWPSS
-
27 -
BLOCK – BEMETERA
6.
DISST= BEMETERA
soil. Any extra depth will be measured as extra when the foundation trenches have been opened up
and will be paid for in addition to the sum contracted for the completed work.
Any authority given by the E.E. for any alternation of additions in or to works in not to vitiate the
contract, but all additions, omission or variations made in carrying out the work to be measured and
valued and certified by the E.E. and added to or deducted from the amount of the contract, as the
case may be, at rates as mentioned in clause 15 of NIT. In such in which rates do not exist, the
Superintending Engineer will fix the rates to be paid.
7.
All work and materials brought and left upon the ground by the Contractor(s) or his/their orders for
the purpose of forming part of the works are to be considered to be the property of the Governor of
C.G. and the same are not to be removed or taken away by the Contractor(s) or any other person
without the special license and consent in writing of the E.E. but the Governor of C.G. is not to be
in any way answerable for any loss or damage which may happen to or in respect of any such work
or materials either by the same being lost or stolen or injured by weather or otherwise.
8.
The E.E. has full power to ask the contractor for the removal from the premises of all materials
which in his opinion are not in accordance with the specificationand in case of default the E.E. shall
be at liberty to employ other persons to remove the same without being answerable or accountable
for any loss or damage that may happen or arise to such materials at the contractors cost. The E.E.
is also to have full power to require other proper materials to be substituted and in case of default
the E.E. may cause the same to be supplied and all costs which may attained such removal and
substitution are to be borne by the contractor.
9.
If in the opinion of the E.E. any of the works are executed with improper materials of defective
workmanship, the contractor(s) is are when required by
the E.E. for with to re execute the same
and to substitute proper materials and workmanship and in case of default of the contractor(s) is so
doing within a week the E.E. is to have full power to employ other persons to re-execute the work
and the cost thereof shall be borne by the contractor(s).
10.
Any defects, shrinkage or other faults which may appear within 12 months, from the completion of
building arising out of defective or improper materials or workmanship are upon the direction of
the E.E. to be amended and made good by the contractor(s) at his/their own cost unless the E.E.
shall decide that he/they ought to be paid for the same and in case of default the Governor of C.G.
may recover from the Contractor(s) the cost of making good the works.
11.
From the commencement of the works to the completion of the same they are to be under the
contractor(s) charge. The contractor(s) is/are to be held responsible for and make good all injuries
damages and repairs occasioned or rendered necessary to the same by fire on other causes and they
are to hold the Governor of C.G. harmless from any claims for injuries to persons or for structural
damage to property happening from any neglect default, want of proper care of misconduct on
the part of the contractor(s) or of any one in his/their employ during the execution of the work.
12.
The E.E. is to have full power to send workmen upon the premises to execute fittings and other
works not included in the contract for whose operation the contractor(s)is/are to afford every
responsible facility during ordinary working hours, provided that such operations shall be carried on
in such manner as not to impede the progress of the work included in the contract but the
contractor(s) is/are not to be responsible for any damage which may happen to or be occasioned by
any such fittings or other works.
13.
The works comprised in this tender are to commenced immediately upon receipt of the order of
commencement given in writing by the E.E. when possession of the site can be had. The whole
work including all such additions and variations as aforesaid (but excluding such if any as may have
been postponed by an order from the E.E.) shall be completed in every respect within 18 months
including rainy season from the date of issue of the aforesaid order and if from any cause whatever
T-Section/Tender/Bemetara GWPSS
-
28 -
BLOCK – BEMETERA
DISST= BEMETERA
other than will full obstruction or defaults, on the part of E.E. or his staff and except as hereinafter
provided the whole of such work shall not be finished to the satisfaction of the E.E. within the said
period, the contractor(s) shall forfeit to the Governor of C.G. from his/their security deposit by way
of ascertained and liquidated damages for each defaults and not by way of penalty, the sum of
Rs. 104695 (Rs. One lacs four thousand six hundred ninty five only) per day for every
completed day of such default provided that the entire amount of damages to be forfeited under the
provisions of the clauses shall not exceed 10% on the estimated value of the whole work as shown
in the tender.
Provided nevertheless that if the contractor(s) shall be of the opinion that he/they is/are entitled to
any extension of time on account of the works being altered, varied or added to or on account of
any delay by reason of any inclement whether or causes not under the control of the contractor(s) in
consequence of orders to that effect from the E.E. himself which orders, the such cases it shall be
competent for E.E. by an order in writing to extend the aforesaid period for final completion by
such period or periods as he shall deem reasonable and the contractor(s) is/are to complete the
works within such extended period or periods as aforesaid. Provided that the contractor(s) shall not
be entitled to any extension of time unless he/they shall within 3 days after the happening of the
event in respect of which he/they shall consider himself/themselves entitled to any extension to the
E.E. giving written notice of such claim to any extension of time and of the ground or grounds and
of the amount thereof unless in any case the E.E. shall in his direction dispense with such notice and
certify for an extension of time. Never the less and in case of any extension of time, the aforesaid
provisions with amount for damages in defaults of due completion shall apply in case of noncompletion of the works within the extended time. Provided that the Contractor(s) shall not be
entitled to any extension of time in respect of the extra work involved in extra depth of foundation
mentioned in Clause5.
14.
15.
16.
If the contractor(s) shall become bankrupt or compound with or make any assignment
for
the
benefit of his/their creditors or shall suspend or delay the performance of his their part of the
contract (Except on account of causes
mentioned in consequence of not having proper
instructions for which the contractor(s) shall have duly applied.) The E.E. may give to the
Contractor(s) or
his/
their
assignee or trustee, as the case may be, notice requiring the work to be proceeded with an in case of
default on the part of the contractor(s) or his/their assignee or trustee for a period of 7 days, it shall
be lawful for the E.E. to enter upon and take possession of the work and employ any other person or
persons to carry on and complete the same and to authorize his/them to sue the plant, materials and
property of the contractor (s) upon the work and the costs and the charges incurred in any way in
carrying on and completing the said works are to be paid to the E.E. by the Contractor(s). The
E.E. shall be the final authority to determine the amount spent to complete the unfinished work. The
certificate of E.E. as to the Value of the balance work done shall be final and conclusive against the
contractor.
The Contractor(s) shall be paid on the completion of each calendar month commencing from the
Date of issue of work order a sum of 90% of the total value of the work done since the last payment
according to the certificate of E.E. When the work shall be completed the contractor(s) is/are to be
entitled in receive one moiety of the amount remaining due according to the best estimate of the
same that can be made and the contractor(s) is/are to be entitled to receive the balance of all moneys
due or payable i.e. Security Deposit etc. to him/them under or by virtue of the contract within
Twenty Four months from the completion of the works. Provided always that no final or other
certificate is to cover or relieve the contractor(s) from his/their liability under provision of the
clause 10 whether or not the same be notified by the E.E. at the time or subsequently to the granting
of any such certificate.
A certificate of the E.E. or an award of the referee hereinafter referred to, as the case may be
showing the final balance due or payable to the contractor(s) is to be conclusive evidence of the
T-Section/Tender/Bemetara GWPSS
-
29 -
BLOCK – BEMETERA
DISST= BEMETERA
works having been duly completed and the contractor(s) is/are entitled to receive payment of the
final balance, but without prejudice to the liability of the contractor(s) under provision of clause 10.
17.
Provided always that in case any question, dispute of difference shall arise between the E.E. and the
contractor(s) as to what additions, if any, ought in fairness to be made to the amount of the contract
by reason of the works being delayed through no fault of the contractor(s) or by reason or on
account of any directions or requisitions of the E.E. involving increased cost to the contractor(s)
beyond the cost properly attending the carrying out of the contract according to the true intent and
meaning of the signed drawings and specification, or as to the works having been duly completed or
as to the construction of these presents or as to any other matter or thing arising under out of this
contract, except as to matters left during the progress of the works to the sole decision or requisition
of the E.E. under Clauses No.1 4,8 and 9, or in the case contractor(s) shall be dissatisfied with any
certificate of the E.E. under clause 6 or under the provision in Clause13 or in case he shall with
hold or not give any certificate to which he/they may be entitled, or as to the right of the
contractor(s) to receive any compensation or as to the amount of such compensation payable to
him/them under clause 18, then such question, dispute or difference or such certificate of the value
or matter which should be certified as the case may be, is to be from time to time submitted to the
arbitration of a tribunal composed of one arbitrator nominated by the contractor(s) and one
arbitrator nomination by the E.E./S.E. In the event of a disagreement between the arbitrators on any
matter or matters, such matter or matters shall be referred to an umpire to be nominated by the C.E.,
and the award of such arbitrators or the umpire is to be final and where necessary to be equivalent
to a certificate of the E.E. and the contractor(s) is/are to be paid accordingly.
18.
If at any time before or after the commencement of the work, Governor of C.G. shall for any reason
what so ever :18.1 Cause Alterations, Omissions or Variation in the drawings and specification involving any
curtailment of the works as originally completed; OR
18.2 Not required the whole of work as specified in the tender to be carried out, the Contractor(s)
shall have no claim to any payment or compensation whatsoever on account of any profit or
advantage which he/they might have derived from the execution of the work in full as specified in
the tender but which he/they did not derived in consequence of the curtailment of the works by
reason of alterations, omissions or variation or in consequence of the full amount of the work not
having been carried out. But the Contractor(s) shall be entitled to compensation for any loss
sustained by him/them by reason of his/their having purchased or procured any materials or entered
into any engagements or made any advance to labour or taken any other preliminary or incidental
measures on account of or with a view to the Execution of the works or the performance of the
contract.
DATED :
T-Section/Tender/Bemetara GWPSS
SIGNATURE OF THE CONTRACTOR
-
30 -
BLOCK – BEMETERA
DISST= BEMETERA
ANNEXURE - A
MODEL RULES RELATING TO LABOUR, TO WATER SUPPLY
AND SANITATION IN LABOUR CAMPS
NOTE :
These model rules are intended primarily for labour camps which are not of a permanent nature.
They lay down the minimum desirable standard which should be adhered to standards in permanent
on semi permanent labour camps should not obviously be lower than for temporary camps.
1. LOCATION :
The camp should be located in elevated and well drained ground in the locality.
2. Labour buts to be constructed for one family of 5 persons each. The layout to be shown in the
prescribed sketch.
3. HUTTING :
The huts to be built of local materials. Each hut should provide at least 20 sqm. of living space
4. SANITARY FACILITIES :
Latrines and urinals shall be provided at least 15 mtrs. away from the nearest quarters
separately for men and women and specially so marked in the following scale.
5. LATRINES :
Pit provided at the rate of 10 user or families per seat Separate are required as the privacy can
also be used for this purpose.
6. DRINKING WATER :Adequate arrangements shall be made for the supply of drinking water. It practicable filtered
and chlorinated supplies shall be arranged when supply is from intermittent sources over head
storage tank shall be provided with a capacity of five liters a per sons per day. Where the
supply is to be made from a well it shall confirm to the sanitary standard laid down in the
report of the rural sanitation committee. The well should be at least 30 meters away from any
latrine or other source of pollution. If possible the and pump should be installed for drawing
the water from well. The well should be effectively disinfected one every month and the
quality of the water should be got tested at the Public Health Institution between each work of
disinfecting.
7. BATHING AND WASHING :Separate bathing and washing plan shall be provided for men and women for every 25 persons
in the camp. There shall be one gap and space of 2 sq. for washing and bathing Proper
drainage for waste water should be provided.
8. WASTE DISPOSAL :
Dustbin shall be provided at suitable place in camp and the residence shall be directed to throw
all rubbish in to those dustbins. the dustbin shall be provided with cover. The contents shall be
removed every day and disposed off by trenching.
9. MEDICAL FACILITIES :
9.1
Every camp where 1000 or more persons reside shall be provided with whole time
doctor and dispensary. If there are women in the cam a whole time Nurse shall be
employed.
9.2
Every camp where less than 1000 but more than 250 persons resides shall be provided
with a dispensary and a part time, Nurse/Midwife.
9.3
If there are less than 250 persons in any camp a first aid kit shall be maintained in
charge of whole time persons trained in first aid.
9.4
All the medical facilities mentioned above shall be for the residents in the camp,
including a dependent of workers, if any, free of costs.
9.5
For each labour camp there should be qualified sanitary inspector and sweepers should
be provided in the following scales :9.5.2
For camps with strength over 500 persons - One sweeper for every 100 persons above
first 500 for which 6 sweepers should be provided.
T-Section/Tender/Bemetara GWPSS
-
31 -
BLOCK – BEMETERA
DISST= BEMETERA
Executive Engineer,
Public Health Engineering Department
Division Bemetara (C.G.)
T-Section/Tender/Bemetara GWPSS
-
32 -
BLOCK – BEMETERA
DISST= BEMETERA
ANNEXURE - B
CONTRACTORS LABOUR REGULATIONS
The contractor shall pay not less than fair wage to labour engaged by him in the work :
EXPLANATION :A.
FAIR WAGES means whether for time of piece work as notified on the date of inviting
tenders and where such wages have not been so notified the wages prescribed by the
competent authority for division in which the work is done.
B.
The contractor shall, notwithstanding the provision of any contract to the contrary, cause to
be paid a fair to labour indirectly engaged on the work including any labour engaged by the
sub-contractor in connection with the said work as if labour had been immediately employed
by him.
C.
In respect of all labour directly or indirectly employed on the works or the performance of
his contract, the contractor shall comply with or cause to be complied with the labour Act. in
force.
D.
The Executive Engineer/Sub-Divisional officer shall have the right to deduct from the money
due to the contractor any sum required or estimated to be required for making good, the loss
suffered by a worker or workers by reason of non fulfillment of the conditions of the contract
for the benefit of the workers non payment of the wages or of deductions made from his or
their wages which are not justified by their terms of contract or non-observance of
regulations.
E.
The contractor shall be primarily liable for all payments to be made under and for the
observance of the regulations aforesaid with out prejudice to his right to claim indemnity
from his sub-contractor.
F.
The Regulations aforesaid shall be deemed to be a part of this contract and
thereof shall be deemed to be a breach of this conduct.
G.
any breach
The contractor shall obtain a valid license under the Contract (Regulation & Abolition) Act,
in force and rule made there under by the competent authority from time to time before
commencement of work and continue to have a valid license until the completion of the
work. Any failure to fulfill this requirement shall attract the penal provisions of this contract
arising out of the resulted non execution of the work assigned to the contractor.
T-Section/Tender/Bemetara GWPSS
-
33 -
BLOCK – BEMETERA
DISST= BEMETERA
ANNEXURE - D
FORM OF CERTIFICATE ON INCOME TAX TO BE SUMITTED BY
CONTRACTOR(S) TENDERING FOR WORKS COSTING
Rs.2.00 LAKHS OR MORE
1.
Name & Style (of the company, firm H.U.F., or Individual) in which the applicant
assessed to Income Tax and Address for purposes of assessment.
2. The Income Tax Circle/Ward/District in which the applicant is assessed to Income Tax.
3.
Following particulars concerning the last Income Tax Assessment made :3.01
Reference No. (or G.I.R.No.) of the assessment
3.02
Assessment year and Accounting year
3.03
Amount of Total Income Assessed
3.04
Amount of Tax Assessed I.T., S.T., E.P.T., B.P.T.
3.05
Amount of Tax Paid I.T., S.T., E.P.T. B.P.T.
3.06
Balance being tax not yet paid and reasons for such arrears
3.07
Whether any attachment or certificate proceedings. pending in respect of the
arrears.
3.08
Whether the company or firm or H.U.F. on which the assessment was made
has been or is being liquidated, wound up dissolved, petitioned or being
declared insolvent as the case may be.
3.801
The position about later assignment namely, whether returns submitted under
section 22(1) or (2) of the IT Act and whether tax paid under section 18 (a) of
the Act and the amount of tax so paid or in arrears.
4.
In case there has been no Income Tax Assessment at all in the past, whether returns
submitted under section 21 (1) or (2) and 18-A(3) and if so, the amount of Income Tax
Return or Tax paid and the Income Tax Circle/Ward/District concerned.
The name and address of branch (as) verified the particulars set out above and found
correct subject to the following remarks.
5.
\
Dated ..............
I.T.C.
Signature of
Circle/Ward/District.
T-Section/Tender/Bemetara GWPSS
-
34 -
BLOCK – BEMETERA
DISST= BEMETERA
ANNEXURE - E - I
SCOPE OF WORK AND SPECIFICATION FOR INTAKE WELL
1.0 GENERAL
1.1
Design, Drawing, construction, testing, commissioning & Six month Trial and Run & One year defect
diability period operation & maintenance of R.C.C. Intake well cum pump house at Sheonath River
near village Amora having 10 Mtr Internal Dia and 10 mtr Deep including construction of approach
bridge, providing and fixing of inlet ports, Gantry Crane, Control valves and Double drum Hoist with
Grab etc. complete. The Intake well shall be suitable for housing 2 sets of vertical turbine pumps
each capacity 8.00MLD & provision with one opening for desilting operations including all allied
works. Under Salinity Affected Villages Group water supply scheme Bemetara.
1.2
The job implies all works from preliminary investigation to the final commissioning of the structure
including all ancillary works such as construction of coffer dam, island, dewatering, bailing out of
water, etc. all.
1.3
The tenderer is required to arrange complete construction of civil work, until the whole structure is
handed over to the Department. Testing will also have to be carried out at contractors cost and it will
be the responsibility of tenderer to ensure that respective guarantees are achieved.
1.4
The Intake well is required to house vertical turbine pumps. Therefore, contractor should have
adequate technical know-how to decide the arrangement of pumps installation concealed cabling and
control panel etc. The contractor will have to carryout modification, addition and alteration in the
design of structure to meet such requirements, if needed without causing any extra cost of Lump sum
offer. He will therefore design the intake well cum pump house in such a manner that it should meet
the hydraulic requirements of pumps to be installed in it.
1.5
In the Intake well cum pump house total 2sets vertical turbine pumps (each capable of pumping 8.00
MLD will be installed). One pump sets will work at a time. The civil structure will have to ensure
that no vortex is formed and there is no interference or pump starvation by operating this pumpset
1.6
PRELIMINARY INVESTIGATION
It will be necessary for the tenderer to depute technical personnel to visit the site and contact the
office of the Engineer-in-charge to collect all relevant data for designing the entire construction work
of said structure. However, the preliminary geological, hydrological and topographical details, taken
from Dn. BEMETAR are as below :A.
B.
HYDROLOGICAL DATA
The cross section of Dam at proposed construction site is enclosed. The H.F.L. at work site
is 112.59 M.
GEOLOGICAL DATA
The department has taken trial bore at the proposed site and the details of trial
bore are enclosed.
1.7
PREPARATION OF TECHNICAL DETAILS
The tenderer shall prepare the technical report for design and construction of the said work
incorporating complete information, specification and data.
1.8
TENDER DRAWING
At the time of submitting tender the contractor shall have to submit an outline plan and section of the
proposed work showing different components, arrangement of motors, panel boards, capacitors,
remote control desk & cabling etc.
2.0
DETAILED SCOPE OF WORK
2.1
LOCATION OF INTAKE WELL
The intake well should satisfy pre and post flood/submergence conditions. Its successful functioning
should be ensured at H.F.L. condition of source as well as at minimum draw down level.
T-Section/Tender/Bemetara GWPSS
-
35 -
BLOCK – BEMETERA
DISST= BEMETERA
2.2 DETAIL DESIGN
2.2.1 After written order to commence the work, contractor; will have to submit the structural details,
design and drawings of the entire structure including allied works within 30 days from the written
order regarding acceptance of his offer. Contractor will also submit the arrangement for installation
of 2 Nos. vertical turbine pumping sets. Each of 8.00 MLD Capacity , location of their starters,
control panels, main switch boards, cable, PLC SCADA arrangements etc. This specification is for
entire Civil works.
2.2.2
Detail design will include calculations for the following components :-
1.
2.2.3
2.2.4
2.3
Design of Inlet ports to be provided in Intake well suitable for a flow of 8.00 MLD at 0.8 m
head.
2.
Design of scour depth and stability of well.
3.
Design of foundation and bottom floor slab.
4.
Design of staining.
5.
Designing of discharge floor, plan of delivery pipes and control valves.
6.
Design of motor floor, for live load & load of pumping machinery & vibration due to pumps.
7.
Plan of motors location & panel boards, remote control desks etc.
8.
Design of Pump house wall.
9.
Design of Gantry column and ring beam
10. Design of roof slab.
11. Design of bridge pier
12. Design of bridge abutment
13. Design of bearings
14. Design of slab of approach bridge
15. Design of load test
16. Design of stairs.
DRAWINGS
Detail working drawings each in 5 sets will be submitted for record of Department. The detail designs
will also be submitted in three copies duly well bound. In addition to above drawings in 5 sets will be
given to the Engineer-in-charge for the execution of the work.
The responsibility for designs, constructions, structural stability and water tightness in all R.C.C.
structure shall rest solely with contractor. The contractors shall have to submit four sets of
completion drawings immediately after completion of work.
FOUNDATION OF WELL
The foundation of Intake well will be designed and constructed keeping in view the strata met in
foundation, maximum scour depth, weight of superstructure, velocity forces, wind forces, live load of
pumps, motors, pipes, dynamic forces due to vibrations of pumps, water thrust, seismic force, other
live loads over structures, including uplift pressure etc. complete. The bottom plug will be capable of
with standing up lift pressure when the water level is at invert level of top most inlet pipe and inside is
empty. Any other forces required to be taken for safe design which are not mentioned here will also
be taken into consideration for the design. The stability of Intake well will also be checked for
seismic forces.
The foundation of the Intake well shall be kept below scour level. The depth of foundation should
also be sufficient from consideration of bearing capacity, settlement, suitability of strata at foundation
level and stability of structure as a whole against overturning and sliding.
The scour depth shall be calculated from maximum discharge of river. The depth of scour for Intake
well shall be taken as 2.0 times the mean depth of scour for the maximum discharge. The mean depth
of scour shall be calculated from formula as given in IRC 78-1983.
In case, if it is required to rest foundation on erodible strata, the depth of foundation below the scour
line shall not be less than 1.2 m. In case of foundation resting on rock, the minimum embedment of
T-Section/Tender/Bemetara GWPSS
-
36 -
BLOCK – BEMETERA
DISST= BEMETERA
foundation into rock below shall be 1.5 m in soft & 1.0 m in hard rock. The depth of embedment
shall exclude that portion of rock which is weathered or fissured.
The foundation shall be designed for worst combination of loads and forces.
For laying foundation concrete under water, it shall be done by skip boxes or termite pipe. Pumping
out of water shall not be permitted from the time of placing of concrete up to 72 hrs. thereafter.
The foundation of Intake well will be laid over lean concrete of minimum M20 concrete, 200 mm
thick. The minimum grade of concrete used in structure will be Cement concrete M-30 and stresses in
concrete will be taken from IS:3370.
Use of explosive will be avoided for foundation excavation which will be done by dropping heavy
chisels. If at all breaking of rock is not possible by chisel only then explosive will be used with
responsibility of contractors to no damage to surroundings existing structures.
2.4
2.5
On completion of Intake well above rock level, the annular space will be filled with cement concrete
M-10 except top 300 mm depth (below rock top) will be filled with cement concrete M-20.
WELL STENING
The thickness of stening of Intake well will be designed keeping in view the various stresses
developed due to self load of stening, super structure live load, due to pumps motors and pipe column
assembly of two pumping sets water forces due to river floods, velocity forces, wind force, dynamic
forces, due to vibration of motors, water thrust in discharge pipe, due to water hammer and other live
loads over slabs, roofing, balconies (as specified in forth coming pars), other loads due to buoyancy
effect and any other forces required to be taken for safe design will also be taken into consideration
which are not mentioned here. The staining will be designed for the various combinations of forces.
Its stability will be checked for the worst condition including the conditions when the storage water at
HFL & intake well is empty.
The entire construction will be in R.C.C. M30. The minimum thickness of well from the bottom floor
to discharge floor level will not be less than 750 mm even if it comes on lower side at the designing it.
From discharge floor level to motor floor the thickness will not be less than 300 mm even if it comes
on lower side after designing. Above motor floor level the minimum thickness shall not be less than
250 mm
PROVIDING AND FIXING OF INLET PORTS
Twin inlet ports shall be provide at various levels and directions to draw water from various levels of
river during maximum draw down level and at the time of highest flood. Each twin inlet port will be
designed to allow the flow of raw water at the rate of 8.00 MLD when 0.8 m head is available above
crown of the port.
When intake well will function for its entire pumping capacity (i.e. 8.00 MLD) the intake of water
from inlet ports will be more than the maximum pumping rate and hence inside the intake well; the
water level will be the same as in the LSL of River
2.6
The location and R.L. of these inlet ports will be decided during the time of construction. However
level and location of inlet ports as shown is tentative.
M.S. STRAINERS
Minimum 12 mm thick mild steel strainers will be provided on outer side of every inlet port. It will
have flanges to bolt with inlet port in 2 nos. In two lower strainers area of perforation (holes of 22
mm dia each) will be twice the inlet port area, while for other one inlet port it shall be 1.5 times the
inlet area. Since these strainers will be submerged hence it will be coated with epoxy paint after sand
blasting. Epoxy paint and primer shall be coal tar epoxy as per I.S. specifications.
2.7
SLUICE VALVE
Sluice gate DI valves will be provided on all inlet ports conforming to IS 14846-2000 with connecting
rods for operation at discharge floor level of approved make IVC/Kirloskar/VAG/IVI.
2.8
ELECTRIFICATION
Electrification of pump house inside and outside will be done in such a manner that standard level of
illumination is obtained at all places. Proper earthing arrangements as per relevant IS specifications
are to be provided. The wiring shall be concealed only. The total number of light points shall not be
less than 30 nos. inside pump house, Eight Power points, 15 Amp, four each at motor and discharge
floor will be provided. The inside of the intake well below discharge floor will be illuminated with
T-Section/Tender/Bemetara GWPSS
-
37 -
BLOCK – BEMETERA
DISST= BEMETERA
the help of 4 sodium vapors lamps. On the outside of pump house also, sodium vapors lamps, 4 nos.,
will be provided. On Approach Bridge 5 nos. decorative lighting will be provided on each side, but
the illumination level, in any case, shall not be less than the standard specifications.
2.9
2.9.1
PUMP HOUSE
DISCHARGE FLOOR
Discharge floor at R.L. 101.87 M. will be provided to house all discharge pipes and vertical column
assembly pipes for 2 nos. vertical turbine pumping sets. The floor slab will be designed for a
uniformly distributed live load of 1500 kg/sqm and in addition to it, the point loads of 8 T at each
opening of pumps will be taken into account. Self load of pumps, water load and water thrust due to
water hammer effect will also be taken into account and suitable opening will be provided for passing
column pipes through the slab. An opening of 3.0 m (h) x 3.0 m (w) will be provided in well staining
above discharge floor level towards, the approach bridge, on which a rolling shutter will be provided.
A circular opening of approximate 1.0 m dia shall be provided towards one side of bridge for laying
300 mm dia Steel cylinder pipe raw water pumping main. On discharge floor Industrial flooring with
cement concrete will be provided. Opening for silt removal having size 1.50 M x 1.20 M shall be
provided in discharge floor slab with strong steel frame capable to take 1500 Kg,/Sqm live load.
Above discharge floor two nos. door openings of 3.0 m x 1.5 m will be provided to facilitate grabbing
operation for desilting of well. It will have collapsible channel doors. The discharge floor shall be
constructed in RCC M 25.
2.9.2
MOTOR FLOOR & BALCONY.
A floor slab at R.L. 106.87 will be provided. On this floor provisions are considered to install the
motors of twoturbine pumping sets, its starters, control panels, bus bar channels etc. The floor slab
shall be designed for a live load of 1500 kg/sqm. plus the point loads for turbine sets each of 8 T.
approximately. All the civil works involved for installation of motor and its foundation, cable trench,
opening in floor slab and walls or well to lay electric cables of motor shall be provided. On motor
floor; Industrial flooring with cement concrete will be provided. An opening of 1.5 M x 1.5 M with
steel frame and cover shall be provided on motor floor, to facilitate the lifting of motors and
unloading of motors, pipes and other machineries. The motor floor shall be constructed in RCC M-25.
A balcony of 1.2m width shall be provided all around the wall at motor floor level with railing as per
specifications.
2.9.3
SUPER STRUCTURE.
The entire construction of pump house will be R.C.C M 25. The Pump House shall be circular or
octagonal in shape. The R.C.C. wall of pump house shall not be less than 250 mm thick. The details
of floor and cantilever balcony has already been mentioned earlier. Cantilever chajjas on the outer
side of pump house will be provided over doors/window/ventilators. Good architectural appearance
will be provided to pump house. A main entrance of 2.4 M x 1.5 M shall be provided facing towards
the stair case. The railing as per the specification given earlier will be provided all around the
balcony. Sufficient doors with Aluminum frames and fully paneled, ventilators and windows with
aluminum frames & paneled fully glazed shall be provided in the pump house which will be at least
30% of motor Floor area for light and ventilation. One door of 2.4 m x 1.0 m wide fully glazed with
aluminum frames shall be provided towards river side for watch the floods and water level of river.
The height of pump house shall be at least 7.0 M from motor floor level to roof live. Doors & window
are fitted with steel wire mess arrangement to restrict the entry of birds
Four Nos. exhaust fans will be provided for effective room temperature control with steel wire mesh
arrangement to restrict the entry of bids & insets.
2.9.4
2.9.5
ROOF SLAB
The roof slab of pump house shall be R.C.C. M 25 and it will be designed for live load of 150 kg/sqm.
ARRANGEMENT OF GANTRY GIRDER
Cantilever projection not less than 0.5 M will be provided all around on the inner side of the pump
house wall; at 5.0M height from motor floor level, to support gantry girder crane through columns.
Rails of suitable size will be provided all around this projection over which the gantry girder crane
will move along the circumference.
T-Section/Tender/Bemetara GWPSS
-
38 -
BLOCK – BEMETERA
2.9.6
2.10
2.11
2.12
DISST= BEMETERA
The Circular traveling Gantry Crane of 5 T. capacity will be provided with cross travel trolly and
chain pulley block. It will be operated from motor floor level.
OVER HEAD CRANE GRAB
A special electrically operated double drum hoist with silt removal grab will be provided below the
motor floor beams. It will remove silt from inside the well and through it outside the well. It will
also be used for lifting of piping etc. from the bottom of well.
STAIRS & RAILINGS.
R.C.C. stair case of 1.5 m width designed for a live load of 500 kg/sqm from motor floor to discharge
floor level along the outer circumference of the well and 1.0M wide R.C.C. stairs from discharge floor
level to bottom of the intake well will be provided, on the inner circumference of the staining. The
stairs shall be provided in such a way that there is no obstruction due to inlet ports or operating rods
etc. The intermediate landings will be provided at 3.0 M vertical intervals in stairs. 1000 mm height
railing with R.C.C. posts of 125 mm dia having minimum four nos 8 mm dia TMT bars @ 1.2 m C/C
embedded in cement concrete with 3 rows of 25 mm dia medium class G.I. Pipes will be provided on
stairs. The stairs shall be cost in situ in RCC M25. The vertical bars of the posts shall be welded with
the main reinforcement at slab. the stairs from balcony to roof slab shall be 1.00 m wide with one side
railing in the of stairs Railing shall be as per specifications.
Detail specifications of traveling gantry girder crane & grab are as under:
Straight monorail traveling power controlled, wire rope, Double Drum Hoist unit generally satisfying
requirement of IS:3938, class-2 medium duty, floor controlled, designed for indoor functions and
having the following functional parameter.
a.
Type
:
Electric powered wire rope hoist unit motorized
transverse type.
b.
Capacity
:
5 M.T.
c.
Falls of Rope
:
Two
d.
Hoisting speed
:
5.0 meter per minute
e.
Hoisting motor power
:
Minimum 5.0 H.P./1440x2 nos.
f.
Cross Travel motor
:
Min. 0.75 H.P./1440 x 2 nos.
g.
Cross travel speed
:
Meters per Minute
h.
Dimensions Crane
:
Overall width 1050 mm (max.)
Overall length 1500 mm
Overall depth 500 mm
i.
Height of Lift
:
11.00M
j.
Size of Monorail
:
IS MB 300
k.
Length of Monorail
:
Suitable length
l.
Wire Rope
:
Flexible, regular, steel wire rope in multiple
configuration with high tensile strength, sufficient
in length, so that lifting from 11.0 M depth is
possible.
m.
Test
:
n.
Paints
:
o.
Grab
:
The hoist will be tested at 25% over load prior
to dispatch.
The hoist to be supplied will be painted with
enamel paint over red oxide primer for
corrosion proofing and for aesthetic
appearance.
A double rope type Grab of 0.50 cum.
capacity will be provided. The grab will be
fabricated by M.S. plate capable to take up
safe working load of 2 MT and perforated by
6 mm dia holes to facilitate removal of water
from Grab, during the silt removal operation.
APPROACH BRIDGE
Approach bridge of 5.5 m width shall be provided from the bank to Intake well. Detail of bridge
is as under :a.
Type of Bridge
:
High Level bridge
b.
Loading
:
IRC Class A + 700 mm dia Steel cylinder pipe
rising main on entire bridge length.
T-Section/Tender/Bemetara GWPSS
-
39 -
BLOCK – BEMETERA
c.
d.
e.
f.
h.
i.
j.
k.
l.
Width
Length
Span arrangement
Slab level
Type of foundation
Bearings
Substructure
Superstructure
Expansion Joint
Railing
:
:
:
:
:
:
:
:
:
:
m.
Name Plates
:
g.
2.13
DISST= BEMETERA
5.5m over all
50.00 M(Approximately)
As per economical design
76.80 M
Open/Well/Piles.
Neoprene
Abutment - RCC Box type - Piers - RCC
R.C.C. Box Type/T-Beams
As per standard drawings of M.O.S.T.
Three row of 25 mm dia, G.I. medium class pipe
Railing with RCC L type column 1000 mm height
@ 1.5 C/C
As per standard drawings.
LOAD TEST
A load test will be conducted on approach bridge for I.R.C. Class A loading. Results of which will be
indicative for quality performance of the whole construction carried out in this contract.
In case, during load test, if deflection is observed more than the designed permissible deflection; the
structure will be rebuilt by contractor on his cost and risk.
2.14
LIGHTENING ARRESTOR
Aluminum lightening arrestor with all accessories shall be provide as per IS specification for safety of
structure. One no. of lightning conductor at the highest elevation shall be provided suitably for the
entire area.It shall consist of
(i)
solid copper rod with upper terminal 25mmdia , 1.5 m long with a knob at the end and the
conical spikes on top.
(ii)
Suitable clamps to fix the conductor to the walls.
(iii)
Aluminum tape conductor 25 mm x 3mm.
(iv)
The earthling shall be done as per IS 3043.
2.15
WATER LEVEL INDICATOR
Water lever indicator shall be provided at suitable location it shall comprise of copper float, guide,
pulley, with a pointer on the enamel painted indicator plate which shall be calibrated to indicate the
water level in intake well.
PAINTING
Two coats of finishing with water proofing cement paints on the entire civil work shall be done inside
and outside above discharge floor level. Two coats enamel oil paint over primer shall be done on
doors, windows, ventilations and all steel fabrication work i.e. railing, gantry girder etc.
CONCRETE
Entire concrete used in the structure will be Design Mix controlled concrete only. In case of
controlled concrete theoretical consumption will be the actual consumption. However minimum
cement contain and maximum water cement ratio shall be as per IS:456-2000.
STEEL FOR REINFORCEMENT The steel for reinforcement shall be ISI mark thermo mechanically treated bars conforming to ISS.
2.16
2.17
2.18
2.19
FIRE EXTINGUISHERS Two nos. of fire extinguishers shall be provided in the panel board rooms. each unit shall have a
capacity of 10 kgs. It shall be reputed make as per IER.
2.20
Doors And Windows
All the doors, windows and ventilators shall be of aluminium as per IS 1081-1960 & IS 1948-1961.
The total shutter arreas of the door, window & ventilaters shall not be less than 30% of floor area.
2.21
All the statutory permissions shall be the responsibity of the PHED Department
Executive Engineer,
Public Health Engineering Department
Division Bemetara (C.G.)
T-Section/Tender/Bemetara GWPSS
-
40 -
BLOCK – BEMETERA
DISST= BEMETERA
DESIGN DATA AND SPECIFICATIONS FOR DESIGN AND CONSTRUCTION
OF INTAKE WELL
(For purpose of guidance)
1.
Capacity of Intake well
:
2.
Location of site
:
2.1 Name of river
:
Internal Dia 10.0 m. below discharge floor
level
At Bank of of Sheonath River near village
Amora
SHEONATH
Hydraulic data
3.1 H.F.L.
3.2 Existing anicut/dam top level
:
:
112.59 m.
102.80 m
3.3 Lowest water level
3.4 Average Bed level
:
:
99.30 m.
100.30 m.
3.6 Bottom Floor level
Important Levels :
4.1 Discharge floor level
4.2 Motor floor level
4.3 Top slab level of Pump House
5.
Invert Levels of Inlet port :
5.1
Ist Inlet port
5.2 IInd. Inlet port
5.3 IIIrd. Inlet port
6.
Minimum Dimensions
6.1 Diameter of well
6.2 Diameter of Pump House
6.3 Width of approach bridge
6.4 Length of approach bridge
6.5 Balcony at Motor floor
7.
Minimum Head room at Various
Floors
7.1 Between Discharge floor & Motor
floor
7.2 Motor floor to top of roof slab
8.
Minimum staining thickness
8.1 Upto discharge flow level
8.2 From DF Level to Motor floor level
8.3 Above motor floor level
9.
Width of Stairs
9.1 From Discharge flow to bottom of
well
9.2 From Discharge floor to motor floor
9.3 From Balcony to roof slab
10.
Railings
10.1 On stairs and balcony of motor floor
and below discharge floor level
:
82.31 m.
:
:
:
101.87 m.
106.87 m.
113.99 m.
:
:
:
99.76 m.
101.140 m.
100.890 m.
:
:
:
:
:
8.00 m (internal) below discharge floor level
8.00 m
5.5 m
:
6.00 m
:
7.00 m
:
:
:
750 mm
300 mm
250 mm
:
1000 mm
:
:
1200 mm
1000 mm
:
11.
12.
:
:
Three rows of 25 mm dia medium class GI
pipes with vertical posts of 1.0 m height RCC
posts of 125 mm dia @ 1.5m C/C
One meter below rock top level
Minimum 1.5 m below soft rock top level or
1m below hard rock top level.
3.
4.
Scour level
Foundation level of Intake well
T-Section/Tender/Bemetara GWPSS
-
80 m (Approximately)
1.2 m width
41 -
BLOCK – BEMETERA
13.
14
DISST= BEMETERA
Allowable bearing capacity
foundation level:
13.1 For Intake well
13.2 For bridge pier foundation
at
the
Design Loadings
14.1 On discharge floor
Live load
Concentrated load
No. of delivery mains
Common manifold
14.2 On Motor floor
Live load
Concentrated load of each
motor
No. of Motors
Double drum Hoist with grab
14.3 For stairs inside the well
14.4
For stair case from bridge to Motor
floor
14.5 Gantry support
14.6 Top slab of pump house
14.7 For approach bridge
:
:
30 T/M2
30 T/M2
:
:
:
:
1500 kg/sqm
2.0 T
2 nos.
300 mm dia DI K-9 Conforming to
IS8329:2000
:
:
1500 kg/sqm.
2 MT
:
:
:
:
2 Nos.
1.00 MT
500 kg/sqm
500 kg/sqm
:
:
:
2 Tones + Load of crane
150 kg/sqm
IRC Class A Loading + 300 mm dia Raw
water pumping main made DIK-9 IS per
IS8329:2000
Buoyancy allowed in the design of the Intake
well and bridge foundation shall be 100% for
foundation resting on rock
Zone-II Importance factor 1.5
15
Buoyancy
:
16
Seismic Zone :
:
17.
Details of Opening and Gates
17.1
On Discharge floor
(a) For silt removal
(b)
For stairs towards bottom of well
(c) For Pumps
(d)
One gate towards approach bridge
(e)
For silt removal (with channel
gate)
(f) For delivery main
17.2
On Motor Floor
(a)
For material handling
(b)
For Motors
17.3 Pump House
1. For stairs
2. To watch flood
3. Min. Opening area of windows and
ventilators.
4. Opening for exhaust fans
18.
MECHANICAL ITEMS
(a)
Inlet port
1. Type
T-Section/Tender/Bemetara GWPSS
-
:
:
:
:
1.00 m x 2.0 m (Opening)
1.2 m x 2.50 m (Opening)
2 nos. of 200 mm dia
3.00 m x 3.00 m x 1 No.
1.00 m x 2.00 m x 2 nos
300 mm dia circular opening in wall
:
:
1.00 m x 1.00 m x 1 No.
2 nos. of 200 mm dia
:
:
:
1.2 m x 2.40 m x 1 no.
1.2 m x 2.40 x 1 No.
20% of floor area
:
2 nos.
:
C.I.D.F. class B as per IS:7181-1974 or CI
Single flanged in case of RCC caisson.
42 -
BLOCK – BEMETERA
(b)
1. Type
DISST= BEMETERA
Gantry Crane
:
:
:
3. Operation level
1. Electrically operated of hoist with 0.5 :
cum Grab bucket
2. Operation level
:
Control valves on Inlets ports.
:
Type
:
Operational level
:
Class
(e) M.S. Strainer
For 2 lowest inlet ports
:
2. Capacity
(c)
(d)
1.
2.
3.
1.
2. Top inlet port
19
:
Single Girder, electrically operated Circular
Traveling gantry
2 MT
Motor Floor
Capacity 1.0 Ton.
Discharge floor
Sluice valves as per IS:14846:2000
Discharge floor level
PN 1.0
The perforation area will be twice the inlet
area
The perforation area will be 1.5 times the inlet
area.
SPECIAL FEATURES :
The structure will be designed for Seismic zone II. Its construction will be carried out on
standing water of approx. 4.00 M depth.
20. All the data above is tintative and may change during the cource of design and execution as
per the site conditions and CPHEEO manual and respective IS.
Executive Engineer,
Public Health Engineering Department
Division Bemetara (C.G.)
T-Section/Tender/Bemetara GWPSS
-
43 -
BLOCK – BEMETERA
DISST= BEMETERA
ANNEXURE - E-II
SCOPE OF WORK AND SPECIFICATIONS FOR 8.00 MLD
WATER TREATMENT PLANT
SCOPE OF WORK
All necessary site investigations, functional planning, supply of Plant, general design, detailed design,
manufacture, supply, delivery to site, installation, construction, testing and commissioning of all works
required for the Water Treatment Plant of capacity 8.00 MLD in 20 hours including all associated mechanical
and electrical plants, equipments and services, civil and building works, pipe lines and appurtenances from the
raw water inlet upto clear water reservoir and pump house. The Contract also includes running, operation and
maintenance of the Plant and Works for a period of twelve months after successful commissioning of the
whole of the Plant and Works.
The principal requirement is a spacious and convenient layout. The structure should represent a pleasing
appearance with aesthetic features forming a balance between function and form. The interiors of the structure
shall be eye appealing and in keeping with the objectives of the plant viz., production of pure and wholesome
water.
While the mode of design and construction could be a matter of individual choice, it should be ensured that all
materials, design, construction and fabrication details for different units including doors and windows
conform to the IS-specifications and codes of practice wherever available and in their absence, to the
established standards.
The layout submitted by the contractor may be altered to suit specific departmental requirement and
contractor shall not be paid any amount on account of that. The layout of the plant should be capable of future
expansion by 12.00 MLD plant. Not only economy, but convenience should also be kept in mind, while
designing the present 8.00 MLD plant, so that expansion of another 12.00 MLD can be taken up just adjacent
to the present plant. The layout of pipe channels of this 8.00 MLD Plant should be such that no pipes, channel
should pass the area in which future unit of 12.00 MLD in proposed to be constructed also the future pipes,
drains and channels should not cross the layout of this 8.00 MLD Plant. The planning of WTP & construction
of WTP will be constructed in such a manner that construction of future work requires minimum break down
of working TP i.e. scope of work inclusive of fixing of all necessary valves & gates.
THE SCOPE OF WORK INCLUDES BUT SHALL NOT BE LIMITED TO THE PROVISION OF
THE FOLLOWING :1.
DATA AND SITE INVESIGATIONS :
Study of available data with department and if required collection of additional field datas and site
investigations.
2.
PLANNING AND DESIGN :
Planning and design of most economical type of treatment plant to generate 8.00 MLD in 20 hrs
filtered water with due consideration of future expansion, for 12.00 MLD in 20 hrs treatment plant.
Both the plants shall be planned in parallel and with mutual compatibility of operation. Hydraulic
flow diagram of composite plan should be provided along with the submission of design and drawing
for approval.
3.
WORKING DRAWINGS, DIAGRAMS
The detailed design including hydraulic and structural design, development and preparation of
detailed plant working drawings, diagrams and cable schedules and detailed structural steel
fabrication drawings, preparation of design reports, manufacture and testing at places of
manufacture, transport, delivery, erection, building-in, setting to work, commissioning, testing of all
plant required for the Water Treatment Works.
4.
PLC AND SCADA SYSTEM :
PLC and SCADA based monitoring and control system shall be provided for the Treatment Plant.
Since this is the department effort in reducing manual interventional and using available technology
to improve the plant performance the following has been envisaged.
T-Section/Tender/Bemetara GWPSS
-
44 -
BLOCK – BEMETERA











