TND0014790000000000000cg00101

advertisement
GOVERNMENT OF CHHATTISGARH
PUBLIC HEALTH ENGINEERING DEPARTMENT
SURAJPUR WATER SUPPLY SCHEME,
DISTRICT - SURAJPUR (C.G.)
TENDER DOCUMENT
FOR
Name of work- Design, Drawing, Construction,Testing and Commissioning of 8.0m
internal dia R.C.C. Intake well upto discharge cum motor floor level and 10.0m dia of
pump house of 6.0m height.Total height of single floor intake well cum pump house
28.0 m(i/c minimum 8.0m depth of foundation), 1no- jack well on rend (rehar) river,
Supply, installation&testing of 3.0 no raw water,water lubricated V.T. pump and motor
sets having (103.2 cum/hour+3%backwash discharge) 35.0m head and construction of
4.50 MLD capacity Water treatment plant, clear water centrifugal motor&pumps 3no
having 103.2 cum/hour discharge 81m head. Work inclusive of all civil works providing
& installing all mechanical & electrical equipments & supply of all required chemicals
during trial run for six months under improvement of surajpur&periurban villages
Water Supply Scheme.
ON
LUMP-SUM CONTRACT BASIS
ETIMATED COST - RS. 307.42 LAKH
COST OF TENDER DOCUMENT - RS. 4901.00
Executive Engineer
Public Health Engineering Deptt.
Division Surajpur (C.G.)
CONTENTS
S.
No.
Contents
Pages
From - To
1.
Salient Feature of Tender
3
2
Notice Inviting Tender (In English)
4-7
3
Notice Inviting Tenders (In Hindi)
8-11
4
Detailed Notice Inviting Tenders
12-35
5
Tender for Lump sum contract
24-29
Annexure - “A”- Model Rules relating to labour, water supply
6
and sanitation etc
30
7
Annexure - “B”- Contractor’s Labour Regulations
31
8
Annexure - “D”- Form of Income Tax clearance certificate
32
9
Annexure “E”- Specifications & scope of the work
33-76
10
Annexure “G” - Break up schedule of payment
77-87
11
ANNEXURE “H”
88-90
12
13
INFORMATION & INSTRUCTIONSTO THE
BIDDERS FORONLINE ELECTRONIC GOVERNMENT PROCUREMENT
SYSTEM (e-GPS)
ANNEXURE “I” CROSS SECTION OF THE RIVER REHAR
WITH RLS AT VARIOUS LEVELS OF THE PROPOSED
SITE FOR COLLECTION WELL INTAK WELL & WATER
TREATMENT PLANT (For purpose of guidance only)
Annexure – J
91
PRE-CONTRACT INTEGRITY PACT //
92-95
SALIENT FEATURE OF TENDER
1.
Name of work
2.
Name of contractors
A. Class of Contractor registered in
P.W.D. C.G.
Design, Drawing, Construction,Testing and
Commissioning of 8.0m internal dia R.C.C.
Intake well upto discharge cum motor floor
level and 10.0m dia of pump house of 6.0m
height.Total height of single floor intake well
cum pump house 28.0 m(i/c minimum 8.0m
depth of foundation), 1no- jack well on rend
(rehar) river, Supply, installation&testing of
3.0 no raw water,water lubricated V.T. pump
and
motor
sets
having
(103.2
cum/hour+3%backwash discharge) 35.0m
head and construction of 4.50 MLD capacity
Water treatment plant, clear water centrifugal
motor&pumps 3no having 103.2 cum/hour
discharge 81m head. Work inclusive of all civil
works providing & installing all mechanical &
electrical equipments & supply of all required
chemicals during trial run for six months
under improvement of surajpur&periurban
villages Water Supply Scheme.
Class –“B” and above in unified registration
system
B. Postal Address
C. Telephone Number & Fax number
if any
3.
Probable amount of contract
Rs. 307.42 Lacs
4.
Earnest Money
Rs. 154000.00
5.
Date of Issue
====
6.
Money receipt no. and date
Note - This tender document with Annexure and notice inviting tender shall be part of the agreement.
Signature and seal of contractor/firm
Or his authorised representative
Executive Engineer
Public Health Engg. Division
Surajpur
OFFICE OF THE EXECUTIVE ENGINEER
PUBLIC HELTH ENGINEERING DIVISION SURAJPUR
NIT No 63
/SAC/EE/PHED/2016-17
surajpur
/ Dated-23.01.2016
NOTICE INVITING TENDER
Online Tender are invited on behalf of Governor of Chhattisgarh for following work, on form
“F” for lump sum contract and will be also received in the office of the Executive Engineer Public Health
Engineering Division surajpur, from contractors registered in class –“B” and above in Public Work
Department, Chhattisgarh.
S.
No
Name of work
Probable
amount of
contract
(Rs.in lacs)
Earnest
Money
Period of
completi
on
1
1
2
Design,
Drawing,
Construction,Testing
and
Commissioning of 8.0m internal
dia R.C.C. Intake well upto
discharge cum motor floor level
and 10.0m dia of pump house of
6.0m height.Total height of single
floor intake well cum pump house
28.0 m(i/c minimum 8.0m depth of
foundation), 1no- jack well on rend
(rehar) river, Supply, installation
&testing of 3.0 no raw water,water
lubricated V.T. pump and motor
sets
having
(103.2
cum/hour+3%backwash
discharge) 35.0m head and
construction of 4.50 MLD capacity
Water treatment plant, clear water
centrifugal motor&pumps 3no
having 103.2 cum/hour discharge
81m head. Work inclusive of all
civil works providing & installing
all
mechanical
&
electrical
equipments & supply of all
required chemicals during trial
run for six months
under
improvement
of
surajpur&periurban
villages
Water Supply Scheme.
3
4
5
307.42
154000.00
12
months
excludi
ng rainy
season
Class of
contractor
Bid
Submission
Fees
Validity of
Tender
6
7
8
class –
“B” and
above
in e-
Rs-4901/Payable
online at
the time
of Bid
Preparatio
n and
Hash
Submissio
n on the
system
120 days
from date of
opening of
financial
offer
registrati
on
system
The tender document containing detailed terms & condition are available for free download on Gov eprocurement portal http://cgeprocurement.gov.in through sub portal of Public Health Engineering
Department http:\\phed.cgeprocurement.gov.in Bidders have to Quote online their prices along with
technical & commercial bid in prescribed format on the above mentioned portal only The Technical Offer
will be open in the presence of the tender for his /their representative who may choose to present. The date
and place of opening of financial offer will be intimated to the tenders subsequently offer opening of
technical offer.
The Bidders intending to participate in this Tender are required to get enrolled on the above
mentioned website and get empanelled on the sub-portal of Public Health Engineering Department Enrolled
on the above mentioned portal is mandatory. As the online bids are required to be digitally signed. Bidders are
required to obtain class- II digital signature certificate (DSCS). The Bidders may contact the Wipro - Nex
Tenders, for obtaining Class - II Digital Signature Certificates at Nex Tenders (India) Pvt. Ltd., B-31, Opposite
Gulab Industries Near Bagvecha Nursing Home Shailendra Nagar, Raipur 492 001 Tel. No. +91 771 4079400
Fax No. : + 91 771 422 1035 or through Email ID - 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 session.
The Key Dates Of Tender are
Seq
PHED Stage
No
1
Release of NIT
Supplier Stage
-
23-01-2016 10:30
25-01-2016 17:30
View
Forms
-
Start Date & Time Expiry Date & Time
2
-
Tender Download
25-01-2016 17:31
22-02-2016 17:30

3
-
Submission of Bid Hash
and Payment
25-01-2016 17:31
22-02-2016 17:30

22-02-2016 17:31
23-02-2016 17:30
-
23-02-2016 17:31
24-02-2016 17:30

4
5
Close Bidding for General
Conditions
-
-
Bid Submission Online
6
7
Opening of Envelope - PQ
Shortlisting of Envelope -PQ
-
24-02-2016 17:31
27-02-2016 17:31
27-02-2016 17:30
29-02-2016 17:30
-
8
Opening of EMD & T and C. &
Shortlisting of EMD
-
27-02-2016 17:31
29-02-2016 17:30
-
9
Shortlisting of Terms and
Conditions
-
27-02-2016 17:31
29-02-2016 17:30
-
10
Preparation of Common set of
Conditions
-
29-02-2016 17:31
01-03-2016 17:30
-
11
-
Download of commn set
01-03-2016 17:31
of conditions.
03-03-2016 17:30

12
-
Submission of Bid Hash
of Revised Offer.
01-03-2016 17:31
03-03-2016 17:30

03-03-2016 17:31
04-03-2016 17:30
-
Bid Submission Online of
04-03-2016 17:31
Revised Offer.
05-03-2016 17:30

13
14
15
16
17
18
19
20
21
Close for Bidding Revised
Offer.
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
-
Envelops
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
Pre Qualification
Pre Qualification
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
Bid
-
05-03-2016 17:31
09-03-2016 17:30
-
Common condition
-
05-03-2016 17:31
09-03-2016 17:30
-
Common condition
-
05-03-2016
05-03-2016
05-03-2016
05-03-2016
09-03-2016
09-03-2016
09-03-2016
09-03-2016
09-03-2016
15-06-2016
-
Revised Bid
Revised Bid
Price Bid Envelope
Price Bid Envelope
Price Bid Envelope
17:31
17:31
17:31
17:31
17:31
17:30
17:30
17:30
17:30
17:30
Online application for participate in tender should be submitted with scan copy of the following s.n.
1 to 13 documents. It should be accompanied on online system strictly as well as attested document
of all scan document of online in which original copy of earnest money &affidavit should be send
by registered post/speed post in this office. This must be found in the office before opening of PQ –
date.
Eligibility norms to get tender forms.
1.
Registration:Attested copy of valid registration certificate in C.G. Public Work Deptt. in
appropriate class is necessary. Registration in specials category/category of works of
specialised nature.
2.
Work execution capacity: Work execution capacity = AxN x 2-C
Where A
=
Maximum amount of work executed during last five years
(2010-11 to 2014-15) with 10% surcharge per year.
N
=
Period of work completion (in years)
C
=
Pending work in hand with 20% surcharge per year in all aggremented
work till date of issue of tender.
3A affidavit of detail of work in hand and turnover would be submitted in stamp paper
with following showing details. In the affidavit it should also mention that all document presenting
by me are correct and true. I have not hidden anything if any mistake found my eligibility of tender
is rejected it would be accepted by me.
CERTIFICATE OF TURNOVER
This is certified that M/s………………………………………………………. Financial turn over for last Five
Financial Year is as mentioned below.
S.No.
1
2
3
4
5
Year
2010-11
2011-12
2012-13
2013-14
2014-15
Amount in Figure
Amount in words
Authorized Signature
S.No.
Name of
Division
Name of
work
DETAILED OF WORK IN HAND
Agreement
Work
Date
Time
No.
order
Period
No.
Agreeme
nt Value
Amount
of work
done
Balance
Amount
Signature of the Contractor
Matter of S.N. 3 should be mentioned in stamp paper.
4.
Experience of work: Tenderer must have work execution experience as per letter no 1613/f-10-1/07/342/02 Raipur dated-24.08.2012 for:(i) W.T.P. – Successfully constructed water treatment plant/ sewerage water treatment plant of
minimum 50% capacity and more of given capacity.
(ii) Pumping station & pumps -- at least 50% capacity of discharge & head of required capacity
in the name of tenderer/firm mentioned in tender of maximum capacity.
(iii)Intake well – Tenderer must have completion certificate of successfully construction of
intake well of 50% capacity of mentioned in tender in the name of tenderer/firm.
5.
List of works in progress, list of contract already held by the tenderer at the time of
submitting the tender in the department and elsewhere showing there in the agg. & work
order no., name of work, amount of each contract, balance of work remaining to be done, and
due date of completion as per work order as table made in s.n. 3(detail of work in hand) .
6.
Attested copy of Current Income Tax Clearance Certificate from the competent authority as
per Annexure-D.
7.
Attested copy of List of tools and plants available with the tenderers in prescribed form.
8
Attested copy of valid revenue solvency or FDR of 50% amount of revenue
solvency.
9.
Attested copy of Registration in commercial tax deptt. in CG.,
10.
Attested copy of Permanent Account Number (PAN) of the proprietor/firm photocopy is to
be submitted.
11.
Attested copy of Financial Turnover or saral of last five year. (2010-11 to 2014-15)
12.
Attested copy of the certificate in which the names and other detail of the Graduate
Engineer/Diploma Holder (in case of retired diploma holder sub engineer employee) should
be given. Who will supervision the work with concern letter of engineer.
Attested copy of earnest money certificate & original copy of earnest money &affidavit
should reach in O/o the P.H.E. Division surajpur. before opening of P.Q. Date as per KeyDates schedule strictly.
13.
The Tender will be opened online of those tenderer whose physical envelopes shall be
received in o/o the P.H.E. Division surajpur before opening of P.Q. Date as per Key-Dates
schedule strictly from the tenderer/firm.
Note:- 1.
Cess @ 1% (One percent only) shall be deducted at source, from every bill of the
contractor by Executive Engineer, Under “Building and other construction for workers
welfare Cess Act 1996”.
2.
It is mandatory for the contractor (s) to get himself/themselves registered with “Chhattisgarh
Building and other construction welfare Board” for work amounting to Rs. 10.00 lakhs (Rs.
Ten Lakhs) and above and submit a true copy of such registration certificate after receiving
work order.
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.
Executive Engineer
P.H.E. Division
Surajpur (C.G.)
Endt.no.
---- /SAC/EE/PHED/ 2016-17 Date ----------------
Copy forwarded to 1. Personal Secretary, Hon’ble Minister , Public Health Engineering Department, Govt. of Chhattisgarh new
Raipur.
2. The Secretary, Public Health Engineering Department, Govt. of Chhattisgarh new Raipur.
3. The Engineer-in-Chief, Public Health Engineering Department, Chhattisgarh Raipur.
4. The Chief Engineer, PubliHealth Engineering Department, Bilaspur zone Bilaspur.
5. The Collector, Surajpur.
6. The Superintending Engineer, Public Health Engineering Department, Circle / Ambikapur
Raipur/Bilaspur/ Jagdalpur.
7. The Executive Engineer, PHE Division……………………….
8. The Assistant Engineer, PHE t Sub Division………………………..
9. Notice Board
10. M/S---------------------------------
Executive Engineer
Public Health Engg. Division
Surajpur
dk;kZy; dk;Zikyu vfHk;ark
yksd LokLF; ;kaf=dh; [k.M
lwjtiqj
fu-lw-Øa-@
@o-ys-fy-@dk-v-@yks-Lok-;ka-fo-@2016&17
lwjtiqj fnukad
fufonk vkea=.k lwpuk
vkWuykÃu fufonk,a fufonk;sa QkeZ ^,Q* esa ,deq'r vuqca/k gsrq uhps
mYysf[kr dk;Z ds fy;s NRrhlx<+ ds jkT;iky dh vksj ls dk;Zikyu vfHk;ark] yksd LokLF;
;kaf=dh [k.M] lwjtiqj ds dk;kZy; esa] yksd yksd fuekZ.k foHkkx] NRrhlx<+ esa ^^ch**
Js.kh ,oa mPp Js.kh ,dy i)fr esa iathd`r Bsdsnkjksa ls vkeaf=r dh tkrh gS A fufonk ds
rduhdh ,oa foRrh; vkWQj dh MsV ds vuq:i [kksys tk;saxasA
dk;Z
vuqekfur
iw.kZ Bsdsnkj
fufonk
fufonk
dk;Z dk
ykxr ¼:/kjksgj
Øadjus
dh
dh
Tkek djus
uke
yk[k
jkf'k
dh
Js.kh
oS|rk
dk ewY;
esa½
vof/k
4901/- tks fd 120 fnu
1 lwjtiqj
ty 307-42 154000@&
12
^^ch**
iznk; ;kstuk
,oa mPp fufonkdkjksa foRrh;
ekg
ds
varxZr
ds }kjk
vkWQj
Js.kh
o"kkZ
jsM+
unh
vkWuykÃu [kksyus
_rq
esa 8-0 eh
fcM+ gS’k
dh
O;kl ds 28
jfgr
tek djus ds frfFk ls
eh- m¡pkbZ
ds
le; ns;
bUVsdosy
gksxkA
iai gkml dk
fuekZ.k]
jka&okVj
Ogh-Vh- iEi
dk iznk; ,oa
LFkkiuk]
tsdosy dk
fuekZ.k]
leLr
flfoy
dk;Z]
esdsfudy]
bysfDVªdy
dk;Z]
fMtkbZu]
MªkbZx
bR;kfn lfgr
rFkk 4-50
,e-,y-Mh{kerk dk ty
la’kks/ku
x`g ,oa 'kq)
ty
lsUVjh¶;wxy
iai ,oa leLr
flfoy dk;Z]
esdsfudy]
bysfDVªdy
dk;Z]
fMtkbZu]
MªkbZx
bR;kfnA
leLr dk;Z dk
ijh{k.k
06
ekg
rd
vko’;d leLr
dsfedYl]
ijh{k.k
ls
lacaf/kr leLr
dk;Z Vªk;y
VsfLVzx dk
dk;Z
bR;kfnA
VssaMj dk foLr`r fooj.k iksVZy http://cgeprocurment.gov.in dss }kjk yksd LokLF;
;kaf=dh foHkkx ds lc & iksVZy http://phed.cgeprocurment.gov.in ij ns[kk tk ldrk gSA
fufonkdkjksa dks viuh izkbZl fcM rduhdh ,oa dkWef’kZ;y fufonk ds lkFk mijksDr
iksVZy ij fu/kkZfjr izi=ksa esa gh nsuh gksxhA izkIr fufonk;sa fufonknkrkvksa ;k muds
vf/kd`r izfrfuf/k;ksa tks mifLFkr jguk pkgrs gksa] ds le{k vkWuykbZu [kksyh tk;sxhA
bPNqd fufonkdkj mijksDr iksVZy http://cgeprocurment.gov.in ij iath;u djk ysosa ,oa lc
iksVZy http://phed.cgeprocurment.gov.in ij ,iWusYyesaV djk ysosaA mijksDr fufonk esa
Hkkx ysus gsrq bl iksVZy ij iath;u djkuk vfuok;Z gSA mijksDr vkWuykbZu fufonk dks
gLrk{kfjr ,oa tek djus gsrq fMftVy lfVZfQdsV izkIr djuk vfuok;Z gSA bl gsrq vki Nex
Tenders, for obtaining Class - II Digital Signature Certificates at Nex Tenders (India) Pvt. Ltd., B-31,
Opposite Gulab Industries Near Bagvecha Nursing Home Shailendra Nagar, Raipur 492 001 Tel. No. +91 771
4079400 Fax No. : + 91 771 422 1035 or through Email ID - raipur@nextenders.com.ij lEidZ dj ldrs
gSaA
bPNqd fufonkdkj bZ&izksD;ksjesaV flLVe dk izf’k{k.k ds fy;s bZ&izksD;ksjesaV
lsok iznkrk ls lEidZ dj ldrs gSaA izf’k{k.k dk;ZØe esa le; vkcaVu gsrq bPNqd
fufonkdkjksa dks bZ&izksD;ksjesaV lsok iznkrk ls iwoZ esa gh lEidZ djuk gksxkA
vkWuykbZu fufonk esa vkosnu i= ds lkFk ljy Øa0 1 ls 13 rd ds nLrkostksa dh
Ldsu dkWih vkWuykbZu flLVe esa vko’;d :Ik ls ik;k tkuk pkfg, lkFk&lkFk
fuEufyf[kr nLrkostksa dh lR;kfir izfrfyfi ftlesa vekur jkf’k ,oa 'kiFk i= dh ewy izfr
jftLVMZ Mkd@LihM iksLV ds ek/;e ls izLrqr djus ij gh ,oa fufonk ds vksifuax
vkWQ ihD;w fd] dh&MsV~l dh frfFk rd izkIr gksus ij gh fufonk dh vxyh izfØ;k
esa Hkkx ysus dh ik=rk gksxhA
1- iath;u %& fufonk esa mYysf[kr Js.kh vuqlkj iath;u izek.k i=A
yksd fuekZ.k foHkkx NRrhlx<+ esa mi;qDr Js.kh esa thfor iath;u vko';d gSA mi;qDr
Js.kh esa iath;u ds lkFk lkFk bZ VasMfjax esa Hkkx ysus gsrq NRrhlx<+ 'kklu
ds bZ izksD;qjesaV iksVZy esa (http://cgeprocurement.gov.in) ,oa yksd LokLF;
;kaf=dh foHkkx ds lc iksVZy esa iath;u (empanalment) vko’;d gksxkA fof'k"V
izd`fr (Specialised Nature) ds dk;Z@dk;ksZ gsrq lacaf/kr izd`fr ds fof'k"V
Js.kh@Js.kh;ksa esa iath;u vko';d gSA foHkkx esa fufonk izi= izkIr djus gsrq
Bsdsnkjksa dh ik=rk ds ekin.Mkssa dk fu/kkZj.k NRrhlx<+ 'kklu yksd LokLF;
;kaf=dh foHkkx jk;iqj }kjk tkjh vkns'k dzekad 1613@,Q&10&1
@2007@34&2@02 jk;iqj fnukad 24-08-2012 ls fd;k x;k gSA rnuqlkj ik=
Bsdsnkjksa dks gh fufonk izi= fn;k tk ldsxkA
2-
dk;Z dk fu"iknu {kerk & fufonk esa nf'kZr dk;Z dh ykxr ds cjkcj
;k vf/kd dk vuqHko gksuk pkfg,A
dk;Z fu"iknu {kerk ¾ A x N x 2-C
tgka ij]
A = fiNys 5 o"kksZ ¼2010&11 ls 2014&15½ esa fn;s x;s dk;Z dh
vf/kdre jkf'k ¼10% vf/kHkkj izfro"kZ lfgr½
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;kZsa dh ykxr 20 izfr’kr vf/kHkkj izfro"kZ
lfgrA
3
'ks"k dk;ksZa dh ykxr dk vuqca/kokj fooj.k Bsdsnkj }kjk fufonk gsrq
vkosnu djrs le;@fufonk izi= izkIr djus gsrq dk;Zokgh e-tendering process esa
mi;qDr LVst esa LVkEi isij esa 'kiFk i= ds lkFk fn;k tkuk vko';d gksxk] QeZ }kjk
leLr vuqcaf/kr Bsdksa ds 'ks"k dk;kZsa dh ykxr dh tkudkjh izLrqr dh tk jgh gS
og iwjh rjg tkWp iM+rky dj nh tk jgh gS ,oa dksbZ rF; ugh Nqik;k x;k gS ,oa
xyrh ik;s tkus ij mudh fufonk dh ik=rk fujLr ekuh tkosxh] ftls os Lohdkj djus gsrq
ck/; gksaxs] dk mYys[k 'kiFk i= esa gksuk vko';d gksxkA fu/kkZfjr izi=
fuEukuqlkj jgsxk&
CERTIFICATE OF TURNOVER
This is certified that M/s………………………………………………………. Financial turn
over for last Five Financial Year is as mentioned below.
S.No.
Year
Amount in Figure
Amount in words
1
2010-11
2
2011-12
3
2012-13
4
2013-14
5
2014-15
Authorized Signature
S.No
.
Name of
Division
Name of
work
DETAILED OF WORK IN HAND
Agreement
Work
Date
Time
No.
order
Period
No.
Agreeme
nt Value
Amount
of work
done
Balance
Amoun
t
Signature of the Contractor
Matter of S.N. 3 should be mentioned in stamp paper.