5.
5.17
DISST= BEMETERA
Online measurement and monitoring of raw water and clear water flow at Water Treatment
Plant control room
Online Measurement and monitoring of Inlet Raw Water Turbidity and P H & provision of
Control Valves in the Alum Dosing Line may be adjusted as per the turbidity and PH data.
Automatic operation of Water Backwash, Automatic Tank Fill Pumps based on water level of
backwash Tank.
Automatic operation of Blowers based on requirement of air Backwash.
Measurement of Differential Pressure across Filter Beds and providing alarm so that the
operator can take up the corresponding Filter Bed for Back Wash cycle.
Measurement of Back Wash Water Flow.
Online measurement of pH, Turbidity and Chlorine in the Clear Water reservoir.
Providing chlorine leak alarm based on chlorine leak detector signal provided by chlorination
plant package vendor.
Automatic Backwashing Sequence for Filter Beds.
Actuators and other accessories have to be provided with valves which are required in PLC &
SCADA system.
A PLC based SCADA system with Human Machine Interface shall be provided on the central
Computer located in the Treatment Plant, details and specification have to be enclosed by
tenderer with technical offer.
THE MAIN COMPONENTS ARE AS FOLLOWS :
5.1
Design & Construction of Cascade Aerator for removal of odor/BOD/Iron in incoming
raw water.
5.2
Design and construction of inlet channel, par shall flume.
5.3
Supply and erection of dosing equipments of coagulants, including chemicals with facilities
to store/PAC/ Alum/Lime and chemicals for 3 months.
5.4
Design and construction of Flash mixer, inlet & outlet chambers.
5.5
Design & Construction of Distribution chamber for clariflocculators.
5.6
Design & Construction of Clariflocculators
5.7
Design & Construction of Rapid gravity sand filters , filter galleries, wash water tank, back
wash system and filter control block.
5.8
Design and Construction of clear water reservoir of 870 KL, 290 KL & 410 KL capacity and
pump house.
5.9
Design & Construction of chlorination plant building, facilities for pre and post chlorination
and storage of chlorine cylinders for 60 days requirement, at W.T.P. site.
5.10 The sludge, from clarifloculators shall be disposed of to natural drain. The back wash water
from filter is also to be collected in sludge waste water collecting chamber by gravity and
shall be disposed of to natural drain by gravity.
The overflow from various units shall be connected to the storm water drains for safe
disposal to the nearby water bodies with environmental acceptance.
5.11 Monitoring and instrumentation with their housing.
5.12 Electrical works for plant operation including incoming cable from substation to main control
panel, motor control centers, local control and panels compatible PLC/SCADA, interfacing,
power and control cabling, plant ventilation and lighting etc.
5.13 Pipe lines, valve chambers, service water installation, sampling and water quality monitoring,
instrumentation and other miscellaneous works associated with the plant.
5.14 Leveling the treatment plant site and landscaping.
5.15 Storm water drain with appurtenances up to nearest natural drain but not exceeding 100 m.
5.16 Administrative building, laboratory, store, and for SCADA / control arrangements housing
building, i/c services such as electrical, lighting, ceiling fans, water supply, sanitation and air
conditioning facilities. The air conditioning facilities shall be provided for control room
having SCADA system and other instrumentation in laboratory and in office of plant-incharge. The area of the administration block must not less than 30 sqm. The area of laboratory
of 30sqm should be provided at the first floor of the building size of chemical store should not
be less than 30sqm in the ground floor will be provided.
Guard room shall be provided with not less than 10 sqmt floor area with toilet facilities and
Building services.
T-Section/Tender/Bemetara GWPSS
-
45 -
BLOCK – BEMETERA
5.18
5.19
DISST= BEMETERA
Training of PHE personnel in operation and maintenance of the plant during
the trial run period is compulsory .
BY PASS CHANNEL
Raw water channel to filters by-passing clariflocculators and from clariflocculators to clear water
reservoir by-passing filters.
The channels shall be designed as a one unit provided with sluice gates arrangement for isolation of
channels. These channels shall be designed for plant capacity with 25% over load.
6.0
6.1
SPECIFICATIONS & DESIGN PARAMETERS
GENERAL
DESIGN PARAMETERS
6.2
CASCADE AERATOR :
Cascade Aerator shall be designed in circular shape as per CPHEEO Manual on Water Supply and
Treatment with space requirement as 0.03 sqm/cum/hr with 5 nos. steps. This should have capacity
for 6 MLD.
6.3
FLASH MIXER:
Flash mixer shall be designed in circular shape and the detention time shall be taken as 30 seconds.
The ratio of impeller diameter to tank diameter shall be 0.2 to 0.4. The ratio of tank height to
diameter should be between 1:1 to 3:1.
6.4
CLARIFLOCCULATORS :
The clarriflocculators should be Designed for the capacity of 8.00 MLD. with properly designed inlet
and outlet arrangements with due consideration to the better efficiency of settling, mechanical
sludge cleaning arrangement with sludge effluent pipe etc. complete as per provisions of CPHEEO
manual.
(a) Flocculator
The detention time shall be taken as 30 minutes
(b) Clarifier
The surface loading shall be considered as 30 to 40 cum/sqm/day,
weir loading as 300 cum/day/m and detention period 2.5 hours.
FILTERS:
Designed for the capacity of 5.00 mld. rapid gravity sand filters in even numbers, rate of filtration to
be adopted should be 80 lpm/m2 of filter area. The inlet and outlet control arrangements should be
designed to permit 25% overload for emergent occasions.
6.5
6.6
BACK WASHING OF FILTER :
The rate of back wash shall be taken as per recommendations of CPHEEO Manual. Conjunctive
wash system shall be provided to minimize water loss in backwashing. All necessary arrangement
must be made to recycle of back wash water during summer season i.e. collecting chambers, lifting
pump, conveyance system up to flash mixer to collecting chamber. Collecting chamber will be
divided in several compartment & sludge removal system from last compartment.
6.7
Wash water tank preferably of rectangular shape with RCC grade M-30 shall be designed and
constructed. The capacity of tank should be suitable to wash two filters at a time & the capacity of
wash water tank should not be less than 40 KL.
6.8
WALK WAY AND PIPE GALLERY :
The minimum walk way near the filter should be 1.2 m wide and pipe gallery should be minimum
2.00 m or more wide to accommodate all the pipes and valves and have a proper slope to drain out
the wash water through wash water pipe.
6.9
CHLORINE HOUSE AND CHLORINE CYLINDER STORE ROOM:
It should have sufficient space to accommodate vacuum feed chlorinator with weighing machine of
2 tones capacity. The cylinder storing room should have the sufficient capacity to accommodate
cylinder/toner for at least 60 days storage. It should be forced ventilated, easily accessible from at
least two sides, and should have arrangement near the ramp to unload the truck by providing chain
pulley arrangement at a height of minimum 5.00 m. 2 nos. of liquid chlorine Tonner shall be
supplied under this contract in returnable toners.
T-Section/Tender/Bemetara GWPSS
-
46 -
BLOCK – BEMETERA
DISST= BEMETERA
6.10
STORAGE TANK FOR NEUTRALIZATION OF CHLORINE:
Solution storage tank of minimum dimension 3.00x3.00x2.00 m size should be provided with
chlorine/acid resisting tiles cladding. It should be easily accessible from chlorine house or storage
room so that it may be convenient to put the leaked chlorine toner in the tank by piping.
6.11
CHEMICAL HOUSE :
The minimum storage shall be three months for alum @ 40 mg/l dose and three months for hydraulic
lime @ 15 mg/l dose . The area of chemical house shall be 30 sqm.
6.12
CLEAR WATER GRAVITY CHANNEL/ PIPE:
R.C.C. channel, from filtration unit to clear water reservoir with controlling valves / gate etc. shall be
provided. The arrangement provided should be capable of diverting the flow to any compartment of
clear water reservoir.
6.13
CLEAR WATER RESERVOIR :
Designed for a capacity of 870 KL, 290 KL & 410 KL capacity provided with scouring arrangement
overflow arrangement, manholes, air ventilation cowls, ladders etc. complete.
6.14
CLEAR WATER PUMP HOUSE :
It should have sufficient space to accommodate minimum 2 Nos. pumps HT panel boards, remote
control desk, cable ducts, NRV, Sluice valves, suction pipe, delivery pipes etc. complete. It should
have sufficient height to accommodate the gantry crane of 2 tonne capacity. It should have additional
store room and office room and toilet units, as per the sizes given in the respective Para. The
minimum size of the pump house shall be 5 x 6 m and height 5 M & size of control panel room shall
be of 3 x 3 meter and height 3.5 meter from control panel floor level to bottom of roof beams.
6.15
LABORATORY BLOCK:
There should be one laboratory block of minimum area 30sqm, comprising, one office room and
remaining part for storing the lab chemicals and conducting the test, the laboratory should have the
attached toilet WC block.
6.16
SLUDGE / WASTE WATER PIPE LINE:
The waste water or sludge water from, flocculator, clarifiers and filter plant and other units will be
directly discharged by gravity at 100 m away from treatment plant to the natural Drain with
appropriate sized pipe in proper slope. chambers shall be provided at maximum 30 m interval and at
turnings and where ever necessary. The diameter of pipe should be minimum 600 mm R.C.C. class
NP2 or as designed by the contractor which ever is more.
6.17
INTERNAL ELECTRIFICATION:
It should be done as per B.I.S. / I.E. Rules.
7.0
LOCATION OF TREATMENT PLANT AND PLANNING:
Location of treatment plant is proposed to be constructed near Village Salemeta. The contractors
should essentially see the proposed site of water treatment plant. All the statutory permissions
shall be the responsibity of the PHED Department
8.0
SITE TOPOGRAPHY & GEOLOGY :
The general topography the site is plain . The contour plan of the site is enclosed. The contractor
should submit general layout plan of proposed water treatment plant.
9.0
BEARING CAPACITY OF SOIL :
The section of trial pit at proposed site is enclosed for tentative guidance to the contractor.
The net allowable SBC is 10.0 T/m2 at 2.50 m below average G.L. However this is the
responsibility of the contractor to assure himself for the design as per actual capacity of
construction site.
T-Section/Tender/Bemetara GWPSS
-
47 -
BLOCK – BEMETERA
DISST= BEMETERA
10.0
RAW WATER AND TREATED WATER QUALITY :
10.1
The source of water is Amora Anicut near village Amora, Block-Bemetara,
Distt.-BEMETARA. The raw water shall be pumped through 350 mm dia. D.I. K-9 pipe
rising main up to cascade aerator of the Treatment plant.
10.2
The quality of raw water for design purposes may be taken as following:
S.No
I
II
III
IV.
V
VI
VII
VIII
IX.
X.
XI.
XII
Name & Test
Turbidity (NTU)
pH
Specific Conductance
Total Alkalinity
Chloride
Nitrates
Total Hardness
Total Solids
Iron
Fluorides
Sulphate
Coliform Organism at 370 C (MPN per
100ml)
Faecal Ecoli at 440 c per 100 ml
XIII
10.3
Minimum Unit
3.0
7.00
0.33 m/m mho
0.4 mg/l
-
Maximum Unit
3000
8.5
0.50 m/m mho
200 mg/l
50 mg/l
40 mg/l
175 mg/l
300 mg/l
0.1 mg/lit
10 mg/l
2400
54
However the contractor is advised to assess the water quality themselves before
designing the plant and its performance. The plant as a whole and the units individually
should show efficiency as per requirement given in the Manual on Water Supply &
Treatment, published by CPHEEO, New Delhi.
The quality of treated water should be as follows :S.No
(A)
(B)
(C)
Name & Test
Physical examination
Turbidity
Colour
Unit
Cause for rejection
1
5
10
25
Unobjectionable
Unobjectionable
7.0 to 8.5
200
.......
500
.......
< 6.5 or > 9.2
600
......
2000
....
200
75
< 30
0.1
0.05
200
200
1.0
45
600
200 As Ca
150
1.0
0.5
1000
400
1.5
45
PPM/NTU
Platinum
Cobalt scale
Taste & Odour
Chemical Examination
P.H. Value
Total Alkalinity
Total Acidity
Total Solids
Suspended Solids
Total Hardness
As Ca Co3
Calcium (Ca)
Magnesium (Mg)
Iron (Fe)
Mangnese (Mn)
Chloride (Cl2)
Sulphates (SO4)
Fluorides (F)
Nitrate (No3)
Bacteriological Exam :
M.P.N. Index 100 Coli form
Bacterio-presumative
Coli count
Above
Acceptable
Scale
Mg./l.
,,
,,
,,
,,
,,
,,
,,
,,
,,
,,
,,
,,
,,
0
0 to 3
3 to 10
10
Coli count
Excellent
Satisfactory
Suspicious
Unsatisfactory
.
T-Section/Tender/Bemetara GWPSS
-
48 -
BLOCK – BEMETERA
DISST= BEMETERA
SPECIFICATIONS
11.1
ITEM :- CASCADE AERATOR :
DESIGN :The raw water rising main of 350 mm dia D.I. K9 pipe . The cascade aerator will be suitably
designed for dissipating the incoming hydraulic energy and shall be of RCC . The residual pressure
at the end of raw water pumping main can be provided as 5m. The tenderer can design the plant
keeping in view this available head. The space requirement shall be 0.03 sqm/m3/hr with 5 nos.
steps. The steps & side of steps shall be provided with ceramic tiles or any such smooth &
glazy material. The walkway of 1.2 meter width with G.I. pipe railing as per specification given
shall be provided.
CONSTRUCTION:The entire construction shall be of R.C.C. M30 grade and shall be perfectly water tight.
11.2
INLET CHANNEL:
It shall be designed suitable for receiving 8 mld raw water with flow measuring arrangement,
parshall flume type with dial type and electronic digital flow indicators. The raw water channel
shall be constructed in grade R.C.C. M-30 concrete & shall be perfectly water tight and suitably
supported on columns at minimum 1.5mts, center to center in R.C.C. minimum grade M-25.
11.2.1.
LOW MEASURING ARRANGEMENT:
The flume shall be designed for a flow of 20 MLD (with a provision of 25% over loading) with free
board of not less than 30cm. The measuring flume shall have a side chamber for float. The flume
shall be open channel type. The entire construction shall be in R.C.C. and shall be perfectly water
tight and suitably supported on R.C.C. columns. The walkway of 1.2 meter width with G.I. pipe
railing as per specification given shall be provided. The dial type and electronic flow indicators
shall be provided near the flume to indicate the flow. The flow indicator shall have a capacity of
measuring a maximum flow of 20 MLD. The weir plate will have brass edges, which shall be
graduated to read in Cum per hour. The weir shall operate with clear free fall condition. It
shall be ensured that the weir plate doesnt get submerged due to afflux. The dial of indicator
shall be properly lighted.
11.2.2.
BY PASS CHANNEL
In order to provide the flexibility in operation the by pass channels shall be provided. The by pass
channel shall be designed for 20 mld. capacity. It shall connect the following units :

From raw water channel to filters by-passing clariflocculators .

From clariflocculators to sump by-passing filters.
The necessary pen stock with simple operating arrangement shall be provided as per
I.S. 305.00-1965 or some alternative arrangement, which suits to the proposal. It shall be
constructed in M-30 grade concrete .
11.3
RAPID MIXING UNIT :
Suitable circular shaped flash mixers designed for 12.0 mld. capacity, mixer with mechanical
arrangement as per provision in CPHEEO Manual on Water Supply & Treatment third edition
(May 1999) clause 7.4.2.2.
11.3.1
During summer algal growth is anticipated. Arrangement to pre chlorinate water with a dose of
2 PPM is essential at the entry point.
Flash Mixer will be circular shaped with a detention period of at least 30 second and shall have a
capacity of treating total 12.0 MLD. The size shall also be such as to accommodate fixing of a
motor and reduction gear and leaving some working space around.
11.3.2
CONSTRUCTION :
The flash mixer shall be constructed in R.C.C. M-30. The units shall be provided with R.C.C. slab
in M-30 partly covering the tank, for locating the driving unit of the mixer and for approach to the
same. The complete agitators of flash mixer and alum mixing paddles shall be of SS-316 with
stainless steel shaft. The dosing, feeding equipments will not have any stand bye.
T-Section/Tender/Bemetara GWPSS
-
49 -
BLOCK – BEMETERA
DISST= BEMETERA
ACCESS :
The Walk way of 1.20 M. width shall be provided with railing
11.4
CLARIFLOCCULATOR\Combined units of flocculation and sedimentation shall be provided immediately after flash mixer
but it should be designed to have provision for speed variation and settling velocity with suitable
motor operated mechanical cleaning device.
11.4.1
NUMBER OF UNITS :
One no. clariflocculator shall be provided for the total in flow of 8.00 MLD. The inlet and outlet
arrangement will however, be designed for 25% overloading.
11.4.2
INFLOW ARRANGEMENT Coagulated water from flash mixer will be conveyed to the inlet of clariflocculator through C.I. D.F.
or M.S. pipe of suitable diameter. It should be possible to regulate or stop flow, to individual unit.
The pipes shall be laid over firm bedding and at uniform grade.
11.4.3
FLOCCULATOR It shall be designed to provide a detention time of 30 minutes at design flow. Other design
parameter viz depth of water, velocity of flow, paddle area, peripheral velocity of blade, Velocity
gradient G and the factor GT shall be generally in accordance with CPHEEO manual para 7.4.3.2.
Mechanical Type Flocculator. Coagulated water will be admitted through the central hollow shaft
near the water surface and then will flow radialy outwards uniformly in all directions through slots.
The velocity of flow through these slots should be about 0.2 to 0.3 m/s. Flocculation paddles 2 or 4
in numbers depending upon design will be mounted on a vertical shaft, which will be rotated by
A.C. motor 3 phase 415 v. The partition wall and the floor slab of flocculator shall be of R.C.C. M30. Area of opening at the bottom of partition wall should be large enough to maintain sufficiently
low velocity of flocculated water.
11.4.4
CLARIFIER The Clarifier shall be designed to provide a minimum detention period of 2.5 hours and surface
loading of 30 to 40 m3/m2/day at design flow. The outlet shall comprise of V notches and effluent
launder or rectangular weir and outlet flume. A baffle may be provided in front of the weir to stop
floating matter.
The outer circular wall and the floor slab of the clarifier shall be of R.C.C.M-30 The floor slab shall
have a minimum slope of 1: 12. A peripheral walk way 1.20 m shall be provided with railing for
each flocculator one set of telescopic bleed arrangement manually operated, sluice valve extension
rod and bend wheel generally conforming to IS 14846-2000 shall be provided.
11.4.4.1 SLUDGE REMOVAL IN CLARIFLOCCULATORS
a) The withdrawal of sludge from clariflocculators be carried out into sludge removal pipe line
and should have proper valves and chambers shall be made of C.I.
b) Clarifocculators shall be provided with a scraper system to direct sludge to sludge pockets for
piping to sludge control chambers. Separate draw-off pipes and valves shall be provided for
each sludge pocket.
c) Clariflocculators shall be provided with a sludge control chamber. The chambers shall
incorporate equipment for both continuous and intermittent sludge draw-off. Hydrant
connections shall be provided at each chamber for flushing / washing down purposes.
11.4.4.2
DESLUDGING CONTROL AND PLANT
(A) Plant for the desludging system and control shall be located in the central control house as
appropriate.
CONTROL
(i)
The system shall be designed to carry out the following operations:
A)
Intermittent desludging alone
B)
Continuous desludging alone
C)
Intermittent and continuous desludging simultaneously.
T-Section/Tender/Bemetara GWPSS
-
50 -
BLOCK – BEMETERA
DISST= BEMETERA
CLEARING OF BLOCKAGES
(i)
Pressure water shall be used to facilitate purging of sludge pipes and pockets in the event
of blockages.
(ii)
Control of each sludge valve shall originate from a manually pre-set electrical multi-range
adjustable timer with means of independent adjustment of frequency (time between draw
offs) and duration (length of draw-off) of dislodging together with hand/off/auto
switching, state lights (indicating state viz. open/close) and associated sludge control
panels. Each clariflocculators shall be provided with its own independent sludge control
system, with the associated panel located in the sludge control chamber.
(iii)
Facilities for sequential sludge discharge shall be provided. Manual override facilities both
for initiation of a discharge sequence and for operation of individual valves shall be
provided. Valves controlled automatically on an intermittent basis shall be electrically
operated straight through type or eccentric plug type, and shall be arranged to be fail safe
(e.g. on power failure, discharge valves shall close) and initiate an audible and visual
alarm state at the Filter control Block. It shall be possible to open the valve manually by
using a lever or similar, under fail-safe conditions; alternative facilities shall be provided
for manual operation of valves. Each electrically operated valve shall be provided with a
manually operated guard valve and a manual bypass facility.
(iv)
Continuous dislodging clarifiers shall be by adjustable bell mouth devices with cast iron
bodies and bronze guides. The devices shall be provided with operating headstocks and
suitably located position indication scales and arranged to operate in parallel with the
intermittent dislodging valves.
(v)
During the periods of temporary shutdown, it is required that sludge scraping and sludge
evacuation equipment shall continue to run until all heavy solids have been removed from
the system which could otherwise compact during the shutdown period and cause
difficulties on start up.
(B)
HYDRAULIC DESIGN:
The total hydraulic design capacity of the sludge withdrawal and discharge system shall not
be less than 10% by volume of the MWF.
(C)
SLUDGE DISPOSAL PIPE WORK:
The pipe work for the clarifloculators sludge system (within structures) shall be of C.I. D.F.
and shall enable to empty tank into the sludge well by gravity. Valves shall be of sluice/Gate
type. The valves shall be easily accessible for manual operation. The pipe work for sludge
pumping shall be in cast iron.
11.4.4.3 CLARIFLOCCULATORS SCRAPING MECHANISM
Sludge scrapers and mechanical flocculators
Sludge scraper mechanism and discharge arrangements shall be designed for required raw water
suspended solids loadings. The design shall allow for starting up under a sludge sit down situations,
and to accept without distortion any normal tensional or bending loads which may occur during
erection and operation. Scraper mechanism shall extend to the entire diameter of the flocculation
zone and radium of clarifier zone.
11.4.4.4 DRAINAGE OF CLARIFLOCCULATORSEach tank shall be provided with facilities for complete gravity drainage of all water and sludge
from clariflocculators. All valves, pipe work required for discharge to and connection with the
main drainage system shall be provided, so that a tank may be emptied within 6 to 8 hours. These
drains shall discharge into the main drainage duct to be provided by the Contractor.
11.4.5
ROTATING BRIDGEThe clarifier scraper bridge structure shall be made of welded and bolted M.S. structure. It will be a
lattice girder bridge pivoted at the center and trolley fitted with pneumatic solid rubber tired wheel
and resting on mild steel plate on clarifier wall.
The bridge shall be minimum 1.2 m wide made of welded and bolted R.S. section of suitable size.
The scraper arm with scraper blade of suitable size fitted with rubber squeezer shall be suspended
from the top of bridge having M.S. grill walkway 8mm thick M.S. chequered plate walk way
T-Section/Tender/Bemetara GWPSS
-
51 -
BLOCK – BEMETERA
DISST= BEMETERA
ground floculator drive gear. The scraper arm shall spread across the radius of the clarifier zone and
to the dia of floculator zone. The bridge shall be so designed that it should also act as a hand railing
or otherwise additional double row 25 mm. G.I. pipe railing medium duty shall be provided. The
driving mechanism for the bridge shall rotate over the steel fabricated track located over peripheral
wall and comprise of GEC/Kirloskar/Crompton/Jyoti make A.C. motor of suitable rating, 4 pole
horizontal foot mounted class B insulation T.E.F.C. squirrel cage motor having degree of protection
as IP 55 suitable for 415 + 10 V, 3 phase, 50 Hz, having flexible coupling single speed worm
reduction gear, duplex chain drive, plummer block with bearing M.S. ideal and driving shaft. The
central bearing shall comprise of combined radial and thrust bearing housed in high grade CI
housing with G.M. bush for rigidity.
The bridge shall be designed to take its own dead weight with uniformly distributed loading of
400kg/sqm. The bridge should be so braced that deflection at mid span shall not exceed the
permissible limits. The central bearing assembly shall be adequately infraction in all respect. Catch
trays shall be provided to prevent slippage into water.
Five rings special current Collector shall be provided for each clariflocculator for transmission of
electric power through pipe laid under floor from out side to the sub distribution board located over
rotating board.
300 mm dia C.I. D.F. pipes and specials as required shall be provided in clarifier under the floor
slab between sludge out let channel around inlet well to sludge outlet chamber at periphery.
300 mm dia D/F PN-1.6 manually operated C.I. Non rising spindle sluice valve generally
conforming to I.S. 14846 of IVC /IVI/ Kirloskar / VAG make and bearing ISI mark is to be
provided in clariflocculator. One M.S. steel operating shaft with 25mm dia extension complete with
C.I. head stock, minimum 200 mm dia hand wheel and brass indicator plate for operation of sluice
valve for each clarifloculator is to be provided.
In clarifier bridge 2 Nos. 450mm wide made out of M.S. medium class pipe to IS 1239, rung ladder
painted primer and paint, fixed to clarifier bridge structure for access inside the clarifier zone/
flocculation zone be provided.
11.5
11.5.1
FILTRATION Traces of suspended matter in the clarified water shall be removed by filtration. Filter designs shall
be based on the use of rapid gravity single media sand filters using gavel & sand.
Each filter shall be hydraulically designed for an overload of 50%. Filters shall be capable of giving
a run time of at least 24 hours. All filters shall be of identical shape and size. Each filter shall have
2 halves. The filter shall be designed at the average rate of filtration of 80 lpm/sqm.
The filters will be served by an adjacent filter control block in which shall be housed the air scour
and motive power plant for valve operation and other apparatus, where the controls of all electrical
equipments will have to be provided in upper i.e. at the filter control floor level. The main clarified
water channel shall connect to the two filter inlet channels if necessary via a chamber. The filters
shall be down-flow open rapid gravity variable Head Declining Rate type. All filters shall be
identical in internal dimensions and shall be designed for washing using filtered water and air scour.
The air scour may precede or be concurrent with the wash water. The filters shall be designed so
that when receiving clarified water, the minimum period between washes is not less than 24 hours,
at the maximum works flow.
11.5.2
NUMBER OF FILTER The filters should be in even numbers and designed for economy of 8.00mld. water ( in 20 hours
working ).
11.5.3
RATE OF FILTRATION The rate of filtration shall be taken as 8.0 m3/hr/m2 (134 lpm/m2). The inlet and outlet arrangements
shall be designed to permit 50% overload for emergency conditions.
T-Section/Tender/Bemetara GWPSS
-
52 -
BLOCK – BEMETERA
DISST= BEMETERA
11.5.4
CAPACITY OF FILTER UNITSThe capacity of filter should be such that the number of units & can take care of the total quantity of
water to be filtered and with optimum efficiency to keep the filters working without undue
overloading at any time.
11.5.5
SIZE OF FILTER UNIT The filters shall be designed to operate under normal filter rate of 134 LPM/Sqm but the inlet and
the outlet control arrangements shall be designed to permit a 100% over load for emergent
occasions as per provision made in para 7.6.3.3 of manual on W.S. & Treatment.
Dimensions of the filter unit should be as per para 7.6.3.5. of the manual of the water supply &
Treatment published by CPHEEO.
Quality and quantity of gravel & sand shall be as per 7.6.3.6 to 7.6.3.10 of same manual.
11.5.6
FILTER MEDIA Filter media will consist of sand gravel. The Specification of media shall be as per CPHEEO
manual para 7.6.3.6 to 7.6.3.10
11.5.7
UNDER DRAINAGE SYSTEM The design parameters in under drainage system shall be as given in para 7.6.3.9 of CPHEEO
manual. The under drain system with central manifold or laterals either perforated in the bottom or
having umbrella type strainers on top shall be provided. The central manifold and laterals shall be of
PVC. Pipes class IV (10 kg/cm2) ISI marked .
11.5.8
WASH WATER GUTTER (TROUGHS)It shall be of R.C.C. with M-30 grade it shall be designed in such a way that the horizontal travel of
dirty water over surface of filter shall be kept in between 0.6 to 1.00 m before reaching the Gutter.
The upper edge of wash water gutter should be placed sufficiently near to the surface of sand so that
large quantity of dirty water is not left in the filter after the completion of washing. At the same
time the top of the wash water gutter should be placed at sufficient height above the surface of the
sand so that the sand will not be washed into the gutter. The height should be considered by
considering the expansion of sand.
11.5.9
FILTER BACK WASH The backwash shall be arranged at such a pressure that the sand should expand to about 130 to
150 % of its undisturbed volume. The backwash shall be of air water type. The air shall be
introduced at a rate of 36 to 45 cum/Hr and pressure of 0.35 kg/Sq.cm for a duration of 5 minutes
and then the wash water shall be introduced through the same under drains at a rate of 24 to 36
cum/hr for 10 minuets. For introducing air and water the piping may be same or separate.
Piozometers should be provided to determine the loss of head occurring at any time during the
filter run. One set of piozometers should be provided for each filter unit.
Back washing will be done by wash water introduced in the bed at a rate of 600 lpm/sqm of filter
area (As per CPHEEO Mannual 1999).
The water standing on the bed at the close of the wash should be clear with a turbidity not exceeding
10 N.T.U.
Whatever system of filter floor is offered is should be seen that the space between the orifices and
nozzles is within the permissible limit ensuring uniform filter wash otherwise filters may crack of
mud balls.
The Wash Water is proposed to be disposed off in nearby Nalla through gravity. The arrangement
of recycling of back Wash water in under the scope of work in this contract. Including construction
of collecting chamber, pump for .lifting arrangement and conveyance system up to flash mixer,
T-Section/Tender/Bemetara GWPSS
-
53 -
BLOCK – BEMETERA
DISST= BEMETERA
& collecting chamber must be in separate compartment for collecting sludge and removal of sludge.
The capacity of collecting chamber shall be equal to store the one filter unit back wash water.
11.6.
WASH WATER TANK The bottom of wash water tank shall be at such a height that it may provide 6m to 8m head in the
under drainage system. The capacity of wash water tank should be sufficient for at least 10 minutes
wash of two filters. The minimum capacity of tank should be designed for washing two filters at a
time but capacity should not be less than 40 cum. It shall be of R.C.C. with minimum grade M-30.
The most preferable shape is rectangular. The corners of tank shall be rounded off. The top slab of
tank shall be of R.C.C. minimum grade M-30 with 2 number of manholes and 20 numbers of
ventilators of 100mm dia C.I. vent cowels and the aluminum ladder of 0.75 m wide from top to
bottom of tank.
A float operated mechanical gauge shall be provided. The arrangement should be fixed in such a
way that during excessive wind flow, it should not be disturbed. it shall have meter scale painted
with enamel paint with black and red colour on white colour back ground. A RCC staircase from
ground to top of tank shall be provided by contractor. It shall have the railing either on both sides or
on one side as per site conditions.
11.6.1
WALK WAY Walk way all round the filters minimum 1.20 m width shall be provided. It shall be fitted with
railing of 1.0 m height, as per specifications.
11.6.2
PIPE GALLERYEffluent wash and waste water pipes all together with the sluice valves are placed in the pipe
gallery, should be well designed with minimum 2.00 m width provided with a ladder to make it for
the maintenance staff easily accessible to the bottom. It should be well ventilated. It should have a
sufficient slope to drain out the wash water or other leakage water. Pipe galleries shall be provided
one gallery for effluent pipe, air and wash water pipes and for draining out the waste water of
filters. It should be constructed with minimum R.C.C. grade M-30.
OPERATION GALLERY :
Vitrified tiles flooring shall be provided at operation and pipe gallery along with stainless steel pipe
railing and the minimum width of operation gallery shall be 3.00mts.
11.6.3
EFFLUENT AND WASH WATER PIPE The effluent pipe shall be designed for a velocity of 0.9 to 1.8 m/second and wash water pipe for a
velocity of 2.5 m/sec. to 3.0 m/sec. These shall be D.I. double-flanged pipes confirming to relevant
IS and D. I. specials shall be confirming to relevant IS. All the valves for inlet, outlet, wash water
inlet valves, air inlet valves of filters will be butterfly valves only. Whereas in each filter a drain
valve has to be provided which should be sluice valve.
11.7
AIR BLOWER The Air blowers shall be designed for a free flow of Air 36 to 45 cum/hr. at a pressure of 0.35
kg/cm2. For a duration of 5 minutes. The material used for the pipe and specials should be
anticorrosive preferably M.S. pipe and butterfly valves confirming to ISS. These shall be mounted
in clear water control chambers.
11.8
BACK WASH WATER PUMP:The back wash water pumps shall be designed to fill wash water tank in 2 hours. There shall be two
pumps in which one will act as stand bye unit. These pumps shall be provided on the air blower
floor. The pump shall be of centrifugal type with a suitable motor to operate on 415+10% volt, 50
Hz B-class insulation and degree of protection at IP-44, the suitable Auto Transformer Starter panel,
Cable, suitable rating capacitors and stabilizer. These pumps shall be fed from a sump suitably
located in the pipe gallery. The pumps shall be provided suitably with NRV, and sluice valve of PN
1.60. The size of the pipe to fill the wash water tank shall be designed by the contractor. The pipe
shall be C.I. double-flanged class A with bell mouth at the top. The delivery pipe in wash water tank
connecting to different filters to sluice valve shall be designed by contractor and made of C.I.
T-Section/Tender/Bemetara GWPSS
-
54 -
BLOCK – BEMETERA
DISST= BEMETERA
double-flanged class A confirming to I.S. code in practice. The scour and over flow pipe also be
designed and provided by the contractor. The overflow pipe shall be connected with the clear water
sump pipeline or clear water sump whichever is nearer. Scour pipe shall be connected with the
waste water line of filter going to waste water sump of chamber with necessary C.I. sluice valves.
11.9
11.9.1
OUTLET CHAMBER : The outlet chamber shall be R.C.C. M-30 constructed for each filter bed separately. It shall have
two compartments. In one compartment it shall have clear water effluent pipe with sluice valve. It
shall be operated from the operating platform. The second compartment will be used for collecting
the clear water spill over the weir, The height of weir shall be higher than the maximum water level
in the filter in order to avoid the negative head. both shall be lined with vitrified tiles preferably in
white colour. The top of the outlet chamber shall be covered with laminated compressed board
covers/PVC cover with frames and shall have resistance against chlorine and humidity divided in
two parts, fixed with glass of minimum 6 mm thick. The cover shall be so fixed that it should be
easily opened at the time of maintenance. The outlet chamber shall also have arrangement for
draining out the dirty water (at the time of maintenance). All the outlet chamber shall be connected
with the one waste water line & finally disposed of either in drain constructed in front of this block
or in waste water collection sump. Sufficient head room above the outlet chamber shall be provided.
8 mm thick M.S. chequred plate stairsfloor to the top of the outlet chamber shall be provided. All
the inspection chambers shall have white glazed tiles on all the inside four walls and at the bottom
also. Proper lighting arrangement Inside shall also be provided. At the outlet submerged weir flow
should be provided so that the filter bed is always kept under submergence.
All valves and penstocks of filters shall be fitted with electric actuators along with facility for
manual operation.
Each filter shall be equipped with instruments for measurement of the differential head across the
filter bed. Measurement accuracy shall be +2% of the measured value. Each measuring instrument
shall be equipped with stainless steel needle, isolating valves.
A control console for each filter shall be installed in the gallery.
These consoles shall be equipped such that the operator can initiate the backwashing operation
manually, also. The control consoles for each filter shall include the following facilities and
indications as a minimum:
a)
Start filter wash cycle -key operated push-button;
b)
Manual/automatic key operated selector switch;
c)
Filter water holding tank full-lamp;
d)
Open/close push buttons for each actuated valve and penstock;
e)
Open/close indication for each valve and penstock-lamp;
f)
Filter ready for washg)
Filter washing h)
Filter in service i)
Filter out of service j)
Wash water pump tripped k)
Air scour blower tripped Filters shall be washed in sequence automatically under the control of a preset timer, adjustable
from 12 to 48 hours. Filter backwashing shall be inhibited to prevent two filters washing
simultaneously and also to prevent wash initiation when the filtered water holding tank has
insufficient water in storage.
Programmable Logic Controllers (PLCs) will be used for filter washing controls, with each filter
being controlled by a dedicated PLC with the initiation controlled by a central PLC. PLCs shall be
arranged so that failure of one unit does not disable the automatic washing of more than one filter.
Lamps in the monitoring room shall indicate the state of each filter, i.e. filter in service, filter
washing and filter wash overdue.
T-Section/Tender/Bemetara GWPSS
-
55 -
BLOCK – BEMETERA
DISST= BEMETERA
Filter washing time cycles shall be manually adjusted to suit the monitored turbidity levels.
Sufficient space for housing the wash tank pumps for filling wash water tank should be provided
in the filter house building.
A separate enclosure for housing bleaching powder solution tanks with adequate working space and
proper ventilation and inflow of fresh and cool air should also be provided in this building.
An Office room of minimum 30 sqm. carpet area should be provided.
One sanitary block consisting of 1 W.C. 2 urinal and wash basin having a carpet area of 10 sqm.
should be provided in the ground floor and first floor of the building. A septic tank of of suitable
capacity shall also be provided at proper place for safe disposal.
A laboratory of 30 sqm. area should be provided at the first floor of this building.
The filter beds, shall be open to sky i.e. there shall be no roof over the filter beds.
CONSTRUCTION :
The filter house cum administrative building shall be in R.C.C. M-25 framed structure in two
floors. However, all filter beds and channels etc. which are water retaining structures will be
constructed in R.C.C. M30 grade. The clear height between the floors should not be less than 3.6M.
R.C.C. stairs of 1.20 m width connecting the floors shall be provided. The rise of stairs shall not be
more than 15cm & tread shall be 30 cm .
G.I. Pipe railings should be provided with G.I. pipe (medium class) posts of 50 mm. dia and 1.0 M.
long fixed rigidly in cement concrete at 1.2 M apart with 3 rows of horizontal 25 mm dia. medium
class G.I. Pipes including painting etc. minimum 3 nos. of such G.I. pipe should be provided for the
railings around circular structures but the spacing should be up to 1.2 meters.
The same specification of railing shall be adopted wherever necessary. The railing shall be of good
architectural design. The bends, corner and horizontal/vertical stays properly finished so as to offer
a fine and stream - line look.
All brick masonary work should be in cement mortar with 1:4 and should be plastered with 1:4
C.M. on both the sides with smooth neeru finish. The thickness of the plaster should be 20 mm
from one side and 13 mm on another side for all the brick masonry work.
All inside surface shall be made smooth by putty & have 2 coats of Acrylic Emulsion painting of
approved quality and shade. The front elevation and exterior finish of the building shall be
designed aesthetically and architecturally. The department reserves the right to altert the front
elevation of filtration plant/filter house if it does not appeal to the department on contractors cost.
The exterior plastered wall should be painted with 3 coats of approved quality and shade of weather
proof exterior paint. All doors (except central main door), windows and ventilators shall be of
aluminum as per IS.1081-1960 & IS 1948-1961. The positions of windows and ventilators should
be such that these will be opened outside and closed easily when necessary. The total shutter area of
doors, windows and ventilators shall not be less than 30% of the floor area.
The central main external door shall be heavy duty aluminum fully glazed as per I.S. 1948-1961 and
1081-1960. The size shape and finish of the door shall be specially selected so as to improve the
get-up of the filter house. The entrance of the filter house shall preferably be in the form of the
foyar, with suitable porch in front & size not less than 30sqm.
Contractor must have to submit elegant front elevation & after approval of the same from
department he has to submit model of the proposed treatment plant with all component
11.9.2
FILTER VALVES AND MOTIVE POWER SYSTEM
Filter valves which require to be operated as part of the washing cycle shall be operated by Electric
power. The system shall be capable of operation in the event of electric power failure and details
shall be provided by tenderers, as to how this will be done. The time taken to open or close any
valve shall generally be between 10-30 seconds.
T-Section/Tender/Bemetara GWPSS
-
56 -
BLOCK – BEMETERA
DISST= BEMETERA
11.10
PAVING:A paving in front of clear water control chamber 4.0 m wide shall be provided by contractor. The
paving shall be vitrified tiles good in appearance and white colour, laid over M-20 cement concrete.
11.11
STAIRS:The stairs made of M-20 R.C.C. with aesthetic anti-skid tiles shall be provided. The staircase shall
be provided to connect ground level to the floor of control room and wash water pump or air blower
floor to the operating platform of control room.
11.11.1
CHEMICAL HOUSE :
The chemicals to be added to raw water for coagulation and flocculation will be alum, hydraulic
lime and other coagulant aid if necessary. Looking to the characteristics of the water only alum shall
be sufficient. But in certain conditions where the raw water becomes acidic in nature then hydraulic
lime shall be mixed.
The minimum storage shall be for 2 months for alum and 2 months for hydraulic lime and other
chemicals. About 30 sqm. area shall be required to store the chemicals. This shall be provided
below chemical dosing room. The minimum ceiling height shall be 4 m In order to avoid moisture
the minimum plinth height shall be 0.90 m The floor should be made damp proof and it should be
filled about 0.60 m with sand and bituminous coating shall be provided over it in order to avoid the
moisture. The flooring shall be of concrete with acid resistance tiles cladding on the floor & in the
sides upto 2.0 m height. The building shall be constructed in R.C.C. framed structure in M-20 grade
concrete and panels shall be of second class brick masonry in cement mortar 1:5 and plaster in
cement mortar 1:4. The roof of this storage room shall have an opening of 2x2 m to facilitate lifting
of chemicals. The arrangement for lifting and weighing of chemicals shall be provided by contractor
from first floor of chemical house. Adequate ventilation and lighting will be provided. It should be
easily accessible to the trucks for unloading the chemicals. The main entrance shall be 3.00 m wide
and 3.50 m height with rolling shutter. The height of alum stack should not be taken more than 2.0m
with 30% open space for passage.
11.11.2
EQUIPMENTS FOR HANDLING CHEMICALS :
The Platform type-weighing machine Avery make/Eagle or equivalent of capacity 1.00 tonne for
weighing the chemicals shall be provided. For transportation of chemicals from storeroom to the
solution tank, an electric operated hoist of 1.00-tone capacity of approved make shall be provided.
The chemical should be loaded in the steel tray attached to wire rope.
11.11.3
SOLUTION TANK :
A Platform for construction of solution tank at a height of about 2.00 m from first floor level shall
be provided. The solution tank will be designed for the worst condition i.e. 3000 mg/lit turbidity for
alum dosing to the designed flow of 10 mld. The minimum number of solution tanks shall be three
so that one will be stand by unit. The capacity of tank shall be designed for 8 Hrs. capacity with
0.30 m. free board. The feeding arrangement shall be automatic based on flow. It shall be designed
for 6% strength of solution. The solution tanks shall be constructed in R.C.C. minimum M-30 grade
and inside surface shall be lined with acid resistance material like F.R.P. or epoxy resin. The lime
solution tank shall be designed for a dose of 6% strength of lime solution using 87% pure hydrated
lime for the design flow of 10 mld for the period of 8 hrs. Each tank shall have platform at least
0.90 m wide to allow the worker to stand for handling the chemicals and preparation of solution.
The platform shall have railing up to a minimum height of 1.0 m. The height of the solution tank
shall not be more then 1.50 m from the first floor to the platform. RCC stairs 0.90 m wide shall be
provided and it shall also be provided from solution tank platform to top of solution tank.
11.11.3.1 ALUM DOSING TANKS :
Maximum dose of the alum shall be 80mg/litre and maximum strength of solution shall be 10%.
The capacity of tanks shall be such as to hold 8 hours requirement at maximum demand with 0.30
M. depth extra for free board. Minimum 3 alum solution tanks should be provided. (confirming to
IS 9222 part-I 1979)
T-Section/Tender/Bemetara GWPSS
-
57 -
BLOCK – BEMETERA
DISST= BEMETERA
LIME DOSING TANKS :
For lime dosing 3 tank of 8 hours capacity with lime dosing equipment capable of administering
lime does of 50 mg./litre with 5% strength in solution are to be included in the L.S. offer. A
suitable space for storing chemicals like alum & lime of approximate 30 sqm. Or should be
provided as per. (confirming to IS 9222 part-I 1979)
The height of alum stack should not be more than 2 M with 30% open space for passage. The other
specification of alum store shall be as per Para 7.3.3.2 of manual. The alum solution tanks shall be
constructed in R.C.C. The inner walls of alum tanks shall be painted from inside with 3 coats of
Chloro-rubber paint. The other specifications of alum solution tanks shall be in accordance with
Para 7.3.1.1 of manual.
11.11.3.2 CONSTRUCTION :
The entire construction of Alum store and chemical house shall be in R.C.C. in M-30 columns and
beams with second class brick panellings of thickness not less than 20 cm. and 1:5 cement mortor in
external, and internal walls. The clear height of the chemical house at ground floor and first floor
shall not be less than 3.6 M. The floor of the store shall be of 25 mm thick kota stone . The floor
& wall upto 2.0 M. ht. should have coating of anti-acidic paint or sheets. Alum and Lime tanks
shall be constructed with M-30 grade R.C.C. The inside surfaces of Alum Tanks will be finished
with 6 mm the H.D.P.E.Line.
11.11.3.3 MECHANICAL AND OTHER EQUIPMENTS :
A dissolving tray of R.C.C. M-30 with holes or slots shall be provided on tanks for placing the
alum cakes. The alum solution tanks shall be fed with pure water by means of G.I. Pipes and valves
of adequiate size from Wash Water Tank. The solution tank shall be provided with P.V.C. gauge
plate level indicator. The alum mixing paddles shall be of alloy resistant to mix the alum of enough
section & size. There shall be paddle at least at two places, driven by a central shaft. It shall be
driven by electric motor, through worm gear. Necessary wash out arrangement shall be provided.
The solution dose shall be drawn in to a constant head dosing tank and fed into Raw Water just
where it leaves the measuring notch. The dose of the alum solution should be capable of being set
and varied manually. The alum solution shall be fed by gravity only. Each alum solution tank
should have a 90 cm. wide platform. The platform should have a railing as per item No.7.20. The
platforms should be located at an elevation to have a clear head room of 2.2 M. from ceiling. The
top of the solution tank should not be higher than 1 meter from the top of operating platforms.
11.11.4
DISSOLVING TRAYS :
The weighed chemicals shall be placed into the trays. These trays shall be made up of cement
concrete with perforations both at sides and at the bottom. The weight of these trays shall be such,
so as to handle easily by the workers.
11.11.5
CHEMICAL FEED DEVICES :
The solution feed device will depend upon the point of application. The pump be metering type. It
shall include the necessary piping arrangements with drains, overflow, and delivery pipe as per I.S.
standard. It shall also have necessary agitating arrangement. It shall also have the provision to return
the excess flow to the solution tank. All these arrangements, piping and equipments etc. storage,
mixing and conveyance shall be rubber lined to make them acid proof.
11.12
CHLORINATION:The chlorinator shall be designed for a dosing of 3 mg/l for pre chlorination and 2 mg/l for post
chlorination. The chlorinator shall be vacuum type chlorinator with 100% stand bye for pre and post
chlorination.. The chlorinator shall be provided with all required accessories & with vacuum
regulators. Due to corrosive nature of chlorine it should be conveyed through either heavy wrought
or steel pipe on flexible annealed copper tested for 35kg/cm2 working pressure. The long pipeline
shall be avoided. The gasket used shall be made of antimony lead (with 2 to 3% antimony) or
asbestos sheet. Screwed fitting shall be forged steel construction. Pressure indicators shall have
Teflon diaphragms or silver foil protectors. Pressure reducing valves shall be of bronze or metal
with a Teflon diaphragm.
T-Section/Tender/Bemetara GWPSS
-
58 -
BLOCK – BEMETERA
DISST= BEMETERA
11.
11.12.1
a)
The dosing rate shall be manually set and each chlorinator shall be equipped with a 0 to 5
mg/l scale and a manual dose setter over the complete range.
b)
Mal-operation of the duty chlorination system shall be indicated in the chlorination room and
the monitoring room in order that manual changeover to the standby system can be initiated.
c)
Chlorinator shall be fitted with a pressure switch to provide an alarm in the event of bursting
disc or pressure relief to atmosphere.
d)
Chlorine room with leak detection system & automatic chlorine absorption system.
11.12.2
CHLORINE HOUSE: It shall be situated in an isolated place and near to the feeding place in order to avoid the long
tubing. The ventilation shall be provided at the bottom of the floor. It shall be well lighted. In the
proposed chlorinator an auxiliary water system shall be provided. The size of room shall be
suitable for storage of 2.0 nos. tonners. The structure shall be R.C.C. framed with masonry panels in
cement mortar 1:6 and plastered in cement mortar 1:4. The flooring of room shall be have acid
resistance tiles laid over M-20 cement concrete. Suitable exhaust fans each of 300mm dia at
sufficient height from bottom, shall also be provided. The ventilator shall be of aluminum Z-section
fixed with 4 mm thick glass in order to avoid the corrosion; it shall be opened out side at low level .
A ramp on the main door of suitable width to connect the G.L. to the plinth level of chlorine house
shall be provided. Chlorine house with leak detection system & automatic chlorine absorption
system.
The carpet area of chlorine room shall not be less than 15 sqm excluding the space required for
chlorine tonner. The room shall be a part of filter house & there should be separate entrance. All
the requirements specified for civil works in case of filter house shall be applicable for this also
except that the doors and windows frame shall be wooden. Other requirements of chlorine room
and the chlorinators shall be as per para 8.7.4 manual on water supply and treatment published by
CPHEEO. Suitable exhaust arrangement for chlorination plant should be incorporated.
The room where chlorine tonners will be stored shall be properly located and designed for facility
of removing and brining in chlorine tonners. A suitable rail trolley may also be provided for
bringing and taking out the tonner from the room. The storage space of at least 30 sqm shall be
provided with proper ventilation adjacent to the chlorination rooms.
VENTILATION :
For chlorine – stores 2 nos. 300 mm dia exhaust fans.
Chlorination room – 2 nos. 300 mm dia exhaust fan
11.12.3
TANK FOR NEUTRALISATION OF CHLORINE :A solution tank of minimum size 3.00 x 3.00 x.2.00 m shall be provided. It shall be of R.C.C. with
cladding of acid resistance tiles on all sidewalls and bottom. It should be very near to the chlorine
room and storage room and shall have easy access without obstruction. It may be constructed below
G.L. so it shall have a drain pipe 150mm dia R.C.C. class NP-2 with sluice valve up to the nearest
waste water line or up to sump.
11.12.4
EMERGENCY KIT: It shall consist of various tools, appliances like gasket, Yokes Studs. Tie rods, hoods, clamps,
spanners, mild steel channels kits, screws pins etc. complete. It shall cover the total precautionary
arrangement parts, which shall be required at the time of chlorine leakage. All the Gadgets shall be
designed for using in controlling or stopping the leakages from valves, fusible plugs, and sidewalls
of cylinder used for handling chlorine.
11.12.5
CHLORINE RESIDUAL MONITORING
a)
One chlorine residual sampling and transmitting unit for settled water shall be provided at
outlet of clarifiers. Residual chlorine monitoring shall be arranged by collecting water from
the clear water sump.
T-Section/Tender/Bemetara GWPSS
-
59 -
BLOCK – BEMETERA
b)
c)
d)
e)
f)
g)
DISST= BEMETERA
The chlorine residual monitoring system shall be designed to measure free available chlorine.
The signal from the measuring cell transmitter shall be indicated on the panel in the chlorine
house with repeat indication and recording in the Control Block monitoring room.
A chlorine residual recorder shall be installed as a floor mounted unit in the chlorination room
and actuated by a 4 to 20 mA signal from a residual chlorination measurement cell mounted
above ground level in the clear water reservoir outlet chamber.
This cell shall be fed with a continuous supply of treated water from the outlet main of the
clear water sump. A suitable sampling pump shall be supplied to feed the water to the
measuring cell.
A signal shall be transmitted to the monitoring room and shall be used to activate a chlorine
residual indicator to be mounted in the monitoring room panel.
High and low chlorine residual level alarms shall be annunciated in the monitoring room and
in the chlorination room.
All necessary sampling pumps, pipe work and isolation valves, for delivering clear water to
the cell shall be provided.
11.13
FIRE EXTINGUISHING ARRANGEMENTS :The minimum 5 numbers of fire extinguishers of 10 Kg capacity shall be provided and placed in
different locations in pump house and chlorine storage room. About 5 numbers of buckets filled
with sand and placed at different places in clear water control chamber, chlorine room, pump house
shall also be provided.
11.14
WATER SAMPLING:
Continuous comparison of water samples is required and the equipment provided shall include a
suitable drained bench containing two clarity bowls complete with all interconnecting pipe work,
automatic sampling pumps and drainage facilities for samples drawn from:
a) Raw water at the inlet
b) Clariflocculators outlet
c) Filters outlet
d) Clear water reservoir outlet.
The bench shall be sited in the reception area of the administration building.
The sampling arrangement shall include all interconnecting pipe work, automatic sampling pumps
and taps, adequate sink and drainage, all incorporated into a satisfactory sample bench.
In addition, convenient means shall be provided to obtain samples manually from each filter beds
outlets and sample cocks shall be provided locally at the clear water reservoir outlet.
11.15
SERVICE WATER SUPPLY :
The contractor shall provide the following service water distribution system:
A service water system fed from a service water storage tank to be installed at a location to supply
the system by gravity. The service water storage tank shall be fed by the service water pumps to be
provided in the filter plant room. The storage tank shall provide four hours storage of service water
at average usage rates. The wash water tank may be used as service water storage tank by enhancing
its capacity.
The service water system shall supply water for :

Chemical makeup

Cleaning and flushing;

Dilutent flows for alum and chlorine;

Emergency showers and eyebaths;

15 hose points located around the site.
The potable water supply system shall take water from the service water storage tank and serve the
administration building, guardroom, the workshop (if any), alum store and chlorine store etc.
External pipe work between buildings shall be installed in service ducts.
T-Section/Tender/Bemetara GWPSS
-
60 -
BLOCK – BEMETERA
11.16
DISST= BEMETERA
SAFETY EQUIPMENT: 
Self contained air-breathing apparatus with gas mask 6 numbers.

Gas leakage detector orthotolodine impregnated paper type leak detection system eight
numbers.
Four chlorine gas leak detectors shall be supplied and installed, each with a single, detector cell, two
for the drum room, one for the evaporator room and one for the chlorination room to alarm in the
event of a chlorine leak.
The chlorine leak detectors in the drum room shall be mounted at each end of the drum room. The
chlorine leak detectors shall have two adjustable alarm levels sensitive to chlorine concentrations
above 1 ml/m³, and the range of adjustment of alarms shall facilitate selection of the following
alarms:

low level
2ml/m³

high level
4ml/m³
The low level alarm shall initiate local audible and visual alarms.
The high level alarm shall initiate local audible and visual alarms, audible and visual alarms outside
the buildings, alarms in the monitoring room, it shall shut down the chlorination systems, isolate chlorine
drums and stop all the Exhaust fans. Warning signs shall be provided in English and Hindi. The system shall
be compatible with the SCADA.
 Compressed air cylinder recharging facilities comprising of 20 litters capacity cylinder with recharging kit to refill service cylinder / breathing apparatus - 2No.
 Protective Clothing - Rubber & P.V.C. clothing 6 numbers.
 First Aid Facility - Emergency Oxygen Kit 5 No. First Aid Box complete for artificial respiration to neutralize Inhaled
chlorine effect - 4 No. First Aid printed chart, which shall be
mounted on a glass framed wooden board in chlorine room.
 Weighing Machine - The weighing machine of Avery make of at least two tonnes capacity shall
be provided to record the weight of cylinder.
 Emergency safety showers & eye wash- the contractor shall provide two safety showers and eye
bath units. These units shall be installed at location approved by Engineer-in-charge.
11.17
UNLOADING ARRANGEMENT: An arrangement with chain pulley block of 2 tonnes capacity at a height of minimum 5.00 m.
supported on M.S. beam section. It shall be provided at the entrance of chlorine storage room to
unload the toners from truck to inside the storage room.
11.18
CLEAR WATER RESERVOIR :The clear water from the module chamber shall be conveyed to the clear water reservoir through
channel designed for a velocity of 0.9 to 1.8 m/sec. The channel should be of R.C.C. M-30 grade
and covered with the R.C.C. cover. The levels shall be so fixed that the sump receives free flow of
water from the channel. The tank shall be designed for a capacity of 220 cum. A minimum free
board of 0.5 m should be provided below the roof beam. The floor of sump shall be designed in
such a way that it shall have a slope of 1:50 towards the inlet end & toward scour end. It should be
constructed in R.C.C. with a minimum grade M-30 concrete. It shall be designed structurally
against uplift. The sump should be covered at top with R.C.C. slab. The top slab shall have 2
numbers manhole chamber of size 0.9 x 0.6 m. Each fixed with S.F.R.C. cover and C.I. frame
painted with primer & anticorrosive paint and locking arrangements. Minimum 10 numbers 100
mm. dia C.I. ventilators painted with primer and anticorrosive paint with C.I. cowels on the roof
shall be provided. The top of roof shall be sloped out ward in 1:50 to drain out rain water easily.
Aluminum ladders 0.6 m wide in one-man hole in 1:50 shall be provided by contractor. Overflow
pipes designed to maintain level shall be provided in each compartment. The scour pipe shall be laid
from bottom of clear water sump to waste water pipe at junction chamber. All the pipes shall be of
300 m. dia or more & fitted with sluice valve as per I.S. standard and wherever necessary provided
with inspection chambers.
Locally mounted dial type float operated level indicator, indicate the water level shall be provided
along with electronic digital level indication in control room.
T-Section/Tender/Bemetara GWPSS
-
61 -
BLOCK – BEMETERA
DISST= BEMETERA
11.19
CLEAR WATER PUMP HOUSE :It shall have sufficient space to accommodate 2 numbers of pumps. There shall be one pump house
of tentative size 5 x 6 m and the minimum height shall be 5.0 m & size of control panel room shall
of 3 x 3 m and height 3.5 m from floor level of panel boards to bottom of roof beam. The elevation
of building should be such as to give an architectural view. It shall have one additional store room
of 10.0 sqm, one office room of min. 10.0 sqm and attached toilet block The minimum space
between the two pumps shall be 1.00 m and the distance of pump from the sidewall should also be
minimum 1.00 m. The distance of pumps from rear wall shall be decided to accommodate the
suction pipe, NRV, sluice valve etc. to each pump individually. The level of pump floor may be
depressed as compared to the general floor level in pump house to avoid the negative head or
negative suction. The ducts for laying of electric cable from sub station shall be provided. It shall
be of M-30 grade R.C.C., covered with 8 mm thick chequered M.S. Plate and will have minimum
size 0.5 x 0.5 m. The capacity of the gantry crane to be provided under this contract shall be min.
2.0 tonnes electrically operated, mounted on the rails or girders to move the equipments within the
pump house area, at the time of maintenance. The floor of pump house and all other units shall be
C.C.flooring with industrial specification. The main gates shall be rolling shutters of size, adequate
for the entry of a truck to load the equipments. The doors of Office room shall be of alluminium as
per I.S. specification including all fixtures etc. complete. The windows in pump house shall have an
area of about 20% of total floor area provided in each panel (except where doors are provided).
The window shall be of alluminium as per ISS with 5 mm thick glass, tower bolts and all other
necessary arrangements as per I.S. specification. Minimum 2 numbers of exhaust fan 300 mm. dia
shall be provided. The exhaust fan may be G.EC./Khaitan /Cromption /Usha make. There shall be
sufficient nos. of 1200 mm sweep ceiling fans of Khaitan /Cromption /Usha / Bajaj make in all
rooms. Ramps shall be provided to connect the Ground level to the floor of pump house in main
gates only and in other doors and in depressed floor of pump house wherever necessary steps shall
be provided. The minimum plinth height of pump house shall be min 0.60 m. above road level. It
shall provide easy loading and unloading of pumps / motors from trucks by gantry.
11.20
LABORATORY BLOCK OFFICE AND CONTROL ROOM:The laboratory block may be isolated or connected with the other units. The tentative size of
laboratory block shall be 30 sqm. It shall have one A.C. Room as Control Room, Office Room,
chemical room or laboratory room for testing and attached toilet block. It shall have the same
specifications as the pump house. The door of laboratory room & A.C. room shall be of Aluminium
of size 1.20 x 2.10 M self closing type fixed with 4mm thick glass and over with rolling shutter
shall be provided (only in the laboratory room). The A.C. room shall have thermo Cole ceiling with
steel beading and vitrified tiles flooring. The A.C. shall also be provided by contractor. The capacity
of A.C. shall be decided by contractor and shall be of Voltas/ LG / Carrier Aircon make. All around
the laboratory room a platform of 1.00 m wide shall be provided to put up the instruments and in
two corners of wall washbasin as per I.S. Specification fitted with water supply shall be provided. It
shall have two numbers of exhaust fans of 300mm dia. Cromption / G.E.C. / Bajaj / Khaitan make.
Below the platform the Almirahs for storing the chemicals fitted with wooden frames with door
shall be provided. If the laboratory block is provided isolated to the module chamber in other
building, then a water sampling table, for visual examination and collection of raw, settled, filtered
and chlorinated water shall be provided in laboratory room. The testing platform and stands shall be
cladded with acid resistance tiles. The following instruments shall be provided as per I.S.
Specification for laboratory by contractor, which shall be electronic digital display type. The
flooring shall be of vitrified tiles. One sampling table of 2 m. x 1 m. of marble top shall be provided
for sample testing.
T-Section/Tender/Bemetara GWPSS
-
62 -
BLOCK – BEMETERA
DISST= BEMETERA
LIST OF INSTRUMENTS REQUIRED FOR CHEMICAL ANALYSIS
S.NO
1
LIST OF
INSTRUMENT
Turbidity meter
2
Turbidity meter
Portable
3
pH meter
4
Conductivity meter
5
Spectophotometer
6
Thermoreactor
7
B.O.D Rack
8
Electronic balance
9
Water-bath
10
Hot Air Oven
11
Muffle furnace
12
13
Refrigerator
Chlorine test kit
14
15
16
Distilled water plant
Magnetic Stirrer
Jar Test Apparatus
(6 Jars-each of one
litre)
Autoclave
Wire Gasket
Quebake Colony
Counter
17
18
19
T-Section/Tender/Bemetara GWPSS
-
DESCRIPTION
Neophelometric
Measuring range 0-10000. Accuracy 0.01 NTU per 100
NTU, Automatic calibration with R.S.232 interface
Neophelometric
Measuring range 0-10000. Accuracy 0.01 NTU per 100
NTU, Automatic calibration
Measuring range 2-14 Accuracy
0.005 pH with display
for pH and temperature. Automatic temperature
compensation multiple calibration system for battery or
main operated.
High performance lab conductivity meter with graphics
display and digital recorder function
Wavelength range 325-1100
Wavelength accuracy 2nm
Main function Abs, %, T,C and C factor choose from a
selection of holders for rectangular and cylindrical cells up
to 50 mm with cuvette 10-50 mm vials 25 numbers
Power consumption 280Watt
Heating up time 100 degree centigrade in 5 minutes 12
sample position of 16 mm reactor temperature 100,120, 140
degree, 230 volt power supply with automatic cut off timer
With 6 measuring place oxitop and 6 stirring system
including 6 bottles, 6 rubber cells, 6 stirring bars and other
accessories, operation at 230 volt
Basic analytical balance capacity 200 gm, readability 0.1
mg with automatic calibration function and RS 232interface
With fume hood 8 opening of 110 mm temperature range 5
degree above ambient to boiling point with thermostat and
over temperature cut off device
Inner chamber 300 X300X300 mm L.C.D display,
temperature range 5 degree above ambient
Temperature range up to 1200 degree centigrade with
temperature indicator and controller
Capacity 310 litre double wall
Range
0.1-0.2-0.3-0.4-0.6-0.8-1.0-1.5-2.0
350determination
Electricity operated min. 5 Litre/hour capacity
Standard size
Electricity operated, 0-100 RPM Jar capacity
QUANTITY
in Nos.
01
01
01
01
01
01
01
01
02
01
01
01
10
for
01
01
01
Vertical type for 100 samples
Standard make
Standard size
01
01
01
63 -
BLOCK – BEMETERA
DISST= BEMETERA
REQUIREMENT OF CHEMICALS FOR WATER TESTING LABORATORY
S.No.
Name of Chemicals
Required quantity
1
Phenolphthalein Indicator
100 ml
2
Sulphuric acid N/50
2.5 Lit.
3
Potassium Chromate 5%
500 gms
4
Silver nitrate
100 gms.
5
Eriochrome black T
200 gms.
6
E D T A N/50
500 gms
7
Other essential chemicals as required
L.S.
REQUIREMENT OF CHEMICAL FOR BACTERIOLOGICAL TEST
S.No.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
Name of Chemicals
Mac Conkey Broth ( D S)
Mac Conkey Broth (S S)
Peptone
Lactose
Sod Chloride
Bile Salt
Neutral Red
Brilliant green bile lactose Broth (BGIB)
Tryptohe broth
Sprit
Aluminium Foil
Suction pump
Suction Flask
Glass Fibre
Agar-Agar
Required quantity
2 Kg.
2 Kg.
2 Kg.
2 Kg.
2 Kg.
1.0 Kg.
1000 Gms.
4 Kg.
4 Kg.
10 Lit.
2 Kg
1 no.
1 no.
1 kg
1 Packet
Note - The quantities of chemical are shown tentatively, which are required to commence the laboratory for
routine testing of water. The contractor has to access and arrange the additional quantities, if required for
Operation & Maintenance of the Treatment Plant, for 1 year which no extra payment shall be paid.
T-Section/Tender/Bemetara GWPSS
-
64 -
BLOCK – BEMETERA
DISST= BEMETERA
REQUIREMENT OF GLASSWARE FOR WATER TESTING LABORATORY
S.No.
1
2
3
4
5
6
7
8
9
10
11
Name of Glass ware
Graduated pipette of capacity 1 ml.
- do 2 ml.
- do 10 ml.
Ordinary pipette of capacity 10 ml.
- do 25 ml.
Graduated Measuring Cylinder Capacity 10 ml.
- do 50 ml.
- do 250 ml.
- do 1000 ml.
Reagent Bottles of Capacity 250 ml.
- do 500 ml.
Nesters tube of capacity 50 ml.
- do 100 ml.
Conical flask of capacity 100 ml.
- do 250 ml.
- do 500 ml.
- do 1000 ml.
Beakers of capacity 100ml.
- do 250ml.
- do 500ml.
- do 1000ml.
Test tube with rim of size 25 x 250
- do 15 x 150
B O D Bottle 300 ml.
Funnel 4
Filter paper (what mans) No.1
- do - No. 40
- do - No. 5.00
Desiccators
Required quantity
12 No.
12 No.
12 No.
12 No.
12 No.
5 No.
5 No.
5 No.
5 No.
20 No.
20 No.
10 No.
10 No.
6 No.
6 No.
6 No.
6 No.
6 No.
6 No.
6 No.
6 No.
200 No.
200 No.
24 No.
18 No.
4 Pkt.
4 Pkt.
4 Pkt.
2 No.
REQUIREMENT OF ACCESSORIES & MATERIAL FOR LABORATORY
S.No.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
Name of Glass ware
Water Sampler (Steel) of capacity 2 Lit.
- do - 5 Lit.
Gas Cylinder
Burners (Bunsen Marks) ½ Pipe with tuner tone
Wire basket 5 x 5 x 5
Burette Clamps (Nickel plated)
Tongs stainless steel 13
Spatula steel 8
Test tube stand (Iron)
Rubber cork various sizes
ICE Box (ThermoCole)
Iron Box with clamp
Blotting paper
Wire gage 6 x 6
Stop Watch
Nesselers tube stand
Sample Box
Brown Paper
Pipette Stand
Non-absorbent cotton
Test tube brush (Nylon)
Burette brush
T-Section/Tender/Bemetara GWPSS
-
Required quantity
2 No.
2 No.
2 No.
4 No.
2 No.
6 No.
4 No.
10 No.
18 No.
50 No.
4 No.
10 No.
10 Sheets
6 No.
2 No.
6 No.
4 No.
5 Sheets
4 No.
1 Kg.
12 No.
12 No.
65 -
BLOCK – BEMETERA
DISST= BEMETERA
11.21
WASTE WATER LINE: A minimum 600 mm dia R.C.C. NP2 pipe of min. length 125.00 m shall be laid from waste water
sump/chamber upto natural drain according to the levels. The brick masonry chamber fitted with
manhole covers shall be provided at maximum distance 30 m apart and at each turning and
wherever necessary. The brick masonry shall be in C.M. 1:4 and plastered with C.M. 1:3. The
manhole cover should have minimum dia 60.0 cm and shall be of S.F.R.C. The catch rungs shall
be provided in staggered manner to go down in chamber for cleaning the bottom of manhole.
Bottom shall be laid in M-20 concrete and above it benching shall be done in concrete of M-30
grade.
11.22
TELEPHONE SYSTEM :A telephone intercom system shall be provided. The system shall originate in the administration
building and shall be controlled by an operator. Telephone instruments shall be installed in the
offices in the chemical building, the laboratory, the filter monitoring room and the main offices of
the administrative building, at main entrance. Digital EPABX system shall be of 1:8 exchange
capacity, of BPL make. The connection of an outside telephone line to the system will be provided
by the department.
11.23
INSTRUMENTATION:Instrumentation shall be provided by the Contractor which is necessary adequate control and
monitoring of the Plant.
The various items of plant shall typically be controlled as follows :INLET WORKS AND CLARIFIERS PLANT MOTOR CONTROL CENTRE/SWITCHBOARD.
The panel shall be floor standing and arranged for bottom entry. Control Panel shall be the flat
bottomed, rectangular, clarifiers control, panel, and shall provide power, control, and monitoring
facilities for the following typical items of plant:

Works main inlet control valve actuators.

Works main inlet flash mixer

Alum coagulation mixers.

Clarifier house building services distribution board feeder.

Instrumentation as specified below.

Actuated valves and penstocks associated with the above plant.

Miscellaneous items necessary for the correct functioning of the above plant.

Internal distribution boards for 400/240 V ac, and 24 V dc services.

Spare fuse switches (for future equipment).