4 iNys ikap o"kksZ esa &
foHkkx esa fufonk izi= izkIr djus gsrq Bsdsnkjksa dh ik=rk ds ekin.Mkssa dk
fu/kkZj.k NRrhlx<+ 'kklu yksd LokLF; ;kaf=dh foHkkx jk;iqj }kjk tkjh vkns'k dzekad
1613@,Q&10&1 @2007@34&2@02 jk;iqj fnukad 24-08-2012 ls fd;k x;k gSA
rnuqlkj ik= Bsdsnkjksa dks gh fufonk izi= fn;k tk ldsxkA
Lo;a ds uke ij vFkok QeZ ,oa dEiuh ds uke ij dk;Z de ls de
lkekU;r% 50 izfr’kr ek=k dk fufonk dk;Z dks vuqHko gksuk pkfg,A fufonk esa dk;ksZa
dh vk/kh ek=k dh x.kuk dk vkadyu fuEukuqlkj gksxkA
v- iafiax LVs'ku%& fufonk esa mYysf[kr gsM ,oa fMLpktZ ds fy, vko';d {kerk ls de ls
de vk/kh {kerk ds iafiax lsV~l dk iznk; ,oa LFkkiuk dk lQyrkiwoZd iw.kZ djus dk
vuqHko izek.k i= tks fd dk;Zikyu vfHk;ark Lrj dk vf/kdkjh }kjk tkjh izek.k i= gksuk
pkfg,A
c- ty 'kqf)dj.k la;a= %& fufonk esa ty 'kqf)dj.k la;a= vFkok ty ey 'kqf)dj.k la;a= dh
nf'kZr {kerk dh de ls de 50 izfr'kr {kerk ds ty 'kqf)dj.k la;a= ds fuekZ.k lQyrkiwoZd
iw.kZ djus dk vuqHko izek.k i= tks fd dk;Zikyu vfHk;ark Lrj dk vf/kdkjh }kjk tkjh izek.k
i= gksuk pkfg,A
l- baVsdosy @ tsd osy %& bl dk;Z dk vuqHko izek.ki= lkekU;r% baVsdosy dk O;kl
n’kkZrs gq, fd;k tkrk gSA vr% fufonk esa nf’kZr baVsdosy ds vkarfjd O;kl dh de ls de
50 izfr'kr O;kl ds ;k vf/kd O;kl ds baVsd osy ds fuekZ.k dk vuqHko gksuk vko’;d
gksxk] vuqHko izzek.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
5 l{ke vk;dj vf/kdkjh ds }kjk tkjh uohure vk;dj pqdrk izek.ki= dh lR;kfir izfr ,usDlj&Mh
vuqlkjA
6 Bsdsnkj ds v/khuLFk@iathd`r la;a=ksa dh lwph ds izek.ki= dh lR;kfir izfrA
7 oS/k jsosU;w lkyosalh izek.k i= vFkok jsosU;w lkyosalh ds 50% jkf'k dk ,Q-Mh-vkjdh lR;kfir izfrA
8 NRrhlx<+ ds dkWef'kZ;y VsDl foHkkx esas iath;u dh lR;kfir izfrA
9 izksijkbZVj vFkok QeZ ds uke ls tkjh PAN dkMZ dh lR;kfir izfrA
10 fiNys ikap fofRr; o"kksZa esa dk;ksZa dk okf"kZd VuZ vksoj ,oa ljy dh lR;kfir izfrA
tks lh-,- ls tkjh fd;k x;k gksA
11 Bsdsnkj dks Lukrd vfHk;ark@fMIyksek vfHk;ark ¼fjVk;MZ mi vfHk;ark dh fLFkfr
esa½ dh lsok miyC/k djus laca/kh izek.k i= dh lR;kfir izfr nsuk vfuok;Z gksxkA
12 vekur jkf’k dk lR;kfir izfrfyfi ,oa vekur jkf’k ,oa 'kiFk i= dh ewy izfr dh&MsV esa
vksifuax vkWQ ih-D;w- frfFk ds iwoZ yks-Lok-;ka-[k.M lwjtiqj dk;kZy; esa izkIr gksuk
vko’;d gksxkA
13 'ks"k dk;ksZa dh lwph esa foLr`r :Ik ls dk;Z dk uke] vuqca/k Øekad] dk;kZns’k
Øekad] dk;Z dh ykxr] dk;Z dh iw.kZr% vof/k ,oa dk;Z dh orZeku fLFkfr dk fooj.k
mYys[k gksuk vko’;d gSaA
vU; 'krsZ %&
1 Hkou ,oa vU; lafUuekZ.k deZdkj midj vf/kfu;e 1996 ds varxZr@1% ¼,d çfr’kr½ midj
Bsdsnkj ds }kjk fd;s tkus okys ykxr ij yxsxkA
2 Bsdsnkj dks dk;Z vkcaVu gksus mijkar **NÙkhlx<+ Hkou ,oa vU; lafUuekZ.k
deZdkj dY;k.k cksMZ** esa iath;u djkuk vfuok;Z gksxk ,oa iath;u laca/kh çek.k i= dh
lR;çfrfyfi fufonk izkIr gksus mijkar çLrqr djuk gksxkA
foHkkx ds ikl bl fufonk dh Key dates esa ifjorZu djus dk iw.kZ vf/kdkj
jgsxkA
fufonk dh vU; 'krsZ] DokfyfQds'ku 'krsZ ,oa dk;Z dh foLr`r tkudkjh
v/kksgLrk{kdRrkZ ds dk;kZy; esa dk;kZy;hu le; esa ns[kh tk ldrh gSA ik= Bsdsnkjks
dks gh fufonk izi= iznku fd;s tkosxsA ;g fufonk dks yksd Lok-;ka-foHkkx NRrhlx<+ dh
osclkbV http://chhattisgarh.nic.in/tenders ij Hkh ns[kh tk ldrh gSA
dk;Zikyu vfHk;ark
yksd LokLF; ;kaf=dh foHkkx
lwjtiqj
i`- Øekad@
@o-ys-fy-@dk-v-@yks-Lok-;ka-@2015&16 lwjtiqj fnukad ----------------------------izfrfyfi %&
1fut lfpo] ekuuh; ea=hth NRrhlx<+ 'kklu] yksd LokLF; ;kaf=dh; foHkkx] u;k jk;iqj
dh vksj lwpukFkZA
2lfpo] NRrhlx<+ 'kklu] yksd LokLF; ;kaf=dh; foHkkx] ea=ky;] jk;iqj dh vksj
lwpukFkZA
3izeq[k vfHk;ark] yksd LokLF; ;kaf=dh; foHkkx] u;k jk;iqj dh vksj lwpukFkZA A
4eq[; vfHk;Urk] yksd LokLF; ;kaf=dh foHkkx jk;iqj ifj{ks= jk;iqj@fcykliqj ifj{ks=
fcykliqj dh vksj lwpukFkZA
5v/kh{k.k
vfHk;Urk]
yksd
LokLF;
;kaf=dh;
foHkkx]
e.My
vfEcdkiqj@nqxZ@txnyiqj@fcykliqj@ jk;iqj dh vksj lwpukFkZA
6ftyk/;{k] ftyk lwjtiqjA
7dk;Zikyu vfHk;Urk] yks- Lok- ;ka- foHkkx] [k.M ----------------------------------------------------- dh vksj lwpukFkZA
8lgk;d vfHk;Urk] yksd Lok-;ka- mi[k.M lwjtiqj@izrkiiqj dh vksj lwpukFkZA
9uksfVl cksMZA
dk;Zikyu vfHk;Urk
yksd LokLF; ;kaf=dh; [k.M
lwjtiqj ¼N-x-½
OFFICE OF THE EXECUTIVE ENGINEER
PUBLIC HELTH ENGINEERING DIVISION SURAJPUR
NIT No 63
/SAC/EE/PHED/2016-17
surajpur/
Dated-23.01.2016
NOTICE INVITING TENDER
Online Tender are invited on behalf of Governor of Chhattisgarh for following work, on form
“F” for lump sum contract and will be received in the office of the Executive Engineer Public Health
Engineering Division surajpur, from contractors registered in class –“B” and above in Public Work
Department, Chhattisgarh.
S.
No
Name of work
Probable
amount of
contract
(Rs.in lacs)
Earnest
Money
1
1
2
3
4
5
6
7
8
307.42
154000.0
0
12
months
excludin
g rainy
season
class –
“B”
and
above
in e-
Rs-4901/Payable
online at
the time
of Bid
Preparatio
n and
Hash
Submissio
n on the
system
120
days
from
date of
opening
of
financia
l offer
Design, Drawing, Construction,Testing
and Commissioning of 8.0m internal
dia R.C.C. Intake well upto discharge
cum motor floor level and 10.0m dia of
pump house of 6.0m height.Total
height of single floor intake well cum
pump house 28.0 m(i/c minimum 8.0m
depth of foundation), 1no- jack well on
rend (rehar) river, Supply, installation
&testing of 3.0 no raw water,water
lubricated V.T. pump and motor sets
having (103.2 cum/hour+3%backwash
discharge)
35.0m
head
and
construction of 4.50 MLD capacity
Water treatment plant, clear water
centrifugal motor&pumps 3no having
103.2 cum/hour discharge 81m head.
Work inclusive of all civil works
providing & installing all mechanical
& electrical equipments & supply of all
required chemicals during trial run
for six months under improvement of
surajpur&periurban villages Water
Supply Scheme.
Period of Class of
Bid
Validity
completio contracto Submission
of
n
r
Fees
Tender
registr
ation
system
The tender document containing detailed terms & condition are available for free download on Gov eprocurement portal http://cgeprocurement.gov.in through sub portal of Public Health Engineering
Department http:\\phed.cgeprocurement.gov.in Bidders have to Quote online their prices along with
technical & commercial bid in prescribed format on the above mentioned portal only The Technical Offer
will be open in the presence of the tender for his /their representative who may choose to present. The date
and place of opening of financial offer will be intimated to the tenders subsequently offer opening of
technical offer.
The Bidders intending to participate in this Tender are required to get enrolled on the above
mentioned website and get empanelled on the sub-portal of Public Health Engineering Department Enrolled
on the above mentioned portal is mandatory. As the online bids are required to be digitally signed. Bidders are
required to obtain class- II digital signature certificate (DSCS). The Bidders may contact the Wipro - Nex
Tenders, for obtaining Class - II Digital Signature Certificates at Nex Tenders (India) Pvt. Ltd., B-31, Opposite
Gulab Industries Near Bagvecha Nursing Home Shailendra Nagar, Raipur 492 001 Tel. No. +91 771 4079400
Fax No. : + 91 771 422 1035 or through Email ID - 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 session.
The Key Dates Of Tender are
Seq
PHED Stage
No
1
Release of NIT
Supplier Stage
-
23-01-2016 10:30
25-01-2016 17:30
View
Forms
-
Start Date & Time Expiry Date & Time
2
-
Tender Download
25-01-2016 17:31
22-02-2016 17:30

3
-
Submission of Bid Hash
and Payment
25-01-2016 17:31
22-02-2016 17:30

22-02-2016 17:31
23-02-2016 17:30
-
23-02-2016 17:31
24-02-2016 17:30

4
5
Close Bidding for General
Conditions
-
-
Bid Submission Online
6
7
Opening of Envelope - PQ
Shortlisting of Envelope -PQ
-
24-02-2016 17:31
27-02-2016 17:31
27-02-2016 17:30
29-02-2016 17:30
-
8
Opening of EMD & T and C. &
Shortlisting of EMD
-
27-02-2016 17:31
29-02-2016 17:30
-
9
Shortlisting of Terms and
Conditions
-
27-02-2016 17:31
29-02-2016 17:30
-
10
Preparation of Common set of
Conditions
-
29-02-2016 17:31
01-03-2016 17:30
-
11
-
Download of commn set
01-03-2016 17:31
of conditions.
03-03-2016 17:30

12
-
Submission of Bid Hash
of Revised Offer.
01-03-2016 17:31
03-03-2016 17:30

03-03-2016 17:31
04-03-2016 17:30
-
Bid Submission Online of
04-03-2016 17:31
Revised Offer.
05-03-2016 17:30

13
14
15
16
17
18
19
20
21
Close for Bidding Revised
Offer.
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
-
Envelops
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
Pre Qualification
Pre Qualification
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
Bid
-
05-03-2016 17:31
09-03-2016 17:30
-
Common condition
-
05-03-2016 17:31
09-03-2016 17:30
-
Common condition
-
05-03-2016
05-03-2016
05-03-2016
05-03-2016
09-03-2016
09-03-2016
09-03-2016
09-03-2016
09-03-2016
15-06-2016
-
Revised Bid
Revised Bid
Price Bid Envelope
Price Bid Envelope
Price Bid Envelope
17:31
17:31
17:31
17:31
17:31
17:30
17:30
17:30
17:30
17:30
Online application for participate in tender should be submitted with scan copy of the following s.n.
1 to 13 documents. It should be accompanied on online system strictly as well as attested document
of all scan document of online in which original copy of earnest money &affidavit should be send
by registered post/speed post in this office. This must be found in the office before opening of PQ –
date.
Eligibility norms to get tender forms.
1.
Registration:Attested copy of valid registration certificate in C.G. Public Work Deptt. in
appropriate class is necessary. Registration in specials category/category of works of
specialised nature.
2.
Work execution capacity: Work execution capacity = AxN x 2-C
Where A
=
Maximum amount of work executed during last five years
(2010-11 to 2014-15) with 10% surcharge per year.
N
=
Period of work completion (in years)
C
=
Pending work in hand with 20% surcharge per year in all aggremented
work till date of issue of tender.
3A affidavit of detail of work in hand and turnover would be submitted in 50 Rs stamp
paper with following showing details. In the affidavit it should also mention that all document
presenting by me are correct and true. I have not hidden anything if any mistake found my eligibility
of tender is rejected it would be accepted by me.
CERTIFICATE OF TURNOVER
This is certified that M/s………………………………………………………. Financial turn over for last Five
Financial Year is as mentioned below.
S.No.
1
2
3
4
5
Year
2010-11
2011-12
2012-13
2013-14
2014-15
Amount in Figure
Amount in words
Authorized Signature
S.No.
Name of
Division
Name of
work
DETAILED OF WORK IN HAND
Agreement
Work
Date
Time
No.
order
Period
No.
Agreeme
nt Value
Amount
of work
done
Balance
Amount
Signature of the Contractor
Matter of S.N. 3 should be mentioned in stamp paper.
4.
Experience of work: Tenderer must have work execution experience as per letter no 1613/f-10-1/07/342/02 Raipur dated-24.08.2012 for:(iv) W.T.P. – Successfully constructed water treatment plant/ sewerage water treatment plant of
minimum 50% capacity and more of given capacity.
(v) Pumping station & pumps -- at least 50% capacity of discharge & head of required capacity
in the name of tenderer/firm mentioned in tender of maximum capacity.
(vi) Intake well – Tenderer must have completion certificate of successfully construction of
intake well of 50% capacity of mentioned in tender in the name of tenderer/firm.
5.
List of works in progress, list of contract already held by the tenderer at the time of
submitting the tender in the department and elsewhere showing there in the agg. & work
order no., name of work, amount of each contract, balance of work remaining to be done, and
due date of completion as per work order as table made in s.n. 3(detail of work in hand) .
6.
Attested copy of Current Income Tax Clearance Certificate from the competent authority as
per Annexure-D.
7.
Attested copy of List of tools and plants available with the tenderers in prescribed form.
8
Attested copy of valid revenue solvency or FDR of 50% amount of revenue
solvency.
9.
Attested copy of Registration in commercial tax deptt. in CG.,
10.
Attested copy of Permanent Account Number (PAN) of the proprietor/firm photocopy is to
be submitted.
11.
Attested copy of Financial Turnover or saral of last five year. (2010-11 to 2014-15)
12.
Attested copy of the certificate in which the names and other detail of the Graduate
Engineer/Diploma Holder (in case of retired govt. employee) should be given. Who will
supervision the work with concern letter of engineer.
Attested copy of earnest money certificate & Original copy of earnest money & affidavit
should reach in O/o the P.H.E. Division . before opening of P.Q. Date as per Key-Dates
schedule strictly.
13.
The Tender will be opened online of those tenderer whose physical envelopes shall be
received in o/o the P.H.E. Division surajpur before opening of P.Q. Date as per Key-Dates
schedule strictly from the tenderer/firm.
Note:- 1.
Cess @ 1% (One percent only) shall be deducted at source, from every bill of the
contractor by Executive Engineer, Under “Building and other construction for workers
welfare Cess Act 1996”.
2.
It is mandatory for the contractor (s) to get himself/themselves registered with “Chhattisgarh
Building and other construction welfare Board” for work amounting to Rs. 10.00 lakhs (Rs.
Ten Lakhs) and above and submit a true copy of such registration certificate after receiving
work order.
2. 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.
Executive Engineer
P.H.E. Division
Surajpur (C.G.)
Endt.no.
/
---- /SAC/EE/PHED/ 2016-17
Date ----------------
Copy forwarded to 11. Personal Secretary, Hon’ble Minister , Public Health Engineering Department, Govt. of Chhattisgarh new
Raipur.
12. The Secretary, Public Health Engineering Department, Govt. of Chhattisgarh new Raipur.
13. The Engineer-in-Chief, Public Health Engineering Department, Chhattisgarh Raipur.
14. The Chief Engineer, PubliHealth Engineering Department, Bilaspur zone Bilaspur.
15. The Collector, Surajpur.
16. The Superintending Engineer, Public Health Engineering Department, Circle / Ambikapur
Raipur/Bilaspur/ Jagdalpur.
17. The Executive Engineer, PHE Division……………………….
18. The Assistant Engineer, PHE t Sub Division………………………..
19. Notice Board
20. M/S---------------------------------
Executive Engineer
Public Health Engg. Division
Surajpur
2.00
SUBMISSIONS OF TENDER :
The tender document duly filled and signed on each page shall be submitted. There shall be three
separate sealed envelopes as under :The tenderer shall fill/upload the bids online the bid Hashes of three envelopes shall be digitally
signed and submitted online as per mentioned key-date the tenderer shall also have to submit bids
online (decrypt the bids using their digital certificate and encrypt the bids) as per mentioned key-date.
There shall be three separate online envelope as under –
The first online envelope shall contain the detail of scanned copy of the earnest money deposited and
on other envelop other document shall be uploaded as per NIT.
The physical earnest money envelope which is to be submitted by registered post/speed post in
physical envelope – A along with other document as per NIT. in the office of PHE division surajpur.
where it should be clearly written on the envelope as under :-
2.1
ENVELOPE “A” :
ENVELLOP ‘A’
‘EARNEST MONEY’
From – (…………. Name of Contractor ….)
Envelope – A containing Earnest Money should reach Executive Engineer, PHE Division surajpur .
before date of opening of envelope PQ as per date and time mentioned in the key date.
2.2
ENVELOPE “B”
The second sealed envelope shall contain terms and conditions and all the technical details and
specifications. Tender document along with terms and conditions, technical specifications and
drawings etc. should be submitted online in duplicate in this envelop ”B”
ENVELOP “B”
“TERMS AND CONDITIONS, TECHNICAL DETAILS AND DRAWINGS OF
WORK”
From – (…………. Name of Contractor ….)
2.3
ENVELOP “C” :
This Envelope shall contain only the Lump-sum offer and on front side of the envelope it should be
written as under :-
ENVELOP “C”
“LUMP-SUM OFFER”
From – (…………. Name of Contractor ….)
2.4
2.5
2.5.1
Tender will be submitted with the Earnest Money of Rs. 154000.00 in favour of the Executive
Engineer, PHE Division surajpur. which will be returned to the unsuccessful tenderer. The Earnest
Money of the successful tenderer will be retained as part of the Security Deposit.
FORM OF EARNEST MONEY :
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 Receipts
(B) National saving Certificates.
(C ) Treasury Bonds
(D) Approved interest bearing security
(E) Government promissory notes in National Loan Plan
(F) Post office cash Certificate
(G) 10 years Treasury savings/Deposit/certificate.
(H) 12 years National Saving Certificates
(I)
(J)
(K)
(L)
(M)
(N)
(O)
2.6
2.7
2.8
2.9
2.9.1
2.9.2
2.9.3
2.1
2.11
10 Years Defence Deposit Certificate
All small savings securities and post office Saving Bank Account, duly pledged to
Government.
National Savings Certificates duly hypothecated in the name of the Govt. of C.G.
Units of Unit Trust of India.
Demand Draft of SBI or Scheduled Bank.
Debentures of M.P. Housing Board as approved by MPFD Memo No. 1319/3506 (iv)-R5/75 dated 17th Oct. 1975.
Bank Draft Issued by big Urban Nanks whose working capital Exceeds Rs. 5 crores and A, B
and C class Central/Co-operative Bank / 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
EARNEST MONEY IN SEPARATE COVERS :The Earnest Money, in any one of the prescribed form should be deposited as mentioned
under para 2.5 and not kept in the cover containing tender, If the Earnest Money is not
found in accordance with the prescribed mode,whose tender shall not be opened and
return to tenderer unopened envelope.
ADJUSTMENT OF EARNEST MONEY :
The Earnest money which has been deposited for any particular work earlier shall not be
adjusted towards the earnest money for the work specified in this tender.
SECURITY DEPOSIT :
The Security Deposit to be taken for the due performance of the contract, under the
terms and conditions printed in the tender form and conditions printed in the tender
form, will be Earnest Money at the time of tender plus a sum to make it equal to 5% of
the cost of work put to tender, as per clause 1 of condition of contract of form “F”.
IMPLICATIONS OF SUBMISSION OF TENDER :
Tendered are advised to visit the site sufficiently in advance of the date fixed for
submission of the tender. A tenderer shall be deemed to have full knowledge of all
relevant documents like level of intake well and treatment plant site, sub soil strata,
bearing capacity, hydrogeological and topographical site conditions etc. whether he
inspects them or not.
The submission of a tender by a tenderer implies that he has read the notice, conditions
of tender and all the contract documents and has made himself fully aware of all the
standards and specification in this respect laid down in the relevant specifications,
Specification, Manual on water supply and treatment, and annexure E having the scope
and specification of the work to be done. The contractor will be deemed to have seen
the site of works and quarries with their approaches etc. and get satisfied himself
regarding the suitability and availability of the material at the quarries and construction
and maintenance of approaches shall lie wholly with the contractor.
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.
ESCALATION :The scope of work includes all costs, and no escalation will be paid on any account.
LIST OF WORKS IN PROGRESS :
Tender must be accompanied by a lists 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 &
(iii) The amount of solvency certificate produced by him at the time of enrolment in departments.
RELATIONSHIP :
No contractor shall not be permitted to tender for works in the Division (responsible for award
and execution of this contract) in which near relative is posted as Divisional Accountant. He
shall intimate the names of his near relative working in Chattisgarh. Secretarial and P.H.E.
2.12
3.0
3..1
3.2
3.3
3.4
Division. 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
Chattisgarh. Secretariat. And breach of this condition by the contractor would tender 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, brother,
sisters, brother in laws, father in law and mother in law
WITNESS :The tender of the work shall not be witnessed by a contractor failure to observe this condition
shall render the tender of the contractor liable for rejection.
OPENING AND ACCEPTANCE OF TENDER :
PLACE AND TIME OF OPENING :
The covers containing “Earnest Money” in the envelope ‘A” shall be opened on the fixed date
and time by the Executive Engineer, Public Health Engineering Division, . in the presence of the
tenderers or their authorised agents who may choose to remain present, If the Earnest Money is
found in proper form, then Envelope- “B” containing terms and conditions shall be opened
thereafter on the same day. If Earnest Money of any tenderer is not found in approved form as
para 2.5 of the detailed NIT, his tender will not be entertained and Envelope “B” and “C” shall be
returned unopened. The Executive Engineer, under the unavoidable circumstances, may depute
another officer in his absence to open the tenders on his behalf. The date, time and place of
opening of Envelope- “C” containing “Lump sum – Offer” will not be intimated to the tenderers
it shall be done as per key -date.
POWERS OF EXECUTIVE ENGINEER :
The Executive Engineer does not bind himself to accept or to recommend for the acceptance
higher authority the lowest are any tender or to give any reason for his decision.
CONDITIONAL TENDER :
Conditional tenders are liable to be rejected.
CANVASSING :
Canvassing in support of any firm/contractor for acceptance of any tender is strictly prohibited.
Any tenderer doing so will render him self liable to penalties, which may include removal of his
name from the register of approved contractors or penal action under section 8 of M.P.
Vinirdishta Bhrashta 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 any reason whatsoever, Earnest Money Deposited with the tender shall be
forfeited to the Government.
4.0
TIME OF COMPLETION & SCHEDULE:The time allowed for carrying out the work i.e. 12 months excluding rainy season shall be strictly
observed and shall be reckoned from the date of sanction of drawing but tenderer must submit all
drawing within one month from 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. 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.
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:-
6.1
The detailed specifications for the work have been given in the enclosed
Annexure- E- I & E - II . However, the following order of priority regarding
specifications shall be followed by the contractor.
6.1.1
Specifications given in the Annexure-E- I & E - II enclosed.
6.1.2
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)
6.1.3 Manual on water supply and treatment (latest edition) published by CPHEEO,
New Delhi.
6.1.4 Any other specifications, not covered under the above said standards, as shall be
decided by the Engineer-in-Charge i.e. Executive Engineer.
7.0
VALIDITY OF OFFER :
Tender shall remain open up to 120 days from the date of opening of financial offer
envelop ‘C’ and in the event of the tenderers with drawing the offer before the aforesaid
date for any reason whatsoever, Earnest Money Deposited with the tender shall be
forfeited to Government.
8.0
PAYMENTS BY CHQUES :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”)
9.
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 case of issue of tender notice.
10.0
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 :
All concrete shall be 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
course by the contractor at his cost. The result of the tests shall confirm with the required
standards and if the Engineer-In-Charge Considers that a structural test in necessary the same
shall be carried out as instructed by the Engineer in charge at contractor’s 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.
11.0
12.0
13.0
14.0
15.0
16.0
17.0
All materials issued on the civil work should be of quality approved by the Engineer-In-Charge.
Rejected materials should be removed from the site immediately. The all component of civil
work i/c. electrical & mechanical work should be of such workmanship and quality that are
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. The pipe for inlet, outlet, overflow, scout arrangement
should be double flanged C.I. pipe class B, conforming IS 7118-1974. The CI specials VIZ. duck
foot bends should be of double flanged medium class conforming to ISI 1538-1976,. The CI pipe
for inlet, outlet, overflow, scour arrangement should be provided with C.I. double flanged sluice
valves given in ANNEXURE – “E”
The structure should necessarily have acceptable architectural appearance in this respect the
opinion of the department will be final and binding upon the tenderer.
TESTS :- 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-1) 1965 under
para 10. The stability of structure as a whole against overturning 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 in any
in all the materials/ civil works / machinery / pipes/ specials / valves etc. at his own cost of
material and labour all complete.
After completion of the work, the complete drawing of the structure showing the details of all
pipes, pipe fitting, C.I. valves and other accessories shall be supplied by the contractor in five
copies free of cost.
A)
PAYMENTS :
Payment to the contractor will be made as per clause 15 of the Tender form for lump sum
contract (Form-F) for assessment of work done, up to different stages the break up schedule for
valuation of the work is given in ANNEXURE ‘G’ No change in this valuation schedule will be
permitted.
The security deposit of the contractor shall not be refunded before the expiry of 12 months after
testing and successful commissioning of the reservoir, It shall not be refunded also before the
settlement and payment of the final bill.
SUPPLY OF MATERIALS :
All the materials of approved quality conforming to relevant ISS required to the proper
complication work shall be arranged by contractor.
CEMENT : The Cement will be arranged by the contractor and conform to following IS code Ordinary low heat Portland cement confirming to IS 269-1976 (Latest revision)
B)
High strength O.P.C. confirming to is 8112/89 (latest revision) Grade 43 staging and cont.
C)
21.0
The test certificate shall be required for the cement to be used.
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 no supply any quantity of steel under any circumstances. Steel for
reinforcement shall confirm to IS 432-1966 (with up to date revision) and IS 1139-1966 (with up
to date revision.) Contractor shall be required to produce the test certificate of the manufactures
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 pipes for inlet, outlet overflow and scour should be C.I. double flange class ‘B’ conforming to
IUS 7181-1974 CI specials, Duck- foot bends etc. should be double flanged medium class
confirming to IS 1538-1976 and C.I. VALVES should be of double flanged class II, with hand
18.0
19.0
20.0
21.1
wheel land work gear arrangement confirming to relevant I.S.S.
22.0
MISCELLANEOUS CONDITIONS :-
22.1
The contract 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.
COMMERCIAL TAX :-
22.2
All charges regarding taxes and duties including the sales tax, Royalities, Octroi Duties,
Excise, Turnover tax, commercial taxe,cess tax etc. levied on the contract work by
Govt., local bodies or private individuals will be payable by the contractor. The
department will grant a certificate for the quantity actually used on the works.
Necessary certificate for exemption of excise duty for item included in Govt. of
India excise department notification no. 6/2007 excise date 1-3-07 and up to date
relevant notification and amendment shall be provided by the department but will
not entertain any claim on this account. So tenderer quote the rate without excise
duty. It will be contractor duty to ascertain the above taxes and include in his
lump-sum offer except excise duty.
22.3
22.4
22.5
22.6
22.7
22.8
22.9
22.10
The royalty charges for extracting minor minerals for Government work will be paid by the
contractor to the collector or concerning authorities, as per rules, but the amount so recovered
shall be refunded by the collector according to the procedure prescribed on production of a
certificate from the Executive Engineer to the effect that minor mineral extracted by the
contractor have been utilized for Government work in the contract. For extra minerals if any
extracted by the contractor he shall be directly responsible to the Collector. Reservation of quarry
shall not be the responsibility of the Department.
RULES OF LABOUR CAMPS :The contractor will be bound to follow the Madhya Pradesh model rules relating to lay out water
supply and sanitation in labour camps (ANNEXURE ‘A’) and the provision of National Building
Code of India in regard to constructions and safety.
FAIR WAGES :
The contractor(s) shall pay not less then fair wages to labours engaged by him on the work (copy
of rules enclosed as ANNEXURE ‘B’)
WORK IN THE VICINITY :
The Executive Engineer reserves the right to take up departmental work or award work on
contract in the vicinity without prejudice to the term of contract.
BEST QUALITY OF QUARRIED MATERIALS :
If in the quarry, material of more than one quality is found the material of best quality, out of two
will be used by the contractor.