Raw water sampling equipment associated with water quality monitoring.
Instrumentation for this area of the Works shall typically include the following:



Works inlet open flume flow meter located down stream of the inlet works.
Raw water turbidity monitor.
All pressure, flow level sensors/switches, and any other instruments necessary for the correct
operation, maintenance, and protection of the Plant.
CONTROL
The various items of Plant shall typically be controlled as follows:
(i)
WORKS MAIN INLET CONTROL VALVES
With manual mode selected at Control Panel, control shall be either local via push buttons
at the actuator, or remote via pushbuttons, depending on the position of the selector switch
at the actuator.
With automatic mode selected, control of valve position shall be from the SCADA
computer via the PLC network.
(ii)
CLARIFIER SLUDGE DRAW-OFF
Under automatic control, sludge draw-off shall be controlled by either the activation of the
de-sludging cones controlled via load cells or on a timer basis.
T-Section/Tender/Bemetara GWPSS
-
66 -
BLOCK – BEMETERA
(iii)
DISST= BEMETERA
Under manual mode the actuator shall be controlled by push buttons.
Sludge from the clarifiers shall gravitate to the wastewater recovery tank.
FILTRATION PLANT - MOTOR CONTROL CENTER/SWITCHBOARD :
GENERAL
The Control Panel shall be floor-standing with front access, and arranged for bottom cable entry.
the rapid gravity filtration system panel shall provide power, control and monitoring facilities for the
following items of plant:
(i) rapid gravity filters:
(ii) Actuated valves associated with the above plant;
(iii) Internal distribution boards for 240 V c and 24 V dc services;
(iv) Spare fuses switches (for future equipment);
(v) Filter air scour blowers;
(vi) Filter Wash water Pumps;
(vii) Sump pumps;
(viii) Service water pumps;
(ix) Chlorination booster water pumps;
(x) Miscellaneous items necessary for the correct functioning of the above plant;
(xi) Instrumentation as specified below.
Control Panels shall be filter local control panels. These panels shall provide power, control and
monitoring facilities for the instrumentation specified below and control and monitoring facilities
for the actuated values associated with the air scour blowers and filters. The local filter panels shall
be located such that operators may observe the filters surfaces when operating the filter Control
Panels.
INSTRUMENTATION
Instrumentation for this area of the works shall consist of:
(i)
Loss of head measurement across each filter:
(ii)
Turbidity meters. Each meter shall be arranged to monitor the turbidity of the outlet water
sampled automatically and sequentially from each of its filters. Failure of either meter
shall initiate the remaining meter to sequentially monitor the turbidity of the outlet water
samples from all filters.
(iii)
Electro magnetic flow meter in the backwash water main;
(iv)
Air scour flow rate measurement;
(v)
Ultrasonic level transducer/instrument for detecting level within each filter inlet channel:
(vi)
Ultrasonic level detector for use in association with outlet channel flume for measurement
of total process water flow:
(vii)
all pressure, flow, level, switches and any other instruments necessary for the correct
operation, maintenance and protection of the plant;
(viii)
set of conductivity probes/transducers for detecting high level within each filter.
CONTROL
(i)
FORWARD FLOW
The Contractor shall provide an automatic control system appropriate to the plant
supplied and in order to achieve the stated design criteria. The performance of each filter
in terms of the flow, loss of head, and outlet turbidity shall be displayed at the relevant
local control panel.
(ii)
BACKWASHING
The backwash sequence program shall reside in each filter local control panel PLCs. This
program shall control valve positions, backwash pump and air scour blower starting and
stopping. All timers, levels etc shall be operator configurable.
The sequence program shall be designed by the Contractor appropriate to the plant
supplied. The backwash initiation program shall reside in the PLC. This program shall
initiate the backwash sequence program under the following stated conditions.
T-Section/Tender/Bemetara GWPSS
-
67 -
BLOCK – BEMETERA
DISST= BEMETERA
At each filter local control panel there shall be a switch for selecting out of services,
manual, local auto or remote auto control. When out of service is selected, the inlet valve
shall close and filter shall drain down. The outlet valve shall then close.
When manual control is selected, this position of each valve and the starting and stopping
of the backwash pump and air scour blower shall be controlled by pushbuttons also at the
local control panel.
When local auto is selected, a pushbutton at the local control panel shall initiate a
complete backwash sequence program.
When remote auto is selected, the backwash sequence program shall be initiated for each
filter. All of these shall be operator configurable.
When any set-point is reached, provided it is active at the time (i.e. not disabled by the
operator), the backwash sequence program shall be signaled to commence.
All pushbuttons shall be inoperative when either of the auto positions are selected.
A queuing system shall ensure that only one filter is in the backwash sequence at any one
time.
Manual backwashing shall be inhibited if another filter is being automatically
backwashed.
Remote Auto backwashing shall be inhibited and the filter placed in the queue if:
(a) There is insufficient backwash water
or
(b) There is insufficient capacity in the wastewater recovery tank.
Local Auto backwashing shall also be inhibited if either of the above conditions
apply. However, when a backwash is requested in this mode of control, the filter shall be
transferred to the front of the queue.
The Control Panel shall provide the following filter monitoring facilities :

Status, i.e. in-service, out of services, backwashing or backwash sequence failed for
each filter;

Number of backwashes totaliser

Position of each filter in queue

Air scour rate and backwash flow indicators

Backwash tank level indicator.

The filter local control panel shall provide the following monitoring facilities:

Open and closed indication of each valve;

Turbidity and loss of head indicators.

Wastewater Recovery Plant-Motor Control Switchboard/Switchboard
The electrical control panel associated with this area of the works shall be the wash
water recovery control panel and shall be floor standing with front access and arranged for top or
bottom cable entry as appropriate. This panel shall provide power, control and monitoring facilities
for the following items of Plant:

Wastewater recovery tank supernatant pumps;

Wastewater recovery tank de-sludging pumps;

Sumps pumps

Miscellaneous items necessary for the correct functioning of the above plant;

Instrumentation as specified in subsequent clauses.
INSTRUMENTATION
Instrumentation for this area of the works shall consist of:

Wastewater recovery tanks level measurement - the signal converters associated with
these ultrasonic instruments shall be installed within enclosures and mounted on the
walkways above the tanks. The enclosures shall be of GRP construction and shall
have a window to allow viewing of the instrument display.
T-Section/Tender/Bemetara GWPSS
-
68 -
BLOCK – BEMETERA
DISST= BEMETERA

All pressure, level, and flow switches etc required for the correct operation, maintenance and protection of the plant.
CONTROL
(a)
SUPERNATANT PUMPS
Under automatic control, the duty and assist supernatant transfer pumps shall be started and
stopped manually.
(b)
WASTE WATER RECOVERY TANKS
There shall be two stages associated with the operation of the recovery tanks; i.e.;
Stage 1
Tank filling
Stage 2 a,b
Tank settling, tank emptying.
The tank compartments shall alternate between stages in steps.
The change in step number shall occur whenever Stage 1 is complete, i.e. the tank is
full as measured by the ultrasonic level detection system. The design shall be such that Stage
1 is complete before Stage 2.
Stage 2b shall be a time delay (initially 6 hours) before emptying commences.
Stage 2b, tank emptying, shall be achieved by opening the supernatant draw-off valves and
simultaneously starting the duty supernatant pump. The level in the tank will then fall until a
present point is reached. The supernatant pump shall then stop and the draw off valves shall
be closed manually. After a short time delay, the de-sludging pumps shall start and continue
to run until the level in the tank has fallen to a second preset point. The pumps shall then stop,
Stage 2 shall be deemed to be complete.
ALUM HANDLING ELECTRICAL CONTROL PANEL
GENERAL
The control panels associated with this area shall be floor-standing with front access and arranged for
bottom cable entry.
These Control Panels shall be the chemical handling (alum) control panel and shall provide power,
control and monitoring facilities for the following items of plant:
 Alum dosing pumps;
 Carrier water pump sets;
 Actuated valves and solenoid valves associated with the above plant:
 Alum make up tank mixer (air blowers);
 Sump pumps
 Instrumentation as specified in subsequent clauses;
 415/240 V ac and 24 V dc internal distribution boards;
 Spare fuse switches:
 Outgoing way to feed a future phase II alum dosing panel.
INSTRUMENTATION
Instrumentation for this area of the works shall consist of the following;
 Alum make up level control:
 Alum flow ;
 Flow measurement;
 All pressure, level and flow switches etc, required for the correct operation
ance and protection of the plant.
mainten
CONTROL
Liquid alum dosing shall be based in automatic mode on a flow proportional rate and in manual mode
via dosing pump start/stop pushbuttons and stroke setting.
GASEOUS CHLORINATION PLANT MOTOR CONTROL SWITCH BOARD/SWITCH BOARD
GENERAL
The control panel associated with this, shall be floor standing with front access, and arranged for
bottom cable entry.
The Control Panels shall be the gaseous chlorination plant control panel and shall provide power,
control and monitoring facilities for the following items.
 Chlorine evaporators;
 Chlorine carrier water pumps;
T-Section/Tender/Bemetara GWPSS
-
69 -
BLOCK – BEMETERA
DISST= BEMETERA










Chlorinators
Injectors
Chlorination and cylinder room ventilation fans;
Electrolytic chlorination system local control/indication/alarm panels
Instrumentation as specified below;
Actuated valves and solenoid valves associated with the above plant;
Miscellaneous items necessary for the correct functioning of the above plant;
Internal distribution boards for 240 V ac and 24 V dc services (3 Nr);
Spare fuse switches
Chlorine cylinder changeover panel.
These Control Panels shall be local chlorination system wall mounted control panels for local
control of the chlorinators, injectors, chlorine booster pump units and associated plant.
INSTRUMENTATION
Instrumentation for this are of the Works shall consist of the following:
 Chlorine detector cells;
 Chlorine residual recorder;
 Flow measurement;
 All pressure, flow, level and temperature switches as detailed within the standard and
schedules section of this Specification for disinfections plant, and as required for the correct operation, maintenance, and protection of the plant.
11.24
PROCESS CONTROL:
The automatic process control of the plant shall typically be based on the use of a number of
programmable logic controllers (PLCs).
The supervisory monitoring of the entire treatment plant shall be implemented by a SCADA
system. The details of SCADA system and specifications are discussed in Chapter 1.12 of
Annexure-E.
11.25
RAILING:Wherever required, railing shall be provided and it shall be as per the specifications, given in
Chapter 1 of Annexure –E and as approved by Engineer-in-Charge. The vertical posts
shall be of 125 mm dia RCC posts 1.2 m c/c with four nos. TMT bars of 8 mm dia welded with
the main reinforcement or 40 mm dia ISI mark G.I. pipes of heavy duty. The height of
railing shall be 1.0 m.
11.26
LADDER :Wherever specification of ladder is not mentioned it shall be 0.75 m. wide of ISA 60 x 60 x 6 mm.
angle iron fixed with flats 40 x 6mm. in inclined direction and fixed at top and bottom by proper
anchorage in C.C. M-20. The foot steps shall be of twin bars of 16 mm dia. It shall be painted with
primer and anticorrosive paint approved by Engineer-in-Charge.
11.27
PROTECTION OF IRON WORKS
All the iron work shall be primed and painted as approved by engineer-in-Charge.
11.28
WASHING & PAINTING
The water retaining structures like inlet chamber channel, mixer, flocculator, filters clear water
sump etc. shall be painted with three coats cement out side and inside both and total building
works shall be painted inside with three coats synthetic washable distemper and outside by
finishing with water proofing cement paints.
11.29
PIPES AND SPECIALS:
In the filter, laterals shall be UPVC pipes class IV (10 kg/cm2) conf0rming to IS 4985:2000 and
manifold may be R.C.C. The C.I. Pipe wherever provided shall be confirming to IS 1536-1976 &
IS 1537-1976. All the sluice valves shall be ISI mark confirming to IS 14846-2000. C.I. fitting
shall be confirming to IS 1538-1976. G.I. pipes medium class for Internal water supply shall be
confirming to 1239 Part - I 1979
T-Section/Tender/Bemetara GWPSS
-
70 -
BLOCK – BEMETERA
11.30
DISST= BEMETERA
EMERGENCY LIGHTING:
Emergency luminaries shall be provided in all areas and so arranged to provide sufficient
illumination to allow safe evacuation from all buildings under power failure conditions.
Emergency luminaries shall be of the type utilizing fluorescent lamps and provided with selfcontained rechargeable batteries of the sealed type to give a three-hour illumination period with the
batteries fully charged. A visual indication that the charger is operational shall be provided.
Where considered appropriate the emergency luminary can be incorporated as part of the normal
luminaries where they utilize the main lamp at a reduced output for three hours.
Emergency luminaries shall be so arranged that they are illuminated by the failure of the local lighting
current. Key switches shall be provided as required to facilitate testing of the emergency luminaries.
As minimum emergency luminaries shall be positioned, at or near (within 2 metres) the following
points:

Each exit door

Near each staircase so each flight receives direct light

Near changes of direction

Near fire fighting equipment

At each change of floor

Near each intersection

Outside each final exit and close to it.
12.00
MOTOR CONTROL CENTER/DISTRIBUTION BOARDS :There shall be fixed execution design in sheet metal housing and shall be suitable for power and
light requirement and equipments under the contract. A distribution board with M.C.B. shall be
located in chemical house to provide power to alum and lime mixing agitator. Power supply to this
distribution board shall be from main M.C.C. in pump house. This M.C.C. in form of L.T.A.C.B.
shall be provided and fixed by the contractor in pump house. The cooling etc. shall also be done by
contractor.
The weather proof distribution board to energize flash mixer, clarifloculator shall be located at
suitable point.
For external and internal illumination in the module chamber room, a separated D.B. shall be
mounted in this room. This D.B. shall consist of control for wash water pump air compressor and
lighting etc.
For external and internal lighting of chlorinle room and storage room a separate D.B. shall be
mounted. This will connect with L.T.A.C.B.
-
A separate D.B. shall be mounted to control the external and internal lighting of pump house.
A.D.B. for control of street light shall also be mounted in the pump house.
12.1
STARTER / PUSH BUTTON:For motors up to 15 H.P. D.O.L. push button starters shall be used. Motors above 15 H.P. shall
have air break manually / electrically operated star delta starters.
13.0
OPERATING INSTRUCTIONS
 Operating instructions shall be presented in two versions. The first version shall be suitable
for use by plant attendants and operators and the second version shall be suitable for use by
plant superintendents, supervisors and engineers. The instruction manual shall form the basis
for training departments personnel.
 The instructions written for use by the plant attendants and operators shall contain the
following:
T-Section/Tender/Bemetara GWPSS
-
71 -
BLOCK – BEMETERA
13.1
DISST= BEMETERA
GENERAL INSTRUCTIONS
(i) Process description for the clarifier and filter plant and each chemical plant including a
description of service water system and water quality control system with reference to flow
and line diagrams;
(ii) list of plant alarms, giving possible cause for alarm initiation, and sequence of remedial
actions to be taken.
(iii) Procedures for setting up chemical dose rates on dosing equipment, methods for calculating
dose rates & pump stroke settings from specified doses giving worked examples with cross
reference to pump calibration curves, where applicable.
(iv) Calibration of metering and dosing equipment.
(v) Step by step account of plant start-up and shut-down procedure.
(vi) Instructions for normal plant operations with particular reference to plain sedimentation tank
and clarifier de-sludging, filter backwashing and receiving chemical deliveries.
(vii) Instructions on monitoring of plant performance and sample log sheets for each plant item, to
be filled by Operators on a routine basis.
(viii) Safety precautions to be taken in the handling of hazardous chemicals, action to be taken on
chlorine liquid or gas leaks and chemical spillages, including first aid instructions.
(ix) Basic maintenance procedures such as flushing of pumps cleaning of tanks after use and
washing down of spillages.
(x) Dos and dont in plant operations, operators attention shall be drawn to all operations
considered to be dangerous to operators or likely to cause damage to the plant.
(xi) A3 size copies of all drawings referred to in the operating instructions.
The instructions shall be simple in language wherever possible, instructions shall be presented
in a tabulated form, easy to understand.
13.2
SPECIFIC INSTRUCTIONS
The instructions written for use by the Superintendent, Supervisors and Engineers shall
contain the following:
(i) A detailed process description for the flash mixer, plain settling tanks, clarifier plant, the filter
plant, each chemical plant and ancillary plant which shall include but not be limited to:
(A)
Specific requirements for the stabilized operation of flash mixer, plain settling
tanks clarifiers;
(B)
Setting of the de-sludging system in clarifiers;
(C)
Setting of optimum filter operating differential and corresponding flow limiting valve
adjustments;
(D)
Optimisation and adjustment of filter washing cycle;
(E)
Setting range of filter flow decline rate;
(F)
Filter backwashing;
(G)
Handling and storage of chemicals
(H)
Transfer of chemicals;
(I)
Preparation of solutions;
(J)
Dosing of chemicals (chlorine and alum)
Descriptions shall be supported by detailed process and Instrumentation Drawings:
(ii) A detailed description of mechanical plant items which shall include:
(A)
Duty of equipment;
(B)
Function of equipment;
(C)
Manufacturer and type reference.
(iii) A detailed description of all instrumentation which shall include :
(A)
Instruments provided:
(B)
Operating principles for all monitoring indication and control equipment;
(C)
Function of instruments;
(D)
Location of instruments and indicators:
(E)
Manufacturer and type reference.
(iv)
Descriptions shall be supported by detailed process and Instrumentation Drawings.
A detailed description of all control systems, which shall include:
T-Section/Tender/Bemetara GWPSS
-
72 -
BLOCK – BEMETERA
DISST= BEMETERA
(A)
(B)
(C)
method of control from start-up to shut-down on manual, auto and remote control;
list of alarms, method of initiation and remedial action to be taken;
plant trips and interlocks.
(v) A detailed description of the electrical plant, which shall include:
(A)
description of switchboards
manufacture, type,
general list of circuits including currents and power ratings.
(B)
Circuits
equipment list for each circuit.
circuit heading
list of components including manufacturers type references
sub-paragraphs for each circuit giving description of control and alarm
features with cross reference to plant control description.
schematic diagrams with cross reference to main circuit.
(vi) A detailed description of plant start up and shut down procedures, which shall include:
(A)
All pre-operational checks and tests on the mechanical and electrical plant.
(B)
An account of plant start-up and shutdown listing valve-by-valve operating
procedure.
The description shall be supported by Process and Instrumentation Drawings.
(vii) A detailed description of day to day plant operation procedures which shall include
instructions for :
(A)
Clarifier de-sludging;
(B)
Filter backwashing and recycling the settled supernatant water back in to the system;
(C)
Manual changeover of plant items;
(D)
Regular inspection of plant items;
(E)
Monitoring of plant performance and sample log sheets for each plant, to be filled by
operators.
13.3
GUARANTEE FOR THE EQUIPMENTS
All the mechanical equipment and appurtenances supplied and erected by the tenderer shall be
covered by a guarantee for satisfactory working for a minimum period of 12 months from the date
of satisfactory commissioning of the plant. Any defective parts detected during this guarantee
period shall be replaced by the tenderer at his own cost, such replacement being arranged by the
tenderer as expeditiously as may be directed by the Executive Engineer
13.4
TESTING AND INSPECTION :
All pipes and other castings subjected to pressures, shall be hydraulically tested to 2 times the
designed pressures as directed by the Executive Engineer.
The entire work during manufacturing and erection, shall be subjected to inspections by the
departmental staff (i.e. Executive Engineer or his nominees) for which adequate facilities, shall be
extended by the tenderer at his cost.
All water containing structures shall be designed and tested inconformity with I.S. 3370 (Latest
revision) for the water tightness and it will be responsibility of the contractor to make it water tight.
The responsibility of structural stability shall also rest solely with the contractor.
13.5
COMPLETION PLAN :
The tenderer shall furnish on completion of the work and handing over the same to the Department,
three sets of white print plans mounted on cloth, showing the working detail of the several
components, units of the plant and equipments, including civil works (i.e. building etc.) installed
and erected, together with a descriptive specification for the daily working, operation and
maintenance and also a list of spares along with the plant. The original cloth tracings of the above
completion plants, shall also be handled over to the Department for record. A section of filter
media together with its density, sizes, depth and specifications, shall be enclosed in triplicate duly
attested.
T-Section/Tender/Bemetara GWPSS
-
73 -
BLOCK – BEMETERA
13.6
DISST= BEMETERA
GUARANTEES OF CLARIFIED WATER AND FINAL TREATED WATER:
All works for the processing and treatment of raw water shall be designed for a capacity of 100 mld
(considering 22 hours pumping only) and for a maximum water flow (MWF) of 100 mld. The
performance tests on the treatment works shall be carried out at the flow of 100 mld of treated
water.
Clarified water quality shall meet the following standards:
Turbidity
Not more than 10 NTU
Suspended solids
Not more than 5.0 mg/lit
Residual Aluminum
Not more than 0.5 mg/lit
Treated water quality after filtration and chlorination shall meet the standards as prescribed in the
Manual on Water Supply and Treatment, published by CPHEEO, New Delhi.
CONNECTIVITY BETWEEN VARIOUS COMPONENTS :All the component of the water treatment plant must be interconnected by 1.2 mt. wide walkway
(with railing on bothe side) of R.C.C. M 25 grade of concrete over column supported structure or of
8 mm thick M.S. plate & railing (wherever feasibly) as per specifications shall be provided between
cascade aerators to flash mixer, flash mixer to clariflocculators, clariflocculators to filters , filters to
clear water channel (chequered plate stairs), clear water channel to sump well and sump well to
pump house.
FRONT ELEVATION :
The treatment plant should be so oriented and designed to give very good architectural view and
appearance. The front elevation shall be architectural to the satisfaction of the department and the
department reserves the right to make additions and alteration in the front elevation on contractors
cost. Contractor should also submit the approved model of the proposed work in photographs & in
computer graphics also. The contractor shall also quote separately for beautification of the plant
area including garden & lawns. The structure should represent a pleasing appearance with aesthetic
features forming a balance between function and form. The interiors of the structure shall be eye
appealing and in keeping with the objectives of the plant, viz. production of pure and whole some
water.
SPECIFICATION FOR CIVIL WORKS :
The General Specifications for work have been given in the enclosed Annexure E. However,
following order of priority regarding specification for the work shall be followed by the contractor.
Manual on water supply and treatment issued by CPHEEO, Ministry of Urban Devlopement, New
Delhi.
Specification for R.C.C. works and other civil works shall be governed by relevant I.S.
specifications, including relevant I.S. Specifications for electrical and Mechanical equipments, with
upto date amendment.
Specification for Civil Engineering work shall be governed by STANDARD SPECIFICATIONS
published by CG. PWD upto date amendment as per adopted relevant I.S. specification.
National Building Code of India (latest edition)
Any other Specifications not covered under the above said standard, shall be fixed by the EngineerIn-Charge by PHED CG.
Nothing in this clause, however, shall curtail the right of the Engineer-In-Charge to alter the
specification for any part of whole of the work, if he considers it necessary in the interest of work.
On all matters where there is difference of opinion between the contractor and the Executive
Engineer, P.H.E.Department BEMETARA(C.G.) the matter will be referred to the Superintending
Engineer, P.H.E. Deptt., Circle Durg whose decision will be final, conclusive and binding on the
contractor as per terms of the contract.
MATERIALS OF CONSTRUCTION :
The materials of construction to be used in the work shall be governed by the provision of Part 5 of
the National Building Code of Government of India and the relevant Indian Standard specification
including amendments and revisions issued up to date of issue of tender notice.
T-Section/Tender/Bemetara GWPSS
-
74 -
BLOCK – BEMETERA
DISST= BEMETERA
WORKMANSHIP :
The work shall be carried out according to the specifications referred to herein after and according
to sound engineering practice. The decision of the Executive Engineer in respect of workmanship
shall be final.
CONCRETE :
Contractor shall submit mix design for M 25 & M 30 grade concrete. All concrete shall be mixed
as per design mixed in concrete mixer and compacted by mechanical vibrators, Slump tests shall
be carried out during concreting and sample test cubes prepared and tested in due curse by the
contractor at his cost. The results of the tests shall confirm with the required standards and if the
Engineer-In-Charge considers that a structural test is necessary the same shall be carried out as
instructed by the Engineer in charge at contractors expenses and if the result of this be
dissatisfactory, the contractor will be bound to take down and reconstruct the particular portion of
work which has given dissatisfactory test results.
All materials used in the Civil work should be of quality approved by the Engineer-in-Charge.
Rejected materials should be removed from the site immediately. All the component of civil work
i/c. electrical & mechanical work should be of such workmanship and quality that they area liable to
perform with maximum efficiency in the normal working condition. Use of non corrodible
materials for conveying chemicals and to resist abrasive action of sand, and use of suitable paints
and coating for under water fittings to prevent contamination the water are expected to be provided
by the contractor.
T E S T S:
(A)
All the material used in construction shall be get tested time to time for all the component of
the plant by the department from reputed agencies like engineering collages, polytechnic
collages etc. The charges for this shall be borne by the contractor.
(B)
All components will have to be tested. The testing shall also furnish guarantee period of
each item offered in the tender. Water retaining structure will have to be tested for water
tightness by the contractor at his own cost and such structures shall be deemed to have passed
the water tightness test if it full fills all the requirements specified in IS 3370 (Part-I) 1965
under Para 10. The stability of structure as a whole against over turning and sliding should be
ensured as per provisions made in relevant I.S. Codes. The defect liability period will be 12
months after completion of work. During this period the contractor will have to make good
the defects if any in all the material/ civil works/ All machinery/pipes/specials/valves etc. at
his own cost of material and labour all complete.
The structure should necessarily have acceptable architectural appearance in this respect, the
opinion of the deptt., The contractor should submit a seprate elevation plan of the structure along
work will be final and binding up on the tenderer.
On completion of civil works and erection of electrical and mechanical equipments, the plant should
be operated for Five year the contractors trained and qualified Engineer who should be completely
familiar with the equipments supplied and should train the departmental staff in operation of the
plant within the period. Detailed operation manual as well as dimensioned drawing of the
equipments shall be supplied by the contractor free of cost. The cost of electrical energy pay of
departmental staff during the period of trial run i.e. Five year of the plant will be borne by the
department.
The electrical work will be governed by general specification of the electrical works in Government
building in CSEB, Electiracal Department /PWD (E/M) with upto date amendment.( M.P.
Published in 1960) and as per relevant I.S. Specifications. However brief specification have been
enclosed in later on.
After completion of the work, the complete drawing of the work showing the details of all pipes,
pipe fittings, C.I. valves and other accessories and detailed operational plan of scheme shall be
supplied by the contractor in six copies free of cost.
T-Section/Tender/Bemetara GWPSS
-
75 -
BLOCK – BEMETERA
DISST= BEMETERA
SUPPLY OF MATERIALS :
All the materials of approved quality conforming to relevant ISS required to the proper completion
work shall be arranged by contractor.
CEMENT :
The Cement will be arranged by the contractor and confirm to the relevant ISS
(A) Ordinary low heat Portland cement confirming to IS 269-1976 (Latest revision) or Portland
slag cement or concrete special cement confirming to relevant ISS
(B) The test certificate shall be provided by contractor.
STEEL FOR REINFORCEMENT :
All the iron and steel required for the work will be procured by the contractor at his own cost. The
Department shall not supply any quantity of steel under any circumstances. Steel for reinforcement
shall be thermo mechanically treated bars conforming to relevant ISS Contractor shall be required
to produce the test certificate of the manufacturers before use of steel for the work. No untested
steel will be allowed to be used under any circumstances. The Department, however, reserves right
to get the steel tested at the cost of contractor.
PIPES SPECIALS AND VALVES :
All the pipes to be used in Treatment Plant should be socket and spigot centrifugally cost spun
D.I.pipe class K-9 conforming to IS 8329-2000 and CI specials should be double flanged
confirming to IS 1538-1976 and C.I. VALVES should be of double flanged Class 1.6 ,ISI Mark
with hand wheel and worm gear arrangement confirming to relevant I.S.S.The valves shall be
IVC/IVI/ kirloskar/VAG.
INSPECTION OF PIPES SPECIALS AND VALVES :
Inspection of the pipes, valves and fittings will be done by DGS&D/SGS/RITES. The departmental
officials may also inspect at factory sites.
SPECIFICATION FOR MECHANICAL WORKS :
Submerged structural parts (Steel) except hot rolled section shall not be less than 6 mm thick.
Firm movers and allied components such as electrical motors, starters, switches, reduction gears,
drive mechanisms, bearings, plumber blicks, etc. shall be standard make.
All rotating machinery, particularly gears shall be designed with adequate safety
service factors.
margins and
Water submerged parts rotating mechanical parts and steel pipe under water shall be adequately
protected after surface treatment. Oil, grease, dirt, soil and all surface contamination from structural
and fabricated steel parts shall be removed by cleaning with solvent vapor alkali emulsion or steam.
Loose rust or weld spatter etc. shall be removed by hand chipping, scraping, sanding, wire brushing
and grinding the bare finished shafting, finished flanges and other mechanical surface protected by
grease or rust protection measures.
Structural Mechanism support and super structures, walk way hand rails with PVC tops fabricated
shaft etc. shall be protected with at least one coat of primer and two coats of paint.
The tender inclusive of operation of the plant for O & M of Two year period by contractors trained
and qualified Engineers who should be completely familiar with the equipments supplied and
erected and they shall train the department staff in operation of the plant within that period.
Detailed operation manual as well as the drawings of equipments should also be submitted.
Performance guarantee must be demonstrated by the test run for period of three months. The
tenderer must furnish the service of competent representatives for this period to instruct the plant
operating personnel in the maintenance and care of flow indicators, piezometers etc. and to conduct
tests.
T-Section/Tender/Bemetara GWPSS
-
76 -
BLOCK – BEMETERA
DISST= BEMETERA
SPECIFICATION FOR ELECTRIC WORKS :
The work shall be carried out strictly in accordance with latest Indian Electricity rules, specially as
per latest specifications of C.G. Electricity Board and relevant I.S. specifications.
The size and type of wiring shall be suitable for A.C. supply at 415(+_5%) volts, 3 Phase,
50 cycles for Power and 220 Volts for lightening.
All phase wire shall be inside concealed single metal conduit and pipe shall be properly earthed.
The earthling arrangement shall be provided as per I.S. specification and Indian Electricity Rules.
Lighting arrestor along with suitable Earthing arrangement as per relevant I.S. specification shall be
provided.
All switches and fittings shall be of superior type as like Bajaj,Philips,Havels directed by the
Engineering-in-Charge.
For the work of wiring for lighting of building shall be carried through concealed conduit pipe as
per the specification of C.G. P.W.D. (Electrical Branch) for this type of work. The tender shall
inclusive of electric connections for power from main board to drive unit and light. (E/M) After
completion of electrical work a certificate of A class contractor registered in of C.G.P.W.D.
(Electrifical wing) Must be furnished.
ELECTRICAL WORK SPECIFICATION :

The contract shall include work of providing and installation of suitable electrical substation with
all necessary protection arrangement at treatment plant & shall also include work of providing, laying and fixing of power cable from electrical substation to main distribution panel. The contractor
shall provide wiring for power and light in open P.V.C. conduct as per specifications of E & M
Wing of C.G. P.W.D
 The contractor shall provided and fix at proper places all around the plant/clear water sump, 12
nos. C.F.L. 30 Watts suitable to work in open during rains. Internal illumination shall be of
minimum 500 watts. However the department shall have right to increase illumination level
by 5% without any extra payment.