REMOVAL OF UNDESIRED 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.
AMOUNT DUE FROM CONTRACTOR :
Any amount due to Government from the contractor on any account of concerning work may be
recovered from him as an arrear of land revenue.
TOOLS AND PLANT :
The contractor shall arrange at his own cost all tools and plants required for proper execution of
the work. Certain plants may however be issued to the contractor from the department as a
22.11
22.12
22.13
22.14
22.15
22.16
22.17
22.18
35.0
24.0
24.1
special case as per provision of Para 9.051 and 9.016 of the M.P.W.D. Manual Volume - I , if
available and spare able.
The work shall be done by the contractor according to the time schedule fixed by the competent
authority. A bar chart showing completion schedules shall have to be submitted along with offer
by the tenderer.
TIME OF COMPLETION :The time allowed for carrying out the work i.e. 12 months excluding rainy season shall be strictly
observed and shall be reckoned from the date of sanction of drawing but tenderer must submit all
drawing within one month from issue of written order to commence the work.
PAYMENT BY CHEQUES :The running payments of running account bills will be made by “Payee’s Account Cheques only”
of the State Bank of India, Branch Surajpur and Bank Commission charges (for realizing) such
payments shall be payable by the contractor. The payment to the contractor will be made as per
clause 15 of the form for Lump Sum contract (From-F) and for assessment of valuation of work
done, the break up schedule for valuation of work as given in Annexure ‘G’ will be used and the
payment shall be regulated accordingly.
Contractor will submit a report of labour engaged to local employment office and copy of the
same be attached with the running account bill. Failing which no payment will be made to the
contractor.
Every contractor who employees on any day of the proceeding 12 months. 20 or more workers on
contract is required to obtain license from the licensing officer of the are concerned as per
provisions contained under sub section 4 “B” of Section-II of the contract Labour (regulation and
obolition) Act, 1970 as per provision contained in Section 12 of the Act, No contractor shall
execute any contract 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 from the labour department as laid down in Chapter IV of contract labour
(Regulation and abolition) Act, 1970.
Cess @1% (One percent only) shall be deducted at source, from every bill of contractor by
Executive Engineer under “Building and other Construction for workers welfare, cess Act-1966”.
It is mandatory for the contractor (s) to get himself/ themselves registered with “Chattisgarh
Building and other construction welfare Board” for work amounting to Rs 10.00 lakhs (Rs Ten
Lakhs) and above and enclosed a true copy of such registration certificate along with the tender,
otherwise his/their tender shall not be considered for qualification.
TRANSPORT OF MATERIALS:
The contractor shall make his own arrangement for transport, handling and storage of all
materials. The Government is not bound to arrange for priorities for getting wagon or any other
materials though all possible assistance by way of recommendations will be given, if it is found
necessary in the opinion of the Engineer-In-Charge. If it proves ineffective, the contractor shall
have no right to claim for any compensation on this account.
AGREEMENT:
The notices and specifications given in 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.
EXECUTION OF AGREEMENT:
The Tenderer whose tender has been accepted (herein-after referred to as the contractor) produce
on appropriate solvency certificate if so required by the Executive Engineer and will Execute the
agreement in the prescribed Form within 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 Government.
24.2
24.3
CONDITION APPLICATION FOR CONTRACT:
All the conditions of the tender notice will be binding on the contractor and shall form part of the
agreement to be executed by the contractor in addition to the conditions of the contract in the
prescribed form.
The contractor shall employ the following technical staff, during the execution of work,
24.3.1
One Graduate Engineer when the cost of work to be executed is more than Rs 5.00 lakhs.
24.3.2
One diploma Holder Engineer, when the cost of work to be executed is Rs. 2.00 lacs and more
but not more than Rs. 5.00 lacs.
The contractor should give the names and other details of the Graduate Engineer, Diploma
Holder engineer whom he intends to employ or who is under employment on the work at the time
he commences the work.
The technical staff should be available at site whenever required by the Engineer-In-Charge to
take instructions.
In case the contractor fails to employ the technical staff as aforesaid, Government shall have the
right to take suitable remedial measures.
The contractor should give certificate to the effect that engineer is exclusively in his employment.
24.3.3
24.3.4
24.3.5
24.3.6
(a)
(b)
(c)
24.4
25.00
26.0
27.0
28.0
PROVIDED THAT:
A Graduate engineer may look after more than one work in the same locality, but total value of
such work under him should not exceed Rs.20.00 Lakhs in the case of Graduate Engineer and Rs
5.00 Lakhs in case of Diploma Engineer.
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 an employed Engineer.
The retired engineer having similar type of Experience who is holding Diploma may be treated as
the Graduate Engineer for the operation of the above clause. In case the contractor fails to
employ the technical staff as aforesaid, he shall be liable to pay to the Government a sum of Rs.
10000.00 only for each month of defaults in case of graduate Engineer and Rs 7500.00 for each
month of defaults in the case of Diploma Holder engineer.
The tenderer shall be required to furnish a bar chart for manufacture and supply of various items
involved in the contract which shall be strictly adhered by them so as to complete the work
within the time schedule.
TESTING AND SATISFACTORY COMMISSIONING OF WATER SUPPLY
THROUGH TREATMENT PLANT :
The contractor will make his own arrangement for satisfactory testing of plant. The arrangement
of entire quantity of water required for testing up to ground level near the plant will be made by
the department however all other arrangement will have to be made by the contractor. The testing
of plant will have to be done as per relevant I.S. Specification. The loss in water level should be
within the specified limit. There should be no leakage or sweating in the plant. If the same is
found, it will have to be rectified by the contractor & after making it good again testing will have
to be done by the contractor to satisfy the departmental officers. After satisfactory testing is done
& the plant is commissioned, the contractor will himself or will depute his authorized
representative to remain percent for one month after commissioning to observe working of the
plant and if any defect in observed, he will rectify the same.
The contractor shall make his own arrangement at his own cost of housing his staff and store for
the work and M.P. Model rules relating to lay out, water supply and sanitation shall be followed.
The L.S. Offer should include de watering, bailing out foundation water, rain water, if any, which
shall be required to be done by the contractor at his own cost, and for which no payment will be
admissible.
Detailed specification and leaflets giving make etc. for all items to be brought for installation in
the work shall be submitted by the contractor.
29.0
No tenders shall be accepted or contract given to any contractor or firm who is not registered as
an institution with the Labour commissioner C.G. under the Contract (Labour Regulation and
Abolition Act 1970) and the contract (Labour Regulation and abolition Madhya Pradesh Rules,
1970) and if the tender is not accompanied with a license to this effect.
30.0
DEFFCT LIABILITY PERIOD :The defect liability period in respect of the entire work as a whole or in part of individual
components included in this contract shall be 12 months from the date of completion of work and
certified by the Executive Engineer as per clause 10 of form F.
Following documents annexed with this N.I.T. shall form part of the contract
ANNEXURE
agreement.
Model Rules relating to labour, water supply, sanitation in labour camp.
ANNEXURE ‘A’
ANNEXURE ‘B’
Contractor’s Labour Regulations.
ANNEXURE ‘D’
Form of Income Tax clearance certificate.
ANNEXURE ‘E”-I
Technical Specifications for execution of the work specified in the NIT
ANNEXURE ‘E’ II
ANNEXURE ‘G’
Breaks up schedule for valuation of work.
ANNEXURE ‘H’
Information & instructions to the bidders for online electronic government
procurement system (e-GPS)
Executive Engineer
Public Health Engg. Division
Surajpur
GOVERNMENT OF CHHATTISGARH
PUBLIC HEALTH ENGINEERING DEPARTMENT
TENDER FOR A LUMP-SUM CONTRACT
I/We hereby tender to execute the sole of the work described in the drawing Nos.
……………….. and according to the annexed specification 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 fulfil 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.
Tenderer’s signature
Dated :
Witness :
Address :
Address :
The above tender is hereby accepted by me on behalf of the Governor of
Chhattisgarh.
The ………………..
Signature of the authority
By whom the tender
Has been accepted
SECURITIES
Name
Address
Occupation
Remark
CONDITIONS OF CONTRACT:
1.
2.
2.
3.
4.
The person (s) whose tender may be accepted herein after 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 E.E. a sum equal to Five percent of the sum specified in the tender either in
cash or Government securities endorsed to the Executive Engineer (if deposited for more than
twelve months). All damages to be borne, or other sums of money payable by the contractor
(s) to the Governor of C.G. 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
the C.G. on any account whatsoever. In the event of his/their security deposit being reduced
by reason of any deduction or sale as aforesaid or by any reason of forfeiture under clause 13,
the contractor(s) shale within thereafter make good in cash or Government securities endorsed
as aforesaid any sum or sums which may be necessary to make the amount of deposit equal to
Five (5%) percent of the sum specified in the tender.
The contractor(s) is/are to provide everything 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 specification taken together, which are to be signed by Executive
Engineer, P.H.E. Division . (hereinafter called the E.E.) and the contractor (s) whether the
same may not or may not be particularly described in the specification or shown on the
drawings, provided that the same may not or may not be particularly described in the
specification or shown on the drawings, provided that the same are reasonably and obviously
to be inferred there from and in case of any discrepancy between the drawing and the
specification the E.E. is to decide which shall be followed.
The contractor(s) is/are to set out the whole of the work in conjunction with an officer to be
deputed by the E.E. and during the progress of the work to amend on the requisition of the
E.E. any errors which may arise therein and provide all the necessary labour and materials for
so losing. The contractor(s) is/are to provide all plant, labour and materials (with the
executions noted in the schedule attached) which
may be necessary and requisite for the works. All materials and workmanship are to be the
best of their respective kinds. The contractor(s) is/are to leave to works in all respects clean
and perfect at the completion thereof.
(A) In respect of all bearings, hinges or similar parts intended for use in the superstructure of
any bridge, in the contractor shall, whenever required in the course of manufacture, arrange
and afford all facilities for the purpose of inspection and test of all or any of these parts and the
material used therein to any office of the Directorate of Inspection of the Ministry of works,
production and supply of the Government of India and such bearing, hinges or similar parts
shall not be used in the superstructure of any bridge except on production of a certificate of
acceptance thereof from the Directorate of Inspection. All inspection charges will be payable
by the Contractor.
Complete copies of the drawings and specifications 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 on
buildings in charge of the contractor(s) agent who is to be constantly kept on the contractor(s)
ground by the contractor(s) and to whom the instruction can be given by the E.E. The
contractor(s) is/are not to sublet the work or any part thereof without the consent in writing of
the E.E.
The E.E. is to have at all times access to the woks which are to be entirely under his control.
5.
6.
7.
8.
9.
10.
11.
He may require the contractor(s) to dismiss any person in the contractor(s) employ upon the
works who may be incompetent or misconduct him and the contractor(s) is/are forthwith to
comply with such requirements.
The contractor(s) is/are not to vary or deviate from the drawings on specification of execute
any extra work of any kindly whatsoever unless upon the authority of E.E. to be sufficiently
shown by any order in writing by any plan on drawing expressly given and signed by his 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 work following that in which the work may have been done and any such day work is to be
allowed for as such as may have been authorised 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 depth of foundation for good soil. Any extra depth will
be measured as extra.
Any authority given by the E.E. for any alternation or addition is or to works is not be vitiate
the contract but all additions, omission or variations made in carrying out the work to be
measured and valued certified by the E.E. and added to or deducted from the amount of the
contract, as the case may be at rates in force in the P.H.E. Deptt. in such in which rates do not
exist the Superintending Engineer will fix the rates to be paid.
All work and material brought and left upon the ground by the contractor(s) of his/their order
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 is writing of the E.E. but the
Governor of the C.G., is not to be 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.
The E.E. has full power to require the removal from the premises of all material which, in his
opinion are not in accordance with the specification and in case of default the E.E. is to be at
liberty to employ other persons to remove the same without being answerable or accountable
for any loss or damage that may happen or arise to such materials. The E.E. is also to have full
power to require other proper material to be substituted and in case of default the E.E. may
cause the same to be supplied and all cost, which may attend such removal and substitution,
are to be borne by the contractor.
If in the opinion of the E.E. any of the works, are executed with improper materials or
defective workmanship, the contractor(s) is/are when required by the E.E. forthwith to reexecute 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).
Any defect, shrinkage or other faults which may appear within six months from the completion
of the 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 contractors the cost of making good the works.
From the commencement of the works to the completion of the same they are to be under the
contractor (s) charges. The contractor (s) is/are to be held responsible for and to make good all
injuries, damages and repairs occasioned or rendered necessary to the same by fire or other
causes and they are to hold the Governor of C.G. harmless from any claims for injuries to
persons or for structure damage to property happening from any neglect, default want of
12.
13.
14.
proper care of misconduct in part of the contractor(s) or of any one is his/them employ during
the execution of the works.
The E.E. is to have full power to send workman upon the premises to execute fittings and other
works not included in the contract for whose operations the contractor(s) is/are to afford every
reasonable facility during ordinary working hours, provided that such operations may 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 fitting or other works.
The works comprised in this tender are to be 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 every
respect within twelve months excluding rainy season from the date of issue of the aforesaid
order and if from any cause whatever other than will fall obstruction or default on the part of
the E.E. of his staff and except a 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 default and not by way of penalty the sum of Rs. *7945/- per day for every
complete day of such default provided that the entire amount of damages to be forfeited under
the provisions of the clauses should not exceed ten percent. 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 is/they
are entitled to any extension of time on account of the works being altered, varied or added to
or on account of any delay by reason of any inclement whether or causes not under the control
of the contractor(s) in consequence of orders that effect from the E.E. himself which orders the
E.E. is hereby empowered to give them in any or either of such cases it shall be competent for
the 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 work
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 three days after the happening of
the vent/themselves entitled to any extension give to the E.E. written amount thereof unless in
any case the E.E. shall in his discretion dispense with such notice and certify for an extension
of time. Nevertheless and in case of any extension of time, the aforesaid provision with
amount for damages in defaults of due completion shall apply in case of non-completion of the
work within the extended time. Provided that the contractor(s) shall not be entitled to any
extension of time in respect of the extra work involved in the extra depth of foundation
mentioned clause 5.
If the contractor (s) shall become bankrupt of compound with or make any assignment for the
benefit of his/their creditors or shall suspend or delay the performance of his/their part of the
contract (except on account of causes mentioned
in clause 13 or in consequence of not having proper instructions for which the contractor(s)
shall have duly applied). The 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 proceeds with and in case of default
on the part of the contractor(s) of his/their assignee or trustee for a period of seven days. It
shall be lawful for the Executive Engineer to enter upon and take possession of the works and
employ any other person or persons to carry on and complete the same and to authorised him
or them to use the plant, materials and property of the contractors upon the works and the costs
and charges incurred in any way in carrying on and completing the said works are to paid to
15.
16.
17.
18.
A.
B.
the Executive Engineer by the contractor(s), The Executive Engineer shall be final authority
to determine the amount spent to complete the unfinished work. The certificate of Executive
Engineer 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 work done. Since the last
payment according to the certificate of the Executive Engineer when the work shall be
completed the contractor (s) is/are to be entitled to receive one moiety of the amount
remaining due according to the best estimate of the same that can be made and the
contractor(s) is/are to be entitled to receive the balance of all money due or payable to
him/them under or by virtue of the contract within six months from the completion of the
work. Provided always that no final or other certificate is to cover or relieve the contractor so
from his/their liability under the provision of clause 10 whether or not the same be notified by
the Executive Engineer at the time or subsequently to the granting of any such certificate. For
assessment of quantum of work done and it’s payment the “Break-up-schedule” has been
given in Annexure-“H”.
A Certificate of the Executive Engineer or an award of the referee hereinafter referred to as,
the case may be, showing the final balance due on evidence of the works having entitled to
receive payment of the final balance but without prejudice to the liability of the contractor(s)
under provision of clause 10.
Provided always that in case may any question dispute of difference shall arise between the
Executive Engineer and the contractor (s) as to that 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 contractors or by reason or on account of any directions of requisitions, of the Executive
Engineer involving increased cost 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 specifications, or as to the works having been duly completed or as to the construction of
these present or as to any other matter of thing arising under or but of this contract except as to
matters, left during the progress of the works to the sole decision or requisition of the
Executive Engineer under clauses No.1,4,8 and 9 or in case the contractor (s) shall be
dissatisfied with any certificate or the Executive Engineer under clause 6 or under the
provision in clause 13 or in case he shall withhold or not give 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 of difference or such certificate of the value of 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 Executive Engineer/Superintending Engineer, in the event of a
disagreement between the arbitrators on any matter or matters, such matter 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 where necessary to be equivalent to a certificate of the Executive Engineer and the
contractor(s) is/are to paid accordingly. Claims under the preview of Chhattisgarh
Madhyastham Abhikaran Adhiniam 1983 shall be referred to the competent authority.
If at any time before or after the commencement of the work, Governor of Chhattisgarh shall,
for any reason whatsoever.
Cause alterations, omissions or variation in the drawings and specification involving any
curtailment of the works a originally contemplated; or
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 what so-ever on account of any profit or
advantage which he/they might have derived from the execution of the work in full as
specified in the tender but which he/they did not derive in consequence of the curtailment of
the works by reason of alteration, omissions or variations or in consequence of the full amount
of the work not having been carried out.
But the contractor(s) shall be entitled to compensation for any loss sustained by
him/them by reason of his/their having purchased or procured any materials or entered into any
engagement or made any materials advances to labour or taken any other preliminary or
incidental measures on account or with a view to the execution of the works or the
performance of the contract.
Dated………………
Dated ……………..
SIGNATURE OF THE CONTRACTOR
Executive Engineer
Public Health Engg. Division
Surajpur (C.G.)
ANNEXURE ‘A’
MODEL RULE RELATING TO LABOUR WATER SUPPLY AND
SANITATION IN LABOUR CAMP
NOTE : These model rules are intended primarily for labour camp which are not of a permanent nature.
They lay down the minimum desirable or semi permanent labour camp should not obliviously be
lowers those for temporary camp.
1.
LOCATION :
The camp should be located in invited and well-drained ground in the locality.
2.
Labour huts to be constructed for one family of 5 persons each the lay out be shown in the prescribed
sketches.
3.
HUNTING :
The Huts to be built of local materials. Each hut should provide at least 20 Sq. meters of living
space.
4.
SANITARY FACILITIES :
Latrines and urinals shall be provided at least 15 meters away from the nearest quarters separately for
men and women and specially so marked on the following scale.
5.
LATRINE :
Pit provided at the rate of 10 users or two families per seat separate urinals 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. If practicable filtered and
chlorinated supplies shall be arranged, when supplies is from intermittent sources over head storage
tank shall be provided with a capacity of five liters a persons per day. Whether the supply is to be
made from a well it shall confirm to the sanitary standard laid down in the reports of the Rural
Sanitation Committee. The well should be at least 30 meters away from any latrine or other sources
of pollution. If possible hand pump should be installed for drawing the water from well. The well
should be effectively disinfected once 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 place shall be provided for men and women for every 25 persons in the
camp. There shall be one gap and space of 2 Sq. meters for washing and bathing proper drainage for
the waste water should be provided.
8.
WASTE DISPOSAL :
Dustbin shall be provided at suitable places in camp and the residents shall be directed to throw all
rubbish into those dustbins. The Dustbin shall be provided with cover. The contents shall be
removed every day and disposed off by trenching.
9.
MEDICAL FACILITIES :
9.1
Every camp where 250 or more person reside shall be provided with whole time Doctor and
Dispensary. If there are women in the camp a whole time Nurse shall be employed.
9.2
Every camp where less than 1000 but more than 250 persons reside shall be provided with a
Dispensary and 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 or worker, if any, free of cost.
9.5
For each labour camp there should be qualified sanitary inspector and sweepers should be
provided in the following scales :
9.5.1
For camp with strength over 200 but not exceeding 500 persons one sweeper for every 75
persons above the first 200 for 3 sweepers shall be provided.
9.5.2
For camp with strength over 500 persons one sweepers for every 100 persons above first
500 for which 6 sweepers should be provided.
ANNEXURE ‘B’
CONTRACTORS LABOUR REGULATIONS
The contractor shall pay not less than fair wage to labours engaged by him in the work.
EXPLANATION :
(a)
“Fair Wages” whether for time or piece work as notified on the date of inviting tenders and
where such wage have not been notified the wages prescribed by the competent authority for
the division in which the work is done.
(b)
The contractor shall, not with standing the provision of any contact to the contrary, cause to
be paid a fair wages to labour are indirectly engaged on the work including any labour
engaged by his subcontractors in connection with the said work as if labourers and been
immediately employed by him.
(c)
In respect of all labour directly of indirectly employed on the works on 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 the required for making good
the loss suffered by a worker or workers by reason of non fulfilment of the conditions of the
wages or of deduction made from his or their wages which are not jurisdictions made from
his or their wages which are not justified by there from of the 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 without prejudice to his right to claim indemnity
from his sub contractor.
(f)
The regulations aforesaid shall be deemed to be part of this contract and any breach thereof
shall be deemed to be a breach of this contract.
(g)
The contractor shall obtain a valid license under the contract (regulation and Abolition) act.
inforce and rules 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 failures to fulfill this requirement shall attract the penal provisions of this
contract a rising out of the resulted non execution of the work assigned to the contractor.
ANNEXURE ‘D’
FORM OF CERTIFICATE ON INCOME TAX TO BE SUBMITTED BY
CONTRACTOR TENDERING FOR WORKS
COSTING RS. 2.00 (TWO) LACS OR MORE
Name and style (of the Company, firm, H.U.F. or individual) in which the applicant assessed to
income tax and address for purpose of assessment.
The income tax Circle /Wad/District in which the applicant is assessed to income tax.
Following particulars concerning the last Income tax assessment made :
Reference No. (or G.T.R.No.) of the assessment.
Assessment year and an accounting year.
Amount of total income assessed.
Amount of tax assessed I.T.S.T.E.PO.T.B.P.T.
Amount of tax paid I.T.S.T.E.P.T.B.P.T.
Balance being taxed not yet paid and reasons for such arrears.
Whether any attachment certificate proceedings pending in respect of the arrears.
Whether the company or firm or H.U.F. on which the assessment was made has been or is being
declared insolvent as the case may be.
(1) The position about later assessments namely whether returns submitted under section 22 (1) or
(2) of the Income Tax Act. and whether tax paid under section 18 A of the act and the
amount of Tax so paid or in arrears.
In case there has been no income tax assessment at all in the past, whether returns submitted under
section p1(1) of (2) and 18 A (3) and if so, the amount of income tax returned or tax paid and the
income tax Circle/Ward/District concerned.
The name and address of branch (s) verified the particulars set out above and found correct subject to
the following remarks.
Date :
Signature of I.T.C.
CIRCLE/WARD/DISTRICT
ANNEXURE ‘E’
The scope of work includes the following-
1. All necessary site investigation, functional planning, layout, detailed design, drawing,
construction, supply, installation & commissioning of intake well cum pump house and
1 no-jack well on Rend (rehar) River with raw water pumping machinery of 03 nos.
V.T. Pumps.
Design, Drawing, Construction & Testing of R.C.C. circular Intake well cum pump house of
internal dia 8.0 M upto discharge cum motor floor level and 10.0m upto slab level of pump house of
height 6 0.m thus total height of intake well cum pump house shall be 28.0 m i/c 8.0m depth of
foundation on Rend (rehar) River and 3.5 mts. Dia jack well-1 no, providing and installation of 3
Nos Vertical turbine motor and pump sets with all electrical & mechanical fittings and trial run for
six months, under Surajpur water supply scheme
A.) Technical Details and Specification for construction of 1 no RCC jack well 3.5 m dia about 5.0m
depth connected with intake well by designed dia of pipe capable to carry 9.0 MLD water
and
intake well cum pump house on river Rend (rehar) of size 8.0 M.dia of 28.0 M. height i/c minimum
8.0m depth of foundation because upto 4.0m depth there is only sand and below 4.0 m to 6.0m
slightly hard sand stone layer and 6.0 to 12.0 m compacted sand stone layer is available with
gantry girder and all other mechanical fittings. Intake well will have 3no- inlet ports with strainers at
suitable depth, each ports will be able to deliver 9.0MLD water under Surajpur water supply scheme
Town Surajpur Dist. Surajpur.
1.0 General
1.1 The job implies all work 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
1.2 The tenderers offer should be technically sound and economically viable.
1.3 The tenderers is required to carry out the complete construction of civil work, until
the whole structure is handed over to the Department staff. Testing will also have to
be carried out at contractor’s cost and it will be the responsibility of tenders to ensure
that respective guarantees are achieved.
1.4 The construction of intake well will be inside the river Rend (rehar). The intake well
is required to house, three nos. 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 carry
modification addition and alteration in the design of structure to meet such
requirements, if needed without causing any extra cost of lump sum offer.
1.5 In the Intake well cum pump house at present total three sets vertical turbine pumps
each capable of pumping 103.2 LPS discharge against head of 35 M will be installed.
two 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 these
pumps in any group or independent operation.
1.6 Supply of required armoured cable of designed dia from panel board of pump house
to transformer about 100.0m length shall be part of contract.
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 by Department are as below :A. HYDROLOGICAL DATA
The cross section of river at proposed construction site is enclosed. The H.F.L. at work site is
520.77 M.
B.
GEOLOGICAL DATA
The department has taken trial bore at the proposed site and the details of trial bore are
enclosed. Tenderer can come to office to see core sample of intake well site collected during drilling
work it is found that upto 4.0m depth there is only sand and below 4.0 m to 6.0m slightly hard sand
stone layer and 6.0 to 12.0 m compacted sand stone layer is available.
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
DETAIL SCOPE OF WORK
2.1
LOCATION OF JACK WELL
The location of intake well and jack well should be in the river bed and below sand
bed of the river so that sub surface water flowing through the sand bed of the river can
be trapped & collected into the jack well. The jack well must be capable of providing
raw water at least at the rate of 9.0 MLD
2.2
DETAIL DESIGN
3.5 m. inside dia RCC jack well shall be constructed by well sinking method upto the
rock level under the bed or at least 1.5 m below the scour level of the bed. The
collecting well shall be covered with RCC slab which shall be 0.5 m below the river
bed level & the collecting well shall be designed against over turning due to water
current during HFL and considering all forces. The jack well shall be constructed
and connected to intake well with designed dia of perforated pipe of required nos.
to intake well for collecting water inside the intake well. The perforated pipe
strainers shall be placed in radial fashion from the jack well for proper collection of
river water inside the well. Pipe shall be laid from the lack well to the intake well with
proper slope so that the river water underneath the sand bed flows directly to the
intake well.
2.3
LOCATION OF INTAKE WELL
The location of intake well will be inside of river Rend downstream of chhat ghat.It
should satisfy pre and post flood/submergence conditions. Its successful functioning
must be ensured at H.F.L. condition of the source as well as at the time of minimum
draw down level.
2.4
DETAIL DESIGN
2.4.1 After written order to commence the work the contractor; well have to submit
the structural details and design and drawing of the entire structure including
allied works within 30 day’s. Contractor will also submit the arrangement for
installation of 3 Nos. vertical turbine-pumping sets. Each of 103.2 LPS
discharge, 35.0 mtr. Head, location of their starters, control panels, main
switchboards, cable laying etc. The supply and erection of pumping
machineries and their electrical parts and entire civil works related to
installation & of those items viz. Opening in staining of intake well etc. are to
be provided by the contractor and shall be a part of this contract.
2.4.2 Detail design will include calculation for the following components :1
Design of RCC jack well including their connection arrangement to the intake
well.
2
Design of R.C.C. Intake well cum pump house.
3
Design of Inlet port with strainer to be provided in Intake well suitable for
flow of 9.0MLD at 0.6m head including the port for letting the water in the
well at the time of H.F.L.
4
Designing of discharge cum motor floor plan of pumps and control valves.
5
6
7
8
9
2.4.3
Design and plan of motors location.
Design of Pump house wall.
Design of gantry column and ring beam.
Design of roof slab
Design of staircase and stairs & all other allied works of intake well.
DRAWINGS :- Detail working drawing each in five sets will be submitted
for the record of department. The detail design also be submitted in three copy
duly well binding. In addition to above drawings in five sets will be given to
the Engineer-in-charge for the execution of the work.
2.4.4 The responsibility for design, construction, Structural stability and water
tightness in all R.C.C. structure shall rest solely with contractor. The
contractors shall have to submit five sets of completion drawings immediately
after completion of work.
2.4.5 FOUNDATION OF INTAKE WELL : The foundation of Intake well, cum
pump house will be designed and constructed keeping in view the strata met in
foundation, maximum scour depth, weight of super structure, 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, cum pump house
will also be checked for seismic forces.
The foundation of the Intake well cum pump house shall be kept below scour level.
The depth of foundation should also be sufficient from consideration of bearing
capacity, settlement, and suitability of strata at foundation level and stability of
structure as a whole against overturning and sliding.
The scour shall be calculated for maximum discharge of river. The depth of scour for
Intake well shall be taken minimum 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 eordible strata, the depth of foundation
below the scour line shall not be less than 1.5 Mtrs. In case of foundation resting on
rock, the minimum embedment of foundation into rock below shall be 1.5 mtrs. In
soft rock or 1.2 m. in hard rock. The depth of embedment shall exclude that portion of
rock which is weathered of 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, cum pump house will be laid over minimum C.C M20
– 200 thick concrete. The minimum grade of concrete used in structure will be C.C
M 30 upto discharge cum motor floor level and M25 upto top slab level of pump
house 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.
On completion of Intake well cum pump house above rock level, the annular space
will be filled with C:C,M 10 concrete except top 300mm. Depth (below rock top) will
be filled with C:C,M 20 concrete.
2.5
WELL STEINING : The thickness of staining of Intake well cum pump house will
be designed keeping in view the various stresses developed due to self load of
staining, super structure live load, due to pumps motors and pipe column assembly of
three pumping sets water forces due to river floods, velocity forces, wing 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 paras), other loads due to buoyance 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. The entire construction will be in R.C.C.M30 up to motor cum discharge floor level and M-25 up to top slab of pump house.
The minimum thickness of Intake well from the bottom floor to discharge cum motor
floor level will not be less than 750 mm. Even if it comes on lower side at the
designing it. Above motor and discharge floor level the minimum thickness shall not
be less than 250mm.
2.6
STAIR CASE : A RCC stair case of 1.0 m width (for a live load of 500 kg/sqm) from
motor floor cum discharge floor level along the outer circumference of the well shall
be constructed. It should not be constructed from inside of foot bridge.it should be
from outside by making properly design structure and 1.0 m. wide RCC 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 staircase. Railing with RCC columns at 1.5m
c/c embedded in cement concrete with 3 ros of 25 mm. Dia medium class G.I. pipes
will be provided on stair case.
From motor cum discharge floor to roof level 1.0m. wide RCC stairs with 3 rows of
pipe railing (as mentioned above) will be provided to approach on the top of the
roof.). At the top of roof railing should also be provided.
ELECTRIFICATION : The electrification of the whole pump house inside and outside the
Intake well shall be done in such a manner that the standard level of illumination is
obtained at all places. The wiring should be either concealed or with PVC conduits of
superior quality. The total number of light points shall be not less than twenty inside
the pump house. As per requirement sufficient power points will be given for
discharge floor and at motor floor. The inside of the intake well below discharge floor
will be illuminated with 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 3
nos. decorative lighting will be provided on each side, but the illumination level, in
any case, shall not be less than the standard specifications.
2.7
2.8 PROVIDING AND FIXING OF INLET PORTS : It is proposed to providing three
nos. inlet ports as per design at various level and directions to draw water from various
levels of river during minimum draw down level and at the time of highest flood. Each
inlet port will be designed to allow the flow of raw water at the rate of 9.0 MLD when
60cm. Head is available above crown of the port.
2.9 BUTTERFLY VALVE : Butter fly valves
and other valve shall be of
IVC/VAG/KIRLOSKAR/IVI make will be provided on all three inlet ports other
required places which conform to relevant ISS with up to date amendment duly inspected
by DGS & D/SGS/RITES. The advantages to provide butter fly valves are to enjoy zero
leakage and its function will be certain, even if operated after a long time gap. The
location and R.L. of these inlet ports will be decided during the time of construction.
2.10 M.S. STRAINERS : Minimum 10 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 lower strainers
area of perforation (holes of 22mm. Dia each) will be twice the inlet port area. Since it
will be submerged always hence it will be painted with epoxy paint after sand blasting.
Epoxy paint and primer shall be coal tar epoxy as per ISI specifications.
2.11
DISCHARGE CUM MOTOR FLOOR &BALCONY
Discharge cum motor floor will be provided to house. all discharge pipes and vertical
column assembly pipes for 3 Nos. vertical turbine pumping and motor sets and sand
removing pump of suitable capacity for desilting arrangement. The floor slab will be
:
designed for a uniformly distributed live load of 1500 kg/m2. And in addition to its the
point loads of actual load of each pumps, motor and other accessories . At each opening
of pumps will be taken into account. Self load of pumps&motor, water load and water
thrust due to water hammer effect will also be taken into account and suitable opening
will be provided for passing columns pipes through the slab. The entrance, on which a
rolling shutter will be provided. An opening of 1.5 m x 1.2 m. shall be provided for
stairs from D.F cum M.F.. floor to intake well floor with strong steel frame capable to
take 1000 kg/m2 live load. Above discharge and motor floor one door opening of 2.4 m
x 1.5 m. will be provided to facilitate grubbing operation for de silting of wall. It will
have collapsible channel door. On this floor provision are considered to install the motors
of three turbine pumping sets, its starters, control panels, bush bar channels etc. A
balcony of 1.2m width shall be provided all around the wall at motor cum discharge
floor level with railing as per specifications. All the civil works involved for installation
of motors and its foundation, cables, valves and other accessories opening in floor slab
and walls or well are included in this contract.
2.12
PUMP HOUSE
The entire construction of pump house will be R.C.C.M 25. The pump house shall be
Circular in shape. The R.C.C. wall of pump house shall not be less than 250 mm thick
M-25 grade concrete . The details of floor and cantilever balcony have already been
mentioned earlier. Cantilever chajjas at approximately 1.2 M intervals on the outer
side of pump house will be provided over 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, ventilators and
windows of passed steel frames fully panelled glanced, exhaust fan shall be provided
in pump house. Which will be at least 30% of motor floor area for light and
ventilation. One door of 2.4 mx1.0m wide shall be provided towards river side to
watch the flood and water level of reservoir. The height of pump house shall be at
least 6.0 M from discharge cum motor floor level to bottom of roof level.
Doors & window are fitted with steel wire mess arrangement to restrict
the entry of bids
Four Nos. exhaust fans will be provided for effective room temperature control with
steel wire mesh arrangement to restrict the entry of bids & insets.
2.13
ROOF SLAB
The roof slab of pump house shall be R.C.C.M-25 and it will be designed for live load
of 200 kg/sqm.
ARRANGEMENT OF TRAVELLING GANTRY GIRDER CRANE
Cantilever projection not less then 0.5 M will be provided all around on the inner side
of the pump house wall at suitable height from discharge cum motor floor level, to
support gantry girder crane though columns. Rails of suitable size will be provided all
around this projection over which the gantry girder crane will move along the
circumference.
The Circular travelling gantry crane of 10.0MT capacity will be provided
with cross travel trolley and chain pulley block. It will be operated from motor floor
level. The gantry crane should be inspected by DGS &D/SGC/RITES.
OVER HEAD CRANE GRAB:-
2.14
2.15
A special electrically operated double drum hoist will silt removal grab will be provided below
the floor beam. It will removes silt from inside the well and brought it outside the well. It will also
be used for lifting of piping etc. from the bottom of well.
Detail Specification of over head crane Grab :-
Straight monorail travelling 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 motorised
transverse type
b.
Capacity
: 10.0M.T.
C.
Falls of rope
: Two
d.
Hoisting speed
: 1.0 meter per minute
e.
Hoisting motor power
: Minimum 5.0 H.P./1440 * 2 nos.
f.
Cross travel motor
: Min. 0.75 H.P. /1440 * 2 nos.
g.
Cross travel speed
: 2.0 Meters per Minute
h.
Dimensions Crane
: Overall width 1050 mm (max.)
Overall length 1500 mm
Overall depth 500 mm
i.
Height of lift
: As required
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 12.0 M depth is possible.
m.
Test
: The hoist will be tested at 25% over load prior to
despatch.
n.
Paints
: The hoist will be supplied will be painted with enamel
paint over red oxide primer for corrosion proofing and
for aesthetic appearance.
o.
Grab
: A double rope type Grab of 0.30 cum. Capacity will
be provided. The grab will be fabricated by M.S. plate
capable to take up safe working load of minimum 2
MT and perforated by 6 mm dia holes to facilitate
removal of water from grab, during the silt removal
operation.
p
P
In addition to this a silt removing pump shall
be provided by contractor of designed capacity
whose delivery shall be of minimum three
inch.
2.16 CONNECTION PIPE BETWEEN JACK WELL TO INTAKE WELL
The connection pipe shall be of designed dia capable to carry 9.0MLD water from jack
well situated within the river to intake well on the bank of the river. Care should be taken
so that the pipe line is not disturbed during flow of water in the river at HFL
2.17 LIGHTENING ARRESTOR
Aluminium lightening arrestor with all accessories shall be provided as per IS
specification for safety of structure.
2.18 Two coats of snowcem painting 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.
2.19 CONCRETE
Entire concrete used in the structure will be “Design Mix” controlled concrete only;
which actual weigh batching will do. 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:456-1978.
2.20 APPROACH BRIDGE
Approach bridge of 5.0 m width shall be provided from river bank to Intake well. Detail of
bridge is as under :a.
Type of Bridge
:
High Level bridge
b.
Loading
:
c.
Width
:
IRC Class A + 300 mm dia DI pipe rising main on
entire bridge length.
5.0m over all
d.
Length
:
40.00 M(Approximately)
e.
Span arrangement
:
As per economical design
f.
Slab level
:
525.00(approximate)
g.
Type of foundation
:
Open/Well/Piles.
h.
Bearings
:
Neoprene
i.
Substructure
:
j.
Superstructure
:
Abutment - RCC Box type
Piers - RCC
R.C.C. Box Type/T-Beams
k.
Expansion Joint
:
As per standard drawings of M.O.S.T.
l.
Railing
:
m.
Name Plates
:
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.
2.22 LEADING DETAILS- DESING DATA,SPECIFICATION AND SPECIAL
FEATURES FOR DESIGN AND CONSTRUCTION OF INTAKE WELL
1.
Intake well
2.
Location of site
:
:
2.1
3.
4.
5.
6.
Distance from the surajpur forest
barrier
Hydraulic data
3.1 Name of river
3.2 RL of H.F.L.
3.3 RL of Average Bed level
3.4 Average Bank level
Important Levels
4.0 RL of Intake well bottom floor
level
4.1 RL of Discharge floor level
4.2 RL of Motor floor level
4.3 RL of Top slab level of pump
house
Invert levels of Intel port
5.1 RL of Ist inlet port (The lowest
one)
5.2 RL of Second inlet port
5.3 RL of the one extra port for
letting the water in the well at the
time of HFL ( Finally it will be
decided at the time of construction
of Intake Well)
Minimum Dimensions
6.1 Diameter of well (Below
discharge&motor floor)
6.1 Diameter of pump House
42
Internal Dia 8.0 M below
discharge cum motor floor level
& 10 mtr above to pump house.
The location of intake well will
be inside of river Rehar near
chhat ghat
2.0 Km.
:
:
:
:
:
:
:
:
:
Rend (Rehar)
520.77 M
511.44 M
525.00 M
Well below maximum scour
depth and at a depth suitable for
safety and stability of the
structure from the point of view
of SBC of the strata.
525.00 m.
525.00 m.
Minimum 6.0m from DF cum MF
to pump house slab level
:
511.74 m.
:
:
512.74 m.
513.74 m.
:
8.0 m.
:
10.0 m.
7.
Minimum staining thickness
7.1 up to discharge cum motor floor
:
750mm
7.3 Above discharge&motor floor
:
250 mm
8.1Discharge cum Motor floor to
bottom of the slab of pump house
Width of stairs
9.1 From DF to bottom floor
of
intake well
9.2 From Discharge cum motor
floor to slab of pump house
Railings
10.1 On stair case and balcony of
motor floor and below discharge
floor level
:
6.0 m
:
1.0 m
:
1.0 m
:
1Three rows of 25 mm dia
medium class GI pipes with
vertical posts of 1.0 m height
RCC posts of 125 mm dia @ 1.5
m C/C
11.
Scour level
:
12.
Safe bearing capacity for Intake well
at the foundation location including :
the effect of wind/submergence
effect
To be determined on the basis of
maximum flood at the time of
HFL
As per the actual investigation at
the site and determination of safe
bearing capacity at the proposed
site by the contractor using plate
load test or any other recognised
procedure & soil test report to be
submitted by contractor to
department. However for the
propose of guidance to the
contractor, the probable safe
bearing capacity at the site may
range between 8 to 10 t/m2
13
Design Loadings
13.1 On discharge& Motor floor
Live load
:
Concentrated load
:
No. of pumps
:
Capacity of Pumps
:
13.2 One motor floor
:
Live load
Concentrated load
:
No. of motors
:
13.3 For stairs include the well
:
13.4 For stair case from bridge to :
motor floor
:
8.
9.
10.
Minimum head room between
floors
43
1500 kg/m2
2500 kg.
three nos.
103.2 LPS, 35 m. head each
1500 kg/m2
2500 kg.
Tree nos.
500 kg/m2
500 kg/m2
13.5 Gantry support
13.6 Top slab of pump house
14
15
16
17
Buoyancy
Buoyancy allowed in the design of
the Intake well for foundation
resting on rock
Seismic Zone :
Zone II Importance factor
Details of Opening and Gates
16.1 On Discharge cum motor floor
a For stairs towards bottom of well
b For silt removal
c For pump
d One gate towards approach bridge
e For delivery main
10 T+Load of crane
150g/m2
:
100%
:
Zone II importance factor 1.5
:
:
:
:
1.5mx1.2m (Opening)
2.4mx1.5m (Opening)
3 Nos. Of designed dia
2.5mx2.5mx1 no.
400 mm dia circuler opening in
the Wall
2 nos.
d. Opening for exhaust fans
:
MACHANICAL ITEMS
A Intel port
1 Type
:
b Gantry Crane
:
:
:
:
2 Capacity
3 Operation level
C 1. Electrically operated hoist with
0.3 cum grab bucket
:
1. Operation level
d. Control value on Inlets
:
:
e M.S. Strainer For 3 nos. inlet ports
C.I.D. as per IS: 1537 ‘A’ class or
CI Single flanged in case of RCC
caisson.
Single Girder, Hand operated
Circular
1 yTravelling gantry
p
10 tonne + load of crane
Motor Floor
Capacity 2.0 ton for each drum
Discharge floor
Butterfly values
of
make
IVI/IVC/VAG/KIRLOSKAR
conforming to relevant ISS with
upto date amendment duly
inspected
by
DGS
&D/SGS/RITES
The perforation area will be twice
the inlet area
The scope of work includes supply installation, testing and trail run
for 06 months of 03 nos. (02 working +01 stand by) 103.2 LPS, 35
mtr. head capacity vertical turbine pump sets with motor, control
panel with incoming switch bus bar, starter etc. complete with
44
electric cable and delivery and suction pipe with valves up to 03
M beyond the approach bridge with connection to the 300 mm.
dia DI k-9 raw water pumping main as detailed below.
1.
GENERAL DESIGN CONDITION :The pumps shall be vertical turbine wet pit type, non – pull out design with
multistage bowl assembly directly coupled with vertical solid shaft of motors.
The rotating elements of pumps will be dynamically balanced any over stressing
should not occur due to sudden failure of power. Reverse rotation should not
damage the pumps nos. pumps shall be designed so as to have a maximum flow
capacity of not less than 110% of the rated flow capacity which is 103.2 Lps of
pumping at a total head of 35.0 Mtrs.
The pumps shall be designed for continuous operation at any point of head
capacity rated flow without undue vibration or overheating.
The pumps shall be designed so as to have a stable non – overloading
characteristics capacity head curve shall be continuously dropping from shut- off
point to operating point and shall be suitable for parallel operation of pumps with
out any haunting possibility. The shut off head should not exceed 120% of duty
point head..
The impeller adjustment shall be designed in such a way that impellers run tree in
any installed condition inspire of the execution of line shaft caused by hydraulic
down thrust, weight of shaft and impact.
GENERAL SPECIFICATION :The pump shall be complete assembly, column pipe, sub – floor head, shaft,
foundation plate/sole plate, basket strainer, motor foot stool and all other
necessary accessories. The pumps should generally comply with the requirement
of following standards.
IS 1710
-- Vertical turbine pumps for clear cold and fresh water.
IS 5120
-- technical requirement of Rotor dynamic special purpose pumps.
1. Bowls :- (Material – Graded C.I. Conforming to IS 210 Gr. 20).
The bowls shall be made of cast iron smoothly finished and any casting defects.
The bowls shall be capable of withstanding hydrostatic pressure equal to twice the
pressure at rated capacity or 1.5 times of the shut off head whichever is greater.
The bowls shall be equipped with replaceable seal rings on the suction side of
impellers in case of closed impellers. The water passage in the bowls shall be
smooth and shall have the stainless steel bushes to serve as bearing for the
impeller shaft.
2. IMPELLERS :- (Materials Grade – V of IS 318 – 1962).
The impellers of raw water pumps shall be semi open type while in clear water
pumps may have either closed or semi- open type impellers made of stainless
steel SS 316 statically and dynamically balanced. Impeller shall be free from any
casting defect and shall be properly machined. All the water passage shall be
smooth finished. The impellers shall be fastened to shaft with thrust collar and
keys.
3. IMPELLER SHAFTS:The impeller shaft shall be of stainless steel (AISI – 410/416) with renewable
stainless steel sleeves at bearing portion. The impeller shaft shall be guided buy
bearing provided in each bowl. The butting faces of the shaft shall be machined
45
s2quare to the axis and the shaft shall be chamfered on the edges. The shaft have a
surface finish of 0.75 micron as per IS 3073-1967.
4. LINE SHAFTS :The line shaft shall be made of stainless steel (AISI-410-1416). The shafts shall
be faces of shift shall be machined squired shaft axis and the shaft ends shall be
chamfered on the edges. To ensure the correct alignment of shafts they be straight
without 0.125 mm for 3 M length total dia indicators reading.
The shaft shall not have the surface roughness more then 0.75 microns as per IS
3073-1967. The shaft coupling shall be designed with a minimum actor of safety
for shafts and shall have left hand of right hand threads depending on the direction
of rotation of pump to tighten during the pump operation. The outside diameter of
the coupling shall be concentric with the bore and with small transverse hole in
the middle. The shaft shall have the adequate strength to withstand all the forces
at 10% of the critical speed of shaft.
5. COLUMN PIPE :Column pipe shall be manufactured from the heavy class M.S. pipes relevant
Indian Standard (IS 1978-1971) having 7.11 mm. Thickness (8T.P.I.) The
column pipes shall be flanged and bolted and shall be complete with nuts and
bolts and the length of the column shall depend on the design of intake well.
However for the case of handling, the length of each column pipe shall not exceed
3 meters.
6. LINE SHAFT BEARINGS :Line shaft bearing shall be designed to be lubricated by forces water. Line shaft
beating shall be of cut less rubber .
7. THRUST FLOORING :- The thrust bearing shall be of angular contact
spherical roller and shall be lubricated by oil. The thrust bearing shall be designed
on the basis of 30,000 working hours minimum for the lead corresponding to the
duty point. The thrust bearing shall be capable of taking entire pump thrust arising
from all probable conditions of conditions of continuous operation through out its
range of operation and also at shut off conditions.
8.DISCHARGE HEAD : (C.I. as per IS 210, Gr. 20)
The discharge head shall be made of C.I. and sufficiency strong to support the
weight of the pump with a tube tension plate to align up the shaft tubes.
9.STUFFING BOX :
A packing gland shall be provided at the top of stuffing box. Shaft sleeves shall be
provided on the top shaft. The stiffening box shall be of sufficient depth to permit
adequate packing. The space between the pump motor main coupling and the
stuffing box shall be sufficient to permit removal of packing glands and insertion
of new packing without dismantling the pump.
10. MOTOR STOOL :
The motor stool shall be of fabricated mild steel and shall be designed to take care
of all the static and dynamic loads on it.
11. SOLE PLATE :
Each pump shall be provided with a heavy structural steel sole plate shall be
provided and grouted with foundation. The sole plate shall designed to permit
removal of entire without disturbing sole plate.
46
12.SUCTION BELL :
Each pump shall be provided a 2% NI-CI suction bell.
13.PRESSURE INDICATION DEVICES :
Each pump shall be provided with pressure gauge of good quality make to give
indication of delivery pressure. Pressure gauges shall be of bourdon type fitted
with Glycerine outside the bourdon tube and connected to atmosphere for
damping of mechanical vibration. The connection size shell be 12mm. And dial
size 150mm. Make of pressure gauges shall be either lining or Bestoble. In
addition to above each pump shall be fitted with electronic transducer with
electronic digital display type indicator in control panel to indicate the delivery
pressure of pump.
14. BOLTS, NUTS & WASHERS :
All bolts, nuts and washers shall be of superior quality conforming to relevant
Indian Standard Specification.
15. MATERIAL OF CONSTRUCTION:
Material of construction of pump, columns and bowl assembly shall be such as to
resist erosion and corrosion. Material of construction of various components shall
be as under :Suction bell and bowls
2.5% NI CI IS 4771
Impeller
Stainless steel, SS-316 Bronze grade
V- of IS 318-1962
Column pipe
FRW steel heavy duty as per IS
1978-1971
Pump shaft, line shaft
Stainless steel (IS 1570-12 Gr. 13)
Shaft sleeve
AISI 410
Line shaft bearing
Cut less rubber/Finostos.
Sole Plates
MS fabricated as per IS 226
Discharge head
2.5% NI CI IS 210, Gr. 20
Bowl Wearing Ring/neck
Stainless steel AISI 316
Stuffing box and trust bearing housing
Grey C.I. grade FG 200 of IS 1210
Nuts, Bolts & washes
High tensile mild steel conforming
to relevant I.S.S. (IS-1363)
16. INSPECTION & TESTING :
All the inspection, examination and testing shall be carried out in accordance with
relevant Indian standard specification. Details of test to be carried out are as follows.
16.1 LABORATORY TEST :
Laboratory pump test shall be carried out as per IS-9137 for each pump to assess
the pump discharge V/s head. Horse power and efficiency figures. The pump bowl
47
shall be subjected to a test to a test pressure of 1.5 times of the shut off pressure of
twice the working (rated) Pressure whichever in higher.
16.2
FIELD TEST : The field test shall be carried out as per IS 1710 and 6120.
These test may be witnessed by the Engineer-in-Charge or his authorised
representative if he desires. The tolerance as specified in the relevant IS code of
practice shall not be applicable on the efficiency and KW input. The contractor
shall have to demonstrate the quoted efficiency of pump during testing.
2. GUARANTEED PERFORMANCE & TECHNICAL PARTICULARS:
The contractor shall submit the details of guaranteed performance and technical
particulars along with the tender along with the preliminary outline drawing indicating
the principal dimensions and weight of pumping equipments and cross section drawings
indicating the assembly of pumps and major parts thereof with material of construction
and special features complete descriptive and illustrated literature of the equipment and
accessories offered.
(II) MOTOR CONTROL PANEL BOARD OF V.T. PUMPS :
1. One No. 415 Volts 3 phase motor control panel board of standard make shall be
provided in each pump house to distribute and regulate the current supply to the motors
of the pumps and machineries.
The control board shall be sheet body floor mounted, indoor type, factory assembled
totally enclosed, fully insulated, dust and vermin proof, deed front cubical type, suitable
to operate the motors at full load. The control board should have the required number of
panel and compartments to facilitate the repairs and maintenance according to number of
motor and equipments.
The control board shall comprise of the following.
2. INCOMING FEEDERS :
There shall be 1 No. triple pole, draw out type suitable rated 415 manually operated
air circuit breakers as in comings in control board.
3. INSTRUMENTS, METERS RELAYS AND ACCESSORIES :
Each incoming feeder should have the following instruments, meters relays and
accessories:
a) Trip Neutral close circuit breaker control switch.
b)
Indicating lamps Red/Green/Amber/White for circuit breaker ON/OFF/ AUTO
TRIP and circuit healthy indication.
c)
150 mm. Size square shape Ammeter of suitable scale with three way off selector
switch.
d)
150 mm. Size sqare voltmeter of 0-500 V. with three way off selector switch.
e)
KWH meter suitable for load connected.
f)
IDMT triple pole (2 O/C+E/F) with three way of selector switch.
g)
Local selector switch.
h)
Cable termination arrangement with cable box suitable for terminating the
required number an sizes of cable.
i)
Auxiliary relays.
j)
HRC switch fuse unit of suitable ratings.
4. BUS BAS CHAMBERS.
48
There will be two separate units of bus bars of required amperes for raw water
pumping station. For clear water pumping station continuous rating in each board
connected with incomings and outgoing by suitable size of conductors.
5. OUT GOING :
Each bus bar unit will have 03 connections on outgoings. In case of raw water
pump house, the first unit of bus bars will have connections for motors of 3 Nos. V.T.
pumps, and 1 No. for illumination.
6. INSTRUMENTS, METERS, RELAYS AND ACCESSORIES :
The following instruments, relays, meters and accessories shall be provided in out
going for each V.T. pumps.
a) One no. indicating lamps Red/Green/Amber for motors ON/OFF/AUTO TRIP
indication of V.T. Pumps.
b) One no. square 100 size ammeter with suitable scale and three way off selector switch
in each motor line of V.T. pumps.
c) One no. Auto Transformer starter to control the current supply of the motor of pumps
the starters should have the following relays :
(i) High speed tripping relay.
(ii)
Protection relays for following faults :
Thermal Overload
Instantaneous Earth fault.