Specifications for main distribution board :
The panel board shall be designed for the complete electrical load of treatment works, e.g. for
prime movers of mechanical equipments of flash mixer, chemical solution tank, wash ware
pumps, clear water pump, sampling table etc. and for entire load of internal and external
electrification e.g. light, flood lights, C.F.L. lamps, ceiling fans, cooling fans, coolers,
refrigerator etc.
It shall consist of 4 bus bars of suitable section, designed for capacity considering above electrical
load, ammeters and voltmeters of suitable ranger with rotary selector switches, phase indicator
lamps with switches, OCB or ICTPN switches of adequate capacity with HRC fuse. The panel
board shall be cubical non drawn-out type with panel openings either from front or rear side for
carrying out inspection, operation and maintenance. Suitable ICTPN rewritable fuse units of
adequate capacity shall be provided for lighting load. The panel board shall be housed in clear water
pump house. The panel shall be completed with incoming Triple Pole switch, Volt-meter,
Ammeter, Isolating switch etc.
After completion of wiring & electrical sub-station the contractor shall fill in the necessary form
required by C.G. electricity Board for getting connections and shall handover the same with all
installation, in complete working condition to the satisfaction of the Engineer-in-charge. Obtaining
connection up to the main panel board of WTP from C.G. Electricity Board, shall be arranged by
the PHED department.
The general requirement for lighting fixtures and wiring is given below. The tendered has to work
out details of illuminations and arrangements and submit necessary drawing. for acceptance of
T-Section/Tender/Bemetara GWPSS
-
77 -
BLOCK – BEMETERA
DISST= BEMETERA
Engineer-in-charge. Light fixtures shall be of Phillips/GEC or any other standard makes with
energy efficient to the entire satisfaction of the Engineer-in-charge.
DETAILS OF RECOMMENDED LEVELS OF ILLUMINATIONS
Sr.no
Description
9
10
Clear Water Pump
House
Filter House
Inspections Boxes
Laboratory Building
Administrative
Building
Chemical House
Stores
Around Settling Tank
Around
C.W.
Reservoir
Flood Light
11
Flood Light
1
2
3
4
5
6
7
8
Units (Recommended level of
Illumination)
15 foot candles (Average)
10 to 15 foot candles
20 to 25 foot candles
20 to 25 foot candles
20 to 25 foot candles
15 foot candles
10 foot candles
4 foot candles (Average)
1 foot candles (Average)
500 watt. Each arranged
500 watt. Each arranged as to give the
above
Mentioned intensity of light around settling tank, clear water reservoir etc. and on the external
side of the plant.
The fluorescent tubes in the filter house shall be twin 40 watts. Industrial type nitrous enamel reflectors
complete with original choke, starters etc. manufactured by G.E.C./Phillips or any other standard make. The
florescent tubes shall be hung from the ceiling above the operation gallery to give a uniform lighting.
The tendered shall also include the cost of providing and laying the incoming power box cables from the main
substation to be constructed by the department in the same premises to panel in the clear water pump room
and also the wiring in the VIR in heavy gauge conduit from indoor motors.
All the data above is tintative any may change during the cource of design and execution as per the site
conditions and CPHEEO manual and respective IS.
GENERAL :
Design and Drawing :
The contractor shall have to submit his own design for all works and supply at the time of submitting tender
an outline plan and sections of proposed civil works viz. inlet arrangements measuring device, settling tank,
chemical house and filter house, clear water pump and pump house etc. showing plan elevation and section
and the design assumptions along with the outline of mechanical equipments proposed for these units.
Detailed calculations and drawings shall have to submitted by him for scrutiny within a month from the date
of issue of work order. Detailed design shall include calculations for foundation for R.C.C. work and for
other structures provided in the drawings. The responsibility for the designs, construction structure stability
and water tightness in all water containing structures shall however rest solely with the contractor and he shall
have to make good any damage or loss to the Govt. due to defects in any of the above mentioned or any other
work carried out by him. The contractor shall have to submit 4 sets of completion drawings immediately after
completion of the work.
EXCAVATION :
The depth of excavation will be guided by requirement of stability of foundation, and the hydraulic levels of
the various units. The trial pit section taken at the site along with the contour plan of the proposed site are
attached for guidance but the contractor should himself verify this for design of foundation of structure and
other hydraulic designs. The foundation shall be filled with bed concrete (leveling course) in 1:3:6 (M 100)
T-Section/Tender/Bemetara GWPSS
-
78 -
BLOCK – BEMETERA
DISST= BEMETERA
with 40 mm gauge graded metal or by the prescribed mix as proposed by the contractor in his design. But it
should not be weaker than 1:3:6. The average plinth level shall be + 0.60M . The difference of level between
the floor of pump house and invert of sump well shall not be more than 1.0 M in any case. The proposed
treatment plant is having exposed black cotton soil.
Reinforced Cement Concrete Work :
The reinforcement concrete M-25 mix or richer mix with reinforcement as per the approved drawing shall be
laid, over the bed concrete, M-15 for foundation where necessary. For super structural works the R.C.C. shall
be laid in M-25 size mix or richer mix but for the water retaining structures M-30 mix or richer mix shall be
laid. The specification for the measuring, mixing, transporting, compacting, vibrating and curing etc. of
concrete shall be as per the I.S. specification 456-2000 (latest revision) and the other relevant I.S.
specifications. The batch mixing as per the latest practice shall be allowed but the cost of cement shall be
recovered from the contractor on the bag basis and not on the weight basis. The form work, placing of steel
etc. shall also be as per the I.S. No.456-2000 (latest revision) and respective I.S. specifications. The contactor
shall also be required to submit samples of concrete for testing during the course of execution of works, as and
when required by the department. The cover for reinforcement on the water face shall not be less than 30 mm.
Masonry :
Brick work shall be done in C.M. 1:5 Richer mix in masonry shall be done only if the structural design require
so and with the prior approval of Engineer-in-Chief. The masonry work shall generally conform to
specifications given in the Maharashtra PWD Hand Book and standard specifications issued by the Govt. of
Maharashtra and relevant I.S. specifications.
Flooring :
The flooring shall be laid in cement concrete M-200 mix and for water retaining portion M-300 shall be used.
The flooring of chemical house (Ground floor) shall be done with 30 mm thick Kota stone and that of the first
floor shall be done with 25 mm thick Kota stone. Floor around chemical tanks should have acid proof
treatment. The floor of pump house portion shall be in M-250 mix with 150 mm thickness having
specifications for industrial use. The flooring of entrance lobby, corridors, laboratory and office room shall
be with vitrified tiles . Rest of the floors in different building shall be done with 25 mm thick Kota stone.
White glazed tiles upto 2.00M high on walls (Skirting) and on platform in laboratory should be given. the
steps of stairs shall be done with green colors marble stone. C.C. flooring of 100 mm. thick, 1.2 m. wide all
around the clarifier, filter units, clear water sump well as a floor protection work.
Roofing :
The roof shall be casted in R.C.C. M-250 mix with 20 mm gauge graded metal as per the thickness and
reinforcement, details to be shown in the drawings and designs. All roofs and civil structures would be
guaranteed for leakages as per relevant I.S.S. Suitable treatment for water proofing shall be provided
for roof slab.
All masonry and R.C.C. Works shall be in accordance with latest standard specifications.
All materials used on civil works should be of quality approved by the Engineer-in-charge. Rejected material
shall be removed from the site immediately. All mechanical equipments shall be such workmanship and
quality that they are able to perform with maximum efficiency in normal working condition. Use of non
corrodible actions of sand and use of suitable paint and coating for under water, fittings to prevent
contaminating the water are to be provided by the contractor.
Plinth :
The plinth level of all units i.e chemical house, filter house and the pump house, chlorine room shall be at
0.6M. height. The entry in pump house shall be with suitable approach ramp to enable machineries to be
transported inside the building by trucks.
Plastering :
The brick masonry walls of building should be plastered with 1:4 cement mortar. The thickness of plaster
from outer face of wall should be 20 mm and on inner face the thickness of plaster should be 13 mm. in
chlorine room, sump well and wash water tank, due consideration shall be given to provide protective
measures in R.C.C. work plastering etc. prevent the corrosive effect of chlorine.
Painting and Colour Washing :
Door and Windows except as specified in item no. 6.22 shall be painted inside and outside in two coats after
priming coat as per the directions of the Engineer-in-charge. The wall shall be provided with two coats of
T-Section/Tender/Bemetara GWPSS
-
79 -
BLOCK – BEMETERA
DISST= BEMETERA
approved quality of Acrylic Emulsion on the inside and weather proof exeterior painting on the outside as per
the direction of the Engineer-in-charge.
Following Drawings are enclosed :
A map indicating location of site and containing contour plan of the proposed site showing the position of trial
pit sections and details of trial pit sections. The trial pit section with strata of foundation are given only for
the guidance of the contractors/firms. Who should satisfy themselves and verify the same before submitting
the tender and design the foundation of the structures accordingly. Department shall not be responsible for any
variation in strata at the site at the time of execution.
The opening area for (doors/windows/ventilators) chemical stores and chlorine toner storage room shall be
20% of the floor area. For rest of the units this area shall be 30%
Guarantee for equipments :
The contractor shall submit indemnity bond towards guarantee of equipments for second rainy seasons if it
does not fail within 12 months after satisfactory commissioning of the plant. The securities deducted towards
this will be released on production of such bond.
Spare parts :
The contractor shall give a list of spare parts items which are essential after completion for one years .
TESTS:
All water containing structures shall be designed and tested inconformity with I.S. 3370 (Latest revision) for
the water tightness and it will be the responsibility of the contractor to make it water tight. The responsibility
of structural stability shall also rest solely with the contractor.
The work shall be deemed to be successfully completed as per contract plant, agreement only after a
certificate is issued to this effect by Engineer-in-charge, after trial and successful operation of Six months
during heavy rainy season. In case, there is time lag between the actual completion of work and operation of
plant for three months during heavy rainy season, the extension in time for the above period shall be granted
to the contractor by the department.
GENERAL CONDITIONS :No payment for dewatering required for natural, artificial or manmade reason or rock excavation will be
payable for any depth.
The bearing capacity of the foundation should be ascertained by the firm/contractor for which a test certificate
will have to be submitted by the firm/contractor to the deptt., Before submitting the design.
The prices should be firm inclusive of all taxes, handling, storage, transportation, wages, watch and ward etc.
at the site of work.
Payment shall be made as per breakup schedule given an ANNEXURE G as per clause - 15.
charges and interest on delay in payment if any will not be paid by the department.
The bank
All Switches, cables, starters, electrical fixtures shall be of best available standard made such as L & T,
Siemens, GEC, Philips phinolex, hawells.
Weather proof Exterior painting on exterior & Acrylic Emulsion in two coats on inside walls including good
architectural appearance of plant should be provided.
Surplus excavated earth should be filled and leveled in the area as per the direction of Engineer-in-charge and
in no case disposed off near the Treatment Plant.
The pump house should have adequate space for free movement after installation of all pump, machinery,
pipes and accessories.
The wash water tank and clear water sump well shall be covered with RCC Slabs, suitable ventilating
arrangement at roof should be provided. A free board of at least 500 mm. shall be provided at the top & water
level indicators shall also be provided.
T-Section/Tender/Bemetara GWPSS
-
80 -
BLOCK – BEMETERA
DISST= BEMETERA
The firms/contractors are directed to submit the details plan and elevation of treatment plant showing the
dimensions of all components and other details.
Inside surface of water retaining structures in contact with chlorine shall be providing and applying proper
epoxy painting.
Anti termite treatment to entire structure below ground level shall be provided.
Compressed air by suitable air blower should be used in the air wash system to secure effective scrubbing
action.
Chlorinator using liquid gas from standard liquid toners and capable of feeding chlorine for clean water at
clear water sump without the aid of any power are required with 100% stand bye provision.
The tenderer shall be required under this contract to supply the brand new 2 Nos. chlorine toners with a
nominal capacity of holding one M.T. of liquid chlorine including all necessary test certificates for
fitness to reuse.
The tender shall bear all the cost of trial run for six months.
T-Section/Tender/Bemetara GWPSS
-
81 -
BLOCK – BEMETERA
1.0
DISST= BEMETERA
ANNEXURE – E-III (A)
Scope of work and specification for D.I. Pipes K-9 & K-7
2.1
MANUFACTURE :
The pipes shall be ISI Mark and confirming to IS:8329:2000. The pipes should be duly
inspected by D.G.S. & D./SGS/RITES before supply.
2.2
2.2.1
HYDROSTATIC TEST :
Pipes shall be tested hydrostatically at a pressure of 5.0 MPa. To perform the test,
pressure shall applied internally and shall be steadily maintained for a period of
minimum 15 seconds during which pipes may be struck moderately with a 700 grams
hammer. The pipes shall withstand the pressure test and shall not show any sign of
leakage, seating or other defects of any kind.
2.3
2.3.1
2.4
2.4.1
TOLERANCES :
The tolerance shall be permissible as per IS:8329-2000.
COATING :
All the D.I. pipes should be internally in lined with cement mortor and externally out
coated with metallic zinc coating having finishing layer as indicated in Annexure A, as
per IS 8329-2000.
2.5
MARKING :
Each pipe shall have cast, stamped or indelibly painted on it the following appropriate
marks :
a)
Indication of the source of manufacture.
b)
The nominal diameter.
c)
Class reference
d)
Mass of Pipe, and
2.5.1
e)
The last two digits of the year of manufacture.
Marking may be done :
a)
On the socket faces of pipe centrifugally cast in metal mould, and
b)
On the outside of the socket or on the barrel of pipe centrifugally cast in sand mould.
2.5.2 Any other marks required by the purchaser may be painted on.
3.0
DUCTILE IRON FITTINGS :
3.1
The Ductile Iron fittings shall be ISI mark conforming to IS 9523-2000.
3.2
COATING :
3.2.1 Fittings and accessories shall be normally delivered internally and externally coated.
3.2.2 The external coatings shall be applied with zinc rich paint with finishing layer as
included in Annexure A of IS 9523:2000.
3.2.3 The internal Linings shall be applied with portland cement mortor (with or without
additions) as included in Annexure B of IS 9523:2000.
3.3
MARKING :
3.3.1 Each fittings shall have as cast, stamped or indelibly painted on it, the following
appropriate marks :a) Indication of the source of manufacture,
B) The nominal diameter,
C) The last two digits of the year of manufacture,
d) PN rating flanges when applicable, and
e) Any other mark required by the purchaser.
3.3.2 Marking may be done on the barrel of castings or on the outside of the sockets.
3.4
BIS Certification Marking
The fittings may also be marked with the Standard Mark.
T-Section/Tender/Bemetara GWPSS
-
82 -
BLOCK – BEMETERA
4.0
4.1
4.1.0
4.1.1
4.1.2
4.1.3
4.2
4.2.1
4.3
4.3.1
4.3.2
4.3.3
4.3.4
4.3.5
4.3.6
4.3.7
4.4
4.4.1
4.5
DISST= BEMETERA
LAYING AND JOINTING :
SITE PREPARATION :
All the statutory permissions shall be the responsibity of the PHED Department
Preliminary work required to be done before laying of pipe lines includes pegging out,
clearing and disposal of all shrubs, grasses, large and small bushes, trees, hedges,
fences, gates, portions of old masonry, boulders, and debris from the route.
Where trees have been felled, the resulting timber shall be stacked properly and
disposed of as directed by the authority. Tree roots within a distance of about 0.5 metre
from either side of the pipeline should be completely removed before laying pipe lines.
All other serviceable materials, such as wood, bricks and stones, recovered during the
operation and clearing the site, shall be separately stacked and disposed of as directed by
the authority.
FORMATION :
GENERAL : Before pipe line is laid, proper formation be prepared for pipe line
Excavation and Preparation of Trenches for Laying Underground Pipe Lines.
The width of the trench at bottom between the faces of sheeting shall be such as to
provide not less than 300 mm clearance on either side of the pipe except where rock
excavation is involved. Trenches shall be of such extra width, when required, as will
permit the convenient placing of timber supports, strutting and planking, and handling of
specials.
Special consideration should be given to the depth of the trench. In agricultural land,
the depth should be sufficient to provide a cover of not less than 900 mm so that the pipe
line will not interfere with the cultivation of the land. In rocky ground, rough grazing or
swamps, the cover may be reduced provided the water in the pipe line is not likely to
freeze due to frost.
It may be necessary to increase the depth of pipe line to avoid land drains or in the
vicinity of roads, railways or other crossings.
Care should be taken to avoid the spoil bank causing an accumulation of rain water.
Where pipes are to be bedded directly on the bottom of the trench, it should be trimmed
and levelled to permit even bedding of the pipe line and should be free from all
extraneous matter which may damage the pipe or the pipe coating. Additional
excavation should be made at the joints of the pipe so that the water main is supported
along its entire length.
Where excavation is through rocks or boulders or at locations of B.C. soils the pipe line
should be bedded on concrete bedding or on at least 150 mm of fine grained material, or
other proper means are used to protect the pipe and its coating. Material harmful to the
pipe line should not be used.
Temporary under pining, supports and other protective measures for building structures
or apparatus in or adjacent to the trench should be of proper design and sound
construction.
ROCK EXCAVATION - The term rock wherever used in this standard, shall have the
same meaning as given in terminology in IS:1200 (Part 1)- 1974.
Blasting - Blasting for excavation shall be permitted only after securing the approval of
the authority and only when proper precautions are taken for the protection of persons
and property. The hours of blasting shall be fixed by the authority. The procedure of
blasting shall conform to the requirements of the authority.
Stacking Excavated Material - All excavated material shall be stacked in such a
manner that it will not endanger the work or workmen and it will avoid obstructing
footpaths, roads and driveways. Hydrants under pressure, surface boxes, fire or other
utility controls shall be left unobstructed and accessible during the construction work.
Gutters shall be kept clear or other satisfactory provisions made for street drainage, and
T-Section/Tender/Bemetara GWPSS
-
83 -
BLOCK – BEMETERA
4.6
4.7
4.7.1
4.8
4.9
4.10
a)
b)
c)
4.10.1
4.10.2
4.10.3
4.10.4
DISST= BEMETERA
natural water-courses shall not be obstructed.
Barricades, Guards and Safety Provisions - To protect persons from injury and to
avoid damage to property, adequate barricades, construction signs, torches, red lanterns
and guards, as required, shall be placed and maintained during the progress of the
construction work and until it is safe for traffic to use the roadways. All materials, piles
equipment and pipes which may serve as obstruction to traffic shall be enclosed by
fences or barricades and shall be protected by illuminating proper lights when the
visibility is poor. The rules and regulations of the local authorities regarding safety
provisions shall be observed.
Maintenance of Traffic and Closing of Streets - The work shall be carried including
closing of road/street in such a manner which will cause the least interruption to traffic.
Where it is necessary for traffic to cross the open trenches, suitable bridges shall be
provided.
Suitable signs indicating that a street is closed shall be placed and necessary detour signs
for the proper maintenance of traffic shall be provided.
Protection of Property and Structures - Trees, shrubbery, fences, poles, and all other
property and surface structures shall be protected unless their removal is shown on the
drawings or authorised by the authority. When it is necessary to cut roots and tree
branches, cutting shall be done under the supervision and direction of the authority.
Temporary support, adequate protection and maintenance of all underground and surface
structures, drains, sewers and other obstructions encountered in the progress of the work,
shall be provided under the direction of the authority. The structures, which may have
been disturbed, shall be restored after completion of the work.
Protection of the Existing Service - As far as possible, the pipe line shall be laid below
existing services, like water and gas pipes, cables, cable ducts and drains but not below
sewers which are usually laid at greater depth. Where it is unavoidable, pipe line should
be suitably protected. A minimum clearance of 150 mm shall be provided between the
pipe line and such other services. Where thrust or auger boring is used for laying pipe
line across roads, railways or other existing utilities, large clearance as required by the
existing utilities, as required shall be provided. Adequate arrangements shall be made to
protect and support the existing services during the laying operations. The pipe line shall
be so laid as not to obstruct access to other services for inspection, repair and
replacement. When such utilities are met with during excavation, the authority
concerned shall be intimated and arrangements should be made to support and protect the
utilities in consultation with them and in case of such damaged services will be repaired
at the cost of contractor himself.
Back-Filling - For the purpose of back-filling, the depth of the trench shall be considered
as divided in to the following three zones from the bottom of the trench to its top :
Zone A : From the bottom of the trench to the level of the centre line of the pipe.
Zone B : From the level of the centre line of the pipe to a level 300 mm above the top of
the pipe, and
Zone C : From a level 300 mm above the top of the pipe to the top of the trench.
Back-filling in Zone A shall be done by hand with sand, fine gravel or other approved
material placed in layers of 80 mm and compacted by tamping. The back-filling
material shall be deposited in the trench for its full width of each side of the pipe, fitting
and appurtenances simultaneously.
Back-filling in Zone B shall be done by hand or approved mechanical methods in layers
of 150 mm special care being taken to avoid injuring or moving the pipe. The type of
back-fill material to be used and the method of placing and consolidating shall be
prescribed by the authority to suit individual locations.
Back-filling in Zone C shall be done by hand or approved mechanical methods. The
types of back-fill material and method of filling shall be as prescribed by the authority.
Back-fill under permanent Pavement - Where the excavation is made through permanent
pavements, curbs, paved footpaths, or where such structures are undercut by the
T-Section/Tender/Bemetara GWPSS
-
84 -
BLOCK – BEMETERA
5.0
5.1
5.2
6.0
6.1
6.2
6.3
7.0
7.1
7.2
8.0
8.1
9.0
9.1
9.2
DISST= BEMETERA
excavation, the entire back-fill to the sub grade of the structures shall be made with sand
in accordance with
5.10.4.1 Paved footpaths and pavements consisting of stone, gravel, slag or cinders shall
not be considered as being of a permanent construction. Method of placing and
consolidating the back-fill material shall be prescribed by the authority.
LAYING OF PIPES :
Laying Underground - Pipes should be lowered in to the trench with tackle suitable
for the weight of pipes. For smaller sizes, up to 250 mm nominal bore, the pipe may be
lowered by the use of ropes but for heavier pipes, either a well designed set of shear legs
or mobile crane should be used. When lifting gear is used, the positioning of the sling to
ensure a proper balance, should be checked when the pipe is just clear of the ground. If
sheathed pipes are being laid, suitable wide slings or scissors dogs should be used.
All construction debris should be cleared from the inside of the pipe either before
or just after a joint is made. This is done by passing a pull-through in the pipe, or by
hand, depending on the size of the pipe. When laying is not in progress, a temporary
end closure should be securely fitted to the open end of the pipe line. This may make the
pipe buoyant in the event of the trench becoming flooded, in which case the pipes
should be held down either by partial re-filling of the trench or by temporary strutting.
All persons should vacate any section of trench in to which the pipe is being lowered.
Pipe Line Anchorage This shall be provided as per relevant BIS 5330:1984 with up to date amendments.
TRANSPORTATION, HANDLING AND INSPECTION :
General – Ductile iron pipes are less susceptible to cracking or breaking on impact but
the precautions set out should be taken to prevent damage to the protective coating and
brushing or damage of the jointing surfaces.
Transportation - Pipes should be loaded in such a way that they are secured and that
no movement should taken place on the vehicle during transit.
Off-Loading - Cranes should be preferred for off-loading. However, for pipe up to 400
mm nominal bore, skid timbers and ropes may be used.
HYDRAULIC TESTING :
After a new pipe line is laid and jointed, testing shall be done for :a) mechanical
soundness and leak tightness of pipes and fittings ;b) leak tightness of joints; and c)
soundness of any construction work, in particulars that of the anchorages
The completed pipe line shall be tested for a pressure given in IS 8329:2000,
Annexure-E .
FLUSHING AND DISINFECTION OF MAINS BEFORE COMMISSIONING :
The pumping main & distribution mains shall be disinfected before commissioning as
per provisions given in CPHEEO manual and IS 6.12422:1970.
REMOVAL, RESTORATION AND MAINTENANCE OF PAVED FOOTPATHS
ETC. AFTER LAYING OF PIPE :
Allowable Removal of Pavement - Pavement and road surfaces may be removed as a
part of the trench excavation, and the amount removed shall depend upon the width of
trench specified for the installation of the pipe and the width and length of pavement
area required to be removed for the installation of gate valves, specials, manholes or
other structures. The width of pavement removed along the normal trench for the
installation of the pipe shall not exceed the width of the trench specified by more than
150 mm on each side of trench. The width and the lengths of the area of pavement
removed from the installation of gate valves, specials, manholes or other structures
should not exceed the maximum linear dimensions of such structures by more than 150
mm on each side. Wherever, in the opinion of the authority, existing conditions make it
necessary or advisable to remove additional pavement, it shall be removed as directed
by the authority.
Restoration of Damaged Surface and Property - Where any pavement, shrubbery,
fences poles or other property and surface structures have been damaged, removed or
T-Section/Tender/Bemetara GWPSS
-
85 -
BLOCK – BEMETERA
9.3
10.0
10.1
DISST= BEMETERA
disturbed during the course of work, such property and surface structures shall be
replaced or repaired after completion of work. The permanent pavement shall not be
restored to a condition equal to that before the work began but the top surface of the
removed pavement shall be levelled and finished in such a manner as the traffic may
pass smoothly.
Cleaning-up : All surplus materials, and all tools and temporary structures shall be
removed from the site as directed by the authority. All dirt, rubbish and excess earth
from the excavation shall be hauled to a dump and the construction site left clean to the
satisfaction of the authority.
APPURTENANCES :
The following appurtenances shall be suitable designed and fixed on the suitable points
on the conveyance main.
SLUICE VALVES : Raw water & Clear water pipeline pumping main as indicated on the enclosed
drawing. The sluice valve shall be class PN 1.6 conforming to IS 14846:2000 with up to date
amendment duly inspected by DGS & D/SGS/RITES & shall be of IVC/IVI/Kirloskar/VAG make.
In distribution system sluice valve class-PN 1.0 shall be used & DURGA,
,KEJARIWAL,SACHDEVA also allowed for distribution system.
1. DESIGN REQUIREMENT :
(a) Sluice valves shall be generally conforming to IS 14846, with upto date amendment additionally,
they should also meet specific requirement as stated.
(b) Spindle, thrust collar and operating arrangement including hand wheel should be designed in such a
way that one adult male is able to operate the valve against full differential pressure by exerting no more
than 10 kgf effort (Pull and push) on the hand wheel.
2. FEATURES OF CONSTRUCTION :
(a) Valves shall have inside screw, non rising spindle consisting of S.S. stem.
(b) Valves shall be glandless resilient (soft) seated (300 NB and below) valves 300 mm dia & above shall
be provided with an antifriction device/ball trust bearing arrangement to minimize friction between
spindle collar and casting. These should be housed way from wet chamber and should have facility for
periodic greasing.
(c) Valves of size 350 mm dia and above shall be provided with enclosed, grease packed spur/ worm gear
box.
(d) Valves 450 mm dia and above shall be provided with a drain and air plug.
(e) All valve doors when fully closed, would ensure door faces are riding on body seat ring by at least
50% of the width of seat ring and there is sufficient room for wear travel.
(f) All face and seat rings will be force / press fitted and additionally riveted (300 NB & above)
(g)Nominal size of the vale shall be cast on the body of the valve :
DATA –
-
Rating (Kg/sq.mm)
:
PN 1.0
Drilling
: IS 1538 Table 4 & 6
Body
: DI CG-40 or 50 (IS 1865)
Wedge
: DI CG-40 or 50 (IS 1865)
Stem
: S.S. AISI 410/316
Stem nut
: Aluminum, Bronze
Fasteners
: Carbon Steel
Toro dial rings / seal : NBR/EPDM
Features
: Pocket less, Gland less, low torque
Coating / Painting
: E.S. Power coating (250 micron)
RAL Blue.
SHOP TESTING :
HYDRO TEST :
- Seat leakage
- Back seat leakage
- Body
T-Section/Tender/Bemetara GWPSS
-
: 10 Kg/cm2 (5 min ) - for PN 1.0
: 5 Kg/cm2 (2 min ) - for PN 1.0
: 15 Kg/cm2 (5 min ) - for PN 1.0
86 -
BLOCK – BEMETERA
10.2
10.3
10.4
11.0
11.1
11.2
12.0
DISST= BEMETERA
KINETIC AIR VALVES :
Double orifice type Kinetic Air Valves shall be fixed on the Distribution main at the
points indicated on the attached Drawing coupled with isolating sluice valve and at the
other suitable points based on detailed design. The Air valves shall conform to IS
14845-2000. The valves shall be IVC/IVI/Kirloskar/VAG make duly inspected by DGS
& D/SGS/RITES.
BRANCH CONNECTIONS :
T outlet with manually operated sluice valves shall be provided in the Pressure Main
for Branch connections.
The appurtenances shall be located in such a way that these are clearly and easily
accessible for operation and maintenance.
CONSTRUCTION OF CHAMBERS FOR APPURTENANCES :
CHAMBER FOR APPURTENANCES :
The suitable RCC chambers shall be constructed around the appurtenances and valves
fixed on the line, the minimum working space shall be 500mm on all sides. The
chamber shall have Pre cast RCC cover conforming to IS:456-2000 suitable for heavy
traffic loads.
CIVIL WORKS :
All the allied civil works necessary for laying and jointing of pipeline shall be a part of
this contract; therefore, the contractor shall design and carry out the necessary civil
works such as thrust blocks, anchor blocks, chambers for appurtenances and necessary
earth work. All the civil works shall be designed and carried out as per the relevant
Indian Standard Code of practice. All the materials used on civil work should be of a
quality approved by Executive Engineer. Rejected material shall be removed from the
site immediately at the cost of contractor.
TESTING, COMMISSIONING OF PIPE LINE, TRAIL RUN AND DEFECT
LIABILITY PERIOD :After completing the job of laying and jointing of pipe line the contractor will do testing,
commissioning and trial run for a period of six months including training of personnel. The
repairing of bursting and leakage of pipeline during this period shall be done by the contractor
at his cost including cost of all materials. The water for testing and commissioning of pipe line
will be made available by the Deptt. free of cost at the time when convenient to the deptt. In
case of delay in making available the water for testing the time extension will be given to the
contractor without penalty for such period. Defect liability period shall be 12 months from the
date of completion of work.
13.0
Inspection of Pipes, valves & fittings
Inspection of the pipes, valves & fittings will be done by the DGS&D/SGS/RITES.
14. THRUST BLOCKS
14.1 Thrust blocks are required to transfer the resulting hydraulic thrust from the fitting or pipe on
to a larger load bearing soil section & shall be designed as per ISS.
14.2
Thrust blocks shall be installed wherever there is a change in the direction of the pipe line, size of the
pipe line or the pressure-line diagram, or when the pipe line ends at a dead end. If necessary, thrust
blocks may be constructed at valves also.
14.3
Thrust blocks shall be constructed taking into account the pipe size, water pressure, type of fitting,
gravity component shell when laid on slopes and the type of soil. The location of thrust blocks for
various types of fittings is given.
14.4
When a fitting is used to make a vertical bend, it shall be anchored to a concrete thrust block designed
to have enough weight to resist the upward and outward thrust. Similarly at joints, deflected in
vertical plane, it shall be ensured that the weight of the pipe, the water in the pipe and the weight of
the soil over the pipe provide resistance to upward movement. If it is not enough, ballast or concrete
shall be placed around the pipe in sufficient weight to counteract the thrust.
14.5
When the line is under pressure there is an outward thrust at each coupling. Good soil, properly
tamped is usually sufficient to hold pipe from side movement. However, if soft soil conditions are
encountered, it may be necessary to provide side thrust blocks or other means of anchoring. In such
cases only the pipe on each side of the deflected coupling shall be anchored without restricting the
coupling.
T-Section/Tender/Bemetara GWPSS
-
87 -
BLOCK – BEMETERA
14.6
14.7
DISST= BEMETERA
Pipes on slopes need be anchored only when there is a possibility of the backfill around the pipe
sloping down the hill and carrying the pipe with it. Generally for slopes up to 300 good well drained
soil, carefully tamped in layers of 100 mm under and over the pipe, right up to the top of the trench
will not require anchoring.
For steeper slopes, one out of every three pipes shall be held by straps fastened to vertical supports
anchored in concrete.
15 DISINFECTION OF PIPE LINE BEFORE COMMISSIONING:
15.1 Pipe line carrying potable water shall be suitably disinfected before commissioning as per
guidelines given in CPHEEO Manual & relevant IS codes.
T-Section/Tender/Bemetara GWPSS
-
88 -
BLOCK – BEMETERA
1.0
2.0
2.1
3.0
DISST= BEMETERA
ANNEXURE – E-III (B)
Scope of work and specification for Plastic pipes : PVC PIPES
GENERAL :Plastic pipes ahall be produced by extrusion process followed by calibration to ensure
maintainance of accurate internal diameter with smooth internal bores. These pipes generally
come in lengths of 6 meters. A Wide, range of injection moulded fittings including tees,
elbows, reducers, caps, pipe saddles, inserts and threaded adapters for pipe sizes upto 315 mm
are available.
ISI marked Rigid PVC pipes required to laid in the scheme are of available in sizes of outer
dia,90,110,140,160,200 at working pressure of 6/10 kg/cm² as per IS : 4985-2000. The pipes
should be duly inspected by DGS$D/SGS/RITES before supply. The pipe material shall be
tested by CIPET and approved,is to be submitted before laying of pipe. All the statutory
permissions required for laying the pipes shall be the responsibity of the PHED Department
HANDLING AND STORAGE :Because of their lightweight, there may be a tendency for the PVC pipes to be thrown much
more than their metal counterparts. This should be discouraged and reasonable care should be
taken in handling and storage to prevent damage to the pipes. On no account should pipes be
dragged along the ground. Pipes should be given adequate support at all times. These pipes
should not be stracked in large piles, specially under warm temperature conditions, as the
bottom pipes may be distorted thus giving rise to difficulty in pipe alignment and jointing. For
temporary storage in the field, where racks are not provided, care should be taken that the
ground is lavel, and free from loose stones. Pipes stored thud should not exceed three layers
and should be so stacked as to prevent movement. It is also recommended not to store one
pipe inside another. It is advisesable to follow the practices mentioned as per IS : 7634-Part I.
4.0 LAYING AND JOINTING PROCEDURE :
4.10 Trench Preparation
The trench bed must be free from any rock projection. The trench bottom where it is rocky and
uneven a layer of sand or alluvial earth equal to 1/3 dia of pipe or 100 mm Whichever is less
should be provided under the pipes.
The trench bottom should be carefully examined for the presence of hard objection such as
flints, rock, projections or tree roots. In Uniform, relatively Soft Fine grained soils found to be
free of such objection and where the trench bottom can readily be brought to an even finish
providing a uniform support for the pipes over their lengths, the pipes may normally be laid
directly on the trench bottom. In other cases, the trench should be cut correspondingly deeper
and the pipes laid on a prepared under-bedding, Which may be drawn from the excavated
material if suitable.
4.20 Laying And Jointing
As a rule, trenching should not be carried out too far ahead of pipe laying. The trench should
be as narrow as practible. This may be kept from 0.30 m over the outside diameter of pipe and
depth may be kept at 1.0m depending upon traffic conditions. Pipe lengths are placed end to
end along the trench. The glued spigot and socket jointing technique is to be adopted. The
jointing lengths are then lowered in the trench and when sufficient length has been laid, the
trench is filled.
If trucks, lorries, or other havey traffic will pass across the pipeline, concrete tiles 600x
600mm of suitable thickness and reinforcement should be laid about 2m above the pipe to
distribution the load. If the pipeline crosses a river, the pipe should be buried at least 2m
below bed level to protect the pipe.
T-Section/Tender/Bemetara GWPSS
-
89 -
BLOCK – BEMETERA
DISST= BEMETERA
For bending the cleaned pipe is filled with sand compacted by tapping With wooden stick and
pipe jointing of PVC pipes can be made in folloeing ways :
(i)
Solvent cement
For further datails on laying & jointing of PVC pipes, reference can be made to IS :
4985-1988, IS: 7634-Part 1-3.
Socket and spigot joint is usually preffered for all PVC pipes upto 150mm in dia. The socket
length should at least be one and half times the outer dia for sixes uoto 100 mm dia and equal
to the outer dia for larger sizes.
For pipe installation, solvent gluing is preferable to welding. The glued spigot socket
connection has greater strength than can ever be achived by welding. The surfaces to be glued
are throghly secoured with dry cloth and preferably chamfered to 30˚. If the pipes have
become heavily contaminated by grease or oil, methylene cement is applied with a brush
evenly to the outside surface of the spigot on one pipe and to the inside of the socket on the
other. The spigot is then inserted immediately in the socket upto the shoulder and rthereafter
(90˚) turn is given to evenly distribute the cement over the trated surface. The excess cement
which is pushed out of the socket must be removed at once with a clean cloth. Jointing must
be carried out in minimum possible time, time of making complete joint not being more than
one miniute. Joints should not be disturbed for at least 5 minutes. Half strength is attained in
30 minutes and fall in 24 houres. Gluing should be avoided in rainy or foggy weather, as the
colour of glue will turn cloudy and milky as a resuilt of eater contamination.
4.30 Standard Threaded Connections
PVC pipes should not be thereded. For the connection of PVC pipes to mentalpipes, a pices of
a special thick wall PVC connecting tube threaded at one end is used. The other end is
connected to the normal PVC pipe by means of a glued spigot and socket joint. Before
installation, the con dition of the threads should be carefully examined for cracks and
impurities.
Glue can be used for making joints leak proof. Yarn and other materials generally used with
mental pipe and fitting should not be used. Generally. It is advisable to use PVC as the spigot
portion of the joint.
5.00 PRESSURE TESTING :
The method which is commonly in use is filling the pipe with water, taking care to evacuate
any entrapped air slowly raising the system to appropriate test pressure.
After the specified test time has elapsed, usually one hour, a measured quantity of water is
pumped into the line to bring it to the original test pressure,if there has been loss of pressure
during the test. The pipe shall be judged to have passed the test satisfactorily if the qualtity of
water required to restore the test pressure.
T-Section/Tender/Bemetara GWPSS
-
90 -
BLOCK – BEMETERA
DISST= BEMETERA
ANNEXURE E-IV
SCOPE OF WORK AND BRIEF SPECIFICATIONS OF PUMPS AND
ELECTRICAL SUB STATION
SCOPE OF WORK: (A) The scope of work under this contract shall comprise of Design, manufacture, supply,
erection, testing, commissioni ng & Trial and Run 6 month of the whole clear water
pumps & sub station consisting of: - Design, supply & erection of clear water pump
consisting of
2 nos. horizontal split casing centrifugal pumping sets, each of
173301.20 LPH capacity against a head of 56 m at 70 % efficiency with suitable
motors, 2 nos. horizontal split casing centrifugal pumping sets, each of 224285.53 LPH
capacity against a head of 192 mat 70 % efficiency with suitable motors & with
suitable motors electric substation of 11/0.415 KV, 1 00 KVA transformer with 100%
standby duly inspected by DGS&D /SGS/RITES with all allied works at Bemetara
Group Water supply scheme.
(B)
Provoiding, erecting & giving test & trial of water lubricated V.T. pumpset
directlycoupled motor with allied equipmen ts of discharge 315140 LPH, Head 30
m-at 60 % efficiency 2 nos. Providing power upto input point of the substation
will be the responsibility of PHED department.
(C)
The scope also includes providing water meters at Intake well, At WTP, At
ZMBRs & at OHTs.
(D) The scope includes execution of hydraulic modeling of the whole scheme along
with the design. The scope also includes designing and providing of Surge
divices to the raw water rising main.
INSPECTING AND TESTINGS:
All the inspection, examination and testing shall he carried out in accordance with
relevant Indian Standard Specification. The inspection shall be done by
DGS&D/SGS/RITES. The Deptt. may depute its representative to witness the testing.
The manufacturer shall provided all facility to the representative of the department for
seeing the tests at works.
The main item of works shall be as under : -
1)
No.
Item of work
Quantity
Design, manufacture, supply, erection, testing & commissioning of Horizontal centrifugal pumps having discha rge of 173301.2 LPH
1
against a head of 56mat 70 % efficiency as per relevant ISS
including cost of all allied works & with suitable motors.
2 Horizontal centrifugal pumps having discharge of 224285.5 LPH
against a head of 192 m at 70 % efficiency as per relevant ISS
including cost of all allied works & with suitable motors.
2)
3
Provoiding, erecting & giving test & trial of water
lubricated V.T. pumpset directlycoupled motor with allied
equipments of discharge 315140 LPH, Head 30 mat 60 %
efficiency
3)
4
Mechanical pressure gauge as per relevant IS specification. The
dial gauge should be of 100 mm dia and pressure rating up to 0
to 8 kg/cm2.
(i) On delivery side of each pump
(ii) On common manifold
5
(i)
Valves Reflux valve of Suitable dia, pressure rating (PN1.6) with bye pass arrangements As Per IS:5312:1984(Part -I) for each pump
delivery pipe.
T-Section/Tender/Bemetara GWPSS
-
2 nos.
2 nos.
2 nos.
6 nos.
1 no.
6 nos.
91 -
BLOCK – BEMETERA
(ii)
(iii)
(iv)
(v)
vi)
vii)
7)
8)
9)
i.
ii.
10)
(i)
(ii)
(iii)
(iv)
(v)
11)
(i)
(ii)
(iii)
(iv)
(v)
(vi)
12)
13)
14)
15)
DISST= BEMETERA
Sluice valve of suitable dia (PN1.6)as per IS:14846 -2000 for
each pump suction and delivery pipe.
Butter fly valve of suitable dia pressure rating (PN1.6) as per
IS: 13095-1991 for delivery pipe.
300 mm dia. Reflux valve with bye -pass arrangements pressure
rating (PN1.0) As Per IS:5312:1984(Part -I) suitable for
manifold pipe.
300 mm dia. Butter fly valve pressure rating (PN1.0) for
manifold pipe as per IS: 13095-1991.
MS pipe and specials of suitable dia required for suction and
pump delivery up to common manifold for each pump.
Dismantling Joint
(i) One no. of suitable dia, each for suction side and one for
delivery side.
(ii) On common manifold
Electromagnetic flow meter with display unit to be mounted
inside pump house with required cable and all other accessories
Blidge pumps for dewatering, having capacity of discharge 1000
GPH at 10 meter head including all allied works.
Panel Boards :Control & Relay panel for operation of VCB with Numerical
earth fault relay, ampere & voltmeter with S/s, etc complete as
per requirement.
LT Panel board for 0.415 KV having 2 Incomers, 1 Bus -coupler
Out going feeders complete.
11/0.415 KV Electric Sub Station : 160 KVA, 11/0.415 KV, outdoor Transformers with off circuit
tap changers.
100 KVA, 11/0.415 KV, outdoor Transformers with off circuit
tap changers.
Wire mesh fencing of whole sub station with one main steel gate
& one wicket gate.
Earthing arrangements for motors, all electrical substation etc.
Complete as per relevant IS specifications
Outdoor and Street Lighting arrangements with 250W MV
lamp fitting complete as per specifications including all related
civil works at sub station campus.
Civil works complete as required
Construction of civil foundation for sub station equipments.
Construction of Transformer foundation.
Construction of RCC Cable trenches for outdoor cabling up to
pump house and inside sub-station with pre cast RCC
covers.
Construction of Transformer partition wall.
Construction of RCC valves chamber necessary RCC
pillars/supports, anchor blocks, thrust blocks for butter fly valve,
non return valves, sluice valves , flow meter, common manifold ,
suction and delivery pipes.
Block tile flooring for entire sub station surface.
Lightning conductor at clear water pump house
Providing spare parts and tools as described in enclose d
Exhaust fans of suitable capacity.
Any other miscellaneous item required to make the system
functional and operational
T-Section/Tender/Bemetara GWPSS
-
6 nos.
6 nos.
1 no.
1 no.
Job work
Job work
1 no.
1 set
2 nos.
3 nos.
1 Set
2 nos.
2 nos.
One job
One job
One job
one job.
one job
one job
one job
one job
One Job
One set
One job
One job
One job
92 -
BLOCK – BEMETERA
DISST= BEMETERA
Note :All the data given in the above table is tintative & may change during the design
process as per the site condition & CPHEEO manual. How ever quantiy as above is obligatory.
MAKE OF EQUIPMENT SHALL BE ANY OF FOLLOWINGS ONLY.
1.
Pump
:
KIRLOSKAR/ MATHER&PLANT /JYOTI .
2.
Motor
:
KIRLOSKAR/JYOTI/CROMPTON/ALSTOM/ABB/ BHEL.
3.
Butterfly valve
:
IVC/IVI/KIRLOSKAR/VAG
4.
Sluice/Non return valve.:
IVC/IVI/VAG/KIRLOSKAR.
5.
LT PANEL
L&T/SANDAR/ABB/JYOTI/BCH/SIEMENS/ANDREW VULE
6.
Transformer of 11/0.415
:
CROMPTON/
kV
BHEL/TRUVOLT.
:
:
VOLTAMP/
ALSTOM-AREVA
7.
Flow Meter
8.
Ampere & Volt Meters :
AE/IMP/CMS.
9.
Capacitor
:
L&T/SIEMENS/UNIVERSAL/KHETAN JHANKAR.
10.
Cables
:
GLOSTER/FINOLEX/HAVELLS/NICCO/UNISTAR
/
ABB
Krone/ E&H/ Siemens/ Nivvo Control/ABB/AE
/POLYCAB.
11.
Lighting arrester.
:
CROMPTON/ALSTOM/ELPRO.
12.
Pressure gauge
:
FIEBIG/RESROHEL
p
T-Section/Tender/Bemetara GWPSS
-
93 -
/
BLOCK – BEMETERA
DISST= BEMETERA
LIST OF SPARES, TOOLS AND EQUIPMENTS
A
1
2
3
4
5
6
7
B.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
C
1
2
3
4
5
6
7
8
9
10
SPARES:
Pump Impeller for centrifugal pumps.
Pump impeller Shaft.
Shaft sleeve.
DE bearing for motors.
NDE Bearing for motors.
Nack rings
Shaft couplings.
TOOLS:
Scot Rubber Hand Glows 11kv /.415kv.
Shock Treatment Chart in Hindi and English
Danger Notice Board.
10mm Thick 1 Mtr. wide rubber matting to be placed before
all the panels
Fire extinguisher 5 kg capacity.
Box, Fix and ring spanner sets up to 32 mm for dismantling
and reassembling of pump and motors, breakers,
transformers, valves panels etc. complete
Adjustable spanner of size 305 mm lengths.
Pipe wrench (a) 12
(b) 18
(c) 24
One tonne capacity chain pulley block spur gear ISI mark
Combination pliers of length 185 mm.
Long Nose pliers of length 170mm.
Screw Drivers length 75 mm and blade of 3mm dia.
Screw Drivers Blade length 100 mm and blade dia 4 mm.
Screw Drivers Blade length 150 mm and blade dia 3.5 mm.
Screw Drivers with Neon Bulb Overall length 125 mm.
Rubber Hand Glows.
Ball Pin Hammer with Wooden Handle.
Fire Stand with Fire Bucket in sub station as per I.E. rules
D.O. Operating rod 11 kV fibre H.D.
Discharge rod with accessories fibre.
Helmet Heavy Duty
EQUIPMENTS
Megger
Multimer
Tong tester
Relay testing kit
Oil test kit
Lightening arrestor
Isolator 11 KV
.415 KV cable jointing kit
Cable cutting and jointing tools including back saw, crimping,
tools etc. complete, suitable for 120 sqmm and 300 sqmm
cables
D.O. Fusses 11 KV grade
T-Section/Tender/Bemetara GWPSS
-
4 Nos.
4 Nos.
4 Nos.
4 Sets.
4 sets.
4 sets.
4 nos.
2 nos.
2 Nos. each
4 Nos.
1 Set.
4 Nos.
2 Sets. of each
2 Nos.
2 nos.
2 nos.
2 nos.
1 no.
2 Nos.
2 Nos.
2 Nos.
2 Nos.
2 Nos.
2 Nos.
2 Nos.
2 Nos.
2 sets
2 sets
2 sets
2 Nos.
2 set
2 set
2 set
2 set
2 set
2 set
2 nos.
2 sets
2 set
10 set
94 -
BLOCK – BEMETERA
DISST= BEMETERA
11
H.R.C. fuse of suitable rating installed in PCC & MCC
12
13
Operating handle
On-Off push button
14
Ammeter and Voltmeter set for 11 KV control panel, PCC &
MCC
D.C. On-Off trip indicator lamps
Indicating lamp LT panel
Fuses of LT panel one incomer, one outgoing feeder.
15
16
17
T-Section/Tender/Bemetara GWPSS
-
2 sets of each
rating
2 nos.
2 nos. each
panel
1 set for each
panel
2 Nos.
1 Set.
1 Set.
95 -
BLOCK – BEMETERA
DISST= BEMETERA
ANNEXURE - E – V (A)
SPECIFICATION FOR CONSTRUCTION OF R.C.C. M.B.R. ELEVATED
SERVICE RESERVOIR
1.0
1.1
SCOPE OF WORK :
THE WORK INVOLVES :
Design Construction testing and commission of Number R.C.C. Elevated Service Reservoir
of including providing and fixing of double flanged C.I. Pipes Class/Horizontally casted
confirming to IS 7184-1974 for Inlet, Outlet, scour and overflow delivering up to 3.0 metre
away from R.C.C. outer columns of reservoir, C.I. double flanged heavy duty specials and
duck foot bends conforming to IS 1538-1976, and C.I.dluble flanged ISI marked sluice
valves (class-II) etc. and providing and fixing of all accessories such as lightening arrestor,
water level indicator, R.C.C. stairs from ground level to tank floor level, steel, ladders from
balcony to roof and aluminium ladder from roof to inside floor level of tank, ventilating
cowls/shaft manhole covers with frame and G.I. pipe railing for stairs and at roof flooring etc.
all complete as per detailed specification on TURN-KEY-JOB basis. All the statutory
permissions shall be the responsibity of the PHED Department
1.2
The service Reservoir should be as per approved shape supported over columns. The depth
of water in the tank should not be more than 4.0 metre. The foundation, columns, bracings
etc. should be so designed, so as to have a provision for construction of single story building
between the G.I. bracing and first bracing with R.C.C. roof and brick walls for residential
office, store accommodation. the position of bracing hall be so fixed that the height of floor
is approximately 3.5 M. and the top of ground level bracing is 0.6 M. above general ground
level. Ths
2.0
2.1
GENERAL
The work of construction of R.C.C. Over Head Sevice Reservoir involves specialised
workmanship, hence requirements of higher standard than general concrete work is essential.
The height of staging will be recknoned from an assumed ground level which shall be the
higher of the ground level at the site and road level nearest to the site. i.e. the ground level at
the site or road level which ever is higher shall be treated as the base level for determination
of staging heigh.
2.2
The tenderers submitting their offer shall submit the drawing of proposed O.H,S,Reservoir
with the tender in envelop B of technical offer. They will further be required to submit
detailed design, drawings and caculation within one month for acceptance of their tender for
scrutiny and approval by competent authority. The responsibility for construction structural
stability and water tightness will, however, rest solely with the contractor and he shall have to
make good, any damage or loss to the Government due to defect if any, of the above
mentioned work. The contractor shall have to make the tank chlorine resistant as heavy does
of chlorination is expected to be given in water
2.3
The offer shall include provision for 1.0 meter wide R.C.C. balcony at bottom slab level
railing to balcony and at roof level, lightening arrestor, water level indicator, 1.0 meter wide
R.C.C. stairs from ground level to tank floor with railing ladders and all pipes and fitting
(including puddle collars) up to duck foot bends and from duck foot bend upto 3.0 meters out
side the supporting structures i.e. R.C.C. column including C.I. valves etc. including their
painting and architectural treatment protection and drainage work and all as mentioned in
Annexure E special condition.
2.4
A trial pit section taken at site of construction is attached for guidance. The tenderer should
himself verify this before submitting tender for the design of foundation of R.C.C.
T-Section/Tender/Bemetara GWPSS
-
96 -
BLOCK – BEMETERA
4.0
4.1
DISST= BEMETERA
Over-Head-Service Reservoir. The contractor shall be required to conduct proper
investigations with full field tests for finding bearing capacity & other details at his own cost.
The investigation reports shall be furnished to the engineer-in-charge for vertification and
record. No payment will be made to contractor for carrying out the test or an account of any
variation in the soil bearing capacity than indicated and charge in design due to strata.
STEEL
The contractor shall have to arrange himself the entire quantity of steel required for the
completion of the work under contract, no steel shall be supplied by the departent No
extension of time will be granted by the department for non availability or non procurement
of steel in time or late supply of steel or for any other reasons what-so-ever.
4.2
The steel for reinforcement shall conform to IS 432-1966 or IS 1139-1966 amended up to
date and test certificate shall be required to be furnished to the department in support thereof.
The stresses in steel for design purposes should be taken as specified in IS Code 3370 (PartII) 1965 amended up to date
4.3
In additions, the contractor shall be required to get tested the random samples of the steel
brought at site to see whether they confirm to relevent I.S. specifications. The cost of such
tests shall be borne by the contractor
5.0
The contractor shall have to make his own arrangement for requirement of electric power and
telephone connections for constuction work, if they desire these facilities. The department
shall provide assistance by way of recommendation only.
6.0
For blasting operation, if required in excavation of foundation, the contractor will make his
own arrangement for licence, permits and blasting materials from competent authority.
7.0
The contractor will have make his own arrangment for water, required for execution of the
works. For testing of tanks, the department will provide water at ground level near the tank,
however all other arrangment for testing of tank shall have to be made by the contractor at his
own cost.
The tank will have a 1.0 metre wide gallery all around at the level of bootom slab.
The RCC stairs of 1.0 metre width from ground level to the gallery should be provided.
G.I. pipe railing in 3 rows should be provided all around the stair case on both side from
ground level to the gallery.
G.I. Pipe railing of 20 mm dia, medium class, in three rows shall provided all around the
gallery and the roof slab top dome and stairs both side.
8.0
9.0
10.
10.1
11.0
The Railing should consists of M.S. angle of size 50x50x6 mm. 1.0 metre height, 1.50 metre
spacing welded to 150x150x4 mm bass plate, The hold assembly shall further be welded to
M.S., anchor plate of size 200x100x4 mm size, which shall be embedded in to the concrete
with suitable hold fast. This anchor plate shall be embeded while concreting is being done
and not at later date.
12.0
An aluminium ladder shall provided from man hole to the inside floor or the tank. The
aluminium ladder 600 mm wide shall comprise 2 nos.100x44x3 mm rectangular tube
(Aluminium) stringers and 80x38x3 mm rectangular tube foot rest at 400 mm c/c.
M.S. ladder 600 mm wide from gallery to the top of roof shall comprise two stringers of size
50x50x6 mm and foot rests of two M.S. bars of 16mm dia each at 300 mm c/c. The railing
parallet to stringers shall be of 20 mm G.I. pipe in three rows connected to stringers by
50x50x6 mm angles at 1.5 metre c/c. This ladder should start from the end of the entry,
cutout in gallery.
All iron works railing, ladders, should be applied with 2 coats of approved quality & make of
enamel paint over a primer coat of Zinc.
13.0
T-Section/Tender/Bemetara GWPSS
-
97 -
BLOCK – BEMETERA
14.0
15.0
16.0
17
18.0
18.1
DISST= BEMETERA
To avoid any unauthorised person to climb the over head tank , the entry at the bottom of the
stair case should be closed with suitable arrnagements.
Two C.I. Manholecovers andframe of approved quality 455mmx610 mm internal dimension
weighing not less than 38 kg. shall be provided. The weight of cover shall be 23 kg. and
weight of frame 15 kg.
Air vents wherever necessary shall be 150 mm dia swan neck type, with minimum 10 nos.
shall be provided or ventilation shaft of suitable diameter or ventilation shade of suitable
diameter.
To avoid any accident at the time of cleaning or maintenance of the tank, the opening of
the out let and scour pipes in side the tank should be covered with hemispherical SS
square bar jali having 10mmX10mm, 50mm c/c spacing embedded in to slab/dome.
The diameter of hemisphere jali shall be 3 D. (Dia of outlet pipe).
WORKMANSHIP :
EXCAVATION :
The depth of excavation will generally beguided by the underground strata and the safe
bearing capacity of the foundation soil and as directed by the Engineer-in-Charge. Strata
chart of trial pit section is made available just for guidance forthe purpose of preliminary
design consideration only. Safe B.C. shall have to be verified by contractor by actual site
investigation by conduction plate load test and tests of under Ground strata/soil at his own
cost. Test results of soils, foundation shall be submitted before start of work alongwith the
detailed structural design. No payment will be made to the contractor for carrying out these
tests or on account of any variation in the soil bearing capacity and design change due to
strata. No de-watering shall be payable under any circumstances where natural, artifical or
manmade.
18.2
FILLING FOUNDATION WITH BED CONCRETE
(Levelling course) :
The foundation shall be laid over bed concrete (i.e.) levelling course) of at least 75 mm thick
or more, with at least1:3:6 (M-10) concrete with 40 mm guage grade or the prescribed mix as
per instruction of Engineer-in-charge and as per relevant I.S Code.
18.3
REINFORCED CONCRETE WORK :
It shall be strictly as per Annexure E special condition. The concrete mix and minimum
cement content specified in Annexure E shall be rigidly followed.
Where the concrete has not fully hardened all laitance shall be removed by scrubbing the wet
surface with wire or bristle brushes, care being taken to avoid dislodgement of particle of
aggregate. The surface shall be thoroughlywetted and all free water removed.
The surface shall then be coated with neat cement grout. The first layer of concrete to be
placed on this surface shall not exceed 15 CM (or 6) in thickness and shall be rammed against
old work, particulars attention being piad to corners and close spots. Concrete should be
thoroughly compacted and fully worked around the reinforcement around embeded fixes and
into corner of the form work.
18.4
MEASURING : (concrete Mix proportioning)
The quantity of cement shall be determined by weight Ordinary Portland cement conforming
to I.S. 269-1976 shall be taken to weight 50 kg/bag. The quantities of the and course
aggregates shall be determined either by volume or by weight,. The proportion of find and
course aggregate shall be in accordance to para 8 of IS 45-2000 prior to taking execution
work. The contractor shall make own arrangment of the mixed design of concrete as per I.S :
relevent code with respect to material available at site and follwing the same accordingly.
T-Section/Tender/Bemetara GWPSS
-
98 -
BLOCK – BEMETERA
DISST= BEMETERA
18.5 MIXING :
Concrete shall be mixed in a mechanical mixer. Mixing shall be continued till there is a
uniform distribution of the ingredients and the mass is uniform in colour and consistency but
in no case the mixing shall be done for less than two minutes.
18.6
TRANSPORTING :
Concrfete shall be handled from the place of mixing to the place of final deposit as rapidly as
practicable by methods which will prevent segregation or loss of any ingredients and
maintaining the required workability.
18.7
PLACING AND COMPACTING :
The concrete shall be placed and compaced before setting could commence and should not be
subsequently disturbed Methods of placing should be such that there is no segregation
(Concreting) shall be carried out continuously up to construction joints, the position and
arrangement of which shall be determined by the designer. When the work has to be resumed
on surface. Which has hardened, such surface shall be roughened. It shall then be swept
clean, then the roughly wetted and covered with a 12-mm layer of mortar which shall be
freshly mixed and placed immediately before the placing of the concrete.
18.8
MECHANICAL VIBRATION
When mechanical vibrations for compacting concrete are used, reduced water content should
be adopted. Over vibration or vibration of very wet mixed is harmful and should be avoided
whenever vibration has to be applied externally the design of form work and the disposition
of vibrators should receive special consideration to ensure efficient compaction and to avoid
surface blemishing.
CURING :
The concrete shall be covered with a layer of old gunny bags or canvass or similar absorbent
material and constantly wet for at least twenty eight days from the date of placing of
concrete.
18.9
18.10 FORM WORK :
18.10.1 The from work shall confirm to the shape linesand dimensions as shown on the drawings and
so constructed as to remain sufficiently rigid duringthe placing and compacting of concrete,
and shall be sufficiently tight to preven loss of liquid from concrete. Only well designedand
proper steel form work shall be used.
18.10.2 The form work shall be cleaned off. All rubbish particularly chippings, shaving and saw
dust shall be removed from the interior ofthe formsbefore the concrete is placed and the form
work in contact with the concrete shall becleaned and thoroughly wetted or treated with a
approved composition.
18.11 STRIPPING OF FORM WORK :
18.11.1 In no circumstance form work shouldbe struck off until the concrete reached the strength of
at least twice the stress to which the concrete may be subjected at the time of stripping.
18.11.2 In normal circumstances i.e. temperature above 200C from work may be struck after expiry
of the following periods as per IS 456-1978
(A)
(B)
(C)
(D)
(E)
Vertical sides of slabs, beams and columns 4 hours.
Bottom of slabs up to 4.5 M Span
7 days
Bottoms of slabs over 4.5 M Span
14 days
Bottoms of beam over 6 M Span
14 days and
Bottom of beam over 6 M Span
21 days
T-Section/Tender/Bemetara GWPSS
-
99 -
BLOCK – BEMETERA
DISST= BEMETERA
The form work should be left longer, as it would assist the curing. The number of props, their
sizes, and position shall be such as to be able to safely carry the full dead load of the slab,
beam or arch as the case may be together with any live load likely to occure during curing of
further construction.
19.0 MATERIAL :
19.1.1 STEEL
All metal for reinforcement shall be free from loose mill scale, loose rusts, oil and grease or
other harmful matter. The steel used for reinforcement shall be cleaned immediately before
placing the concrete.
19.1.2 PLACING :
All reinfoecement shall be placed and maintained in position shown in the drawing. It is very
difficult and costly to alter concrete once placed. It is, therefore very important to check the
reinforcement and its placing before being covered.
19.1.3 SIZE AND QUALITY OF STEEL BARS :
The steel bars used for reinforcement shall be strictly as per relevant I.S. specifications, and
the contractor shall have to produce the test certificate of the Steel tobe used.
19.2
AGGREGATES :
All aggregates shall confirm to all provisions and test methods of I.S.383-1970
19.3
STORAGE OF MATERIALS :
Cement shall be stored properly in a dry ventilated buildings.
20.0
20.1
DESIGN MIX :
The contractor shall submit mix designs for each strength the proposed slump proportional
weight of cement satruated surface,dry aggregates and water. The mixes shall have to be
designedas per relevant I.S. specifications.
20.2
The proportion of the concreteshall besuch as such to workreadily into forms angles and
ground the reinforcement without excessive manipulation segregation of water gain.
20.3
The water content shall not be increased from the amount required by the design mix unless
cement at required water cement ratio added. The engineer-in-charge may require additional
cement without extra compensation to the contractor if he considersthat concretedoes not
produce the required strength.
20.4
21.1
TEST :
All tests as specified in the I.S. specifications codes and required for the execution of the
work shall be carried out by the contractor at his cost as per instruction of Engineer-incharge.
21.2
FILED TESTS :
The contractor shall provide all arrangments for field tests to exercise proper quality control
over works specifically for test mentioned under para.
21.3
All the cast iron puddle collers, bell months, double flanged pipes (Class B conforming to I.S.
1536-2001 flanged and D.F. specials class medium (Conforming to I.S. 1538-1976) required
for inlet, outlet, overflow and scour will be supplied and fixed in position by the contractor
from desired inside level of the tank of duck foot bend one emetre below G.L. and further
providing and fixing all double flanged C.I. pipes and specials from duck foot bend on ward
up to 3.00 M. outside the supporting structure of the tank (i.e. R.C.C. column) shall also be
T-Section/Tender/Bemetara GWPSS
-
100 -
BLOCK – BEMETERA
DISST= BEMETERA
supplied and fixed by the contractor including testing of the fittings and joints with cost of
the materials and joints. All the fittings shall be as per I.S. specifications.
The arrangement for inlet, overflow and scour pipes shall be such that all these pipes ends
independent of each other and each of these shall have bell mouths at their ends. The top of
bell mounths of inlet and over flow shall be at F.T.L. and top of bell mounths of outlet shall
be 15 cm. above floor of the tank, where as the bell mouth of scour pipe shall be flushed with
floor level. All these vertical D.F. pipes shall terminate with flanged duck foot bends bottom
fixed one meter below ground level. Further D.F. pipes should be provided up to 2.0 M.
away from the supporting structure of the tank.
All these duck foot bends shall be fixed with heavy class ISI indentification mark sluice
valves of IVI/VAG/KIRLOSHKAR/IVC brand. The contract also includes providing and
fixing of sluice valves. Valve chambers and chamber covers.
All the pipes and specials required for above shall be fix duing concreting. Specials which are
to be embedded in concrete shall have PuddLe collars at the centre of concrete thickness.
The dimensions of the pipes shall be as per design :(1)
Inlet Pipe size 300 mm dia & float control gate valve
(Function as shut off valve for feeding of reservoir. Closing and opening function is control
by a float pilot.)
Outlet Pipe size
…… mm dia & sluice valve
Over flow pipe size …….mm dia
Scour Pipe size
……. mm dia & sluice valve
Note : The top of the inlet/outlet/scour and overflow pipe should have bell mouth &
byepass arrangement shall be made between inlet & outlet pipe with sluice valve. All the
pipes should be supplied with third party inspection report.
(2)
(3)
(4)
22.0
The tank will have to be tested for the water tightpress as per I.S. 3370 and it will be the
responsibility of the contractor to make lit water tight. Any defects, shrinkage or other faults
which may appear within 12 months from the completion of the tank arising out of defective
or improper materials or workmanship are upon the direction of the Executive Engineer to be
amended and made good by the contractor (s) at his/their own cost unless the Executive
Engineer shall decide that he/they ought to be paid for the same and in case of default the
Governor of M.P. may recover from the contractor(s) the cost of making good the works.
The arrangements of water for construction shall be done by the contractor at his own cost.
For testing purposes, the contractor will have to give a test of water tightness of reservoir to
the entire satisfaction of the department. The responsibility of structural stability shall also
rest solemnly with the contractor. The refund of earnest money and security deposit
contemplatedin the agreement clause 15 shall be refunded only after expiry of twelve months
maintenance periodafter the satisfactory commissioning of tank.
23.0
Alluminium Lightening conductor shall be provided & fixed with proper earthing
arrangements as per relevant I.S. specifications.
24.0
Water level indicator shall comprise of copper float, guide, pulleys with a pointer on the
enamel painted indicator plate which shall be callibrated to read the depth of water in the tank
in meters. The level indicator and its gauge shall be provided on the front face of one of the
column just below the bottom slab.
25.0
Snowcem or durocem painting of the tank shall be done only after the tank is successfully
tested for water tightness.
T-Section/Tender/Bemetara GWPSS
-
101 -
BLOCK – BEMETERA
DISST= BEMETERA
26.0
No chargesfor the plastering if required for proper finishing of the surface of structures shall
be piad underany circumstances.
27.0
The contractor shall be required to submitthe detailed completion drawing in six copies of the
work immediately on completion of the work
28.0
The work shall betreated as completed when the same is completely tested and handed over
to the department including site clearance.
29.0
The tenderer should give at the timeof tendering, estimate of building materials with +
5%likely variation factor of safety that will be adopted for separate major components of
complete structure.
30.0
The tenderer shall have to produce the complete design and working drawing of each
component of structure before starting of work.
31.0
Special considerations should be given in the preparation of design for seismic forces if the
structure being located in some mining area.
32.0
The structural design of the R.C.C. elevated service Reservoir shall be done on continuity
theory and rotation of joints.
33.0
Due consideration for wind pressure should be taken in design of structure, as per provision
of relevant I.S. Specification. The wind pressure may be taken as per the wind pressure map
of India annexed in I.S.875-1964 with speical consideration to the previous experience of
wind pressure experienced in the locality
34.0
All duck foot bends shall be fixed and anchored properly in concrete blocks, to preventany
displacement of pipe due to water trust.
35.0
The M.S. clamps 50mmx10mm should be provided at 3.0 M. C/C for clamping all the
vertical pipes, the clamps should be either fixedin columns bracing with nut bolts.
36.0
The contractor may note that the department may not be in a position to acquireor make
available sufficient land (space) for collection storage of construction materials and
equipments and working. It shall therefore be contractors responsibility to make arrangment
of land space for this purpose.
37.0
In case there is any delay in handing over of land to the department by the concerned
competent authority the contractor shall only be allowed extension of time or this account.
No compensation for financial claim shall be accepted.
38.0
If under unavoidable circumstances or for reasons beyond control of the department, the
proposed site of construction of tank is required to the changed/shifted, the contractor shall
have to take up construction at alternative site, and the contractor shall not have any claim on
this account 39.0
The R.C.C. elevated tank shall be designed, executed and tested in
accordance to relevant I.S. specifications..
Executive Engineer,
Public Health Engineering Department
Division Bemetara (C.G.)
T-Section/Tender/Bemetara GWPSS
-
102 -
BLOCK – BEMETERA
DISST= BEMETERA
ANNEXURE - E –V (B)
SPECIFICATION FOR CONSTRUCTION OF R.C.C.
ELEVATED SERVICE RESERVOIR
Public health Engineering Department constructs a large number of elevated service
reservoirs in rural areas as, well as in urban areas. many cases of failure of these structures have
come to the notice of the department. To minimise failures, it is extremely important that a uniform
policy with respect to design and construction specifications of these structures is followed
throughout the State so that the quality of construction is ensured. Keeping in view the above
objective, the following instructions are issued for strict compliance in future. The authorities
responsible for enforcing these instructions will be the respective Chief Engineers of the ones,
Superintneing Engineers of the respective Circles and the Executive Engineers-in-charge of the
works.
GENERAL INSTRUCTIONS :
1.0
1.1
1.2
1.3
1.4
1.5
1.6
1.7
Elevated Service Reservoirs supported on concrete design shall see that tanks are
supported on column structure.
The R.C.C. columns supporting the tank on round shape. The top shell i.e. water
container, in circular shape as per approved drawing
On the bottom floor of the water container cast iron or stainless steel grate should be
provided over the supply outlet and scour outlet. This is essential to prevent any
accident occured at Sehore when two persons in succession were sucked into the scour
pipe, the top of which could not be seen because of calcium deposits due to regular
use of bleaching powder. Cast iron grates 20x20 mm or stainless steel square 20x20
mm can be used with square frames on top of the outlet.
The over flow outlets should not be connected to the distribution system, Connection
of over flow pipe to the distribution system can result in over filling of the elevated
service reservoirs in case supply valves of the distributions system are not open. The
over flow outlet should always be kept open for draining any excess storage in the
tank.
It is extremely important to make arrangements for supply of sufficient water at the
construction site for curing of the concrete. Continuous and efficient curing is extremely
import for development of good compressing strength in any concrete structure.
It is advisable to use metal derived from igneous rock preferably of basaltic of granite origin.
The coarse sand should be free from soil. This can be checked easily by half filling a
transparent glass with the sand sample and the other half by clean water. Stir the sand
vigorously. Silt in the sand can then be easily seen in the top water portion.
It is extremely essential the contractos undertaking the work should have a concrete mixer
with them. No hand mixing should be allowed.
In no case the concrete should be laid without vibration. It is desirable to keep two concrete
vibrators at the construction site so that in case of a break down the other vibrator can be
used. It is desirable that the divisions have with them at least two concrete vibrators, which is
an essential T & P for laying concrete.
FOLLOWING SPECIFICATIONS SHOULD BE STRICTLY FOLLOWED
2.0
CEMENT AND CONCRETE :
2.1
Minimum Strength of Concrete :
Minimum strength of concrete for components of elevated tank will be below :
Columns staging
M 25 (250 Kg/sqcm)
Tank including roof
M 30 (300 Kg/sqcm)
2.2
Minimum Cement Content :
From durability considerations minimum cement content shall be as below :Concrete,
M25 - 350-Kg/cum
T-Section/Tender/Bemetara GWPSS
-
103 -
BLOCK – BEMETERA
2.3
2.4
2.5
2.6
2.7
2.8
3.0
4.0
4.1
DISST= BEMETERA
Concrete
M30 - 400-kg/cum
Cover of concrete :
The minimum cover shall be 40 mm for all the reinforcement. For foundation this cover shall
be 60 mm.
Cement Grade :
Grade 43 cement should be used for columns and grade 53 for the tank portion including the
top dome cover. Only fresh cement should be used in the tank. it is advisable to use cement
manufactured by major plants and reputed firms. OPC or blast furnace slag cement should be
used.
Water Cement Ratio :
Water Cement Ratio shall not be more than 0.45 This means 22.5 litres of water per 50 Kg.
Bag cement.
Testing Manchines For Concrete :
Compression testing machines should be installed in each rural and project divisions.
Use of Construction Chemicals :When the water cement ratio is less, the strength and durability of concrete is good. It is a
advisable to use plasticisers in concrete and reduce water cement ration up to 0.4. Plasticisers
manufacturered by reputed companies are recommended.
Proportion of plasticiser to be used shall be as per the instructions manual supplied by the
manufacturers.
Construction joints :
Construction joints be treated in accordance with IS-456. The surface of alread laid concrete
be cleaned by water jet and cement slurry be applied. Cement mortar 10 mm. Thick of the
same proportion as in concrete be applied and then fresh concrete of the lift be laid. The
form work must overlay 100 mm on the already laid concrete.
Minimum Dimensions And shapes : As per approved drawing and design.
Minimum Dimensions shall be as below :
Circular Column
400 mm
Tank wall
200 mm
Bottom slab
150 mm
Top slab
125 mm
Note : If a Dome is provided at the top, the thickness can be limited to 100 mm.
Rectangular/square columns are not allowed Circular shafts are also not allowed. In respect
of horizontal braces, corners shall be charmferred by 40x40 mm
STEEL :
Minimum steel : Design requirements as set out in relevant codes in respect of steel be fully
satisfied. However, following minimum steel should be provided. As per approved designe
& drawing.
(a)
Vertical steel in columns
:
(b)
:
(c)
Horizontal link in
columns
Exposed R.C.C. surface
(d)
Steel in tank
:
T-Section/Tender/Bemetara GWPSS
-
:
0.8% of cross sectional area actually required and
0.3% when larger section than actually required is
provided.
Not less than 8 mm. Dia at 200 mm c/c or 10 mm dia
not more than 300 mm c/c.
On both faces when thickness is 150 mm or more.2
Kg/sqm in perpendicular direction.The above
requiremensatisfied if. 8 mm bars @ 20mm c/c OR 10
mm bars @300 mm c/c.are provided.
As per provision of I.S. 3370 subject to minimum as
set out in (c) above.
104 -
BLOCK – BEMETERA
DISST= BEMETERA
4.2
Maximum spacing of reinforcement :
Maximum spacing of main reinforcement in slab or walls shall not more than 150 mm centre
to centre. The spacing of secondary bars, such as distribution steel or vertical bars in
columns.
4.3
Type of Steel :
It is advisable to use corrosion resistant CR steel such steel is now available.
Detailing of Steel
Before commencing the work, Executive Engineer in-charge should study the drawing. It
must be insisted that the designer provided details of the shape of each bar its diameter,
length and numbers of each category in a schedule of
reinforcement. This must be
incorporated in every working drawing.
5.0
Form Work :
Wherever intz type of tanks are adopted or where there is an inclined slab having inclination
steeper than one vertical to three horizontals, inside form work must be provided.
(a)
Place outer form work.
(b)
Place inner form work 300 to 450 mm wide. Then concrete that portion then fix
next strip and concrete.
(c)
In respect of top or bottom domes place upper form work for lowest circular string of
width equal to 1/2th dia of dome and concrete as stated above. Then concrete central
half for which top form may not provide.
6.0
Protection work Drainage :
At the ground level, stone pavement should be provided for an area which is 1.5 metre more
than the dimensions of tank on all sides. This should be laid in a slope of 1:60 from the
centre and drain be constructed around for outlet of water.
Note :- All the data given in the annexture- E –V (A) and (B) are tintative & may change
during the design process as per the site condition & CPHEEO manual and respective IS.
T-Section/Tender/Bemetara GWPSS
-
105 -
BLOCK – BEMETERA
DISST= BEMETERA
ANNEXURE – E (VI)
Scope of work and specification of electro chlorinators.:
Providing, erecting, commissioning & giving test & maintenance after commissioning of Electro chlorinator
capable of generating chlorine form common salt by electrolysis using electrodes in form of sodium
hypochlorite solution containing 6-8 gm/lit of available chlorine in batch or continuous process & capable of
providing 8 hrs storage of hypochlorite in case of power failure.Electro clorinator should be duly inspected by
SGS/RITES/D.G.S.&.D.
The electro chlorinator shall comprise of following : Electrolytic cell consisting dimensionally stable electrodes made from Gr I Titanium sheet with multi
metal Oxide coating.
 Electrilyzer tank made from PVC-FRP or Acrylic.
 Power pack consisting of transformer rectifier for generating suitable DC current from AC supply
along with control switch for dosing pumps, etc through MCBs conctacts, relays & writing.
 Control panel for the electro chlorinator consisting of DC voltage & current display income phase
status unit on-off switches fuses etc.
 Dosing tank of suitable capacity made from PVC/FRP.
 Dosing pumps of special quality (1W+1S) suitable to handle hypo chlorite solution.
 Entire chlorine solution pipe line shall be of PVC chlorine test kit suitable to measure residual
chlorine up to 5ppm.
SYSTEM SPECIFICATIONS :
Providing installing, testing and commissioning of electro chlorination plant capable to produce 50 gms/hr of
available chlorine in batch or continuous mode in form of hypochlorite solution of strength 6-8 gpl having
following specifications :
1.0
POWER PACK
Rectifier Unit
 Design
:
Diodes mounted on heat sink connected in bridge
configuration along with a step down transformer.
 Input/ Output
:
Input : AC – 230V, 50 Hz, 3 Ph
Output : DC – 0-10V 40-60 A
 Construction of material
:
M.S. C.R. sheets with lifting hooks and wheels for
mobility.
Transformer
:
Step down transformer
Double wound with copper windings conforming to
IS 2026 to the extent applicable
Control Panel
 Voltmeter
 Ammeter
 Siren Time Switch + memory
:
:
:
Digital Make : Mecon/Beemet/Nippen
Digital Make : Mecon/Beemet/Nippen
Hold/Restart facility to retain the process
time in case of power failure and to monitor the
batch Make : EAPL
Accessories
:
Diode will have RC network for protection against Surges
Make : Ruttonsha/Hindi Rect Cabinet will be well
ventilated, forced cooled with anti corrosive cooling
fan with safety guard and fuse protection.
I/p & O/p cables
:
Made of Copper
Contactors/Relays
:
L&T/SIEMENS/ABB Make
2.0

ELECTRODES
Material of construction
T-Section/Tender/Bemetara GWPSS
-
:
ASTM B 265 Gr. 1 Titanium plate
Material, coated with multi metal oxide
106 -
BLOCK – BEMETERA
DISST= BEMETERA



Type
Connecting Bushes
Make
:
:
:
Bipolar Type
Titanium Gr. 1 material
Encee Chlor / Power Chlor




ELECTRODES
Material of construction
Type
Connecting Bushes
Make
:
:
:
:
Enclosure of PVC/FRP material
Drain valve & pipe fittings
50 gms/hr i.e. 400 gms per batch of 8 hrs
Encee Chlor / Power Chlor




ELECTROLYSER TANK
Quantity
Material of construction
Design Pressure
Design Temperature
:
:
:
:
1 No.
PVC/FRP
Atmosphere
600 C




HYPO DOSING TANK
Quantity
Design Pressure
Design Temperature
Capacity
:
:
:
:
1 No.
Atmosphere
600 C
500 L







HYPO DOSING PUMP
Quantity
Duty
Capacity
Diaphragm
Material of construction
Type
Make
:
:
:
:
:
:
:
2 Nos. ( 1 duty + 1 stand by )
Continuous
10 LPH @ Kg/cm2
Teflon with rubber packing
P.P. or PVC with Ceramic Ball
Mechanically operated single diaphragm
Milton Roy/ A ventura/ Victor



ACID BATH TANK
Quantity
Material of construction
Capacity
:
:
:
1 No.
HDPE
100 L



SKID
Quantity
Material of construction
Capacity
:
:
:
1 Set
MS
Correction free Epoxy Coat


PIPING & VALVES
Quantity
Material of construction
:
:
1 Set (As per Epoxy Coat)
PVC
3.0
4.0
5.0
6.0
7.0
8.0
9.0
T-Section/Tender/Bemetara GWPSS
-
107 -
BLOCK – BEMETERA
DISST= BEMETERA
ANNEXURE – E (VII)
Scope of work and specification of BULK FLOW METERS :
Providing installing and giving satisfactory field testing offlanged ends Bulk water meter with fig-250 cast
iron body, class “B” confirming to IS : 2373 as per ISO – 4064, marked to read in metric system, along with
manufacturer’s test and gurantee certificate including cost of all materials .
T-Section/Tender/Bemetara GWPSS
-
108 -
BLOCK – BEMETERA
DISST= BEMETERA
ANNEXURE – E (VIII)
Scope of work of TRIAL RUN:
The most important responsibilities of controlling authority of water works is trial run of the
system.
Trial means keep our system in working. Required quantity of portable water can be produced
through water treatment plant of designed quality & pumped up to overhead tanks to consumer through
distribution system & domestic connection.
Running means routine, hourly, daily, periodically, monthly & yearly checkup and repair of the
system which is necessary to keep due system in smooth working or trouble free working.
Properly maintain system has following advantage : Designed quantity of water can be produced with desired quality.
 Less wastage in pumping main and distribution system.
 Consumer can get water in uniform and constant pressure.
 Less wear and tear in pumping machinery.
 Less electrical consumption.
 Less chemical consumption.
 Frequency of break down will be less
 Lesser damage to due public property.
 Good relationship between controlling authority in public will develop due to less break down or due
to constant & regular water supply.
Requirements :- For good trial run of water treatment plant it require that the charges treatment plant should
have through knowledge of the function of the several units under his control and skilled operators, should be
in position to bring to the notice of the concerned persong & any faults in operation and rectify them
immediately, in charge and operators must have knowledge and problem, may arise due to fluctuation in the
quality of the water change in the flow pattern, malfunction of the units and about mechanical and electrical
equipment.
Basic necessity of trial run staff up to 6 MCD WTP shall be according to CPHEEO.
MINIMUM OPERATION AND MAINTANANCE STAFF REQUIRED UP TO 6 MCD WTP .
S.No.
Particulars
Staff Requirement
Remarks
1
Sub Engineer
01
One sub engineer (able to supervise two
WTP of below 6 MLD capacity)
2
Operators
4
For intake well/pump house (each in one
shift)
3
For water treatment plant (each in one
shift)
3
Helper/Fitter
3
For intake well/pump house (each in one
shift)
3
For water treatment plant (each in one
shift)
2
For raw water/clear water pumping main.
4
Electrician/mechanic
3
For intake well/water treatment plant.
5
Watchman
1
For intake well/pump house (each in one
shift)
3
Water treatment plant (each in one shift)
Facilities :For proper trial run of water treatment plant following facilities are very much required :-1.
Execution vehicle – Though the water treatment plant function 24*7 so it require one execution
vechile to reach water treatment plant at any time.
T-Section/Tender/Bemetara GWPSS
-
109 -
BLOCK – BEMETERA
2.
3.
4.
5.
6.
7.
DISST= BEMETERA
Pickup vehicle – To over come the problem arise due to sudden break down of the sytem one pickup
vehicle is required to carry spare parts, labours, machines etc.
Chemicals – For smooth working proper chemical i.e. alum, bleaching powders, lime, chlorine toner
is require. So that it also require annual budget provision in the head of chemical for each water
treatment plant.
Spare parte – For routine or periodic maintenance require spare parts. So it necessary to store proper
and adequate spare parts to run the water treatment plant smoothly. Annual budget provision should
keep for spare part for each water treatment plant.
Oil, grease and lubricants – For daily operation and maintenance oil, grease and lubricants are very
much needed. Annual budget provision should be kept for Oil, grease and lubricants for each water
treatment plant.
Miscellaneous – For the provision of extra manpower, material and machine is to be require to
overcome the problem arise due to sudden break down. So it is necessary that some annual budget
provision should be made in the miscellaneous head.
Contingencies – For good house keeping, neat and clean environment, electrical consumables,
horticulture and office stationary for keeping records some extra contingencies fund requires and it
require annual budget provision in this head also.
Executive Engineer,
Public Health Engineering Department
Division Bemetara (C.G.)
T-Section/Tender/Bemetara GWPSS
-
110 -
BLOCK – BEMETERA
DISST= BEMETERA
Special Condition
ANNEXURE – E (IX)
Scope of work :
1.0
Trial and Run MANUAL
The contractor has to submit the Trial Run manual in English as well as in Hindi language after the physical
completion of the work. This manual will be submitted as draft at the date of physical completion and as final
version on month after commissioning. It shall include all the experience made during the lests and the
commissioning period. Will prepare the manual in cooperation with the deptt’s representative detailed
contents. It will at least content the floing items.
General description of the entire ater supply scheme with information on source, transmission lines. Zone ater
distribution tanks and pipe lines, pumps and pumping stations.
Step by step procures for operating/functions of all the unites all the overall scheme.
Flow chart giving the scheme details, Architectural, mechanical electrical, instrumentation, piping draing,
sections, details, charts.
Nomenclature of all the equipment (mechanical, electrical, instrumentation, power and signal cables, electrical
and sanitary fixtures)
 For each item of equipment.
 Drqing chart (if required)
 Operational Innstructions.
 Calibration charts (if required)
 Fault identification and location guides and charts.
 Repair instruction ((if required by operations if possible)
 Maintenance instructions including type and quantity of materials.
 Spare parts list with addreses of suppliers and procedures for ordering.
 Preventive maintenance schedules for all the equipment, showing the type and frequency of
maintenance of different items.
 Type and quantity of the frcommended consumables (Bleaching Poders, etc.)
 Logs for the operator of the system.
 Operatin hours.
 Fault and actions taken.
 Other events.
Adders and telephone number to contact in cae of operation problems shall be provided.
It is emphasized that a collection of standard literature of a general nature, unaccompanied by specific
drawing and descriptive mater relating to the work as commissioned, shall not be acceptable.
The Trial and Run manual shall be bound in one or several loose-leaf binders designed to prevent lose and
damage of the contents. The binders shall be tilled, numbered, and have a table of contents of all information
contained.
2.0 AS-BUILT DRAWINGS
The contractor shall submit to the deptt. within Six month of free Trial Run period or actual completion
“Comletion” Drawing as specified below. These drawing shsll be accurate and correct in all respects and shall
be shon to and by the representative.
Completions drawing as specified below on shall be supplied by the Contractor to prints along with a soft
copy in CD. These draing shall be developed in auto CAD. Drawing shall be of standards size described
below.
 Base map of the entire system with details shoing all features exiting and as constructed under this
contract of water supply scheme showing locations of Sourcd, TP, OHT’s, UGRs, Zona; ba;amcomg
reservoir, Rising mains, Distribution main shoing their izes.
 Maps shoing all the zones in detail covering above items along with complete distribution net work
with their size and material of pipes.
 Arehitectural, civil and structural details of all components of the plants at different levels, elevations
from all side as well section etc. complete with all dimensions including structural thickness, concrete
grade, reinforcement details, finishing details, schedule of doors and windos, details of associated
fittings and features complete.
T-Section/Tender/Bemetara GWPSS
-
111 -
BLOCK – BEMETERA
DISST= BEMETERA