Phase unbalanced and single phase.
Locked rotor protection.
Under voltage.
Earth fault relay for capacitor.
Earth fault.
d) One set of trip circuit and trip supply supervision relays.
e) One set of auxiliary relays as required for interlocking, tripping alarm, annunciation
etc.
f) Disconnection links for disconnection of cable capacitors.
g) Cable termination arrangement suitable for terminating the required size and number
of cables.
h) Local selector switch.
i) HRC switch fuse unit of suitable size.
j) Capacitors of suitable KVAR.
k) Cable of suitable size and length connecting to the motors.
(iii)
SEPCIFICATION FOR BUTTE FLY VALVE :
1.
GENERAL REQUIREMENT :
Each pump shall be provided
with
a
butterfly
valve
of
make
IVI/IVC/VAG/KIRLOSKAR in the delivery pipe and in addition one no common
butterfly valve shall be also required manifolds of each pump house. The butterfly
valve shall be flanged, water works pattern eccentrically pivoted.
The valve shall have hard stock, extension rod and wheel for operation and gearing
system of the size 200 mm. Dia or above. The valve shall generally conform to
relevant to relevant B.S. 5155
49
2.
CONSTRUCTION :
Butterfly valve having dia equal to the diameter of delivery line suitable for
individual flange bolting, of flanges of pipe, with the disc to form a section cut
through a sphere, working in conjunction with a cone shaped seating in body and
synthetic runner seal ring fitted to the disc with the help of a retaining ring and
stainless steel screw, shall be provided conforming to relevant I.S. Standard. The
disc shaft bearings shall be off set along the pipe axis from the place of the seating
so as to get an unbroken position in full closed position.
3. MATERIAL OF CONSTRUCTION :
i)
Body
Close grained homogeneous is grey cast iron to
grade 20/25 to IS 210
ii) Disc
Same as body.
iii) End housing and cover IS 210 or Cast Steel.
gear box housing for
manual operation.
iv) Bearing
P.T.F.E. (Glass filled or carbon filled) having
friction coefficient 0.04 (Note : Water itself acts
as a lubricant for PTFE bearings.)
v) Stub shaft
18/8 quality water steel AISt 304/ASTMA 351
Gr. CF8)
vi) Rubber seal ring
For standard water works valves precision
moulded nitrile rubber ring (Shore hardness 55
to 65)
vi) Hardware used inside
Stainless steel.
vii) Retaining ring
S.G. Iron or cast steel nickel plated.
4. TESTING :
The valves shall be subjected to closed ends tests as per relevant I.S. standard Test
certificate in triplicate shall be furnished. If necessary, test shall be witnessed by
the Engineer’s representative.
Working Pressure
20 kg./sq.cm.
Test pressure Bode
40 kg./sq.cm.
Seating
20kg./sq.cm.
Gear Box outside
1 kg./sq.cm.
(iv)
SPECIFICATION FOR NON RETURN VALVES :
1. GENERAL :
The Non-return valves shall be single door type, free action qui opening, giving
rapid non-slam closure and with low heal less characteristics when in operate
position. The valves shall be provided with by pusses and isolating valves
conforming load event Indian Standard specification.
The valves shall generally conform to IS 5312 (part-I)
50
2. MATERIALS OF CONSTRUCTION :
Body, Cover, Door and Hinges
- Cost Iron Gr. 20 conforming to IS:210
Hinge pine, door pins and door
- 12% Chromium steel conforming to IS 1570
Suspension pain.
Baaring bushes & body
- Leaded Gun Metal Gr.2 conforming IS-318 ring
and
door faces.
3. TESTING :
The Valve of make IVI/IVC/VAG/KIRLOSKAR shall be subjected to seat and body test
in accordance with IS: 5312 part-1) at the manufacture’s works. Test certificates shall be
furnished in triplicate. If necessary test shall be witnessed by the Engineer’s representative.
Working Pressure
:
20 Kg./sq.cm.
Test Pressure
:
Body & seating : 40kg./sq.cm.
(V) SPECIFICATION FOR DELIVERY PIPES :
The scope of the work is providing, laying jointing of all delivery pipes. Specials valves
of all the pumps and their connection to the common manifold inclusive of the jointing of
the manifolds to the respective conveyance main fixing with one main butterfly valve and
non-return valve in each manifold.
The contractor shall design and fabricate the common manifold which would made out of
minimum M.S. 8mm. Thick plates conforming to I.S. 226 in such a way that, it gives
minimum frictional loss of head to the flow of water and also avoid cavitations or
vortices in the manifold the manifold should be in lined and out coated with suitable
material to protect it from corrosion.
The contractor shall provide an expansion joint of his own design duly approval
by the Engineer-in-Charge.
Contract saddles for valves and thrust block shall be provided by the contractor as
per the design and drawings to be furnished by the contractor and subsequently
approved by Engineer-in-Charge.
2. MATERIAL OF CONSTRUCTIO :
All the pipes of works shall be fabricated out of steel plates conforming to IS-2261962 the fabrication of pipes shall generally conform to IS 3589-1966
3. TESTING :
The pipes and common manifold shall be hydraulically tested to a pressure of 2
times the working pressure. Test certificate to that effect shall be furnished by the
contractor.
The Engineer may witness the above test and if so desired, the contractor shall
arrange for such test in presence of Engineer.
(v)
1.
SPECIFICATION FOR RATING & NAME PLATED :
RATING PLATE :
Each main and auxiliary item of plant shall have
permanently attached in it a rating plate in a conspicuous position. This shall be of
non-corrodible material preferably chromium plated steel. The inscription shall be
engraved in black on the plate.
The size of the rating plate shall depend upon space availability but should be
reasonably sized for clarity and clear inscription. The size of the plates and
inscriptions shall be approved by the Engineer-in-Charge. The laces shall be
attached to the body of the equipments by screws.
51
2.
NAME PLATE : Each item of plant shall be provided with a name plate or table
designating the service of the particular equipment. The shape and size of the plate and
inscription shall be approved by the Engineer-in-Charge.
(i)
Such name plate shall be non-corrodible material chromium plated steel having
engraved black lettering.
(ii)
In case of indoor equipment like circuit breakers, starters etc. The plate shall be of
transparent plastic material with black lettering engraved on the back.
(iii)
The name plates shall be screwed to the body of the equipment.
SCHEDULE-A (Specification of pumps)
Type of the pump
:
Pump model
:
Vertical Turbine Pumps wet pip type conforming to
relevant latest IS Specification.
To be furnished by the tenderer.
Make
:
Jyoti/GRSC/Worthington/Kriloshker
Capacity
:
As mention in scope of work
Pump efficiency
:
To be furnished by tenderer
Break KW
:
To be furnished by tenderer.
Nominal speed
:
1450 RPM.
Pump Delivery nozzle dia
:
To be furnished by the tenderer.
Pump suction nozzle dia
:
To be furnished by the tenderer.
Methods of Lubrication
:
Shall be furnished. (preferably Grease)
Couplings
:
Pin & bush type
NPSHR
:
To be furnished by the tenderer.
Head range
:
Accessories
:
Pump should be able to work within specify head
range
Pump must be supplied with all accessories to name
a few such as MS base plate. Set of coupling,
flanges, coupling guard, foundation bolts, delivery
pressure gauge, vent valves & other required
material.
MATERIAL OF CONSTRUCTION
Pump casing
:
CI IS-210 FG-200
Impeller
:
Bronze IS-318
Impeller shaft
:
St. ST.AISI-410
Base plate
:
MS fabricated
Casing ring
:
Bronze IS-318
Other components
:
As per manufacturer’s standard
52
GENERAL CONDITION
01. Tenderers are requested to submit performance curves for the pumps duty certified for
rated head, capacity, power input, NPSHR etc.
02. The tenderer shall calculate the NPSH available with the data given in this DTCN and
manufacture’s data on suction diameter. Bell mouth.
SCHEDULE-B (Technical Specification of Motor)
Make
Type of motor
Ratings
:
:
:
Motor speed
Efficiency of
Class of insulation
Protection
Method of starting
Rated voltage
Frequency
No. of phases
Efficiency
Power factor at 100% lead
Full load current
No. of starts
Space heater
Specification
Motor Frame size
Name of the details
:
:
:
:
:
:
:
:
:
:
:
:
:
:
:
:
KIRLOSKAR/SIEMENS/CROMPTON/Alsthom/Jyoti
Horizontal foot mounted TEFC LT Motor
To be furnished by the tenderer on the basis of pump design
calculation.
1450 (syn.)
To be furnished by tenderer
Class – B
IP-35
55%, 65% and 80 tapping through Auto Transformer
440 V + 10%
50 c.s. + 3%
Three
>90%
>0.85
To be furnished by the tenderer.
2 cold & 1 hot start per hour
1 No. space heater with terminal box.
As per IS-325-1978
As per manufacturer’s design.
Should be as per IS-325-1978. latest edition.
SPECIFACATION OF EARTH GRID
System
:
415 Volt, 3 phase, 50 c/s
Specification
:
Minimum 3-4 Nos. pits are to be constructed as per IE rule to
get the minimum value.
SPECIFICATION FOR PIPES, VALVES MAKE IVI/IVC/VAG/KIRLOSKAR ETC :
1. Suction, delivery pipe line and manifold, shall be C.I. conforming to relevant ISS. The
minimum flange thickness shall conform to relevant ISS where over used. The specials
shall be of I.S. 1538. The limit of contract of the header pipeline is upto 4.0 mm. Outside
the pump house.
2. I) C.I. sluice valves shall be with super gear arrangement for diameters greater than 300
mm. And of with suitable rating not less than pressure PN. 1.0 conforming to relevant
ISS with all related accessories.
II) Air valves, NR valves shall be suitable rating not less than pressure PN-1.0
conforming to relevant ISS with all related accessories.
III) Pressure gauges shall be of reputed make with ISI mark on the body of the material
and conforming to relevant ISS.
SCHEDULE-E: LIST OF SPARES
Sl. No.
Spares
1.
Coupling Bush
53
Qty.
4 sets
2.
3.
4.
5.
6.
Vent valves
Gland packing
Lenterm
Sets of ‘O’ rings
Gaskets
4 sets
8 sets
4 sets
4 sets
4 sets
The spares shall be of reputed make with ISI mark on the body of the material.
54
ANNEXURE – E-I
The scope of work includes the followingAll necessary Site investigation, Functional Planning, Design, Drawing,
Construction, Supply, Installation & Commissioning of 4.50 MLD water treatment
plant including providing & erection of all electrical & Mechanical equipments
fitting i/c. clear water Centrifugal pumps 03 No. discharge 103.2 cum/hour&81.0
mtr. Head motors supply &fitting with all electrical & Mechanical equipments
fitting. Commissioning & trial run for Six months of all the above units.
1.0 General
1.1 The job implies all work from preliminary investigation to the final
commissioning of the structure including all ancillary works .
1.2 The tenderer offer should be technically sound and economically viable.
1.3 The tenderer is required to carry out the complete construction of civil work, until
the whole structure is handed over to the Department staff. Testing will also have
to be carried out at contractor’s cost and it will be the responsibility of tenderer to
ensure that respective guarantees are achieved.
1.6 Three nos. centrifugal pumps shall be installed in pump house with provision of
space for one extra pump for future expansion. Therefore, contractor should have
adequate technical knowledge how to decide the arrangement of pumps
installation concealed cabling and control panel etc. The contractor will have to
carry modification addition and alteration in the design of structure to meet such
requirements, if needed without causing any extra cost of lump sum offer.
1.7 In the pump house at present total three sets centrifugal pumps each capable of
pumping 103.2 cum /hour against a head of 81.0 M will be installed. Two 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 these pumps
in any group or independent operation.
1.8 Work will be executed in coal mines area where blasting is done time to time
cause vibration developed. So while designed different component of work its
factor should also be counted.
1.9
PRELIMINARY INVESTGATION
It will be necessary for the tenderer to depute technical personnel to visit the site which is
marked by white painted boundary stones and contact the officer of the Engineer – in –
charge to collect all relevant data for designing the entire construction work of said
structure.( side detail is attached)
A. GEOLOGICAL DATA
The contractor himself has to carryout necessary geological site investigation,
testing before working out final design and drawing of the work proposed in the
tender.
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 on the basis
of site investigation, testing carried out by the contractor and prevailing site
conditions.
1.10
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.
55
4
DETAIL OF SCOPE OF WORK
SCOPE OF WORK & SPECIFICATION FOR CONSTRUCTION OF 4.50 MLD WATER
TREATMENT PLANT INCLUDING PROVIDING AND ERECTION OF ELECTRICAL
& MECHANICAL EQUIPMENT
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
data’s and site investigations.
2.
PLANNING AND DESIGN :
(A)
B)
3.
4.
All necessary site investigation, functional planning, layout, detailed design, drawing,
construction & commissioning of water treatment plant capable of delivering, 4.50 MLD
in 20.0 hours of filtered water comprising of all civil works, providing and fixing of all
Electrical, Mechanical equipment’s of Turn-key-job basis including testing & satisfactory
trial run for 6 months with a guarantee for entire work for 12 months a provision of
overloading of plant with 50% during emergency except inlet and outlet control
arrangements which should be designed to permit a 100% overload for emergent
occasions. The work shall comprise of the following items.
1.1
Cascade aerator
1.2
Inlet Channel
1.3
Measuring flume and flow measuring equipments.
1.4
Chemical house and chemical feeding equipment.
1.5
Flash Mixer
1.6
Flocculator cum clarifier
1.7
Rapid gravity filters.
1.8
Wash water tank.
1.9
Disinfections arrangement.
1.10 Clear water sump well of required capacity and pump house.
1.11 Laboratory and laboratory equipments.
The source of water is river, whose raw water will be pumped to the treatment plant.
The plant should have arrangements for flow measurement device, Chemical dosing,
chemical mixing flocculation and Refilling Device Filtration by Rapid sand gravity
filters, Disinfections by post Chlorination, Chemical storage and laboratory & laboratory
equipments.
The plant should be capable of treating the raw water to get filtered and chlorinated water
4.50 MLD in 20 hours of pumping excluding wash water requirement per day. It should
also be possible to overload the treatment plant 50% in emergency.
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.
THE MAIN COMPONENTS ARE AS FOLLOWS :
56
5.1
5.2
5.3
5.4
5.5
5.6
5.7
5.8
5.9
5.10
5.11
5.12
5.13
5.14
5.15
5.16
5.17
5.18
Design & Construction of Cascade Aerator for removal of odor/BOD/Iron in incoming
raw water
Design and construction of inlet channel, par shall flume.
Supply and erection of dosing equipment’s of coagulants, including chemicals with
facilities to store/PAC/ Alum/Lime and chemicals for 3 months.
Design and construction of Flash mixer, inlet & outlet chambers.
Design & Construction of Distribution chamber for clariflocculators.
Design & Construction of Clariflocculators
Design & Construction of Rapid gravity sand filters , filter galleries, wash water tank,
back wash system and filter control block.
Design and Construction of clear water reservoir of required capacity and pump house.
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.
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.
Monitoring and instrumentation with their housing.
Electrical works for plant operation including incoming cable from substation to main
control panel, motor control centers, local control and power and control cabling, plant
ventilation and lighting etc.
Pipe lines, valve chambers, service water installation, sampling and water quality
monitoring, instrumentation and other miscellaneous works associated with the plant.
Leveling the treatment plant site and landscaping.
Storm water drain with appurtenances up to nearest natural drain but not exceeding 100
m.
Administrative building, laboratory, store, and housing building, i/c services such as
electrical, lighting, ceiling fans, water supply, sanitation and air conditioning facilities.
The area of the administration block ,area of laboratory should be provided at the first
floor of the building size of required size.
Guard room shall be provided with with toilet facilities and Building services.
Training of PHE / Nagar palika personnel in operation and maintenance of the plant
during the O & M period of 6 months.
C)
Characteristics of Raw Water :- The quality of raw water to be dealt with is indicated in
the analysis reports (Annexure-1) for guidance, Normally in fair weather the water is
clean in Monsoon its turbidity ranges from 500 to 8000 ppm. The treatment plant should
be capable of dealing with such a turbidity and colour, without variation in quality of
filtered water.
D)
Filtered water standards – The filtered water should be generally in conformity with the
standards specified in the Manual on water supply and treatment 1999. The tenderer shall
be required to give guarantee for the performance standards, which should be satisfied by
filtered water effluent, when the plant is working at the maximum rate for filtration,
samples for this purpose shall be collected at filtered water outlet prior to chlorination and
get tested at such laboratory as may be specified by the Executive Engineer and result of
such tests shall be final and binding on both the parties. The Executive Engineer shall
decide the manner and frequency of sampling of raw water and filtered water.
57
E)
F)
G)
H)
I)
J)
(2)
(3)
(4)
Performance standards – The filters performance standards as specified in “Manual of
water supply and treatment1999” shall have to be achieved.
Acid Reaction – The filter water shall not have an acid reaction in any circumstances and
shall contain not less than 10 PPM alkanity measured in terms of calcium carbonate. The
PH value of the filter effluent shall be between 7.0 to 7.5 the chemical characteristic of
the filtered water shall be in confirmation to standards.
Guarantee for the Equipments – All the mechanical equipments and appurtenances
supplied and erected by the tenderer shall be covered by a guarantee for satisfactory
working for a minimum period of 12 month or 2 consecutive rainy seasons which ever is
more form the date of satisfactory commissioning of the plant. Any defective part
detected during this guarantee period shall be replaced by the tenderer at his own cost.
Such replacement being arranged by tenderer as expeditiously as may be directed by the
Executive Engineer.
The tenderer shall supply and deliver a full set of spares for working of the plant
continuously for 2 year. These part price shall be quoted separately with full details the
part offered.
Testing and Inspection – All pipe and other castings subjected to pressures. Shall be
hydraulically tested for 2 time the designed pressures as directed by the Executive
Engineer, The entire work during manufacturing and erection, shall be subjected to
inspection by the departmental staff (i.e. Executive Engineer or his nominees) for which
adequate facilities, shall be extended by the tenderer at his cost.
Completion plan – The tenderer shall furnish on completion of the work and handing
over the same to the department, these 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 tracing of the above completion plan shall also be
handed over to the Department for record. A section of filter media together with its
density, size, depth and specifications shall be enclosed in triplicate duly attested.
Raw Water – Raw water will be taken form the River and pumped on the Treatment
work, The typical analysis for physical, chemical and bacteriological characteristics of
raw water samples of River is enclosed. The bacteriological pollution is not expected to
exceed the M.P.N. count of 10000 coliforms organism per hundred mili liters. The
turbidity of raw water during dry season is as low as 100 PPM but during monsoon as
high as 8000 PPM. .The raw water results may deviate but in any case the standards of
clear water mush be achieved.
Standards for purified water – The purified water shall meet the standards as
mentioned in latest water supply and treatment manual published by C.P.H.E.E.O. 1999
Treatment – The treatment should comprise of the following process –
1. Alum dosing and flocculation.
2. Coagulation and settling.
3. Filtration by Rapid gravity filters.
4. Disinfections using gaseous chlorine.
58
DETAILS OF VARIOUS ITEM REQUIRED ARE GIVEN BELOW
ITEM NO. 1 : CASECADE AREATOR AND INLET CHANNEL
1.1.0 The department will complete the raw water rising main of 300 mm. dia D.I. pipe except
4.0 meter from the face of cascade aerator. The providing, laying and jointing of the
remaining 4.0 meter rising main with 300 mm. dia D.I. pipe will be included in this
contract. A electronic flow measuring device shall be fixed in 300mm DI pipe or
common manifold. It is also part of lump sum contract. The raw water will be taken to
cascade aerator, which will be suitable designed for dissipating the incoming hydraulic
energy and shall be of RCC. The residual head at the end of raw water pumping main will
be provided as 5.0 meters. The tenderer can design the filter plant keeping in view this
provision.
The cascade aerator will be designed for a flow of 9.0MLD in 20 hour pumping .
ITEM NO. 2 : MEASURING FLUME AND EQUIPMENTS :
2.1.0 DESIGN : The flume shall be designed for a flow of 9.0 MLD excluding losses due to
wash water and other losses (with a provision of 50% over loading) with free board of not
less than 30 cm. The measuring flume shall have a side chamber for float. The “V” notch
plate hall be made of brass and will be properly grouted. The flow indicator (meter) shall
provide inside the gallery of within permanent structure and not in open area.
2.1.1 CONSTRUCTION : The entire construction shall be in RCC M-30 grade and shall be
perfectly water tight and suitable supported of RCC columns.
2.1.2 ACCESSIBILITY : The walkway of 1.20 meter width with GI pipe railing as per
specification given in the item number 6.20 shall provide.
2.1.3 ELECTRICAL AND MECHANICAL EQUIPMENTS : The dial type flow indicator
should be provided near the flume to indicate the flow. The indicator shall have a
capacity of measuring a maximum flow of 9.0 MLD including 50% overloading. The
weir shall operate with clear free fall condition. It shall be ensured that the weir plates do
not get submerged due to afflux. The dial of indicator shall be properly lighted.
ITEM NO. 3 : CHEMICAL HOUSE AND CHEMICAL FEEDING EQUIPMENTS :
59
3.1.0 DESIGN : The building should be constructed in two floors. To facilitate proper
transportation of alum into the chemical house (at ground floor) ramp shall be provided at
the entrance, which shall have a 2.5 m. wide steel rolling shutters, In the first floor there
shall be two numbers of alum solution tanks, automatic alum dosing equipment and
weighing machine with steel yard type platform for weighing alum upto 1.0MT. A chain
pulley block of 1.0 MT capacity with complete chain and bucket shall also be provide at
the first floor to lift alum from the ground floor an opening of 1.5x1.5 m. shall be
provided in the slab for lifting alum, with proper railing as specified in item no. 6.20
minimum dose of alum shall be as per turbidity of water and maximum strength of
solution shall be 10%. The capacity of tank shall be such as to hold 08 hours requirement
at maximum demand with 0.30 m, depth extra for free board. Minimum two alum
solution tank shall be provided.
LIME DOSING TANKS :
For lime dosing 02 tanks of 08 hour capacity with lime dosing equipment capable of
administering lime dose of 40 mg/litre with 10% solution strength are to be included in
the L.S. offer. A suitable space for storing chemicals like alum and lime of 30 sqm.
Should be provided.
The height of alum stack should not be taken more than 2.0 m in with 30% open space for
passage. The other specification of alum store is as per para 7.3.3.2 of manual. As an
optional item the tenderers are advised to quote for variable rate proportioning feeder
including all accessories. The alum solution tanks shall be constructed in RCC. The inner
walls of alum tanks shall be painted from inside with 3 coats of Chlorinated rubber
paint.The other specification of alum solution tank shall be in accordance with para
7.3.1.1 of manual.
3.2
CONSTRUCTION :
The entire construction of Alum store and chemical house shall be in RCC M-30 column
and beams with second class brick panelling of thickness not less than 20 cm. in 1:3
cement mortar in external and internal walls. The clear height of the chemical house at
ground floor and first floor shall not be less than 4.0 m. The floor of the store shall be of
ironite.
3.3
MECHANICAL AND OTHER EQUIPMENT :
A dissolving tray of RCC 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 GI
pipes and valves of adequate size from wash water tank. The solution tank shall be
provided with brass gauge plate level indicator. The alum mixing paddles shall be alloy
resistant to mix the alum of enough section and size. There shall be puddles at least at
two places, driven by a central shaft. It shall be driven by electric motor though warm
gear. Necessary wash out arrangements shall be provided. The solution dose shall be
drawn into a constant head stainless steel 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 dosing and feeding equipment’s shall be provided with 100%
stand by. The alum solution shall be fed by gravity only. 6 mm. thick HDPE sheets at
bottom and sides shall line the alum solution tank. Each alum solution tank should have a
90 cm. wide platform. The platform should have railing as per item no. 6.2.0 be located at
an elevation to have clear headroom of 2.5 m from ceiling. The top of the solution tank
should not be higher than 1 meter from the top of operating platform.
ITEM NO. 4 : PRE TREATMENT WORK – FLASH MIXER
4.1
During summer algae growth in anticipated. Arrangement to precholorinate water with a
dose of 2 PPM is essential at the entry point.
60
4.1 Flash mixer will be circular well be not less than 1.20 m. dia with a detention period of at
least 30 second and shall have a capacity of treating 9.0MLD. The dia shall also be such as
to accommodate fixing of motor reduction gear and leaving some working space around.
4.1.1 CONSTRUCTION –
The flash mixer shall be constructed in RCC M-30. The unit shall be provided with RCC
slab in M-30 partly covering the tank. For location the driving unit of the mixer and for
approach to the same. The agitators off flash mixer and alum mixing paddles shall be of
M.S.R.L. or M.S., F.R.P. with stainless steel shaft. The dosing feeding equipments will
not have any stand bye.
4.3
ACCESS The walkway of 1.20 m. shall be provided with railing as specified in item no. 6.2.0
4.4
ELECTRICAL AND MECHANICAL EQUIPMENTS The following shall be provided :
4.4.1 Frame agitator with rubber lined. M.S. blades/Stainless steel blades and stainless
steel vertical shaft mounted on bearing of sufficient strength to prevent vibrations.
4.4.2 Electric motor of suitable horsepower, starter and reduction gear. The shaft or
propeller should be more than 100 R.P.M. and ratio of propeller dia to tank dia should be
0.3. It should full fill the requirement of para 7.4.2.2 manual in water supply and
treatment published by C.P.H.E.E.O 1999.
4.4.3 De-slugging arrangements consisting of minimum 300 mm. dia hume pipe/other
suitable pipes to nearby drain which is close to plant and 300 mm. dia valve with
operating gear. It is important that the waste water pipe should be in proper slope so that
waste water with sludge could flow properly without depositing in pipe to the nearby
nalla. The water invert level should be fixed so as to enable discharge in nalla in
monsoon also through gravity.
4.4.4 Protecting covers of G.I. sheets18 gauge for motor giving good architectural view
duly painted.
ITEM NO. 5 FLOCULATOR & SETTLING TANK :
5.1.0 Clarifloculators of 4.5 MLD capacity should be provided. This shall be constructed in
RCC M-30 with radial flow and central flocculating chamber of minimum 30 minutes
detention period. The outer annular clarifier of 2.5 hrs. detention period with over flow
rate of 30 to 40 m3/ sqm./day for a flow of 4.50 MLD shall be provided. The velocity of
outgoing water in the conduit or channel connection the flocculates to the setting
chamber (if they are separate) should preferably by 0.25 to 0.45 mps to avoid setting and
breaking up flocks. The top of the external wall of the clarifier shall act as descending
weir and shall be of RCC M-30 fitted with 6 mm. M.S. plate with V-notches extending
over the full periphery of the clarifier, to raw water from the surface to a depth of not
more than 80 mm. The weir loading shall vary between 300 to 600 m3/d/m.
The clariflocculator shall be designed so as to achieve quick settlement in
the clarifier zone with a view to achieve the lowering of turbidity below 10J.T.U under
any condition. The other hydraulic parameter, inlet and outlet arrangement of
clariflocculator should be in accordance with the specification given in C.P.H.E.E.O
manual full proof arrangement shall be provided. Slope of minimum 1:10 shall be
provided in the floor towards the central drain of settling tank. The desludging
arrangement shall be for hydrostatic operation with constant bleed system.