Dimensional details of all electrical, mechanical and instrumentation equipment including accessories
along with arrangement in side the building or enclosures, concocted piping and cabling, layout, etc.
all complete.
 Dimensional details of all valves, gates, consoles, panels, sitch boards, cable layout etc. for the
complete plant. Fine digrams and circuit diagrams shall be used wherever applicable.
 L-Section for pipelines laid externally, showing pipe profile, ground profile, soil condition, bedding
location of specials, velves and other accessories complete.
 All draing shall be prepared in appropriate scale and with adequate notes, legends, titles, etc. for
clarity.
3.0 TRIAL RUN
I) Administrative Provisions
3.1 Administrative of Trial Run Contract.
The folloing additional clauses shall apply only during the Trial Run period.
“Maintenance Standard” shall Mean the requirements for maintaining, repairing and renewing the all water
supply facility of Distrubution Netork, House Service connection, Pumps and pump Rooms, OHT, UGR, and
all other Civil/mechanical and electrical items for which the contract has been aarded.
a) As set forth in the TRIAL AND RUN manual.
b) Required pursuant to applicable lo.
c) As may be necessary for keeping all the orks in a satisfactory condition such that the ater supply will
continuously, comply with the Operation Standard, and.
d) As may be necessary that all the facilities shall continuously be in and optimum condition and state in
relation with the lifelime of the facility.
3.2 “TRIAL AND RUN Manual” shall mean the final manual for the Trial and Run of the complete water
supply Facility to be prepared in accordance ith the CEPHED Manual/MDS O&M Manual.
3.3 “Trial and Run obligations” shall mean the obligation of the Contractor pursuant to the AgrreementOperation an maintenance to operate and mintan the Water Supply Facility on and from the Date of Taking
over until the date of completion of this Agreement and shall also rectify the leakages, breakdown of plant and
machinery within 24 hours of breakdown occurrence.
3.4 Brief scope under this contract is as described belo:
a) To schedule daily operations in discussion with Line Agency (ULB/Agency nominated by Gram
Panchyat/Deptt.)
b) To schedule the regular inspection of Distrubution Netork for leakages and sttend immediately and to
schedule inspection of machinery viz, laubrication, servicing etc.
c) To record the meter readings of all service connections and submit a monthly report ot deptt.
d) To keep records for dauly operation and activities.
e) To keep records of spare parts, equipment, tool, consumables etc.
f) Inventory of stores
g) To keep records of staff in position
h) To provide necessary tools, tackles and instruments.
i) To keep the pump house neat and clean.
j) Pumping of clear ater from surface source to various transmission systems
k) To maintain the residual/minimum terminal pressure.
l) To maintain the chlorine content at the farthes end should be 0.2 ppm.
m) Control and Operation of pumping machinery and all electrical equipment of the pump house including
overhead line & outdoor substation dedicated for this water pump house.
n) Maintenance of all Buildings, electrical, mechanical and instrumentation installations and equipment and
areas.
o) Routing Maintenance of Complete Distrubution Network for rectifying and leakage and flushing out of
Trubid water.
p) Maintenance of metering systems.
q) Training of Employer’s personnel/deptt./PRI/ULB.
3.5 Object of Contract
For the duration of Trial Run period, contractor shall render and make available to ULB/PRI/Deptt. The
following services.
a) Pumping of clear ra from surface source and supply of potable ater to various transmission system as
deseribed in bid document.
b) Maintain the terminal/residual head at tail end and chlorine content at the farthest end shuld be 0.2
ppm.
T-Section/Tender/Bemetara GWPSS
-
112 -
BLOCK – BEMETERA
DISST= BEMETERA
c) Control and Operation of Pumping machinery and all electrical equipment of the pump house
including overhead line & outdoor substation dedicated for this water pump house.
d) Routine Maintenance of all fBuildings, electrical, mechanical and instrumentation installations and
equipment and areas.
e) Management of the plant in administrative and financial operation connected to plant management.
f) Routing maintenance of Complete Distrubution Netork, House Service Connections and Metering
systems.
g) Training of Deptt./PRI/ULB’s Personnel : The Contractor shall be responsible to provide hands-on
practical training of all aspects of Trial Run an routine repairs of the plant, equipment and facilities to
about 10 persons for a period of to weeks shall be provided during last one month of the Trial Run
contract period so that successful an smooth transfer of TRIAL RUN Agency may be possible.
h) If any loss or damage happens to the distribution system, water retaining structures, pump houses of
any part therefore, of materials or plant for incorporation threin, during the period for which the
contractor is responsible for the care threof, from any cause hatsoever, the contractor shall, at his own
cost, rectify ithout loss or damage so that the entire system conform in every respect with the
provisions of the Contract to the satisfaction of Deptt. The contractor shall also be liable for any loss
or damage to the orks commissioned by him in the course of any Trial and Run carried out by hin for
the purpose of complying with his obligation under this contract.
3.6 Liability :
The contractor ill not under any cireumatance be liable for costs of loss or profit may incur as a result of the
unavailability of the ater supply system on account of force majeure.
3.7 Personnel :
All contractor’s personnel employed at the plant at any time during the period covered by the present contract
will be provided by him. The ULB/Deptt. are not liable for personnel in any way and cannot be held
respossible in the event of litigation of any sprt between the contractor and members of plant personnel of
their representative. Watch and ard shall be the responsibility of contractror throughout the period.
All decisions frlated to sstaff numbers and qualifications should be approved by Deptt. The number of shift
for complete operation of the facility will be the contractor.
The contractor undertakes to comply with applicable legislation and the code of labour law and on matters of
health, haygiene and safety, and shall assume responsiblility for works rewuired in the event of any change in
applicable regulations.
3.8 Safety
The contractor shall be responsible for safety of his staff on Site during the Trial Run of the complete water
supply facility by the comtractor.
The contractor’s duties with respect to Safety shall include the following :
Utilize safety awaren procedures in every element of Trial & Run.
Give emphasis to site safety including.
a) Safe working procedures.
b) Cleanliness and care of the complete water supply facility as a whole.
c) Accident and hazardous conditions reporting.
d) Safe practice in water handling.
e) Iue of work permit before carrying out any electrical ork in the Pumping Stations.
Hold informal safety discussions among members of deptt./DRI/ULB at least eekly. Formal discussions shall
be held with all concerned agencies at least once a month.
The contractor shall cooperate ith other oll-site authorities preparing the “Off-site Emergency Plan” on
request.
The contractor shall provide Notice Boards/Display Boards at appropriate lacation detailing precautions to be
taken by Trial Run personnel in work in conformity to regulation and procedure.
The contractor shll notify the ULB/PRI/Deptt. Immediately if any accident occurs whether on-Site or Off-Site
in which the contractor is directly involved the results in any injury to any person whether directly concerned
with the Site of a third party. Such initial notification may be verbal and shall be folloed by a written
comprehensive report within 24 hours of the accident.
3.9 signement
The contractor ill not be entitled to sub-contract any part of his obligation to any third party.
3.10 Completion of the Contract
On the date of contract completion all the installations, works and equipment placed under the contractor’s
responsibility shall be handed over to ULB/PRI/Deptt. at on cost, in good working order, except for norml ear
and tear may perform any inspections, tests or expert appraisals he shall consider necessary ith a vie to
checking that the properly is in good working order. If the works, equipment, plant and’or properly is not
T-Section/Tender/Bemetara GWPSS
-
113 -
BLOCK – BEMETERA
DISST= BEMETERA
found in working condition of acceptable condition, the contractor ill replace/repair/rectify the same at his on
cost to the satisfaction of deptt./PRI or third party in pector. The cost of the third party inspector will be borne
by the Trial Run contractor.
At the end of Trial Run perod the contractor shall be entitled to receive an Trial Run completion Certificate
within on month (30) days, of the completion of the contract.
The delivery of such completion Certificate will relieve the contractor from his responsibility as regards to the
Trial Run and confirm that the contractor has fulfilled all of his obligations under the contract.
3.11 Issuance of Certificate
The conditions for issuance of Trial Run com;letion Certificte as detailed in above clause shll unter alia
comprise.
 The completion of Six month operation of the works to the satisfaction of the Engineer.
 The Trial Run manuals have been updated folloing Six month operations experience and approved by
the Engineer.
 All defects identified perir to Taking over and defects identified during the One year operation of the
works have been rectified.
 All teets after completion have been comoeted to the satisfaction of the Engineer.
 All training/IEC activities.
3.12 penalties
a)
Penalty for failure to achieve the rated maximum continuous output of water for prescribed quality.
b)
Penalty for excess consumption of eclectic energy for operating and maintaining the pumping
machinery as compare to the consumption analysis in energy audit one in a year its accessories and related
facilities as certified under section X schedules Annexure I.
c) The contractor shall responsible for all corrective maintenance suggested in energy audit.
d) For break down of more then 24 hours contactor will have to pay penalty of twice the amount per day
incorrect by department for supply of water in village of project area. During breakdown period connector
will have to make alternate arrangement of water supply in all village of project area.
II
Technical provisions
3.13 Maintenance
The Contractor shall responsible for corrective maintenance of civil, mechanical, electrical and measuring
equipment as well as miscellaneous equipment.
The Contactor shall responsible for carrying out regular servicing and lubrication of rotary machines.
Complying with maintenance instructions as defined in the Trial and Run Manual and ensuring that
electromechanically equipment and motors operate correctly at all times.
The contractor shall ensure the measurement systems operate at all times. The brief scope will be.
 Daily observation like leakage, winding temperature of motors, bearing temperature of Pumps & motors, noise, vibration, readings of pressure, voltage, current & power.

Semi annual or monthly inspection like gland of stuffing box, cleaning of gland bolts, inspection of
packing , alignment of pump and drive, Condition and quality of grease or oil for bearings, motors, circuit breakers, ATS, etc., level of oil in transformer, GOD. Contacts, contacts of relay and circuit breakers. Setting of relays, closing/tripping mechanism of all switchgears, temperature of oil and windings
for transformers,. Connections of equipments etc.
 Annual inspection like checking of shaft sleeves for wear. Checking of clearances, pump test, end play
of bearings, impeller condition, calibration of instruments, resistance of earth pit. Insulation resistance
of switchgear bus bars, transformer, motors, insulation of transformer oil.

Maintain the proper stock of spares, lubricants and consumables.

Energy audit once in a year & complain of suggestion made.
3.14 Performance Standards
The Contractor will operate and maintain in a state of continuous operational readiness all plant and system to
meet the flow requirements. It shall remain the Contractor’s responsibility to ensure the plant systems are at
all times able to operate to the maximum capacity of the installed duty plant.
All plant and plant installation shall be operated within their designed limits The Contractor shall operate the
plant strictly within these operating ranges and shall manage the operation of the plant to achieve optimum
performance as far as possible.
3.15 Consumables and Utilities Services- Spare Parts Stores and Tools.
3.16.1 Consumables and Utilities Services
Unless stipulated otherwise elsewhere in the document, for the duration of Tiral Run period, the Contractor
will be responsible for the supply and control of lubricants spare parts and consumable, materials excluding
T-Section/Tender/Bemetara GWPSS
-
114 -
BLOCK – BEMETERA
DISST= BEMETERA
electrical power, necessary for the continuous operation of the works. Power Charges for the Tiral and Run
will be paid by the department.
3.16.2 Spare Parts and Stores
The stores inventory, the issuing and recording of spare parts ill be the responsibility of contrctor.
The contractor is also responsible for providing spare parts nd material required for the Trial Run during the
operation period and shall bear the cost for the same, including the cost of storing and safeguarding.
The Contractor will make all necessary arrangements to ensure the continuous supply of spare parts and
material for the works and the rate of supply of these materials shall be in such quantities and amounts as
would ensure uninterrupted operation.
Spere patts shall be supplied by the contractor and same will be used during Trial Run period. The contractor
shall also hand over set of spare parts and consumables in a new condition to discussion for future
maintenance according to quantity accessed by Trial Run period. The contractor shall submit the list of such
spare parts in a separate sheet.
The tools, tackles, measuringgand testing instruments etc. required the specified Trial Run of the plant and
equipment shall be provided by the contractor at his cost. At the end of the contract the contractor shall hand
fover to ULB/PRI/Deptt. All these in good working condition, or otherwise shall replace the defective/nonworking tools/meters by new ont at his own cost.
3.17 Meter reading:
The contractor shall do the meter reading of all the bulk water meters installed and submit a monthly report to
the deptt. by 25th of every month. The monthly cycle can be from 20th to 19th of every calendar month. The
meter reading record shall contain the information on total consumption of water for each village with
analysiation of each consumer name, number, Volume in KL.
3.18 Non Revenue Water:
The contractor shall submit the details of water balance every month to the ULB/PRI/Deptt. It shall contain
the following details.
1. Total output of the water as measured in bulk water mentrs at source and at distribution points.
2. Total unaccounted water quantity in KL.
The total unaccounted water quantity shall not be more than 15% of the total water supply. In case if it is more
than 15% then afor each 1.0% increase a penalty of 1.5% of the contract price will be levied.
3.19 Inspection:
3.19.1 General Provisions:
Deptt./PRI/ULB shall check the operation of the plant or designate an organization of his choice to carry out
inspection regularly. ULB or the organization appointed by him shall check that the contractor is performing
the tasks for which he is responsible with due diligence. The contractor shall at his cost provide all the
assistance ULB/PRI/Deptt. Required to complete these inspections
3.19.2 ULB/PRI/Deptt. has the to perform any analysis or inspection he deems necessary. The water quantity
shall be measured by flow meter installed on individual delivery main.
3.19.3 Documents to be provided by the contractor.
a) Operation Log book:
The contractor shall keep a permanent record of plant operation (logbook). This log book shall be kept at the
site and shall be presented on request to agents approved by Deptt.
The cpmtractor shall also indicate any significant modification to the set-up characteristics of the installation,
shut down; anomalies or inciodents that have occurred with respect ot operation.
The log book shall also contain the following.
 Daily report,
 Weekly report.
 Readings of meters.
 Record of break down.
 Staff attendance.
 Stock of spare parts, lubricants, consumables.
 List of tools, tackles and instruments.
 Trouble identification for the installation.
b) Monthly Report:
The monthly report shall include but not be limited to :
 Volume of water conveyed.
 All the problem areas in the pump house.
 The starus and progress of the training programs.
 Electricity consurned totally.
T-Section/Tender/Bemetara GWPSS
-
115 -
BLOCK – BEMETERA
DISST= BEMETERA
ANNEXURE - G
Breakup Schedule of Payment
(AS PER CLAUSE 15 OF CONDITIONS OF CONTRACT OF FORM “F”)
Sr.No
C1.
C2.
C3
C4.
C5.
C6
C7
C8
C9
C10
C11
C12.
Description
Intake well 10 m diameter & 10m.Deep with double floor
overhead pumphouse, approach bridge and approach
channel.
Raw water pumps 53 H.P. 2 Nos. (100% stand Bye)
Vertical Turbine Pumps Having Discharge 247056 LPH
with a Head of 30 m.
Raw water Electric Sub station of 100 KVA, 2Nos. With
100% stand By
Raw Water Pumping main 350 mm Dia D.I.K-9 Pipe.
Length 3554 m
Water Treatment Plant 8 MLD
Clear Water pumps 54 H.P. 2nos. (100% Stand Bye)
Cenntifugaal Pumps Coupled with Motors Having
Discharge 50231 LPH with a Head of 36 m
Clear Water pumps 232 H.P. 2 Nos. (100% stand Bye)
Centrifugal Pumps Copled with Motors Having discharge
50231 LPH with a Head of 79 m.
Clear Water Electric Sub station of 276.1776/11/0.415
KV With 100% Stand By
Clear Water Pumping Mains
300 mm
Length 4589 mtr
250mm
Length 12551 mtr
200 mm
Length 15526 mtr
RCC MBR Various Capacity
Zone 1
870 KL Staging Height 25 m.
Zone 2
290 KL Staging Height 25 m.
Zone 3
410 KL Staging Height 25 m.
Clear Water Gravity Mains
300 mm
Length 4736 mtr
250 mm
Length 6249 mtr
200 mm
Length 18936 mtr
150 mm
Length 40647 mtr
100 mm
Length 25523 mtr
80 mm
Length 33482mtr
RCC Over Head Tanks & Sumps of
Various Capacities for Respective Zones of Villages
Distribution Network UPVC pipes. Class 6 kg
200 mm
Length 1868 mtr
160 mm
Length 118 mtr
140 mm
Length 5019 mtr
110 mm
Length 5416 mtr
90 mm
Length 11028 mtr
75 mm
Length 82506 mtr
DI K7 Pipe On Road Crossing
100 mm
Length 2000 mtr
150 mm
Length 1000 mtr
T-Section/Tender/Bemetara GWPSS
-
Percentage
2.19
0.47
0.35
3.41
3.98
2.00
0.79
19.60
2.61
40.97
8.18
11.44
116 -
BLOCK – BEMETERA
C13
C14
DISST= BEMETERA
Electro Chlorination System
At Each OHT, Model is proposed considering the capacity of
OHT
50 gms/hr
- 32 Nos.
100 gms/hr
- 20 Nos.
150 gms/hr
- 3 Nos.
250 gms/hr
- 2 Nos.
Bulk Flow Meter at each village Inlet Junction At each village
Inlet Junction
100 mm
57
200 mm
1
250 mm
1
300 mm
1
3.78
0.23
Note :- All the data given in the annexture- G in particulers is tintative & may change during the
design process as per the site condition. How ever breakup of payment will not be change.
T-Section/Tender/Bemetara GWPSS
-
117 -
BLOCK – BEMETERA
DISST= BEMETERA
ANNEXURE - G – I
Breakup Schedule of Payment for Construction of R.C.C. Intake Well cum pump house
Sr.No Description
(i)
(ii)
(iii)
(iv)
(v)
(vi)
(vii)
(viii)
(ix)
Percentage
Civil work (Intake well cum pump house) Construction of foundation
Upto half of the discharge floor level
Construction of discharge floor slab
Construction of mot or floor slab
Completion of roof slab
Approach bridge
Mechanical & electrical works
Inside & outside painting
On testing of structure & all other equipments etc
Total
10 %
10%
15%
10%
10%
30%
5%
5%
5%
100%
ANNEXURE - G-II (a)
Breakup Schedule of Payment for Raw water pump and motors
Sr.No Description
1.
On Supply of Pipes & Specials & Erection
2.
On testing
Total
Percentage
90%
10%
100%
ANNEXURE - G-II (b)
Breakup Schedule of Payment for construction of Raw water electric sub
station at Intake well
Sr.No Description
1.
On Supply of Pipes & Specials & Erection
2.
On testing
Total
Percentage
90%
10%
100%
ANNEXURE - G-II (c)
Breakup Schedule of Payment for Raw Water Pumping main
Sr.No Description
1.
On Supply of Laying Pipes & Specials
3.
On testing
Total
Percentage
90%
10%
100%
Executive Engineer,
Public Health Engineering Department
Division Bemetara (C.G.)
ANNEXURE - G – III
T-Section/Tender/Bemetara GWPSS
-
118 -
BLOCK – BEMETERA
DISST= BEMETERA
Breakup Schedule of Payment for Cost of WaterTreatment plant
1. Civil Work – 67 %
2. Mechnical & Electrical Work – 33%
ANNEXURE - G – III (A)
Breakup Schedule of Payment for Civil works of Water Treatment plant Clear water sump
well cum pump house:
(i)
(ii)
(iii)
(iv)
(v)
(vi)
Inlet channel & Cascade Aerator (5% of Civil works) :a) Excavation and P. C.C.
b) Foundation & works up to plinth
c) 50% of super structure
d) Balance 50% of super structure
e) Finishes and after grouting of pipes, etc.
f) Painting
Total -
05%
20%
30%
33%
10%
02%
100%
Measuring Flume & Bye pass channel (5% of Civil works) :a) Excavation and Mat C.C.
b) Foundation & Works up to plinth
c) 50% of super structure
d) Balance 50% of super structure
e) Finishes and after grouting of pipes, etc.
f) Painting
05%
20%
30%
33%
10%
02%
Total 100%
Chemical House & Chemical Tanks Administrative building & lab (10% of Civil works) :a) Excavation and Mat C.C.
05%
b) Foundation & Works up to plinth
20%
c) 50% of super structure
25%
d) Balance 50% of super structure
33%
e) Chemical Tanks.
05%
f) On completion of pipe fitting and other fixture like
doors & window, flooring, drain pipes, etc.
10%
g) Painting
02%
Total 100%
Mixing Channel (4% of Civil works) :a) Excavation and Mat C.C.
05%
b) Foundation & Works up to plinth
20%
c) 50% of super structure
30%
d) Balance 50% of super structure
33%
e) Finishes and after grouting of pipe etc.
10%
f) Painting
02%
Total 100%
Clariflocculator (20% of Civil works) :a) Excavation and Mat C.C.
10%
b) Foundation & floor
35%
c) Outer Vertical Wall
45%
d) Collecting channel and walk way
03%
e) After grouting of pipes, and other finishing.
07%
Total 100%
Rapid Gravity Filter 20% of Civil works) :a) Excavation and Mat C.C.
b) Foundation & Works up to plinth
T-Section/Tender/Bemetara GWPSS
-
-
05%
20%
119 -
BLOCK – BEMETERA
DISST= BEMETERA
c) 50% of super structure
d) Balance 50% of super structure
e) Chemical Tanks.
f) On completion of pipe fitting and other fixture like
doors & window, flooring, drain pipes, etc.
g) Painting.
(vii)
(viii)
(ix)
(x)
Wash Water Tank (8% of Civil works) :a)On costing of Base slab
b) After completing vertical walls
c) After completing Roof slab
d) After grouting of pipes, ladders, hand railing etc.
e) Painting
Chlorine Room (05% of Civil works) :a) Excavation and Mat C.C.
b) Foundation & Works up to G.I.
c) 50% of super structure
d) Balance 50% of super structure
e) On completion of finishes flooring doors & windows etc.
f) Painting.
Clear Water Sump well & Pump House (15% of Civil work) :a) Excavation and Mat C.C.
b) Foundation & Floor
c) Vertical wall of Sump well
d) Roof Slab of Sump well
e) Pump House brick wall
f) Pump House roof slab
g) After grouting of pipes, ladder and other finishes
Sludge Disposal & Recycling system (3% of Civil works) :a) Sludge Wells
b) Pipe lines
-
25%
33%
05%
Total -
10%
02%
100%
Total -
35%
33%
20%
10%
02%
100%
Total -
05%
20%
30%
33%
10%
02%
100%
Total -
10%
20%
30%
15%
10%
05%
10%
100%
Total -
50%
50%
100%
Executive Engineer,
Public Health Engineering Department
Division Bemetara (C.G.)
T-Section/Tender/Bemetara GWPSS
-
120 -
BLOCK – BEMETERA
DISST= BEMETERA
ANNEXURE - G – III (B)
Breakup Schedule of Payment for Supply, erection, commissioning & testing of
Mechanical & Electrical Works of Water Treatment Plant
(a)
(b)
(c)
(d)
(e)
f)
g)
h)
i)
j)
Raw Water Inlet :i) C.I.Pipes & Specials.
Raw Water Flow Measurement & Bye-Pass :i) Flow measuring equipment
ii) Bye-pass shutter
Chemical Dosing :
i) Alum agitators with drive
ii) Lime agitator with drive
iii) Alum dosing equipment
iv) Lime dosing equipment
v) Handling equipment
Flocculator &Settling Tank :i) Flocculator paddle with drive
ii) Sludge pipes & specials
R.G.Filter :i) C.I. Pipes & specials for inlet, outlet & drain
& air wash.
ii) Under drain pipes & specials
iii) Rate of flow & Loss of Head Indicators
iv) Filter media
Wash Water Tank :
i) C.I pipes & specials.
ii) Tank filling pumps
Chlorination :
Clear Water Sump, Pump House and Pumps :
i) Clear Water centrifugal pumps
ii) C.I. pipes & specials
Laboratory Equipments :
i) Equipments as per list
Electrical :
i) Providing & installation of suitable electrical Accessories
ii) Panel Board and Power wiring
iii) Illumination work
(k) Automation
Total
-
7%
-
5%
2%
-
6%
3%
3%
3%
3%
-
5%
5%
-
5%
5%
5%
4%
-
4%
4%
4%
-
10%
3%
-
2%
-
5%
1%
1%
5%
100%
Executive Engineer,
Public Health Engineering Department
Division Bemetara (C.G.)
T-Section/Tender/Bemetara GWPSS
-
121 -
BLOCK – BEMETERA
DISST= BEMETERA
ANNEXURE - G-IV (A)
Breakup Schedule of Payment for clear water pump and motors
Sr.No Description
1.
On Supply of pump & motors
2.
On installation
3.
On testing
Total
Percentage
75%
15%
10%
100%
ANNEXURE - G-IV (B)
Breakup Schedule of Payment for Clear Water Electric Sub Station at WTP
Sr.No Description
1.
On Supply of electric transformer and its acessories
2.
On erection of electric sub station
3.
On testing
Total
Percentage
75%
15%
10%
100%
ANNEXURE - G-V
Breakup Schedule of Payment Clear Water Pumping Main
Sr.No Description
1.
On Supply of Pipes & Specials & Laying
2.
On testing
Total
Percentage
90%
10%
100%
Executive Engineer,
Public Health Engineering Department
Division Bemetara (C.G.)
T-Section/Tender/Bemetara GWPSS
-
122 -
BLOCK – BEMETERA
DISST= BEMETERA
ANNEXURE- G-VI
BREAK-UP SCHEDULE OF PAYMENT FOR CONSTRUCTION OF RCC,
MASTER BALANCING RESERVIOR
S.No.
Particulars
Percentage
1
2
3
4
5
AFTER CASTING OF LEVELLING COURSE
AFTER FOUNDATION INCLUDING COLUMN UPTO GROUND LEVEL
AFTER CASTING 50% R,.C.C. STAGING
AFTER FULL STAGING
AFTER RING BEAM & BOTTOM SLAB CASTING & SUPPLY OF PIPES
& SPECIALS
AFTER CASTING VERTICAL WALLS OF TANK
AFTER CASTING STAIR CASE/ LADDER AND TOP DOME/SLAB
(Railing, water level indicator, lighting arester, snosem
painting/Oil painting/Steel ladder/ Stair case etc.)
AFTER FINISHING AND TESTING OF WORK
Total
5%
10%
15%
10%
20%
6
7
8
15%
15%
10%
100%
ANNEXURE - G-VII
Breakup Schedule of Payment for Construction of Clear Water Gravity Main
Sr.No Description
1.
On Supply & Laying of Pipes & Special.
3.
On testing
Total
Percentage
90%
10%
100%
ANNEXURE - G-VIII
Breakup Schedule of Payment for Constrcution of RCC, OHT, Sump Cum Pump
House & Cistern
S.No. Description
1
2
3
4
5
6
7
8
Percentage
AFTER CASTING OF LEVELLING COURSE
AFTER FOUNDATION INCLUDING COLUMN UPTO GROUND LEVEL
AFTER CASTING 50% R,.C.C. STAGING
AFTER FULL STAGING
AFTER RING BEAM & BOTTOM SLAB CASTING & SUPPLY OF PIPES &
SPECIALS
AFTER CASTING VERTICAL WALLS OF TANK
AFTER CASTING STAIR CASE/ LADDER AND TOP DOME/SLAB
(Railing, water level indicator, lighting arester, snosem
painting/Oil painting/Steel ladder/ Stair case etc.)
AFTER FINISHING AND TESTING OF WORK.
Total
5%
10%
15%
10%
20%
15%
15%
10%
100%
Executive Engineer,
Public Health Engineering Department
Division Bemetara (C.G.)
T-Section/Tender/Bemetara GWPSS
-
123 -
BLOCK – BEMETERA
DISST= BEMETERA
ANNEXURE - G-IX
Breakup Schedule of Payment for construction of distribution system Network
Sr.No Description
1.
On Supply & laying of Pipes & Specials
2.
On testing
Total
Percentage
90%
10%
100%
Executive Engineer,
Public Health Engineering Department
Division Bemetara (C.G.)
ANNEXURE - G-X
BREAKUP SCHEDULE OF PAYMENT FOR ELECTRO CHLORINATION SYSTEM
Sr.No Description
1.
On Supply of material
2.
On Erection and commission
3.
On testing
Total
Percentage
50%
40%
10%
100%
ANNEXURE - G-XI
BREAKUP SCHEDULE OF PAYMENT FOR BULK FLOW METERS
Sr.No Description
1.
On Supply of material
2.
On Erection and commission
3.
On testing
Total
Percentage
50%
40%
10%
100%
Executive Engineer,
Public Health Engineering Department
Division Bemetara (C.G.)
T-Section/Tender/Bemetara GWPSS
-
124 -
BLOCK – BEMETERA
DISST= BEMETERA
ANNEXURE - G-XII
Payment of Excess /Less Quantity of Work
As the quantity shown in the tender document is tentative ,for pipe line work the
quantity shown may increase or decrease at the time of execution accordingly the payment will also
increase or decrease. For example for Raw water raising main the cost of this wotk is 3.37% of the
whole amount of the tender. The schedule of quantity of this work is shown in Annexture H-4. If the
quantities of wotk will vary from these quantity shown in Annexture H-4, than the payment will
increase or decrease as per actual measurement recorded in MB accordingly as per para 8.12 of the
tender document.
This clause will be applicable for the following works :-
1.
Raw Water Pumping main 350 mm Dia D.I.K-9 Pipe, Lenth 3554 m.
2. Clear Water Pumping mains 300 mm dia D.I. K-9 Pipe. Length 4589 m
250 mm dia D.I. K-9 Pipe. Length 12551 m
200 mm dia D.I. K-9 Pipe. Length 15526 m
3. Clear Water Gravity Mains 300 mm dia D.I.K-7 pipe. Lenth 4736 m.
250 mm dia D.I.K-7 pipe. Lenth 6249 m.
200 mm dia D.I.K-7 pipe. Lenth 18936 m.
150 mm dia D.I.K-7 pipe. Lenth 40647 m.
100 mm dia D.I.K-7 pipe. Lenth 23523 m.
80 mm dia D.I.K-7 pipe. Lenth 33482 m.
4. Distribution Network 200 to 90 mm Dia UPVC pipes. Class 6 kg & DI K-7 on Road crossing,
Length – 108955 M.
Executive Engineer,
Public Health Engineering Department
Division Bemetara (C.G.)
T-Section/Tender/Bemetara GWPSS
-
125 -
BLOCK – BEMETERA
DISST= BEMETERA
ANNEXURE - H
Schedule of Quantity of Works
ANNEXURE – H-1
Construction of Intake Well at Sheonath River near village AMORA
Sno.
Partculars
Quantity
1.
Construction of double floor RCC Intake Well of
10 M Dia & 10 M Deep in the basin of Sheonath
River, upstream of existing RCC anicut near
village AMORA
including excavation,
concerting, dewatering, refilling, Costruction of
over head pump house, apporch bridge as per
necessity of site etc.
1 Job
Executive Engineer,
Public Health Engineering Department
Division Bemetara (C.G.)
ANNEXURE – H-2
Raw Water pumping machinery at Intake Well
Sno.
Partculars
1.
Provoiding, errection & giving test & trial of water
lubricated V.T. Pumpset directly coupled motor with
allied equipments as under
Discharge 315140.10 LPH, Head 30 m at 60 %
efficiency
1)
Water lubricated V.T.Pumps with motors
2)
Foundation
3)
Pipes, With specials
4)
Dismanteling joints
5)
Sluce valve, reflux valve
6)
Starter
L.T.Panel board incorporating ammeter voltmeter,
switches, staater, earth leakage circuit breakers,
single phasing preventer water level gard, capacitor
etc.
8)
Cable
9)
Earthing
10)
Pressure gauging
11)
Tools, Spares and fitting arrangement
12)
Lighting in pump house
13)
EOT Crane
70 Bhp – 2 Nos.
Third party inspection
2.
T-Section/Tender/Bemetara GWPSS
-
Quantity
1 Job
126 -
BLOCK – BEMETERA
DISST= BEMETERA
ANNEXURE – H-3
Electrical Sub Station
Sno.
Partculars
Quantity
1.
Provoiding and installation of 100 KVA11/0.415 KV
with 100% stand bye arrangement with all cables,
Panel Board, capacitor Bank, all the required
equipments/accessories, including construction of
civil works, spare and tools for two years running
and maintenance, line errection charges etc.
complete. At Intake Well Site
1 Job
2.
Provoiding and installation of 300 KVA11/0.415 KV
with 100% stand bye arrangement with all cables,
Panel Board, capacitor Bank, all the required
equipments/accessories, including construction of
civil works, spare and tools for two years running
and maintenance, line errection charges etc.
complete. At WTP Site
1 Job
Executive Engineer,
Public Health Engineering Department
Division Bemetara (C.G.)
T-Section/Tender/Bemetara GWPSS
-
127 -
BLOCK – BEMETERA
DISST= BEMETERA
ANNEXURE – H-4
Raw Water Pumping Main
Sno.
Partculars
Quantity
1.
Provoiding Laying& Jointing following socket & spigot centrigfugally
cast (spun) Ductile iron pressure pipes with inside cement motor lining
(class K-9) conforming to IS 8329/2000 with suitable Rubber Gasket
(Push on) joint as per IS: 5382/85 of 350 mm dia D.I.K-9 including
Specials Valves, Valve Chamber, Thurst block,all allied ci vil work.
For Raw Water Pumping Main
3554 mt
1
Excavation:
Earthwork in excavation for pipe trench in all kinds of soil and WBM in
areas including dressing, watering and ramming and disposal of excavated earth lead upto 50m & lift upto 1.5m, disposal earth to be levelled, neathly dressed
Length
Width
Depth
M
m
m
1780
0.75
1.35
1802.25
1774
0.75
0.8
1064.4
3554
2866.65
(CG PHE SOR P.19 It.No. 2.1)
2
Earth work in excavation for pipe trench in all kinds of soft rock in areas i/c dressing, watering and ramming and disposal of excavated
earth lead upto 50 meters & lift upto 1.5m, disposal earth to be leveled, neatly dressed.
731.775
Length
Width
Depth
1774
0.75
0.55
M
m
m
731.775
(CG PHE SOR P.19 It.No. 2.5a)
3
Pumping out water caused by springs, tides or river seepage, broken
water mains or drains.
1200
(CG PHE SOR P.20 It.No. 2.9)
4
Providing, laying & jointing following socket & spigot centrifugally
cast(spun) Ductile iron pressure pipes with inside cement motor lining
(class K - 9) conforming to IS 8329/2000 with suitable Rubber Gasket
(Push on ) joint as per IS : 5382/85 350mm dia D.I pipe class K - 9
3554
(CG PHE SOR P.74 It.No. 6.3)
5
Add 15% extra for valves & specials
Such as Auto Shutoff valves, PRV, NRV etc
T-Section/Tender/Bemetara GWPSS
-
128 -
BLOCK – BEMETERA
DISST= BEMETERA
S.NO.
6
PARTICULARS
QUANTITY
Filling available excavated earth in
trenches plinth sides of foundation in
layers not exceeding 20cm. In depth
including consolidation of each layer
by ramming, watering, lead up to 50m
& lift up to 1.5m in all kinds of soils
M X 0.9 M X
3554
1.3M
1796.175
Deduct volume of pipe
0.785 x 0.35x 0.35 x
3554
341.76
Deduct volume of WBM Road Cutting
500x1.2x.2
125.00
(CG PHE SOR P.20 It.No. 2.10.1)
1329.41
Providing and laying mechanically
7
mixed
reinforced cement concrete of grade M20
excluding centering, shuttering and
reinforcement in foundation, plinth and
in
superstructure.
For thrust blocks
36
54
no. x 1.0 x 1.5 x 1
(CG PHE SOR P.21 It.No. 2.21.1.3
8
Providing and placing in position cold
twisted steel and hot rolled deformed
steel reinforceement for RCC work i\c
cutting, bending, binding etc. complete
i/c cosat of binding wire and wastage
54 x
(2/100)*7850
8478
(CG PHE SOR P.23 It.No. 2.25.1.2
9
Construction of Rcc valve chamber with
Rcc precast cvers 100mm to 300mm dia
(cost as per annexure I enclosed)
For 350 mm dia
10
8
8
Restoring the W.B.M. Road excavated for laying of pipeline by providing laying and compacting of WBM sub-base/base course including
preparation and compaction of sub-base and spreading of clean and
crushed aggregate to proper grade and camber including application
of screenings for interlocking, sprinkling of water and rolling with
power roller with grading material (63 mm to 45 mm size) with
moorum as screenings.
(MP PHE SOR P.155 It.No. 12-14
T-Section/Tender/Bemetara GWPSS
-
125
129 -
BLOCK – BEMETERA
DISST= BEMETERA
500 m
ANNEXURE – H-5
Clear Water Pumping Main
Sno.
Partculars
Quantity
1.
Provoiding Laying & Jointing following socket & spigot
centrigfugally cast (spun) Ductile iron pressure pipes with inside
cement motor lining (class K-9) conforming to IS 8329/2000 with
suitable Rubber Gasket (Push on) joint as per IS: 5382/85 including
Specials Valves, Valve Chamber, Thurst block, all allied civil work.
For Clear Water Pumping Main for following size requirement
DI Pipe, K9, Dia 300
Length 4589 Mtr
DI Pipe, K9, Dia 250
Length 12551 Mtr
DI Pipe, K9, Dia 200
Length 15526 Mtr
32666 mt
1
Excavation:
Earthwork in excavation for pipe trench in
all kinds of soil in areas including dressing,
watering and ramming and disposal of
excavated earth lead upto 50m & lift upto
1.5, disposal earth to be levelled, neathly
dressed for Both the Zones
Dia
Length
Depth
Width
300
2295.00
1.30
0.75
2237.63
250
6276.00
1.25
0.75
5883.75
200
7763.00
1.20
0.75
6986.70
15108
Dia
Length
Depth
Width
300
2294.00
0.8
0.75
1376.40
250
6275.00
0.8
0.75
3765.00
200
7763.00
0.8
0.75
4657.80
9799.20
(CG PHE SOR P.19 It.No. 2.1)
2
24907.28
Earth work in excavation for pipe trench in all kinds of soft rock in
areas i/c dressing, watering and ramming and disposal of excavated
earth lead upto 50 meters & lift upto 1.5m, disposal earth to be leveled, neatly dressed, including dismentaling of CC Road.
=
Dia
Length
Depth
Width
300
2294.00
0.50
0.75
860.25
250
6275.00
0.45
0.75
2117.81
200
7763.00
0.40
0.75
2328.90
(CG PHE SOR P.19 It.No. 2.5a)
T-Section/Tender/Bemetara GWPSS
-
5306.96
130 -
BLOCK – BEMETERA
3
DISST= BEMETERA
Pumping out water caused by springs, tides or river seepage, broken water mains.
3500
(CG PHE SOR P.20 It.No. 2.9)
4
Filling with moorum for pipe bedding or over the pipe i/c supply of
moorum - 150 mm
Dia
Length
Depth
Width
300
2294
0.2
0.75
344.10
250
6275
0.2
0.75
941.25
200
7763
0.2
0.75
1164.45
16332
2449.80
(CG PHE SOR P.20 It.No. 2.11)
5
Providing, laying & jointing following socket
& spigot centrifugally cast(spun) Ductile
iron pressure pipes with inside cement
motor lining (class K - 9) conforming to IS
8329/2000 with suitable Rubber Gasket
(Push on ) joint as per IS : 5382/85
300mm dia D.I pipe class K – 9
4589.00
250mm dia D.I pipe class K – 9
12551.00
200mm dia D.I pipe class K – 9
15526.00
(CG PHE SOR P.74 It.No. 6.3)
6
Add 15% extra for valves & specials
Such as Auto Shutoff valves, PRV, NRV etc
7
Filling available excavated earth in
trenches plinth sides of foundation in
layers not exceeding 20cm. In depth
including consolidation of each layer by
ramming, watering, lead up to 50m & lift
up to 1.5m in all kinds of soils Total
Quantity of Excavation Deduct volume
30214.24
of pipe & Moorum Quantity
(CG PHE SOR P.20 It.No. 2.10.1)
3877.31
26336.93
8
Providing and laying mechanically mixed
reinforced cement concrete of grade M-20
excluding centering, shuttering and
reinforcement in foundation, plinth and in
superstructure.
For thrust blocks
163
Nos.
1
1.5
244.5
(CG PHE SOR P.21 It.No. 2.21.1.3)
9
Providing and placing in position cold
twisted steel and hot rolled deformed
T-Section/Tender/Bemetara GWPSS
-
131 -
BLOCK – BEMETERA
DISST= BEMETERA
steel reinforceement for RCC work i\c
cutting, bending, binding etc. complete
i/c cosat of binding wire and wastage
151.5 x (2/100)*7850
38386.5
(CG PHE SOR P.23 It.No. 2.25.1.2
10
Construction of Rcc valve chamber with
Rcc precast cvers 100mm to 300mm dia
(cost as per annexure I enclosed)
For 300mm - 200 mm dia
11
33
Restoring the W.B.M. Road excavated for laying of pipeline by
providing laying and compacting of WBM sub-base/base course including preparation and compaction of sub-base and spreading of
clean and crushed aggregate to proper grade and camber including
application of screenings for interlocking, sprinkling of water and
rolling with power roller with grading material (63 mm to 45 mm
size) with moorum as screenings.
12
979.98
Restoring of CC Roads
Providing & laying mechanically mixed cement concrete 20mm
nominal size graded crushed stone excluding cost of centering &
shuttering.
In Plinth & foundation
1:2:4
489.99
Executive Engineer,
Public Health Engineering Division
Division Bemetara (C.G.)
T-Section/Tender/Bemetara GWPSS
-
132 -
BLOCK – BEMETERA
DISST= BEMETERA
ANNEXURE – H-6
Water Treatment Plant
Sno.
Partculars
Quantity
1.
Construction of conventional Water Treatment near
village Amora Plant with following capacities including
all accessories and including the cost of internal roads,
administrative block, laboratory, chlorination room Pump
House etc complete. With construction of compound wall
wall Including Programming logic Control system &
SCADA
8 MLD
Executive Engineer,
Public Health Engineering Department
Division Bemetara (C.G.)
ANNEXURE – H-7
Clear Water pumping machinery at WTP
Sno.
Partculars
1. Provoiding, errection & giving test & trial of Centrifugal
Pump directly coupled motor with allied equipments as under
(a) Discharge 173301.20 LPH, Head 56m – 54 HP at 70% efficiency
Quantity
1 Job
2no (zone 1)
224285.53 LPH, Head 192 m – 232 HP at 70 % efficiency – 2 Nos.
(Zone-2 & 3)
7)
2.
1)
Centrifugal Pump with motors
2)
Foundation
3)
Pipes, With specials
4)
Dismanteling joints
5)
Sluce valve, reflux valve
6)
Starter
L.T.Panel board incorporating ammeter voltmeter, switches,
staater, earth leakage circuit breakers, single phasing preventer
water level gard, capacitor etc.
8)
Cable
9)
Earthing
10)
Pressure gauging
11)
Tools, Spares and fitting arrangement
12)
Lighting in pump house
13)
EOT Crane
Third party inspection
Note :- All the data given in the annexture- H1/H2/H3/H4/H5/H6 & its particulers is tintative
& may change during the design process as per the site condition.
Executive Engineer,
Public Health Engineering Department
Division Bemetara (C.G.)
T-Section/Tender/Bemetara GWPSS
-
133 -
BLOCK – BEMETERA
DISST= BEMETERA
ANNEXURE – H-8
Construction of Master Balancing of Reservoir
Sno.
1
Particulars
Construction of RCC MBR of following capacity
on 25 m staging Height with all accessories
1) Zone 1
870 KL(near Kobia Bemetara)
2) Zone 2
290 KL(near Bhaiji village)
3) Zone 3
410 KL(near village Semariya)
Quantity
1 Job
Executive Engineer,
Public Health Engineering Department
Division Bemetara (C.G.)
T-Section/Tender/Bemetara GWPSS
-
134 -
BLOCK – BEMETERA
DISST= BEMETERA
ANNEXURE – H-9
Clear Water Gravity Main
Sno.
1
1
Particulars
Provoiding Laying& Jointing following socket & spigot
centrigfugally cast (spun) Ductile iron pressure pipes with inside
cement motor lining (class K-7) conforming to IS 8329/2000 with
suitable Rubber Gasket (Push on) joint as per IS: 5382/85 including
Specials Valves, Valve Chamber, Thurst block, all allied civil work
300 mm dia D.I. pipe class K-7 Length 4736 Mtr
250 mm dia D.I. pipe class K-7 Length 6249 Mtr
200 mm dia D.I. pipe class K-7 Length 18936 Mtr
150 mm dia D.I. pipe class K-7 Length 40647 Mtr
100 mm dia D.I. pipe class K-7 Length 25523 Mtr
80 mm dia D.I. pipe class K-7 Length 33482 Mtr
Quantity
129573
Mtr
Excavation:
Earthwork in excavation for pipe trench in
all kinds of soil in areas including dressing,
watering and ramming and disposal of
excavated earth lead upto 50m & lift upto
1.5, disposal earth to be levelled, neathly
dressed for Both the Zones
Dia
Length
Depth
Width
300mm dia D.I pipe class K - 7
2368.00
1.30
0.75
2309.00
250mm dia D.I pipe class K - 7
3125.00
1.25
0.75
2930.00
200mm dia D.I pipe class K - 7
9468.00
1.20
0.75
8522.00
150mm dia D.I pipe class K - 7
20324.00
1.15
0.70
16361.00
100mm dia D.I pipe class K - 7
12762.00
1.10
0.70
9827.00
080mm dia D.I pipe class K - 7
16741.00
1.10
0.70
12891.00
(CG PHE SOR P.19 It.No. 2.1)
Dia
52840.00
Length
Depth
Width
300mm dia D.I pipe class K - 7
2368
0.8
0.75
1421.00
250mm dia D.I pipe class K - 7
3124
0.8
0.75
1875.00
200mm dia D.I pipe class K - 7
9468
0.8
0.75
5681.00
150mm dia D.I pipe class K - 7
20323
0.8
0.7
11381.00
100mm dia D.I pipe class K - 7
12761
0.8
0.7
7147.00
080mm dia D.I pipe class K - 7
16741
0.8
0.7
9375.00
(CG PHE SOR P.19 It.No. 2.1)
36880.00
89720.00
2
Earth work in excavation for pipe trench in all kinds of soft rock in
areas i/c dressing, watering and ramming and disposal of excavated
earth lead upto 50 meters & lift upto 1.5m, disposal earth to be leveled, neatly dressed , including dismentaling of CC Road.
T-Section/Tender/Bemetara GWPSS
-
135 -
BLOCK – BEMETERA
DISST= BEMETERA
(CG PHE SOR P.19 It.No. 2.5a)
Dia
Length
Depth
Width
300mm dia D.I pipe class K - 7
2368
0.50
0.75
888.00
250mm dia D.I pipe class K - 7
3125
0.45
0.75
1055.00
200mm dia D.I pipe class K - 7
9468
0.40
0.75
2841.00
150mm dia D.I pipe class K - 7
20324
0.35
0.7
4980.00
100mm dia D.I pipe class K - 7
12762
0.30
0.7
2681.00
080mm dia D.I pipe class K - 7
16741
0.30
0.7
3516.00
(CG PHE SOR P.19 It.No. 2.1)
3
15961.00
Pumping out water caused by springs, tides or river seepage, broken water mains or drains.
3500
(CG PHE SOR P.20 It.No. 2.9)
4
Filling with moorum for pipe bedding or over the pipe i/c supply of
moorum - 150 mm
64788
0.2
0.75
m
m
m
9718.2
(CG PHE SOR P.20 It.No. 2.11)
4
Providing, laying & jointing following socket
& spigot centrifugally cast(spun) Ductile
iron pressure pipes with inside cement
motor lining (class K - 7) conforming to IS
8329/2000 with suitable Rubber Gasket
(Push on ) joint as per IS : 5382/85
350mm dia D.I pipe class K – 7
0.00
300mm dia D.I pipe class K – 7
4736.00
250mm dia D.I pipe class K – 7
6249.00
200mm dia D.I pipe class K – 7
18936.00
150mm dia D.I pipe class K – 7
40647.00
100mm dia D.I pipe class K – 7
25523.00
080mm dia D.I pipe class K – 7
33482.00
(CG PHE SOR P.73 It.No. 6.1)
5
Add 15% extra for valves & specials
6
Filling available excavated earth in trenches
plinth sides of foundation in layers not
exceeding 20cm. In depth including
consolidation of each layer by ramming,
watering, lead up to 50m & lift up to 1.5m in
all kinds of soils
Total Quantity of Excavation
105681.00
Deduct volume of pipe & moorum Quantity
(CG PHE SOR P.20 It.No. 2.10.1)
12040.48
93640.52
7
Providing and laying mechanically mixed
reinforced cement concrete of grade M-20
excluding centering, shuttering and
reinforcement in foundation, plinth and
T-Section/Tender/Bemetara GWPSS
-
136 -
BLOCK – BEMETERA
DISST= BEMETERA
in superstructure.
For thrust blocks
324
Nos.
1
1.5
486
(CG PHE SOR P.21 It.No. 2.21.1.3)
8
Providing and placing in position cold
twisted steel and hot rolled deformed
steel reinforceement for RCC work i\c
cutting, bending, binding etc. complete
i/c cosat of binding wire and wastage
486 x (2/100)*7850
76302
(CG PHE SOR P.23 It.No. 2.25.1.2
9
Construction of Rcc valve chamber with
Rcc precast cvers 100mm to 300mm dia
(cost as per annexure I enclosed)
For 300mm dia
10
130
Restoring the W.B.M. Road excavated for laying of pipeline by
providing laying and compacting of WBM sub-base/base course including preparation and compaction of sub-base and spreading of
clean and crushed aggregate to proper grade and camber including
application of screenings for interlocking, sprinkling of water and
rolling with power roller with grading material (63 mm to 45 mm
size) with moorum as screenings.
777.438
11
Restoring of CC Roads
Providing & laying mechanically mixed cement concrete 20mm
nominal size graded crushed stone excluding cost of centering &
shuttering.
In Plinth & foundation
1:2:4
3239.325
Executive Engineer,
Public Health Engineering Department
Division Bemetara (C.G.)
T-Section/Tender/Bemetara GWPSS
-
137 -
BLOCK – BEMETERA
DISST= BEMETERA
ANNEXURE – H-10
CONSTRUCTION OF OVER HEAD TANKS
Sr. No.
Village Name
Required Capacity
Staging
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
Amora
Bijabhat
Khilora
Telaikuda
Rajkudi
Mohlai
Kanteli
Dunda
Ninwa
Sawatpur
Bhurki
Hathmudhi
Lolesara
Gangpur
Sirwabandha
Bahunwagaon
Bahji
Barchiwa
Raikheda
Khandsara
Jagmadava
Ghanadih
Bansapur
Martara
Semariya
Paraswara
Dhadi
Murki
Ghoreghat
Birampur
Sukhatal
Tarke
Modhe
Baiharsari
Bhirsinghi
Chargaht
Bhainabhat
Mohtara
Dhara
Chhitapar
25000
100000
180000
50000
50000
40000
90000
0
70000
20000
60000
70000
110000
40000
40000
50000
80000
100000
10000
140000
10000
30000
40000
90000
50000
75000
170000
30000
40000
40000
60000
20000
30000
60000
40000
30000
70000
90000
80000
40000
12.0
12.0
12.0
12.0
12.0
12.0
12.0
41
Sankapat
40000
12.0
T-Section/Tender/Bemetara GWPSS
-
12.0
12.0
12.0
12.0
12.0
12.0
12.0
12.0
12.0
12.0
12.0
12.0
12.0
12.0
12.0
12.0
12.0
12.0
12.0
12.0
12.0
12.0
12.0
12.0
12.0
12.0
12.0
12.0
12.0
12.0
12.0
12.0
138 -
BLOCK – BEMETERA
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
DISST= BEMETERA
Khudmudhi Nawagaon
Khudmudhi
Pendri
Balsamund
Andu
Bitkuli
Birampur
Usalapur
Karnjiya
Jhiria
Tuma
Khairi
Jogipur
Mohrenga
Sonpuri
40000
30000
40000
60000
60000
50000
50000
40000
40000
70000
60000
40000
40000
60000
65000
3135000
12.0
12.0
12.0
12.0
12.0
12.0
12.0
12.0
12.0
12.0
12.0
12.0
12.0
12.0
12.0
--
NOTE :
It is obligatory to construct the above mentioned structures. However addition
or deduction in the quantity as mentioned above will be considered for financial implications.
Executive Engineer,
Public Health Engineering Department
Division Bemetara (C.G.)
T-Section/Tender/Bemetara GWPSS
-
139 -
BLOCK – BEMETERA
DISST= BEMETERA
ANNEXURE – H-11
Distribution Network
Sr.
No.
1.
Particulars
Quantity
Provoiding. laying & jointing following Unplasticized PVC pipes
with ISI Mark and conforming to con forming to relevant IS code
with suitable cement solvent joint, Rubber Gasket (Push on) joints
for bigger dia pipes etc complete including Specials Valves, Valve
Chamber, Thurst block, Providing and fixing Bulk flow meters and
domestic meters in distribution network & all allied Civil work
200 mm dia UPVC pipe class 6 kg
160 mm dia UPVC pipe class 6 kg
140 mm dia UPVC pipe class 6 kg
110 mm dia UPVC pipe class 6 kg
90 mm dia UPVC pipe class 6 kg
75 mm dia UPVC pipe class 6 kg
Length 1868 Mtr
Length 118 Mtr
Length 5019 Mtr
Length 5416 Mtr
Length 11028 Mtr
Length 82506 Mtr
105955
Mtr
For road crossing And Nala Crossing
100 mm dia DI K-7 pipe Length 2000 Mtr
150 mm dia DI k-7 pipe Length 1000 Mtr
3000 Mtr
1
Excavation:
Earthwork in excavation for pipe trench in
all kinds of soil in areas including dressing,
watering and ramming and disposal of
excavated earth lead upto 50m & lift upto
1.5, disposal earth to be levelled, neathly
dressed for Both the Zones
Dia
Length
Depth
Width
200mm dia UPVC pipe class 6 Kg
934
1.20
0.80
896.64
160mm dia UPVC pipe class 6 Kg
59
1.16
0.75
51.33
140mm dia UPVC pipe class 6 Kg
2510
1.14
0.75
2146.05
110mm dia UPVC pipe class 6 Kg
2708
1.11
0.75
2254.41
5514
1.10
0.75
4549.05
41253
1.10
0.75
34033.73
90mm dia UPVC pipe class 6Kg
75mm dia UPVC pipe class 6 Kg
(CG PHE SOR P.19 It.No. 2.1)
Dia
43931
Length
Depth
200mm dia UPVC pipe class 6 Kg
934
0.8
0.80
597.76
160mm dia UPVC pipe class 6 Kg
59
0.8
0.75
35.40
140mm dia UPVC pipe class 6 Kg
2509
0.8
0.75
1505.40
110mm dia UPVC pipe class 6 Kg
2708
0.8
0.75
1624.80
90mm dia UPVC pipe class 6Kg
5514
0.8
0.75
3308.40
41253
0.8
0.75
24751.80
75mm dia UPVC pipe class 6 Kg
Width
31823.56
75754.77
T-Section/Tender/Bemetara GWPSS
-
140 -
BLOCK – BEMETERA
2
DISST= BEMETERA
Earth work in excavation for pipe trench in all kinds of soft rock in areas i/c dressing, watering and ramming and disposal of excavated earth
lead upto 50 meters & lift upto 1.5m, disposal earth to be leveled,
neatly dressed, , including dismentaling of CC Road.
Dia
Length
Depth
Width
200mm dia UPVC pipe class 6 Kg
934
0.40
0.8
160mm dia UPVC pipe class 6 Kg
59
0.36
0.75
15.93
140mm dia UPVC pipe class 6 Kg
2510
0.34
0.75
640.05
110mm dia UPVC pipe class 6 Kg
2708
0.31
0.75
629.61
90mm dia UPVC pipe class 6Kg
5514
0.30
0.75
1240.65
75mm dia UPVC pipe class 6 Kg
41253
0.30
0.75
9281.93
(CG PHE SOR P.19 It.No. 2.1)
3
298.88
12107
Pumping out water caused by springs, tides or river seepage, broken
water mains or drains.
1200
(CG PHE SOR P.20 It.No. 2.9)
4
Filling with moorum for pipe bedding or over the pipe i/c supply of
moorum - 150 mm
52978.00
0.75
0.15
m
m
m
5.960025
(MP PHE SOR P.154 It.No. 12.8)
5
Providing, laying & jointing following
Unplasticized PVC pipes with ISI Mark and
conforming to conforming to relevant IS
code with suitable cement solvent joint,
Rubber Gasket (Push on ) joints for bigger
dia pipes etc complete.
200mm dia UPVC pipe class 6 Kg
1868
160mm dia UPVC pipe class 6 Kg
118
140mm dia UPVC pipe class 6 Kg
5019
110mm dia UPVC pipe class 6 Kg
5416
90mm dia UPVC pipe class 6Kg
11028
75mm dia UPVC pipe class 6 Kg
82506
(The smallest diameter as per SOR is
90mm hence the minimum dia as per
design which is 75mm has been
considered as 90mm)
(CG PHE SOR P.70 It.No. 7.1)
6
Providing, laying & jointing following socket
& spigot centrifugally cast(spun) Ductile
iron pressure pipes with inside cement
motor lining (class K - 9) conforming to IS
8329/2000 with suitable Rubber Gasket
(Push on ) joint as per IS : 5382/85
FOR ROAD CROSSING AND NALA
CROSSING
100mm dia DI K-7 pipe
2000
150mm dia DI K-7 pipe
1000
T-Section/Tender/Bemetara GWPSS
-
141 -
BLOCK – BEMETERA
DISST= BEMETERA
(CG PHE SOR P.73 It.No. 6.1)
7
Add 15% extra for valves & specials
8
Filling available excavated earth in trenches
plinth sides of foundation in layers not
exceeding 20cm. In depth including
consolidation of each layer by ramming,
watering, lead up to 50m & lift up to 1.5m in
all kinds of soils
Total Quantity of Excavation
87861.81
Deduct volume of pipe & moorum beding
(CG PHE SOR P.20 It.No. 2.10.1)
265.77
87596.04
Providing and laying mechanically
9a
mixed
reinforced cement concrete of grade M20
excluding centering, shuttering and
reinforcement in foundation, plinth and
in
superstructure.
For thrust blocks
265
Nos.
1
1.5
397.5
0
(CG PHE SOR P.21 It.No. 2.21.1.3)
9b
Providing and placing in position cold
twisted steel and hot rolled deformed
steel reinforceement for RCC work i\c
cutting, bending, binding etc. complete
i/c cosat of binding wire and wastage
795x (2/100)*7850
62407.5
(CG PHE SOR P.23 It.No. 2.25.1.2
10
Construction of Rcc valve chamber with
Rcc precast cvers 100mm to 300mm dia
(cost as per annexure I enclosed)
considering 10 chambers per village
11
570
Restoring the W.B.M. Road excavated for laying of pipeline by providing
laying and compacting of WBM sub-base/base course including preparation and compaction of sub-base and spreading of clean and
crushed aggregate to proper grade and camber including application of
screenings for interlocking, sprinkling of water and rolling with power
roller with grading material (63 mm to 45 mm size) with moorum as
screenings.
T-Section/Tender/Bemetara GWPSS
3178.65
-
142 -
BLOCK – BEMETERA
DISST= BEMETERA
Restoring of CC Roads
Providing & laying mechanically mixed cement concrete 20mm nominal
size graded crushed stone excluding cost of centering & shuttering.
In Plinth & foundation
1:2:4
12
2648.875
Construction of Two Tap Stand Post as per Type Design etc. complete
for group connection to financially weaker habitations.
13
Repairs & Renovations of Existing Stand Posts
250
1 JOB
Executive Engineer,
Public Health Engineering Division
Division Bemetara (C.G.)
T-Section/Tender/Bemetara GWPSS
-
143 -
BLOCK – BEMETERA
DISST= BEMETERA
ANNEXURE – H-11 (a)
Village Wise Distribution
Sr.
No.
Name Of Village
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
Amora
Bijabhat
Khilora
Telaikuda
Rajkudi
Mohlai
Kanteli
Dunda
Ninwa
Sawatpur
Bhurki
Hathmudhi
Lolesara
Gangpur
Sirwabandha
Bahunwagaon
Bahji
Karchuwa
Raikheda
Khandsara
Jagmadava
Ghanadih
Bansapur
Martara
Semariya
Paraswara
Dhadi
Murki
Ghoreghat
Birampur
Sukhatal
Tarke
Modhe
Baiharsari
Bhirsinghi
Charghat
Bhainabhat
Mohtara
Dhara
Chhitapara
Sankapat
Khudmudhi Nawagaon
T-Section/Tender/Bemetara GWPSS
-
Village DIstribution
75
90
110
140
160
PVC
PVC
PVC
PVC
PVC
4653
330
421
109
0
3388
186
288
9
0
2090
191
396
118
37
1453
92
9
0
0
1602
77
9
0
0
336
46
9
0
0
2548
53
281
9
0
1845
9
44
0
0
2870
140
101
0
0
889
0
0
0
0
1474
135
183
0
0
3005
174
92
9
0
1075
142
127
906
0
0
0
0
0
0
987
46
0
0
0
1531
90
37
0
0
2322
28
105
128
0
1955
187
352
624
0
358
257
0
0
0
2734
164
180
92
9
117
0
0
0
0
521
9
0
0
0
2329
710
0
0
0
626
479
119
9
0
1458
186
0
83
9
786
220
0
0
0
1998
117
57
770
63
237
9
0
0
0
352
92
73
0
0
980
0
0
0
0
2040
9
0
0
0
9
0
0
0
0
732
9
0
0
0
1447
9
0
0
0
2662
70
0
0
0
608
0
0
0
0
2273
2273
0
1806
0
3475
203
186
105
0
2982
0
365
66
0
424
1270
1366
0
0
11
524
0
0
0
852
110
0
11
0
144 -
200
0
0
9
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
1859
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
BLOCK – BEMETERA
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
DISST= BEMETERA
Khudmudhi
Pendri
Balsamund
Aandu
Birmpur
Bitkuli
Usalapur
Karnjiya
Jhiria
Tuma
Khairi
Jogipur
Mohrenga
Paosari
Sonpuri
543
1121
3553
985
1166
852
876
854
2795
793
1350
1700
1035
627
222
82506
672
78
419
11
11
0
110
280
122
679
0
0
0
0
0
11028
0
0
209
0
0
0
77
0
0
0
0
0
319
11
0
5416
0
0
0
0
0
0
0
0
0
165
0
0
0
0
0
5019
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
118
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
1868
Executive Engineer,
Public Health Engineering Division
Division Bemetara (C.G.)
T-Section/Tender/Bemetara GWPSS
-
145 -
BLOCK – BEMETERA
DISST= BEMETERA
ANNEXURE – H-12
ELECTRO CHLORINATION SYSTEM
Sno.
01
Particulars
Quantity
Providing, erecting, commissioning & giving test & trial
for a period of one month including one year free
maintenance after commissioning of Electro chlorinator
capable of generating chlorine form common salt by
electrolysis using electrodes in form of sodium
hypochlorite solution containing 6-8 gm/lit of available
chlorine in batch or continuous process & capable of
providing 8 hrs storage of hypochlorite in case of power
failure.
The electro chlorinator shall comprise of following : Electrolytic cell consisting dimensionally stable
electrodes made from Gr I Titanium sheet with
multi metal Oxide coating.
 Electrilyzer tank made from PVC-FRP or
Acrylic.
 Power pack consisting of transformer rectifier
for generating suitable DC current from AC
supply along with control switch for dosing
pumps, etc through MCBs conctacts, relays &
writing.
 Control panel for the electro chlorinator
consisting of DC voltage & current display
income phase status unit on-off switches fuses
etc.
 Dosing tank of suitable capacity made from
PVC/FRP.
 Dosing pumps of special quality (1W+1S)
suitable to handle hypo chlorite solution.
 Entire chlorine solution pipe line shall be of
PVC chlorine test kit suitable to measure
residual chlorine up to 5ppm.
50 gms/hr
100 gms/hr
150 gms/hr
250 gms/hr
57
- 32 Nos.
- 20 Nos.
- 3 Nos.
- 2 Nos.
Executive Engineer,
Public Health Engineering Department
Division Bemetara (C.G.)
T-Section/Tender/Bemetara GWPSS
-
146 -
BLOCK – BEMETERA
DISST= BEMETERA
ANNEXURE – H-13
BULK FLOW METERS
Sno.
01
Particulars
Quantity
Providing installing and giving satisfactory field testing
offlanged ends Bulk water meter with fig-250 cast iron
body,
class “B” confirming to IS : 2373 as per ISO – 4046,
marked to read in metric system, along with
manufacturer’s test and gurantee certificate including
cost of all materials and labour with EEC mark, with
remote reading facility as per ISO 4064
100MM
200MM
250MM
300MM
57
1
1
1
Executive Engineer,
Public Health Engineering Department
Division Bemetara (C.G.)
T-Section/Tender/Bemetara GWPSS
-
147 -
BLOCK – BEMETERA
DISST= BEMETERA
Annexture H 14 –(A)
Schedule of Qualtity of Rising Main
Rising Main
Bend Summary
Sum of Bend 30
Sum of Bend 45
12
5
11
2
5
Sr.No
1
2
3
4
Pipe Size (mm)
200
250
300
350
Grand Total
28
1
2
3
4
Pipe Size (mm)
200
250
300
350
Grand Total
2
3
4
Sum of Sulice Valve
15
10
4
3
32
Rising Main
TEE
Sr.No
1
1
1
7
Rising Main
MJ Collar, Air Valve & Sulice Valve
Sum of MJ Collar
Sum of Air Valve
126
36
90
20
55
11
35
7
306
74
Sr.No
Sum of Bend 60
Tee Dia1
200
200
250
300
300
350
Grand Total
Dia1
Dia 2
Total
80
50
74
Grand Total
T-Section/Tender/Bemetara GWPSS
Tee Dia3
80
250
80
80
250
80
Total
45
1
25
13
1
8
93
Rising Main
Reducer
Sr.No
2
Tee Dia2
200
200
250
300
300
350
-
74
148 -
BLOCK – BEMETERA
DISST= BEMETERA
Annexture H 14 –(B)
Schedule of Qualtity of Gravity Main
Gravity Main
Sr.No
Description
Bend Size
Pipe Size (mm)
Sum of Bend 30
Sum of Bend 45
Sum of Bend 60
Sum of Bend 90
Grand
Total
1
80
57
25
19
34
135
2
100
27
12
3
4
46
3
150
50
19
4
9
82
4
200
23
14
5
2
44
5
250
20
7
1
4
32
Grand Total
177
77
32
53
339
Gravity Main
MJ Collar, Air Valve & Sulice Valve
Sr.No
Size (mm)
MJ Collar
Air Valve
Sulice Valve
1
80
399
74
26
2
100
190
38
15
3
150
407
91
40
4
200
215
49
22
5
250
184
28
11
6
300
1
0
Grand Total
1396
280
114
Gravity Main
Sr.No
Tee Size
TEE Dia1
TEE Dia2
TEE Dia3
Total
1
80
80
80
99
2
80
80
100
4
3
80
80
150
1
4
100
100
80
56
5
100
100
150
1
6
150
150
80
138
7
150
150
100
2
8
150
150
200
1
9
200
200
200
200
80
100
72
1
200
200
150
3
250
250
80
42
250
250
100
1
200
250
150
2
200
250
250
1
10
11
12
13
14
15
Grand Total
424
Gravity Main
Sr.No
Reducer
1
Dia1
Dia2
Total
2
80
50
280
3
100
80
1
4
150
80
1
5
200
80
1
250
200
6
Grand Total
T-Section/Tender/Bemetara GWPSS
1
284
-
149 -
BLOCK – BEMETERA
Sr.No
1
2
3
4
DISST= BEMETERA
Annexture H 14 –(C)
Schedule of Qualtity of Tank Accessories
Tank Accessories
Description
CIDF Pipe Diameter
80
100
150 200 250
Sum of Inlet Pipe in Mtr
990
220
44
0
0
Sum of Overflow Pipe in Mtr
594
220
44
0
0
Sum of Sour Pipe in Mtr
0
810
162 54
0
Sum of Overflow Pipe in Mtr
180
594
144 72
36
Grand Total
1764
1844 394 126 36
Grand Total
1254
858
1026
1026
4164
Tank Accessories
Sr.No
1
2
3
Description
Sum of Controlling Valve on Inlet
Sum of Scour Controlling Valve
Sum of Controlling Valve On Outlet
Grand Total
80
90
0
10
100
100
20
45
33
98
Controlling Valve Size
150 200 250
Grand Total
4
0
0
114
9
3
0
57
8
4
2
57
21
7
2
228
Tank Accessories
Sr.No
1
2
3
4
Description
Sum of Ductfoot bend On Inlet
Sum of Ductfoot bend On Overflow
Sum of Ductfoot bend On Scour
Sum of Ductfoot bend On Outlet
Grand Total
80
45
45
0
10
100
DuctFoot Bend
150 200 250
2
0
0
2
0
0
10
2
0
8
4
2
22
6
2
Grand Total
57
57
57
57
228
Flow Meter Size
150 200 250
2
0
0
8
4
2
10
4
2
Grand Total
57
57
114
100
66
66
MJ Collar
150 200 250
16
8
4
16
8
4
Grand Total
114
114
100
68
68
Controlling Valve
150 200 250
20
6
0
20
6
0
Grand Total
352
352
100
10
10
45
33
98
Tank Accessories
Sr.No
1
2
Sr.No
1
Description
Sum of Flow Meter On Inlet
Sum of flow meter is on Outlet dia
Grand Total
80
100
45
10
10
33
55
43
Tank Accessories
Description
Sum of Outlet MJ Collar
Grand Total
80
20
20
Distribution
Sr.No
1
Description
Sum of Controlling Valve
Grand Total
T-Section/Tender/Bemetara GWPSS
-
80
258
258
150 -
BLOCK – BEMETERA
DISST= BEMETERA
Annexure H14- (D)
Schedule of Quantity of AUTO SHUT OFF VALVES
Sno.
01
Particulars
Quantity
Providing installing and giving satisfactory field testing
to function as shut off valves for feeding of RCC
OHT.Closing and opening function is to be controlled
by a flot pilot. The pilot can be equipped with one or
two flot.
80MM
100MM
150MM
200MM
181
43
19
3
Note :- All the data given in the annexture- H is tentative
Executive Engineer,
Public Health Engineering Department
Division Bemetara (C.G.)
T-Section/Tender/Bemetara GWPSS
-
151 -
BLOCK – BEMETERA
DISST= BEMETERA
ANNEXURE I
INFORMATION & INSTRUCTIONS
TO THE BIDDERS FORONLINE ELECTRONIC GOVERNMENT PROCUREMENT SYSTEM
(e-GPS)
Special Conditions & instructions for online Electronic Government Procurement System (online e-GPS) as given in
the subsequent pages will over-rule the conditions stated in the tender documents, wherever relevant and applicable.
1.
Registration of the Contractors/Bidders on Chhattisgarh Government e-Procurement Portal
http://cgeprocurement.gov.in:
All the contractors in order to participate in the tenders floated using the Electronic Procurement
System are require to be registered on http://cgeprocurement.gov.in and get empanelled in the
Portal http://phed.cgeprocurement.gov.in in the relevant category.
Only after the concerned officer Executive Engineer, Public Health and Engineering
Department approves the empanelment of the contractor/bidder online, the contractor/bidder
shall be allowed to participate in the tenders floated by the department using the electronic
Procurement System.
The empanelment of the contractor is also required to be renewed in the system as and when
registration is renewed with the department.
2.
Set-up of Machine:
In order to operate on the electronic procurement system, setting of Users machine is required. For
which User has to install some utilities in his machine as per the instructions given in Help
Manual for Machine Setup (Available for download on the e-GPS portal). The copy of the same
may be obtained from Wipro- Nex Tenders.
3.
Obtaining a Digital Certificate:
The bids submitted online should be signed electronically with a Digital Certificate to establish
the identity of the bidder bidding online. These Digital Certificates are issued by an approved
certifying authority, authorized by the Controller of Certifying Authorities, Government of India.
A Digital Certificate is issued upon receipt of mandatory identity proofs and verification
letters attested by Gazetted Officer. Only upon the receipt of the required documents, a digital
certificate can be issued.
The registered contractors may obtain information required for issuance of a Digital
Signature Certificate from the Service Provider of eprocurement System of Government of
Chhattisgarh:
NexTenders (India) Pvt. Ltd. ‘Saket’ B-31, Shailendra Nagar Raipur – 492 001 Tel. No : +917714079400, Tel.
No.: +917714221020, Fax No.:+917714221023
E-mail: raipur@nextenders.com
Important Note: Bid for a particular tender may be submitted only using the digital certificate,
which was used to purchase the tender document online. In case, during the process of a particular
tender, the user looses his Digital Certificate (i.e. due to virus attack, hardware problem, operating
system problem etc.); he may not be able to submit the bid online. Hence, the users are advised to
back up the certificate and keep the copies at safe places under proper security to be used in case
of emergencies.
In case of online tendering, the digital certificate issued to the authorised user of a firm and used
for electronic tendering will be considered equivalent to a no-objection certificate/power of
attorney to that user. The firm has to authorize a specific individual via an authorization certificate
signed by all partners to use the digital certificate as per Indian IT Act 2000. Unless the certificate
is revoked, it will be assumed to represent adequate authority of the user to bid on behalf of the
firm for Directorate of Medical Education tenders as per Information Technology Act 2000. The
digital signature of this authorized user will be binding on the firm. It shall be the responsibility of
management/partners of the registered firm to inform the Certifying Authority or Sub Certifying
T-Section/Tender/Bemetara GWPSS
-
152 -
BLOCK – BEMETERA
DISST= BEMETERA
Authority, if the authorized user changes, and apply for a fresh digital certificate and issue a fresh
authorization certificate for the new user.
The same procedure holds true for the authorized users in a private/public limited company. In
this case, the authorization certificate will have to be signed by the directors of the company.
4.
Opening of an Electronic Payment account: For Submitting the bids online Contractors/ Bidders
are required to make online payment using the electronic payments gateway service as mentioned
in the NIT.
Arrangements have been made for Contractors/Bidders to make payments online via Credit Card
/ Cash Cards / Internet Banking. The List of modes of electronic payments accepted on the
electronic Procurement System is available online on the website. The Interested bidders can view
the list of payment modes from website http://cgeprocurement.gov.in.
5.
Payment for submission of bids online: The tender documents may be downloaded online
directly by eligible Contractors/Bidders. The Contractors/Bidders are required to make the
payment for bid submission through online payment modes mentioned in Point No. 3 above. In
online tendering, the application form for the issue of tender documents shall not be
required.
The suppliers can submit the bids by making online payment of submission fees using the service
of the secure electronic payments gateway, and should print out the system generated receipt for
their reference which can be produced whenever required.
The secure electronic payments gateway is an online interface between Contractors/Bidders and
credit card / online payment authorization networks.
Submission of bids, EMD and other documents will be governed by the time schedule given under
Key Dates on the online e-Procurement System portal for the particular tender.
[Please refer to the Help Manual for viewing of New Tenders Online on the eprocurement
Portal.]
6.
7.
Tender Download: Eligible Bidders can download the Tender Document online.
Submission of Bid Seal (Hash) of online bids: The online submission of bids will be preceded
by submission of the digitally signed bid seal (hash) as stated in the tender time schedule (Key
Dates) published in the NIT. The contractor cannot change any bid data after the generation of bid
seal (Hash).
8.
Generation of Super Hash: After the time of submission of Bid Seal (Hash) by the
Contractors/Bidders has lapsed, the bid round will be closed and a digitally signed tender SuperHash which will be prepared by concerned Department official. This is equivalent to sealing the
tender box.
9.
Submission of actual online bids: Suppliers have to submit and sign their encrypted bids (by
their user Public-Key) online using their digital certificate after the generation of Super Hash
T-Section/Tender/Bemetara GWPSS
-
153 -
BLOCK – BEMETERA
DISST= BEMETERA
within the date and time as stated in the tender schedule (Key Dates). The electronic bids of only
the suppliers who have submitted their bid seals (hashes) within the stipulated time, as per the
tender time schedule (Key Dates), will be accepted by the system. A supplier who does not submit
his bid seal (hash) within the stipulated time will not be allowed to submit his bid.
10.
Submission of Earnest Money Deposit: The supplier will also submit their Earnest Money
Deposit as usual in a sealed physical Cover - A and the same should reach the stipulated
department office as stated in the Tender Document, by post. The Supplier will also upload
scanned copy of EMD instrument along with other details during online bidding.
11.
Opening of Tender documents: The authority receiving the tenders or his duly authorized officer
shall first open the Envelope A of all the contractors/bidders and check for the validity of EMD and
documents submitted in the Envelope A, as required by Public Health and Engineering Department. In
case, the requirements are incomplete, the Technical Bid of the concerned supplier received shall not be
opened.
The authority shall then open the tenders submitted by the suppliers online through the website.
He will match the hash of each tender with the hash submitted by the contractors prior to bid
submission. In the event of a mismatch, the tender in question will be rejected after a due process
of verification by Public Health Engineering Department.
12.
Fill Negotiated Rates: The successful bidder may have to fill in Negotiated Rates if so required
during this Process. In case of no negotiation or no change in rates successful bidders need to
complete the Fill Negotiated Rates stage.
13.
Key Dates: The suppliers are strictly advised to follow the tender schedule (Key dates) for their
side of tasks and responsibilities to submit their bids, as the system is time and date locked.
Executive Engineer,
Public Health Engineering Division
Division Bemetara (C.G.)
T-Section/Tender/Bemetara GWPSS
-
154 -
Download