61
5.2.0 CONSTRUCTION :
The outer clarifloculator wall shall be in RCC M-30. The bottom slab shall also be in
RCCM-30 in shall have a slope of minimum 1 in 12 from corners towards the centre. The
central inlet to the flocculater chamber shall be RCC M-30 of adequate diameter with
suitable slot opening at the top. The includes providing lowering, laying and jointing
C.I./(D.F.) class-B pipe of suitable diameter from flash mixer outlet to central inlet shaft
to flocculation chamber. The sludge pipe from the central sludge pocket of the nearest
chamber up to under drainage system shall be of C.I. (D.F.) class-B in portion below the
clarifloculator unit. The diameter shall not be less that 250 mm. With proper valve of 250
mm. dia (ISI mark) with extended spindle and wheel and telescope constant bleed device
in the sludge chamber.
There shall be R.C.C.circular launder extended over the whole periphery around the
descending weir and connected at suitable point to inlet chamber or pipe of the filter
units.
5.3.0 ACCESSORIES :
The clarifier will have a peripheral walk way of 1.2. width all around it with GI pipe
railings as specified in item no. 6.2.0
5.4.0 MECHANICAL AND ELECTRICAL EQUIPMENTS :
This includes providing and erecting necessary mechanical & electrical equipments with
required electrical wiring, switches etc. completed. In flocculator paddles made of MS
section 50mmx50mm dia D.S. plate clamped to central M.S. shaft of 65 mm. dia through,
C.I. special flanges shall be provided. The total paddle area should be between 10 to 25%
tank sectional area in the plane of the shaft. The tenderer can provide his own design. The
blade shall be of M.S. plate, The M.S. shall be provided with guide bearing at the bottom
suitable for under water use. The floculator shall have tow arms. Each having four
paddles. The floculator driving mechanism for each arms shall comprise of motors of
WPIL/ALSTOMAK/Kriloskar/jyoti/Crompton make 440 volts, 3 phase A.C. Motors of
suitable H.P./with siemens. Kilburn/M.E.I./L.T.L.K. make starter connected by worm
reduction gear of suitable ratio through flexible coupling (for V pulley drive) and
transmitted through pinion and level wheel drived. The bevel wheel being fitted with
redial cum thrust bearing, Bevel shaft shall be connected to floculator shaft through rigid
couplings. The equipments for clarifier shall consist of a lattice grider bridge, pivoted at
the centre and with trolley rails resting on the clarifier wall as well as flocculator wall
with horizontal trolley fitted with steel tired shies and running on steel “Rail track” and
with rotating racer arm fitted with rubber squeezers shall be provide for effecting
designing, Rubber tyres wheels for trolley resting directly on the clarifier and floculator
wall hall not be acceptable.
The bridge shall be 1.2 m wide made on welded and bolted R.S. Section of 65mmx65
mm. The scrapper arm with scraper blade on section 50mmx50mm. Being suspended
from the two bridges. The driving mechanism for the bridge shall consist of
WPIL/ALSTOMAK/Kriloskar/Crompton/Jyoti make 440 volt. A.C. motor of suitable
H.P. )Not less tha 1 H.P.) with seimens/Kirburn/M.E.I./L.T.L.K make starter, jointed
through couplings to work of reduction gear transmitted by chain sprockets drive
imparting low motion to the driving C.I. wheel. Moving of rails, The bridge shall have
8mm. thick chequered plate walk way supported in M.S. channels 150mmx75mm. with
hand railings on both sides as per standard specification. The central bearing shall
comprise of combined radial and thrust hearing housed in high grade C.I. housing with
G.M. bush for rigidity.
62
ITEM NO. 6 – RAPID GRAVITY SAND FILTERS, FILTER HOUSE, ADMINISTRATIVE
BLOCK
6.1.0 DESIGN. The filter shall be designed to operate under normal filter rate of 80 LPM/sqm
but the inlet and 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 of W.S. &
Treatment.
6.2.0 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.
6.3.0 Quality and quantity of gravel & sand shall be as per 7.6.3.6 to 7.6.3.10 of same manual.
6.3.1 Automatic effluent controller capable of operation between 50% to 160% of the normal
flow. Make should be mentioned.
6.4.0 The filter inlet should have control of distributing the incoming water in equal volume to
the filter beds.
6.5.0 Piezometers should be provided to determine the loss of head occurring at any time
during the filter run. One set of piezometers should be provided for each filter unit.
6.6.0 Compressed air should be used in the air wash system to secure effective scrubbing
action. The quantity of wash water used should not exceed 2% of the total amount of
water filtered. The air should be forced through a piping system at the rate of 750
LPM/sqm. Of the filter area at 0.35 kg/cm2, pressure for duration of 5 minute following
which wash water shall be introduced at a rac of 600 LPM/sqm of the filter area.
The duration of the washing process should not exceed ten minutes.
Both the filtered water and the water for washing should pass at uniform rates through
out the area of each filter.
The water standing on the bed at the close of the wash should be clear with a turbidity not
exceeding 10 JTU
The air wash and under drain system should be exactly in accordance with the para
7.6.3.12 (a,b), 7.6.3.13 and 7.6.3.9 of the manual of water supply and treatment published
by C.P.H.E.E.O 1999. Whatever system of floor is offered it 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 head losses in air pipe line system should be kept at very minimum details. And the
specification of air blowers must be mentioned by the tenderer.
The capacity of air blowers provided should be such that there is 100% stand by
arrangement.
The capacity of wash water tank shall be adequate for the complete wash for one filter
unit at a time for a period of at least 10 (Ten) minutes. The size of the inlet pipe
connected to wash water tank must be such as to ensure filling in 2 hrs. and the size of
outlet pipe from the wash water tank to the filter must be such as to ensure flow of water
within the period on one complete wash of two filter units.
The wash water is proposed to be disposed of in nearby nalla through gravity. The wash
water gutter invert level should therefore be fixed considering H.F.L. of nalla so that
drainage by gravity during flood can be possible.
Electrically driven wash water pumping units should be provided at least in duplicate.
Each pump should be capable of filling the wash water tank in two hours with 100%
stand bye.
The wash water is proposed to be disposed off in nearby nalla though gravity. The wash
water gutter invert level should therefore be fixed considering H.F.L. of nalla so that
drainage by gravity during flood can be possible. This work is also part of contract.
63
6.9.0 INSPECTION CHAMBERS :
All 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.
6.10.0 All pipes specials and valves should be of cast iron double flanged and should carry ISI
marks conforming to the relevant IS Specification duly inspected by DGS &
D/SGS/RITES. Pipes and other conduits including valves and gates should be designed to
carry water as per the requirements mentioned in manual on W.S. and Treatment and
respective I.S. Specification.
The firms/contractors should state clearly in the tenders the size of the various pipes,
specials, valves which shall be provided by them. They should also indicate the velocities
at which the necessary water would pass through these and the time taken for the water to
be delivered at different points.
6.11.0 1.20 meter wide walk way should be provided all round in all the filter beds with G.I.
pipe railings.
6.12.0 Sufficient space for housing the air blower should be provided in the filter housing
building.
6.13.0 A separate enclosure for housing chlorine tuners with adequate working space and proper
ventilation of chlorine gas and flow of fresh and cool air should also be provided in this
building.
6.13.1 An office room of minimum 20 sqm. Carpet area should be provided.
6.14
One sanitary block consisting of one W.C. one urinal and wash basin having a carpet area
of 6 sqm. (six sqm) should be provided in the ground floor of the building. A septic tank
of suitable capacity shall also be provided at proper place for safe disposal.
6.15
The minimum width of the operation gallery shall be 4.0 m.
6.16
A laboratory of 20 sqm. Area should be provided at the first floor of this building.
6.17
The filter beds, shall be open to sky i.e. there shall be no roofs over the filter beds.
6.18
CONSTRUCTION :
The filter house cum administrative building shall be in RCC M-30 framed structure in
two floors. However, all filter beds and channels etc., which are water-retaining
structures, will be constructed in RCC M-30 grade. The clear height between the floors
should not be less than 3.6 m a RCC stair case connecting the floors shall be provided.
Cast iron footholds for getting into central gutters of each filter should be provided.
6.19
G.I. pipe railing should be provided with G.I. pipe (medium class) posts of 40 mm. dia
and 1.0 meter long fixed rigidly in cement concrete at 1.50 m a part 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 upto 2 meters.
The same specification of railing shall be adopted wherever necessary. The railing shall
be of good architectural design. The bends, corners and horizontal/vertical stay properly
finished so as to offer a fined and streamline look.
6.20
The filter house shall be built of RCC M-30 framed structure. Filter walls should be of
RCC M-30 plastered on water retaining structure. All brick masonry work should be in
cement mortar with 1:3 and should be plastered with 1:3 CM on both the sides with
64
6.21
6.22
6.35
7.0
smooth neeru finish. The thickness of plaster shall be 20mm. from one side and 13 mm.
on another side for all the brick masonry work.
All inside surface shall have three coats of snowcem/Durocem 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 alter the
front elevation of filtration plant/filter house if it does not appeal to the deptt. On
contractor’s cost. The exterior plastered walls should be painted with three coats of
approved quality and shade of snowcem. All doors, (Except central main door), windows
and ventilators shall be of steel as per I.S. 1038-1975 and I.S. 1081-1960. The position of
windows and ventilators should such that these will be opened outside and closed easily
when necessary. The total shutters area of doors, windows and ventilators shall not be
less than 30% of the floor area.
The central main external door shall be Aluminium fully glazed as per I.S. 148-1961 and
1081-1960. The size shape and finish of the door shall be specially selected so as to
improve the get-up of filter house. The entrance of the filter house shall preferably be in
the form of foyer, with suitable porch in front.
The silvicrete renderings on the front and side walls of filter house cum administrative
blocks shall be done by contractor on standard C.M. Base as directed by Engineer-incharge, The white cement etc. silvicrete required for this work shall be arranged by
contractor.
PERFORMANCE CAPABILITY :
For rapid gravity filters, the performance standards should be in accordance’s with para
7.6.8.2 of manual on water supply and treatment published by C.P.H.E.E.O1999.
DISINFECTION :
Chorinators using chlorine gas from standard liquid tonners and capable of feeding
chlorine into the raw water at inlet point for pre-chlorination and for clear water in clear
reservoir without the aid of any power are required 2 nos. gravity feed type chlorinators
with suitable accessories Make – Siemens/Aldos/Gramdfos/Usfiller/Capital control
Pvt.LTD. shall be provided so that at least 100% stand by capacity be available. Capacity
of each chlorinator shall be sufficient to dose at the maximum rate of 2 mg and 3 mg per
litre for pre-chlorination and post chlorination respectively.
A suitable scale showing delivery should be incorporated in the chlorinators. A weighing
balance of suitable capacity shall also be provided to measure the quantity of chlorine
tonners. The chlorinators shall be housed in separate room attached to the filter house the
area of which should be sufficient to house at least two chlorine tonners. There should be
no access from the filter house to chlorine room. It should have a separate entrance. The
carpet area of chlorine from shall not be less than 20 sqm. Including the space required
for chlorine tonners. This room shall be a part of filter house. All the requirement
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 7.5.5 of manual of W.S. and treatment published by
C.P.H.E.E.O. 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 bringing in chlorine tonners. A suitable rail trolley may also
be provided for brining and taking out the toner from the room. The storage space of
atleast 20 sqm. Shall be provided with proper ventilation adjacent to the chlorination
rooms.
VENTILATION & TACKLING DEVICE –
For chlorine – stores 2 nos. 450 mm. dia exhaust fans.
Chlorination room – 1 no. 450 mm. dia exhaust fan.
65
In chlorine stores a monorail RSJ for handling minimum 2 T capacities shall be
provided. The entry to store shall be from outside of the plant. The tonners shall be
loaded directly into the store room from the transporting vehicles. The doors and
windows of the chlorine room and chlorine store shall be wooden only.
7.2
The tenderer shall be required under this contract to supply two brand new chlorine
tonner’s with agnominal capacity of holding in M.T. of liquid chlorine. The tonners
should be as per relevant standard specifications. The tenderers should also submit the
test certificate and other certificate from the competent authority to enable these cylinders
to be put into use.
7.3
The tenderer shall also arrange to procure chlorine gas in these tonners for running the
plant for six months of trial period. The tenderers shall bear all the cost of chlorine
required and transportation in this period. These cylinders shall be taken overhanded by
the department only after these have up to the satisfaction of the deptt.
8.0
CLEAR WATER SUMP WELL AND PUMP HOUSE :
A RCC M- 30 clear water sump well with at least 30 minute detention time should be
constructed of required capacity for ultimate demand 6.0MLD(with 50%overloading).
The sump should be covered at top and necessary ventilating cowls. Manhole with C.I.
Frame and cover pipe with C.I. sump well. The contract also includes the construction of
clear water pump house, which should be suitable located near the clear water sump well.
This clear water pump house and sump well shall be part of the plant. An area of
approximately 15 m x 8 m i.e. 120 sqm. Should be provided for the pump house to
accommodate 4 nos. centrifugal pumping sets i/c one extra for future expansion. The
height of P.H. should be at least 5m.the pump house should also be capable of
accommodating bus bar channel, starter, O.C.B., sluice valves, reflux valves and flooring
for electrical cable concrete work of delivery pipeline, trench etc. for clear water
pumping main of 300 mm. dia in the pump house and also the supporting structures for
cables and pipes. The tenderer shall also quote for supply and erection of 10MT capacity
manually operated gantry. The foundation and floor design should be done properly and
due consideration for vibrations should be done properly and due consideration for
vibrations should be given in its design. The layout of pump house should be capable for
future expansion. The difference of level between the floor of pump house and the invert
of sump well shall not be more than 1.0 m. in any case. Further, the height of plinth of
pump house above ground level shall not be less than 0.6 m.
10.0 LABORATORY EQUIPMENTS :
9.1.0 The tenderers shall also include supply of following equipments for various tests.
9.2.0 Modern electronic digital display type turbidity apparatus for raw, settled and filtered
water.
9.3.0 Jar test apparatus electrically operated.
Comparator test set for resicual chlorine or chloroscope 3 nos.
9.4.0 PH kit with different discs for PH measurement.
66
9.5.0 Main operated PH meter complete with one colonel electrode and one gas electrode.
9.6.0 Refrigerator 165 liters capacity for storage of water samples.
9.7.0 Sampling table of 2mx1m with marble top consisting of clarity bowl assemble panel
complete with sampling taps for drawing samples of raw settled and filtered water
complete with 3 nos. electrically driven pumps. Suitable tubing for raw clarified and
filtered water assuming a compact arrangement should be provided.
This should be provided near the laboratory.
9.8.0 Turbidity tape.
In addition, common glassware and accessories like breakers, conical flasks, burette,
pipettes, volumetric flasks etc. will be required for laboratory for testing of samples. All
equipments should be standard and reqpted make only. The make and type of these
equipments should be mentioned along with the guarantee period. Contractor shall also
provide literature, instructions, manuals, guarantee card etc. with these equipments.
10FRONT 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.
The structure should represent a pleasing appearance with aesthetic features forming a
balance between function and from. The interiors of the structure shall be eye appealing
and in keeping with the objectives for the plant viz. Production of pure and wholesome
water.
11SPECIFICATION FOR MECHANICAL WORKS –
12.1
12.2
12.3
12.4
12.5
Submerged structural parts (steel) except not rolled sections shall not be less than 6mm.
thick.
Prime movers and allied components such as electrical motors, starters, switches,
reductions gears, drive mechanisms, bearings, plumber block etc. shall be standard made.
All rotating machinery, particularly gears shall be designed with adequate safety margins
and service factors.
All 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 vapour alkali emulsion or stream. Loose rust of paint weld spatter etc. shall
be removed by hand chipping, scrapping, 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, walkway, hand rails with PVC top
fabricated shaft etc. shall be protected with at least one coat of primate and two coats of
paint. 1800-1962 code of practice for use of structural steel in general building
construction should be followed, No permits shall be issued by the department for
procurements of any materials.
The tender must be inclusive of operation of the plant for the three months trial run
period free of charge by contractors trained and qualified Engineers who should be
completely familiar with the equipments supplied and erected and they shall train the
departmental staff in operation of the plant within the period. Detailed operation manual
as well as the drawings of equipments supplied, should also be supplied by the contractor
free of cost. The cost of electrical energy, oils, chemicals and pay to departmental staff
for operation of the plant will be paid by the department during this period.
67
Performance guarantee must be demonstrated by the test run for the period of three
months. The tenderers must furnish bonds covering items of work like mechanical and
electrical equipments piping etc. for one year or two consecutive rainy seasons which
ever is more as a guarantee of satisfactory operation and rectification of any defects in the
work, material or equipments furnished by them by way of repairing or replacement at
their own cost. The tenderers must furnish the service of component representatives for
this period to instruct the plant operating personnel in the maintenance and care of flow
indicators, rate controller, piezometers etc. and conduct tests.
13.0(a) SPECIFICATION FOR ELECTRICAL WORKS :
The work shall be carried out strictly in accordance with latest Indian Electricity rules,
especially as per latest specifications of Chhaattisgarh/Madhya Pradesh Electricity board
and relevant I.S. specification.
The size and type of wiring shall be suitable for A.C. supply at 440 (+_5%) volts. 3
phase, 50 cycles for power and 220 volts for lightenint.
All phase wire shall be inside concealed single metal conduit and pipe shall be properly
earthed.
Suitable protection by means of cut-out shall be provided in such live conductor for very
circuit.
Lighting arrestor along with suitable earthling arrangements as per relevant I.S.
specification shall be provided.
All switches and fittings shall be superior type as directed by the Engineer-in-charge.
For the work of wiring for lighting of building shall be carried through concealed conduct
pipe as per the specification of M.P. P.W.D. (Electrical Branch) for this type of work.
The tender shall be inclusive of electric connections for power from main board to drive
unit and light.
(b)
ELECTRIC WORK SPECIFICATIONS –
(a)
The contractor shall 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 PVC conduct ass per specification of E & M wing of C.G.
P.W.D.
(b)
The contractor shall provide and fix at proper places all around the plant/clariflocculator
clear water sump. 6 nos. sodium vapour lamps each of 500 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.
(c)
Specification 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, clariflocculator with its and carriage, alum and lime solution
tank, chlorine boosters, wash water pumps, air blowers, sampling table etc. and for entire
load of internal and external electrification e.g. light, flood lights, SV, MV lamps, ceiling
fans, cooling fans, collars, refrigerator etc. It shall consist of 4 bus bars of suitable
section, designed for capacity considering above electrical load, ammeters and voltmeters
of suitable range 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-draw out type with panel operation and maintenance, Suitable ICTPN reliable fuse
units of adequate capacity shall be provided for lighting load. This panel board shall be
68
housed in a room near blowers and wash water tank filling pumps. The total area of room
for blowers, pumps of WWT filling and panel board shall be a minimum 30 sqm.
After completion of wiring the contractor shall fill in the necessary form required by C.G.
Electricity Board for getting connections and shall hand over the installation in complete
working condition to the satisfaction of the Engineer-in-charge required to be paid to
C.G. Electricity Board for obtaining electrical connections shall be arranged by the
department.
The general requirement for lighting fixtures and wiring is given below. The tenderer has
however to work out details of illumination and arrangements and submit necessary
drawings. For acceptance of the Engineer-in-charge. Light fixtures shall be Philips, GEC
or any other std. Makes to the entire satisfaction of the Engineer-in-charge.
DETAILS OF RECOMMENDED LEVEL ON ILLUMINATIONS :
S.No.
1
2
3
4
5
6
7
8
9
10
Units
Clear water pump house
filter house
Inspection boxes
Laboratory building
Administrative building
Chemical house
Stores
Around clariflocculator
Around clear water reservoir
Flood light
Recommended level of illuminations
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 so as to give the
above mentioned intensity of light around
clariflocculator, clear water reservoir etc.
and all around on the external side of the
plant.
The fluorescent tubes in the filter house shall be twin 80 watts. Industrial type nitreous
enamel reflectors complete with original choke, starters etc. manufactured by
G.E.C./Philips of any other standard make. The fluorescent tubes shall be hung from the
ceiling above the operation gallery to give a uniform lighting.
The inspection boxes shall be fitted with corrosion proof fittings T x c 10 or 2 x TL 20
watts, GEC make or equivalent in Philips or any other standard make. A common switch
board shall be provided for the starters for the pumps and blowers, compressor and other
pumps. These shall provided in wash water tank feed pump house along with necessary
cable to the various motors. The panel shall be completed with incoming triplicate switch
voltmeter, ammeter and insulating switch for the various pilot lamps etc.
The tenderer shall also include the cost of providing and laying the incoming power box
cables from the main sub station to be constructed by the department in the same
permises to panel in the wash water pump room and also the wiring in VIR in heavy
gauge conduct from indoor motors.
INTERNAL LIGHTING AND ILLUMINATION OF THE FILTER HOUSE AND
CONNECTED BUILDING
This has to provide for proper illumination of the filter house wash water tank, pump
house, entrance hall, room, chlorine rooms etc. The fitting and fixtures shall be of the
latest design and standard make such a Philips/G.E.C. The wiring shall be laid in
conduits, sufficient power points shall be provide.
The contractor shall be responsible for the adequate pumping, drainage and bailing of
water from the excavations.
69
All equipment’s shall be suitable designed and guaranteed for normal life and satisfactory
operation under the climatic conditions prevalent of site. All parts and surfaces which are
subjected to corrosion shall be made of such materials and shall be provided with such
protective finishes as would protect the equipment installed from any injurious effects of
climatic or site conditions. All electrical auxiliary equipment installed from any injurious
effects of climatic or site conditions. All electrical auxiliary equipment’s shall be
specially treated for tropical condition.
All the mechanical, electrical and other equipment should perform as per the
characteristics, without showing any sigh of over load, over heating etc. on any
components. Detailed specifications, shall be given for all the mechanical, electrical
equipments duly guaranteed for their satisfactory performance for at least 12 months
from the date of commissioning of plant. In the laboratory room two fan points and one
plug point shall be provided in concealed and standard type conduit pipes with elbows,
crosses and before putting the plant into operation all electrical installations wiring etc.
shall have to be get certified by the contractor, from Government Electrical
Adviser/Inspector (safety) at the cost of contractor.
The contractor shall also guarantee the hydraulic and structural stability of the work
proposed by him and shall support them with detailed designs and calculations.
14.
GENERAL :
14.1
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 work viz. inlet
arrangements, measuring device clarifoculator, chemical house and filter house, clear
water pump, pump house etc. showing plan elevation and section and the design
assumptions and along with the outline of mechanical equipment’s proposed for these
units. Detailed calculation and drawings shall have to be submitted by him for scrutiny
within a month from the date of issue of work order. Detailed designs shall include
calculations for foundation for RCC work and for other structures provided in the
drawings. The responsibility for the designs, construction structural 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 if any in
the above mentioned or any other work carried out by him. The completion of the work.
14.2
EXCAVATION –
The depth of excavation will be guided by requirement of stability of foundation, and the
hydraulic levels of the various units. the contour plan of the proposed site are attached for
guidance but the contractor should himself verify SBC of strata for design of foundation
of structure and other hydraulic designs. The foundation shall be filled with bed concrete
(levelling course) in 1:3:6 (M10) with 40 mm. Gauge graded metal or by the prescribed
mix as proposed by the contractor in his design. But I should not be weaker than 1:3:6 the
average plinth level shall be as least 1.0 m. above general G.I. 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 moorum strata.
Reinforced cement concrete work –
The reinforcement concrete M-25/M30 with reinforcement as per the approved drawing
shall be laid, over the bed concrete M-10 for foundation where necessary. For super
structural works the RCC shall be laid in M-30 size mix but for water retaining structural
M-30 mix or richer mix shall be laid. The specification for measuring, mixing,
transporting, compacting, vibrating curing etc. of concrete shall be as per I.S. I.S.
14.3
70
specification 456-2000 (latest revision) and other relevant I.S. specifications. The batch
mixing as per latest practice shall be allowed but the cost of cement shall be recovered
from the contractor on the bag basis and not on the I.S. No. 456-2000 (latest revision) and
respective I.S. specifications. The contractor shall also be required to submit samples of
concrete or testing during the course of execution of works as and when required by
department. The cover for reinforcement on water face shall not be less then 40mm.
14.4 MASONARY –
Brick work shall be done in C.M. 1:3 richer mix in masonry shall be done only if the
structural design requires so and with prior approval of the engineer in charge. The
masonry work shall generally conform to specifications given in the Maharashtra P.W.S.
hand book and standard specifications issued by the Govt. of Maharashtra and relevant
I.S. specification.
14.5 FLOORING –
The flooring shall be laid in cement concrete M-20 mix and for water retaining portion
M-30 shall be used. The flooring of chemical house (Ground floor) shall be done with 40
mm.
Thick kota stone and that of first floor shall be done 40mm. thick kota stone. Floor
around chemical tanks should have acid proof treatment. The floor of pump house portion
shall be in m-25 mixing with 150 mm. thickness having specifications for industrial use.
The flooring of sanitary block laboratory and office room shall be with 25 mm. thick kota
stone. Rest of the floors in different building shall be also being done with 25mm. thick
kota stone. White glazed tiles up to 2.00 m. high on walls (skirting) and on platform in
laboratory should be given.
14.6 ROOFING –
The roof shall be casted in RCC M 25 mix with 20 mm. gauge metal as per thickness and
reinforcement, details to be shown in the drawing and design. All roofs and civil
structures would be guaranteed for leakage as per relevant I.S.S. suitable treatment for
water proofing shall be provide for roof slab.
14.7 All masonry and RCC works should be in accordance with latest standard specifications.
14.8 All material used on civil works should be 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 are able to perform with
maximum efficiency in normal working conditions. Use of non-corrodable 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.
14.9 PLINTHThe average plinth level of chemical house, filter house and the pump house shall be at
least 9.75 m. above general ground level. The entry in pump house shall be with suitable
approach bridge to enable machineries to be transported inside the building by trucks.
14.10 PLASTERING –
The brick masonry walls of building should be plastered with 1:3 cement mortar, The
thickness of plaster from outlet 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 RCC works plastering
etc. to prevent the corrosive effect of chlorine.
14.11 PAINTING AND COLOUR WASHIN –
Doors 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 approved quality of oil bound distemper on
the inside and snowcem or durocem painting on the outside as per the direction of the
Engineer-in-charge.
71
14.12 FOLLOWING DRAWING 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 section. The trial pit
section with start of condition are given only for the guidance of the contractor/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.
14.13 For easy and direct access of the various units of the water treatment plant e.g. flash mix,
chemical house, clariflocculators. Filter etc. 1.2 m. wide RCC access at same level with
both side railing as specified in NIT shall have to be provided.
14.14 The opening area (for doors/windows/ventilators) for chemical stores and chlorine toner
storage room shall be20% of the floor area. For rest of the units this area shall be 30%.
14.15 GUARANTEE FOR EQUPMENTS –
The contractor shall submit indemnity bond towards guarantee of equipments for second
rainy season 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.
14.16 SPARE PARTS –
The contractor shall given a list of spare parts which are essential for two years
maintenance with their rates (this is not to be included in LUMP-SUM offer) decided
separately.
14.17 PERMISSIBLE VELOCITY –
The permissible velocity for different units of the plant shall be as under :
Flash mixer to clariflocculator
0.6 to 1.0 mps
Filter inlet
1.0 to 1.5 mps
Waste water valve
1.2 to 2.4 mps
Wash water inlet
2.0 to 3.0 mps
Filter outlet
1.2 to 1.75 mps
Air wash inlet
25 mps
14.18 LAYOUT –
The layout submitted by the contractor may be altered to sum specification departmental
equipment’s and contractors shall not be laid any amount on account of that. The layout
of the plant should be capable of future expansion of the plant which may be of capacity
6.0 MLD. Not only economy but also convenience should also be kept in mind. While
designing the present 4.50 MLD plant.
14.19.1Provision should also be made for easy inter connection of future pipe gallery.
14.19.2 In main building additional space the built now for accommodating future alum tank and
necessary storage accommodation. Necessary civil design be incorporated keeping this in
view.
14.19.3 Clear water pump house be designed in such a way that its future expansion could be
possible.
15.0
TEST –
All water containing structures shall be designed and tested inconformity with I.S. 3370
(Latest version) 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
contractor.
72
16.0
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 three 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.
17.0
GENERAL CONDITIONNo payment for drawing required for natural artificial or manmade reason or rock
excavation will be payable for any depth.
17.1 The bearing capacity of the foundation should be ascertained by the firm/contractor for
which a test certificate will have to submitted with the design.
17.2 The prices should be firm inclusive of all taxes, handling, storage, transportation, wages,
watch and ward etc. at the site of work.
17.3 Payment shall be made as per break up schedule given and ANNEXURE – “H” the
payment shall be made as per this break up schedule. The bank charge and interest on
delay in payment if any will not be paid by the department.
17.4 Water and electric supply as per consumption during construction will be at
firm/contractor cost and arrangement for the same will have to be firm/contractor.
17.5 Period of construction shall be reckoned from the date of issue of work order to time of
completion defect liabilities, tests, guarantee and trial run will be as per NIT.
17.6 All switches, cables, starters and electrical fixtures shall be of best available standards
made such as L & T, seimens, GEC, Philips etc.
17.7 Snowcem colour of exterior and oil bound distemper in two coats on inside walls
including good architectural appearance of plant should be provided.
17.8 Water for testing – The department will supply water only for testing and trial run of the
treatment plant free of cost at Ground level.
17.9 Meta, sand, bricks i.e. all materials required for the works should be good quality and
should be conform to relevant I.S. specification.
17.10 Plastering to both inside and outside brick work should be provided in 1:3 cement
mortars. The brick wall thickness should not be less than 20CM.
17.11 Surplus excavation earth should be filled and levelled in the area as per direction of
Engineer-in-charge and in no case disposed off near the ‘Treatment plant’.
17.12 The steel reinforcement shall conform I.S. 432-1966 and I.S. 1986-1006 with up to
date revision. The contractor shall be required to produces certificate to this effect to the
department. The Structural steel required for the work shall conform to I.S. 226-1975
including up to date revision. For water retaining structure the stresses in steel will be
taken as per I.S. 3370.
17.13 The height of plinth of treatment plant above ground level shall not be less than 0.6 m.
18.0
19.0
21.0
22.0
RAW WATER SUPPLY LEVEL –
The raw water supplied at the proposed inlet site of treatment plant with residual pressure
up to 5.0 m. at ground level.
The clear water sump well and pump house should be located in such a manner that
installation of 4 no. centrifugal pumps ( one for future expansion ) is possible with
structural safety as well as maintenance of clear water quality. The pump house should
have adequate space for free movement after installation of all pump, machinery, pipes
and accessories.
The under drain system of filters shall comprise of slotted UPVC pipes (pressure) of
suitable dia conforming to IS 12818:1992
The wash water tank and clear water sump well shall be covered with RCC slabs.
Suitable ventilation arrangement at roof should be provided. A free board of as least 300
mm. shall be provided at the tip and water level indicators shall also be provided.
73
35.0
15.0
The firm/contractors are directed to submit the details plan and elevation of treatment
plant showing the dimensions of all components and other details.
WORKMANSHIP –
15.1
EXCAVATION –
The depth of excavation will generally be guided 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 for the 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 underground strata/soil at his own
cost. Test results of soils, foundation shall be submitted before start of work along with
the detailed structural design in accordance with provision of IS code 456:2000 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 dewatering shall
be payable under any circumstances what are natural artificial or manmade.
15.2
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 least 1:3:6 (m-100) concrete with 40mm. gauge grade or the
prescribed mix as per instruction of Engineer-in-charge and as per relevant I.S. code.
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 surface with wire or bristle brushes, care being taken to avoid dislodgement of
particle of aggregate. The surface shall be thoroughly wetted 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 paid to corners and close spots. Concrete
should be thoroughly compacted and fully worked around the reinforcement around
embedded fixes and into corner of the form work.
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 fine
and course aggregates shall be determined either by volume or by weight. The proportion
of fine and course aggregate shall be in accordance to para 8 to I.S. 456-2000 with latest
amendments.
MIXING –
Concrete shall be mixed in 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.
TRANSPORTING –
Concrete shall be handled from the place of mixing to the place of final deposit as rapidly
as practicable by methods which will prevent segregation of loss on any ingredients and
maintaining the required workability.
PLACING AND COMPACTING –
The concrete shall be placed and compacted before setting could commence and should
not ne 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 of surface which has hardened, such surface shall be roughened. It
shall then be swept clean, then the roughly wetted and covered with a 12mm. layer of
15.3
15.4
15.5
15.6
15.7
74
mortar which shall be freshly mixed and placed immediately before the placing of the
concrete.
15.8
MECHANICAL VIBRATION –
When mechanical vibration 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 when-ever 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 the avoid surface blemishing.
15.9
CURING –
Concrete shall be covered with a layer of old gunny bags or canvass or similar the
absorbent material and kept constantly wet for at-least twenty eight days from the date of
placing of concrete.
15.10 FORM WORK –
15.10.1The form work shall confirm to the shape lines and dimensions as shown on the drawings
and so constructed as to remain sufficiently rigid during the placing and compacting of
concrete and shall be sufficiently tight to prevent loss of liquid from concrete. Only well
designed and proper steel form work shall be used.
15.10.2 The form work shall be cleaned off. All rubbish particularly chippings, shaving and saw
dust shall be removed from the interior of the forms before the concrete is placed and the
form work in contact with the concrete shall be cleaned and thoroughly wetted or treated
with ad approved composition.
15.11 STRIPPING OF FORM WORK –
15.11.1 In no circumstance form work should be struck off until the concrete reaches the strength
of at least twice the stress to which the concrete may be subjected at the time of stripping.
15.11.2 In normal circumstances i.e. temperature above 200 degree form work may be struck
after expiry of the following periods ad per IS 456-2000
(a)
Vertical sides of slabs, beams and columns 48 hours.
(b)
Bottom of slabs up to 4.5 m span
:
7 days
(c)
Bottoms slabs over 4.5 m span
:
14 days
(d)
Bottoms of beam over 6 m span
:
14 days
(e)
Bottoms of beam over 6 m span
:
21 days
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 occur during
curing or further construction.
16.0
MATERIAL –
16.1
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.
PLACINGAll reinforcement 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 it’s placing before being covered.
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 to be used.
16.2
16.3
75
16.4
16.5
AGGREGATES –
All aggregates shall confirm to all provisions and test methods of I.S. 383-1970 and
related code.
STORAGE OF MATERIALS –
Cement shall be stored properly in a dry ventilated building.
17.0
DESIGN MIX –
17.1
The contractor shall submit mix design for each strength the proposed slump proportional
weight of cement saturated surface, dry aggregates and water. The mixes shall have to be
designed as per relevant I.S. specifications.
The proportion of the concrete shall be such as to work readily into forms angles and
ground the reinforcement without excessive manipulation, segregation of water gain.
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 considers that
concrete does not produce the required strength.
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.
FIELD TESTS –
The contractor shall provide all arrangements for field tests to exercise proper quality
control over works specifically for test mentioned under para 20.1
No charges for the plastering if required for proper finishing of the surface of structures
shall be paid under any circumstances.
The contractor shall be required to submit the detailed completion drawing in six copies
of the work immediately on completion of the work.
The work shall be treated as completed when the same is completely tested and handed
over to the department including site clearance.
The tenderer should give the time of tendering, the outline design, drawing and an
estimate of building materials with + 5% likely variation factor of safety that will be
adopted for separate major components of complete structure.
The tenderer shall have to produce the complete design and working drawing of each
component of structure before starting of work.
Special considerations should be given in the preparation of design for seismic forces if
the structure being located in some mining area.
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 special consideration to the previous
experience of wind pressure experienced in the locality.
The MS clamps 50mmx10mm. should be provided at 3.0m C/C for clamping all the
vertical pipes, the clamps should be either fixed in column’s bracing with nut bolts.
The contractor may note that the department may not be in a position to acquire or make
available sufficient land (space) for collection, storage of construction materials and
equipment’s and working. It shall there fore be contractor’s responsibility to make
arraignment of land space for this purpose.
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.
If under unavoidable circumstances or for reasons beyond control of the department, the
proposed site of construction of the proposed work is required to be changed/shifted, the
17.2
17.3
18.0
18.1
18.2
19.
20.
21.
22.
35.
24.
25.
26.
27.
28.
29.
76
contractor shall have to take up construction at alternative site and the contractor shall not
have any claim on this account.
Executive Engineer
Public Health Engg. Division
Surajpur
FOLLOWINGS SPECIFICATIONS SHOULD BE STRICTLY FOLLOWED –
2. CEMENT AND CONCRETE 2.1
Minimum strength of concrete Minimum strength of concrete for various components will be as below – M- 25 (250
kg/sqcm.) & 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
Concrete
M30 – 400- kg/cum
2.3
Cover of concrete –
The minimum cover shall be 40 mm away from water face & 50 mm. for water face for
all reinforcement for foundation this cover shall be 60 mm. minimum.
2.4
Cement grade Grade 43 cement should be used for columns and grade 53 for the water containing
portion only fresh cement should be used in the tank. It is advisable to use cement
manufactured by major plants and required 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 litters of water per 50 kg.
bag cement.
Testing machines for concrete Compression testing machines should be installed at the site it self.
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 plasticizers in concrete and reduce water cement ration up to 0.4.
Plasticizers manufacture reds by required companies are recommended.
Proportion of plasticizer to be used shall be as per the instruction manual supplied by the
manufactures.
Construction joint –
Construction joints be treated in accordance with IS – 456. The surface of already laid
concrete is cleaned by water jet and cement slurry be applied. Cement mortar 10 mm.
thick of the same proportion as in concrete b applies and then fresh concrete of the lift be
laid. The form work must overlay 100 mm. on the already laid concrete.
2.5
2.6
2.7
2.8
Note - If a dome is provided at the top in stead of flat slab (as show in d), the thickness of dome
shall be to 110 mm. (min). Rectangular/square columns are not allowed circular shafts
are also not allowed. In respect of horizontal braces, corners shall be chamfered by
40x40mm.
Raft - Only raft foundation is allowed in accordance with IS 2950-1965 with up to date
amendment.
(3)
All the opening shall be designed in accordance with relevant IS provision, providing
necessary reinforcement on the periphery of the opening.
77
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.
4.2
Type of steel It is advisable to use corrosion resistant steel such steel is now available.
Detailing of SteelBefore commencing the work, Executive Engineer-in-charge should study the drawing. It
must be inside that the designer provides details of the shape of leach bar its diameter,
length and numbers of each category in schedule of reinforcement. This must be
incorporated in every working drawing.
4.1
Executive Engineer
Public Health Engg. Division
Surajpur
78
ANNEXURE - E
SPECIFICATION FOR DESIGN,SUPPLY&INSTALLATION OF CLEAR
WATER CENTRIFUGAL PUMPS,MOTORS AND ALLIED WORKS ON
TURN KEY JOB BASIS.
1.0 SCOPE OF WORK :-
Design,Supply&Installation of 3 nos clear water centrifugal
pumps having discharge 103.2 cum/hour against 81.0m head at clear
water pump house of Treatment Plant i/c motors and all allied
electrical and mechanical equipment’s with commissioning and trial
run for 6 months under augmentation water supply scheme Surajpur.
The work shall comprise of the following items:
i-
Design , supply, erection, testing and commissioning of 3 nos. horizontal split case
centrifugal pumps each capable of discharging
103.2 cum/hour water in 20 Hours
pumping against a total head of 81.0 M with designed dia of suction pipes , valves,
R.C.C. supports thrust blocks of M20 grade, nuts and bolts, jointing materials, all other
accessories, all labour, T&P etc. all complete as per specifications mentioned in ahead.
ii-
Design , supply, erection, testing and commissioning of 3 nos of 440V, 50 Hz
horizontal foot mounted TEFC LT motor to be coupled with above pump i/c all
accessories, labour, T&P all complete as per specification mentioned in ahead.
iii-(a) Supply and erection of one no. of indigenous 440V M.C.C.B. panel consisting of
incoming panel with all required accessories, protections. all labour, T&P etc. all
complete as per specification mentioned in ahead.
(b)
(c)
Supply, erection, testing and commissioning of 3 nos. of indigenous 440V
AutoTransformer Starter (ATS) panels with all required accessories. Protection
devices , all labour, T&P etc. all complete for starting of 440V LT motors as per
specification mentioned in ahead.
Supply, erection, testing and commissioning of one no. of suitable bus-duct with all
accessories for required connection from incoming panel to starter panel all
complete as per specification mentioned in ahead.
(d)
Supply, erection, testing and commissioning of required core armoured aluminium
cable from transformer to incoming panel and from incoming panel to starter panel and
79
then to respective motors with all accessories, jointing materials,
T&P
labour
etc.
all
complete as per specification mentioned in ahead.
iv.
Supply, erection, testing and interconnection of M.S./C.I. delivery pipelines from
individual pumps of designed dia of required length to
common manifold
valves, sluice valves, Non- Return Valve. rubber expansion joints,
required M.S. and CI specials, anchorages, RCC thrust
supply of all jointing materials, labour, T&P from
blocks,
i/c necessary air
pressure gauges etc., all
RCC 20 supports etc.i/c
pump discharge end upto and including
connection to common manifold conforming to relevant I.S.S. as per specification mentioned
in ahead. The
ground,
scope also
includes grouting of suction pipes, necessary
excavation of
bedding of suitable material, refilling of pipeline trench and levelling the surface upto
formation level wherever equired.
v.
Supply of essential spare parts as per specification mentioned in ahead.
The quality of raw water to be dealt will be water in River which is more
or less clean in fair weather while in mansoon its turbidity may range upto 8000 ppm.
Note :- Materials supplied should be duly inspected by the S.G.S./ RITES / D.G.S.& D.
Inspected goods shall be 100% marked by the Inspection Agency before despach.
Guarantee of all electrical and mechanical & civil work shall be covered for one year by
contractor
2.
DETAILSDETAILS :
2.0
PUMPS :
Three units of Horizontal split casing type Centrifugal pump
sets (
Kirloskar / Mather & Platt / Jyoti/beacon weir )each of discharging capacity and head stated as
above in 20 Hours pumping to be installed in the clear water pump house . The pumps shall be
self clean water lubricated.The pump shall be designed as per IS 1520-1980.For proper priming
pump shall be installed for each pumps.
2.1General conditions
The pump shall be designed to operate satisfactorily while handling a suction
lift
of 6.0M from all causes. The pump shall be horizontally split with the suction and delivery
branches cast ' inline' on the bottom half of the casting, The top half should be constructed to
allow easy dismantling. The rotating elements of pumps will be dynamically balanced and over
stressing should not occur due to sudden failure of power. Reverse rotation should not damage
the pumps.The pumps shall be designed so as to have a maximum flow capacity of not less
than 110% of the rated flow capacity.The pumps shall be designed for continuous operation at
80
any point of head capacity curve between 50% & 110% of pump rates flow without undue
vibration or overheating.
The pumps shall be designed so as to have stable non
overloading
characteristics. Capacity head curve shall be continuously dropping from shut off point to
operating and shall be suitable for parallel operation of pumps without any
haunting possibility.
The shut off head should not exceed 120% of duty point head. The impeller adjustments shall
be designed in such a way that impellers runs free in any installed condition.
2.2 General Specification
The pumps should generally comply with the requirement of following standard.IS
1520- 1980 -Horizontal Centrifugal pumps.
2.3 PUMP CASING :
Casing should be made of closed grain cast iron smoothly finished and
free from any casting defects capable of withstanding twice the hydrostatic pressure at
rated
capacity or 1.5 times the shut off head, whichever is greater. The water
passages shall be completely smooth.
2.04 IMPELLERS :
The pump impellers shall be of double suction type and of non-ferrous material,
preferably zinc-free bronze designed to inherently provide dynamic and static
axial balance. Design of impeller should be as to prevent cavitation during the
working condition. The impellers shall be statically dynamically balanced
depending on design considerations to minimize vibration at the pump bearings,
thereby prolonging their working life.
2.05 PUMP SHAFT :
The pump shaft shall be manufactured from iron high tensile carbon steel
and provided with renewable zinc-free bronze sleeves to protect the spindle
from the water being pumped.
2.06 INTERNAL PARTS :
The pump internal shall be constructed in bronze material of suitable
composition so as to provide compatibility with regard to rubbing surface. Hardness of
wearing surfaces shall be so adjusted as to provide maximum economy in terms of
replacement of wearing components i.e. casing neck shall be more soft than the
impeller neck.
81
2.07
Facilities for gland drainage shall be provided and gland lubrication shall be
suitably arranged by means of providing connections from the discharge volute
of the pump casing.
2.08 PUMP BEARINGS :
The pump is to be provided with suitable white metal llned split bush bearings
and a deep grove ball thrust bearing to take up residual axial balance. These
bearing should be oil lubricated.
2.09 PUMP COUPLING :
This shall be of flexible pin type equipped with a suitable coupling gaurd.
2.10 SOLE PLATE :
Each pump shall be provided with a heavy structural steel sole plate. Sole plate shall
be provided and grouted with foundation. The sole plate shall be designed to permit
removal of entire pump without distrubing sole plate.The
sole plate shall be
fabricated as per I S 226.
2.11 PRESSURE INDICATION DEVICES :
Each pump shall be provided with pressure gauges of good quality make to give
indications of delivery pressure & vaccum pressure separately. The pressure
guages should be designed such that the readings shall not be affected due to
mechanical vibrations. The connection sizes shall be 12mm. and dial size
150mm. Make of the pressure gauges shall be either fiebig or Bestobel.In
addition to above each pump shall be fitted with electronic pressure transiducer
with electronic digital display type indicator in pannel to indicate the delivery
vaccum pressure of the pumps.
2.12 BOLTS NUTS & WASHERS :
All bolts, nuts and washers shall be of superior quality conforming to relevant
Indian Standard specifications.
2.13 INSPECTION & TESTING :
All the inspection, examination and tesing carried out in accordance with relevant
indian specification & duly inspected by S.G.S / RITES / D.G.S.& D .
2.13.1 Laboratory Test :
Laboratory pump test shall be carried out as per ISS 20-1968 each pump to
assess the pump discharge vs head , house power and efficiency figures. The
82
pump casing shall be subjected to a pressure test of 1.5 times the working
pressure at duty point.
2.13.2 Field Test :
The field test shall be carried out as per IS : 1520 - 1972 & 5120 - 1968.
These test may be witnessed by the Engineer-in-Charge or his authorised
representative if he desires. The tolerance as specified in relevant I.S. Code
of practice shall not be applicable on the efficiency & KW output. The contractor
shall have to demonstrate the quoted efficiency of pump during testing.
2.14 GUARANTEED PERFORMANCE & TECHNICAL
PARTICULARS :
The contractor shall submit the details of guaranteed performance & Technical
particulars, materials of construction and special features,complete descriptive
and illustrated literature on the equipment and accessories offered.
3.0 MOTORS
3.1. Type
The motors (preferable make of KIRLOSKAR/ SIEMENS/ C.G.I./ ALSTHOM GEC/
JYOTI/BEACON WEIR/ WPIL ) shall be horizontal squirrel cage induction motors suitable to
operate on 400/440 V. 3 phase, 50Hz A.C. supply at 1450 RPM synchornised directly coupled
with the pumps with locking arrangements for protection against reverse rotation.The motors
shall be in totally enclosed fan cooled enclosure conforming to IP 35. The motors, insulation
shall be suitable for operation under moist conditions. The Motor shall be designed as per IS
325-1978 latest edition.
3.2. Variation in supply voltage
The motors shall be capable of delivering voltage output and rated power
factor with following variations :Voltage
:
10%
Frequency
:
05%
Combined
:
10%
Phase in balance :
05%
3.3. Rated capacity
83
The minimum continuous rated capacity of motors shall be such that, it meets the
power requirements of pump in the complete range of its operation. It shall
also
provided an additional power requirement in the motor by 5% at the maximum power
requirement or by 10% at the duty point of operating whichever is maximum. The
contractor shall ascertain the kw requirement and
provide the motors of suitable
capacity
3.4. Acceleration characteristics
The accelerating characteristics of motor shall be matched with the driven
equipment so that acceleration is obtained without over heating of motors.
3.5. Method of starting
The motors shall be designed for star-delta starting at full voltage with starting
current not exceeding 2 times the rated full load current. The motor shall also be
designed for a minimum pull out torque of 200%
3.6. Number of start
Motors when started with the drive imposing its full starting torque under the
specified supply voltage variation shall be capable of withstanding atleast two
successive starts from hot condition and one start from cold condition without
damage to the winding.
3.07 Class of Insulation
The motor winding shall be provided with insulation conforming to thermal
class B. The maximum temperature rise of the winding shall not exceed the
Limits specified for class B insulation.
3.08 Motor construction
The motor construction shall be suitable for easy dismantling and reassemble
at site with the help of simple overhead crane. The motor shall be of core pack
construction attached to the stator frame to facilitate easy removal and replace
ment of the winding for maintenance purpose.
3.09 Motor frame
The motor frame shall be of rigid fabricated steel. They shall be suitably
annealed to eliminate any residual stresses introduced during process of
fabrication and machining.
3.10 Earthing
The motor body shall have two seperate earthing terminals for earthing in
compliance with I.E. Rules.
4.0 MOTOR CONTROL PANEL :
84
Motor control center board of standard make (preferable SIEMENS / L & T / JYOTI
/WPIL/ HINDUSTHAN ) one no. 415 Volts. 3 phase for clear water pumps house shall be
installed to connect to transformer and motors by way of clables to distribute and regulate the
current supply to the motors of the pumps and machineries.
The control board shall be sheet steel body floor mounted, indoor type, factory
assembled totally enclosed, fully insulated, dust and vermin proof , dead front, cubical type,
suitable to operate the motors at full load. The control board should have the required number of
panels and compartments to facilitate the repairs and maintenance according to the number of
motors and equipments.
The control panel will be divided into suitable nos. of compartments for incomings,
for busbars and for outgoings.
4.1 INCOMINGS :
Each incoming compartment comprise of one No. suitably rated manually operated
triple pole drawout type circuit breaker fitted with over load and under
voltage relay
phase indicator lamps. voltmeter & ammeter with selector switches, power factor &
frequency Meter Cable for transformer to incoming panel shall be of suitable size
armoured 415V aluminium required core LT minimum
INSTRUMENS, METERS RElAYS AND ACCESSORIES :
Each incoming feeder should have the following instruments meters relays and
accessories :
(a)
Trip Neutral close circuit breaker control switch .
(b)
Indicating lamps Red/Green/Amber/White for circuit breaker ON/
OFF/AUTO TRIP and circuit healthy indication.
(c)
150 MM size square shape Ammeter of suitable scale with three
way off selector switch.
(d)
150 mm. size square shape voltmeter of 0-500V with three way off
selector switch.
(e)
KWH meter suitable for load connected.
(f)
IDMT tripple pole (2 O/C+1 E/F) with high set instantaneous relay
unit in O/C units.
(g)
Local selector switch.
(h)
Cable termination arrangement with calbe box suitable for terminating
the required number an sizes of cables.
(i)
Auxillary relays.
(j)
HRC switch fuse unit of suitable ratings.
4.2 BUS BAR CHAMBERS :
There will be two separate chambers of bus bars of required Amperes continuous
rating connected with incomings and outgoings by suitable size of conductors.
85
4.3 OUTGOINGS :
Each bus bar unit will have two connections on outgoings .Each connection of
motors will be provided with suitable size of HRC switch fuse unit, Ammeter, starter,
capacitor,and cable connected to the motors. The starters of the motors of the centrifugal
pumps will be Auto transformer. Only fuse units for lighting and extra compartment should be
provided.
Cable for auto transformer panel to motor shall be of suitable size armoured
415V aluminium 3.5 core LT minimum.
INSTUMENTS, METERS, RELAYS AND ACCESSORIES :
The following instruments, relays, meters and accessories shall be provided in
outgoings.
(a)
One No. indicating lamps Red/Green/Amber for motors On/Off/Auto Trip
indication of centrifugal pumps.
(b)
One No. square shape 100 MM size ammeter with suitable scale and three
way off selecter or switch in each motor line .
(c)
One No. Auto Transformer starter to control the current supply of the
motor of pumps the starters should have the following relays :
i) High speed tripping relay.
ii) Protection relays for following faults :
Thermal overload
Instantaneous Earth fault.
Phase unbalanced and single phase.
Locked rotor protection.
Under voltage.
Earth fault relay for capicator.
Earth fault.
(d)
One set of trip circuit and trip supply supervision relays.
(e)
Disconnection links for disconnection of cable capacitors.
(f)
Cable termination arrangement suitable for terminating the required
size and number of cables.
(g)
(h)
5.
Local selector switch.
HRC switch fuse unit of suitable size.
(I)
Capacitors of suitable KVAR.
(j)
Cable of suitable size and length connecting to the motors.
DELIVERY PIPES AND SPECIALS :
The scope of the work is providing, laying jointing of all delivery pipes , specials
valves of all the pumps and their connection to the common manifold inclusive of the
jointing of the manifold
to the respective conveyance mains and an electronic flow
86
measuring device. The connection of manifold pipe with pumps and the junctions of the
manifold pipes shall be connected by Y branches. The Specials and distance pieces shall be of
C.I./ M.S. pipes with flanged joints
5.1
The contractor shall provide an expansion joint of his own design duly
approved by the Engineer-in-Charge.
5.2
Concrete saddles for valves and thrust block shall be provided by the contractor
as per the design and drawing to be furnished by the contractor and subsequently
approved by Engineer-in-Charge.
5.3
Material of Construction :
All the pipes of works shall be fabricated out of steel plates conforming to IS
226-1962. The fabrication of pipes shall generally conform to IS 3589-1966.
5.4
Testing :
The pipes and common manifold shall be hydraulically tested to a pressure of
2 times the working pressure. Test certificate to that effect shall be furnished by the
Contractor. The Engineer may witness the above test and if so desired. the contractor shall
arrange for such test in presence of Engineer.
6.0
VALVES :
Each pump shall be provided with a Sluice valve in the delivery pipe with one
no. non-return.All valves shall be designed for rangePN-1 conflrming to IS 780-1984.
7.1 RATING PLATE :
7.1.1
Each main and auxiliary item of plant shall have permanently attached in it a rating
plate
in
a
conspicuous
position.
This
shall
be
of
non-corrodable
material preferably chromium plated steel. The inscription shall be engraved in
black on the plate.
7.1.2
The size of the rating plate shall depend upon space availability but should be
reasonably sized for clarity and clear inscription. The size of the plates and
inscriptions shall be approved by the Engineer- in Charge. The laces shall be
attached to the body of the equipment’s by screws.
7.2 NAME PLATE :
87
7.2.1
Each item of plant shall be provided with a name plate or lable designating the
service of the particular equipment. The shape and size of the plate and inscription
shall be approved by the Engineer-in-Charge.
7.2.2
Such name plate shall be of non-corrodible material preferably chromium plated
steel having engraved black lettering.
7.2.3 In case of indoor equipment like circuit breakers, starters etc. The plate shall be of
transparent plastic material with black lettering engraved on the back.
7.2.4 The name plates shall be screwed to the body of the equipment.
08. FLOW MEASURING DEVICE":
Flow measuring device should be installed at junction point of pumping mains and
manifolds outside the pump house .
09.
ELECTRICAL PRESSURE TRANSDUCERS :
For indication of delivery pressure of each pump pressure gauge in the delivery line
of each pump shall be provided.
10.
OTHER ACCESSORIES :
1.
Supply of 10 mm thick 1m. wide strip of rubber mats provided in front
of
all
control centers for their entire lengths.
2.
Supply of Danger/Caution Notice Boards in English and Hindi as per I.E.
Rules-8 Nos. for each pump stations.
3.
The tenderer shall prepare and submit with tender the lists with specification
and other details with price for various spares special tools and tackles required for operation,
repair and maintenance of equipment’s and should supply all or some of the spares, specials
tools and tackles if ordered by the department for twelve months after installation.
4.
11.
Supply of hand gloves and shock treatment charts in English and Hindi 3Nos.
Earthing :- Supply of all materials, labour and T&P and erection, testing and
commissioning of earthing works conforming to Central Electricity Authority/ IS
specifications.
SCHEDULE-A (Specification of pumps)
88
Type of the pump
:
Horizontal Split case centrifugal pump
suitable for pumping clear water conforming
to relevant latest IS specification.
Pump model
:
To be furnished by the tenderer.
: Kirloskar/Mather&Platt/Jyoti/WPIL/BEACON WEIR
Make
Capacity
:
As mention as in scope of work.
Pump efficiency
:
To be furnished by tenderer
Break KW
:
To be furnished by tenderer.
Nominal speed
:
1450 RPM.
Pump Delivery nozzle dia
:
To be furnished by the tenderer.
Pump suction nozzle dia
:
To be furnished by the tenderer.
Methods of Lubrication
:
Shall be furnished,( preferably Grease)
Couplings
:
Pin & bush type
NPSHR
:
To be furnished by the tenderer.
Head range
:
Pump should be able to work within
specify head range(with + 10%)
Accessories
:
Pump must be supplied with all accessries to
name a few such as MS base plate, set of
coupling, flanges, coupling gurd, foundation
bolts, delivery pressure gauge, vent valves
MATERIAL OF CONSTRUCTION
Pump casing
:
CI IS-210 FG-200
Impeller
:
Bronze IS-318
Impeller shaft
:
St.ST.AISI-410
Shaft sleeve
:
Bronze IS-318
Base plate
:
MS fabricated
Casing ring
:
Bronze IS-318
Other components
:
As per Manufacturer's standard
GENERAL CONDITION
01.
Tenderers are requested to submit performance curves for the pumps duty certified
for rated head, capacity, power input, NPSHR etc.
02.
The tenderer shall calculate the NPSH available with the data given in this
DTCN
and manufacturere's data on suction diameter, bell mouth diameter etc. and assume any
other data as per standard text books/ISS and justify that no cavitation to occur with the
pumps supplied by them.
SCHEDULE 'B' : Technical Specification Of Motor
89
Make
:
KIRLOSKAR/SIEMENS/ WPIL/CGI../Alsthom GEC/ Jyoti
Type of the motor
:
Horizontal foot mounted TEFC LT Motor
Ratings
:
To be furnished by the tenderer on the basis of
pump design calculation.
Motor speed
:
1450 (syn.)
Efficiency of motor
:
To be furnished by the tenderer
Class of insulation
:
Class-B
Protection
:
IP-35
Method of starting
:
55%, 65% and 80 tapping through Auto Transformer
Rated voltage
:
440 V + 10%
Frequency
:
50 c.s. + 3%
No of phases
:
Three
Efficiency at 100% load :
>90%
Power factor at 100%
load
:
>0.85
Full Load current
:
To be furnished by the tenderer.
No. of starts
:
2 cold & 1 hot start per hour
Pull out torque
:
To be furnished by the tenderer
Space heater
:
1 No. space heater with terminal box.
Specification
:
As per IS-325-1978
Motor Frame size
:
As per manufacturer's design.
Name plate details
:
Should be as per IS-325-1978. latest edition.
SPECIFICATION OF EARTH GRID
System
:
415 Volt, 3 phase. 50 c/s
Specification
:
Minimum 3-4 Nos. Pits are to be constructed as per IE
rule to get the minimum value
Specification For Pipes, Valves Etc.:
1.
Suction, delivery pipe line and manifold, shall be C.I. conforming to relevant ISS. The
minimum flange thickness shall conform to relevant ISS where ever used. The specials
90
shall be of I.S.1538. The limit of contract of the header pipeline is upto 4.0mm outside the Pump
house.
2.i) C.I. sluice valves shall be with spur gear arrangement for diameters greater than 300mm
and of with suitable rating not less than pressure PN.1.0 conforming to relevant ISS with
all
related accessories.
ii)
Air valves, NR valves shall be of suitable rating not less than pressure PN-1.0
conforming to relevant ISS with all related accessories.
iii)
Pressure gauges shall be of reputed make with ISI mark on the body of the
material and conforming to relevant ISS.
SCHEDULE- E: List of spares
Sl. NO.
Spares
Qty.
1.
Coupling Bush
14 sets
2.
Vent valves
14 sets
3.
Gland packing
28 sets
4.
Lentern rings
28 pairs
5.
Sets of 'O' rings
14 sets
6.
Gaskets
14 sets
The spares shall be of reputed make with ISI mark on the body of the material.
Note- The Tenderer shall be submit the detailed specification alongwith complete
literature of each item provided.
12
DESIGN BASIS :
12.1 All the equipments shall be designed for operation in tropical humid climate
subject to heavy rainfall and frequent
thunder storms with ambient air temp of 500C.The
designing of indoor equipment shall be done for a ambient temp. of 500C. However the outdoor
installation may have 550C. for operation.
12.2 The tenderer shall be submit the detailed calculation with the tender justifying
the ratings of various electrical equipment adopted.
12.3 All the material to be used in this work must be strictly in accord with
the
relevant ISS.
12.4 The pumping sets shall be installed over the fabricated base plate and
properly designed foundation so as to satisfy vibration free installation, dynamically and
91
statistically balanced. The installation should be capable to give performances singly or with all
units running in parallel in reference to system curve. The contractor shall test the installation of
the pumping set for vibration and submit the vibration signature of pumping set for approval of
the Engineer -in-charge of the work before commissioning of the plant.
12.5 The responsibility of commissioning and satisfactory working will be solely of
the contractor. Any defects due to faulty design, defective materials or parts used in
manufacture, noticed during 12 months of commissioning and running of the plants shall be
made good by the contractor free of cost, without interruption of the plant. The replacement
shall be done within a week of such break down, free of all charges inclusive of all cost of
transportation, handling and fixing the same.
12.6 The tenderers shall be give the guarantee for a period of one year for the
satisfactory working of all the equipment’s from the date of satisfactory trial fun after successful
commissioning. They shall also give guarantee for providing the after sales service as and
when required by the department.
12.07The tenderers shall submit along with the tender the guaranteed performance
and technical performances of the equipment.
12.08 After commissioning and testing of the work the contractor will supervise free of cost
the working of pumping equipment for 3 months and shall be hand over the installation to the
department on complete satisfaction of the Engineer-in-charge.
12.09 The tenderer shall be submit the detailed description of each item provided.
12.10 The tenderers shall also furnish an undertaking from the manufactures of
equipments that before going out of production of spare parts, for the equipments
offered, the manufacturer shall give at least 12 months advance notice to the
department.
12.11 The tenderers shall furnish along with the tender the system efficiency curve
indicating the overall system efficiency.
12.11.1 Only one pump is operated.
12.11.2 Two pumps are operated in parallel.
The tenderers shall also indicate the overall efficiency
of each pumping unit and KW input should be quoted without any tolerance.
The efficiency and kilowatt input of motor once quoted should be firm and shall
not be allowed to altered.
92
12.12
The overall efficiency of each pumping unit and KW input should be quoted
without any tolerance. The efficiency and kilowatt input of motor once quoted
should be firm and shall not to be altered.
12.13
On completion of work the contractor shall submit the completion, drawing
and detailed mechanical drawings of equipments manual in form as desired by the
Engineer-in-Charge.
12.14 All the equipments shall be provided with rating plate and name plate as per
the specification attached.
Executive Engineer
Public Health Engg. Division
Surajpur
93
ANNEXURE – “G”
DETAILED BREAK UP SCHEDULE FOR VALUEATION OF THE WORK SHALL BE
AS PER BELOW AND CONDITION OF CONTRACT OF CLAUSE -15
1.
Intake well cum pump house, 01 nos jackwell 40% of value of L.S. offer
& Raw water V.T. pumps
4.5 MLD capacity water treatment plant with 60% of value of L.S. offer
3no clear water centrifugal pumps.
Total - 100%
2.
1. Intake well cum pump house, jackwell & Raw water V.T. pumps – 40% of the L.S. offer
i) BREAK UP OF SCHEDULE FOR VALUATION OF OF THE CONSTRUCTION OF
R.C.C. INTAKE WELL CUM PUMP HOUSE - Design, Drawing, construction & Testing
of R.C.C. circular Intake well cum pump house with jack well in Rend (rehar) river - 80% of
item no. 1 of annexure G
ii) BREAK UP OF SCHEDULE FOR VALUATION OF- Design, Drawing, providing and
installing V.T. pumps set for surajpur water supply scheme – 20% of item no. 01
annexure G
iii) BREAK UP OF SCHEDULE FOR VALUATION OF THE CONSTRUCTION OF R.C.C.
INTAKE WELL CUM PUMP HOUSE (80% OF item no. 01 of annexure ‘G’)
S.No.
Stage of payment
% payable
Cumulative &
payable
(A)
CIVIL WORK (INTAKE WELL CUM PUMP
HOUSE
2%
2%
1-
On approval of design and drawing
2-
On completion of PCC of foundation
10%
12%
3-
On completion of work up to intake well footing top
10%
22%
4
On completion of 50% well staining between intake
well footing and discharge floor level
15%
37%
5
On completion of wall staining up to discharge floor
level
10%
47%
6
On completion of discharge floor level
5%
52%
7
On completion of pump house work (except slab)
10%
62%
8
On completion civil work for up to roof slab for
installation of RSJ with bearing plants and chain
pulley arrangement.
1%
63%
9
On completion of snocem painting and all other
finishing works complete.
2%
65%
TOTAL (A)
94
65%
(B)
APPROACH BRIDGE – 5.0m. width
1-
Full completion of approach
railing, etc. complete.
bridge with fixing of
5%
TOTAL (B)
(C )
5%
5%
MECHANICAL AND ELECTRICAL WORK
1-
On supply of all valves and specials etc. as mentioned
in the NIT
3%
3%
2-
On supply of 0.8 meter wide steel ladder in side well.
3%
6%
3-
On supply of 10 T Gantry Crane as per specifications
2%
8%
4-
On fixing of all valves specials, gantry crane and silt
remover.
3%
11%
5-
On supply and fixing of all civil, mechanical and
electrical fixtures as mentioned in the NIT
4%
15%
TOTAL (C )
(D)
15%
JACK WELL –1 NO- 3.5 M DIA
Full completion of jack well with and connection pipe
line from jack well to intake well.
TOTAL A+B+C+D+E
95
15%
15%
100%
iii) BREAK UP OF SCHEDULE FOR VALUATION OF - Design, Drawing, providing
and installing 3 Nos. V.T. pump sets for surajpur Water Supply Scheme – (20% of
Lump sum offer).
S.No.
Stage of Payment
% payment
1-
On supply of V.T. pumps (3 Nos.)
25%
Cumulative &
payable
25%
2-
On supply of V.T. Motor (3 Nos.)
25%
50%
3-
On supply of Electric starter panel
20%
70%
4-
On supply of pipes & valves
10%
80%
5-
On Erection of all Items
20%
100%
Executive Engineer
Public Health Engg. Division
Surajpur
96
2. DETAILED BREAK UP SCHEDULE FOR CONSRUCTION OF 4.50 MLD WATER
TREATMENT PLANT – 60% OF VALUE OF L.S. OFFER
A. CIVIL WORKS
60% of item no. 02 of Annexure ‘G’
-
40% of item no. 02 of Annexure ‘G’
B. MECHANICLA WORKS-
A. CIVIL WORK – (Total cost in 60% of item -2 )
Item no. 1 – Aeration cascade, inlet channel & measuring flume – 10% of civil works
1. Structural Design charges.
2%
2. Excavation
10%
3. Foundation
20%
4. 100% shaft complete
25%
5. 100% Aerator complete
25%
6. Inlet channel & measuring flume
13%
7. Remaining work
5%
Total - 100%
Item no. 2 – Chemical House, Office & Lab cost –
1. Structural Design charges
2. Excavation
3. P.C.C.
4. Foundation
5. 1st floor complete column & slab
6. 2nd floor complete column & slab
7. Complete brick masonry, doors, window &
sanitation
8. Complete plastering & painting works & all
remaining items.
TotalItem no. 3 – Flash Mixer
1. Structural Design charges
2. Excavation
3. P.C.C.
4. Foundation complete
5. Walling complete
6. Hydraulic & all remaining works
- 15% of civil works
2%
10%
10%
20%
20%
15%
18%
5%
100%
– 05% of civil works
Total -
2%
20%
20%
20%
33%
5%
100%
Total -
2%
15%
10%
38%
30%
05%
100%
Item no. 4 – Clariflocculator
1. Structural Design charges
2. Excavation
3. P.C.C.
4. Foundation complete
5. Walling complete
6. Hydraulic & all remaining works
– 15% of civil works
Item no. 5 – Filter house
1. Structural Design charges
– 18% of civil works
2%
97
2.
3.
4.
5.
6.
7.
Excavation
P.C.C. complete & base slab
Foundation complete
Walling complete
Filter house complete including doors & windows.
Hydraulic & all remaining works
Total -
15%
10%
35%
35%
22%
05%
100%
Item no. 6 – Construction of Clear water sump well
1. Structural Design charges
2. Excavation
3. P.C.C.
4. Foundation complete
5. Complete height of vertical wall
6. Roof slab
7. Hydraulic & all remaining works
Total -
2%
15%
10%
30%
26%
12%
05%
100%
Item no. 7 – Wash water tank
1. Structural Design charges
2. P.C.C. & Excavation
3. Foundation complete
4. Complete supporting structure up to Bottom slab
5. Bottom slab
6. Vertical Wall
7. Roof slab
8. Hydraulic & all remaining works
Total Item no. 8 – Clear Water pump house
1. Structural Design charges
2. Excavation
3. P.C.C.
4. Foundation complete
5. Complete Column & Beams
6. Complete Brick Masonary, Doors, Windows &
Sanitation
7. Complete Plastering & Painting work & all
remaining items
Total Item no. 9 – Chlorine room / Tonner store
1. Structural Design charges
2. Excavation
3. P.C.C.
4. Foundation complete
5. Complete Column & Beams
6. On its complete construction
7. All remaining works
– 18% of civil works
– 06% of civil works
2%
10%
20%
15%
15%
20%
13%
05%
100%
– 10% of civil works
2%
10%
10%
18%
25%
30%
05%
100%
– 03% of civil works
Total -
98
2%
10%
10%
30%
21%
22%
05%
100%
B. MECHANICLA WORKS – (Total cost is 40% of item no. 02 of Annexure ‘G’)
Detail Breakup of payment on supply Mechanical & Electrical equipment
Sl. Description
Percentage
No.
1.
Parshal Flume 2%
1.1 Float operated local dial type
1.75%
flow indicator (one set)
1.2 Parshal flume stilling chamber
0.25%
(one set)
2.
3.
4.
Flash Mixer (01 no.)
2.1 M.S. Turbine agitator with M.S.
Shaft, suitable worm reduction gear
box and suitable H.P., 1500 RPM,
TEFC Motor (one set)
2.2 Hand railing along the R.C.C.
platform slab. (Lot)
2.3 M.S. Cover for Motor (01 no.)
2.4 Suitable drain connection with
G.I.D./ F pipe and C/I. Sluice valve.
(o1 no.)
Amount
Cumulative
percentage
1.75%
0.25%
02%
4%
4%
0.20%
4.20%
0.20%
0.60%
4.40%
5%
05%
Clarriflocculators (1 no.) 30%)
3.1 The Mechanical Equipment for
each clarifloculator shall consist of :
CLF, C.L., DF inlet pipes
3.2 Pitched blade axial flow propeller
type flocculator (two set)
3.3 Scraper bridge and accessories
complete (one set)
3.4 Electric contact gear assemble
(one set)
3.5 80 mm dia G.I. pipe for under
ground cable line to connect the
current collector.
3.6 Central Bearing assemble (one
set)
3.7 Hand Railing along one side of the
peripheral walkway (lot)
3.8 300 mm. dia CI ‘LA’ class S/S
pipe for sludge with drawl (one set)
3.9 300 mm. CI D/F sluice valve with
extended spindle and hand wheel for
sludge pipe (one no.)
3.10 80 mm. dia telescopic constant
bledde device (one set)
Motor cover (03 Nos.)
Filters and filter house (Rapid Gravity
99
05%
05%
5%
10%
15%
25%
01%
26%
0.5%
26.5%
0.5%
27%
0.5%
27.5%
01%
28.5%
0.5%
29%
1%
30%
Amount
filters) (25%)
4.1 Manually operated Sl. Valve
for filter inlet
4.2 Manually operated CI, D/F
sluice valves for filter outlet..
4.3 CI, D/F sluice valves for back
wash inlet.
4.4 Suitable penstock gate for
back wash waste
4.5 CI, D/F sluice valve for air
inlet.
4.6 C.I. pipes and specials for
filter inlet outlet wash water
inlet waste water and air inlet.
(lot)
4.7 Suitable dia CI, LA class pipe
ring main with CI specials for
the backwash inlet line from
the wash water tank located
over the filter gallery. (lot)
4.8 Combined LOH and ROF
meters
4.9 Under drain system.
4.10Filter Media
4.11Rate of flow controller.
4.12Hand railing & step ladders.
Hand railing along the filter
caerating platform and walls
ways 600 mm wide MS step
ladders for acoess to PWC
from operating plate form.
4.13Filter house annexe: 2 set
(1w+1s) air blowers.
4.1402 nos CI, D/F sulice valve 2
nos., CI non retan valves lot
CI pipes and specials for
individual delivery lines and
for the air main.
4.15Wash water tank filling
pumps (02 sets) (1w+1s)
4.1602 Nos. CI, D/F sluice valves.
Lot CI pipes and specials for
individual
suction
and
delivery lines and for the
delivery main up to the W.W.
Tank
Lot hand railing as required
Wash water Tank (RCC) :
1 no. Float operated water
level indication.
Tot. CI pipes and specials for
overflow/drain of the WW
01%
01%
01%
02%
01%
03%
01%
04%
01%
05%
0.5%
5.5%
01%
6.5%
01%
7.5%
03%
01%
0.5%
0.25%
10.5%
11.5%
12%
12.25%
10%
22.25%
0.25%
22.50%
02%
24.50%
0.5%
25%
100
5.
tank.
01 no. CI sluice valve for
drain.
03 nos. MS cat laters, 2 for
access to the WW tank from
filter gallery and one for entry
to the WW tank
CHEMICAL HOUSE : (12%)
5.1 Alum dosing 1%
The equipment for 2 nos., alum tanks.
sets electric motors
5.1.2 2 Nos. MSSRL agitators.
5.1.3 2 nos. level indicator
5.2 One set constant Head dosing box
and access dries.
5.3 4 Nos. diaphragm valves for
outlets and scour drain
Lot 40mm. NB class 3 UPVC pipe
from tank outlets to gravity dosing
box and for drainage and overflow of
alum solution preparation tanks.
40 mm. NB class III UPVC pipes
from valves dosing box upto parshal
flume.
40mm. dia GI pipes and GM valves
for water feed to alum tanks.
80 mmp dia CI, LA class pone frp
wast water taml for conveyance of
water to feed alum tanks and lime
tanks
5.4 Lime dosing (1%)
5.4.1 2 set electric motors
5.3.2 2 nos. MSRL agitators
5.3.3 2 nos. level indicator
5.5 40 mm NB class 3 UPVC pipe
upto parshal flume/flash mixer
5.6 Others:
40 mm. dia GM valves for tank
outlets and drains 4 nos.
40 mm dia GI pipe and GM valves for
water feed to lime tanks.
Ton capacity manually operated
hoist and hand geared trolley.
1 no. 0.5 ton capacity plate form
weighing machine
2
nos. 500 mm wide MS step
ladders for the plate forms.
Lot Handdrailing along one side
of the plate form.
5.7 Chlorination (PREAND POST)
a. 2 nos. (1w+1s) vacuum feed
0.25%
0.25%
0.25%
0.50%
0.50%
1%
0.25%
1.25%
0.25%
1.50%
0.5%
2%
5%
07%
101
6.
7.
8.
9.
chloringator for prechiorination &
post chlorination.
b. 3 nos (2w+1s) self-priming
centrifugal pump
c. Two Nos. chlorine tonners
d. Others.
e. Supply of chlorine for running the
plant for six months.
Clear water sump and pump house :
One no. 10 ton capacity HOT crane
for the pump house having cross and
long travels
One no MS cat ladder for sump.
Clear water centrifugal pumps 3 no
(19%)
7.1 Clear water pumps with base plate
& coupling.
7.2 Motors for clear water pump
7.3 Electrical panel
7.4 Suction & delivery pipes & valves
Laboratory Equipments
Electrification
01%
08%
3%
0.5%
0.5%
11%
11.50%
12%
2.50%
2.50%
0.5%
0.5%
6%
6%
8%
3%
2%
14%
17%
19%
1.5%
2.5%
1.5%
2.5%
100%
Executive Engineer
Public Health Engg. Division
Surajpur
102
ANNEXURE ‘H’
INFORMATION & INSTRUCTIONS
TO THE BIDDERS FOR
ONLINE 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.etenders.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.etenders.in and get empanelled in the
Portal http://phed.cgeprocurement.etenders.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 User’s
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-NexTenders.
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 e-Procurement System of Government of Chhattisgarh:
Wipro Limited in consortium with NexTenders (India) Pvt. Ltd.
2, Ratan Sadan Pilli Building
Fafadih, Pin – 492001
Raipur (Chhattisgarh)
Tel.No.0771–288 04 91,407 06 91(Tele Fax)
Email: 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
103
registered firm to inform the Certifying Authority or Sub Certifying 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.etenders.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 e-Procurement Portal.]
6. Tender Download: Eligible Bidders can download the Tender Document online.
7. 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 Super-Hash"
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 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 and Engineering Department.
104
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 Engg.Division
Distt-Surajpur (C.G.)
105
ANNEXURE ‘I’
CROSS SECTION OF THE RIVER REHAR WITH RLs AT VARIOUS LEVELS OF
THE PROPOSED SITE FOR JACK WELL, INTAKE WELL & WATER TREATMENT
PLANT
(For purpose of guidance only)
106
Annexure - J
// PRE-CONTRACT INTEGRITY PACT //
1.
GENERAL
1.1
This pre-bid contract Agreement (herein after called the Integrity Pact) is made
on………………day of the month ………….20……….., between, the Government of
Chhattisgarh acting through Shri………………………………………….(Designation of the
officer, Department) Government of Chhattisgarh (hereinafter called the “BUYER”, which
expression shall mean and include, unless the context otherwise requires, his successors in the
office and assigns) and the First Party, proposes to procure (name of the
Stores/Equipment/Work/Service) and M/s …………………… …………represented by
Shri……………………………………Chief Executive Officer (hereinafter called the
“BIDDER’/Seller”, which expression shall mean and include unless the context otherwise
requires, his successors and permitted assigns) and the Second Party, is willing to offer/has
offered.
1.2
WHEREAS the BIDDER is a Private Company/Public Company/Government
Undertaking/Partnership/Registered Export Agency, constituted in accordance with the relevant
law in the matter and the BUYER is a Ministry/Department of the Government, performing its
function on behalf of the Government of Chhattisgarh.
2.
OBJECTIVES
NOW, THEREFORE,
the BUYER and the BIDDER agree to enter into this
pre-contract agreement, hereinafter referred to as Integrity Pact, to avoid all forms of corruption by
following a system that is fair, transparent and free from any influence/prejudiced dealings prior to, during
and subsequent to the Contract to be entered into with a view to :2.1
Enabling the BUYER to obtain the desired Stores/Equipment/Work/Service at a competitive price
in conformity with the defined specification by avoiding the high cost and the distortionary
impact of corruption on public procurement, and
2.2
Enabling BIDDERs to abstain from bribing or indulging in any corrupt practices in order to secure
the contract by providing assurance to them that their competitors will also abstain from bribing
any corrupt practices and the BUYER will commit to prevent corruption, in any form, by its
official by following transparent procedures.
3.
COMMITMENTS OF THE BUYER
The BUYER commits itself to the following :3.1
The BUYER undertakes that no official of the BUYER, connected directly or indirectly with the
contract, will demand, take promise for or accept, directly or through intermediaries, any bribe,
consideration, gift, reward, favour or any material or immaterial benefit or any other advantage
from the BIDDER, either for themselves or for any person, organization or third party related to
the contract in exchange for an advantage in the bidding process, bid evaluation, contracting or
implementation process related to the contract.
3.2
The BUYER will, during the pre-contract stage, treat BIDDERs alike, and will provide to all
BIDDERs the same information and will not provide any such information to any particular
BIDDER which could afford an advantage to that particular BIDDER in comparison to the other
BIDDERs.
3.3
All the officials of the BUYER will report the appropriate Government office any attempted or
completed breaches of the above commitments as well as any substantial suspicion of such a
breach.
In cash any such preceding misconduct on the part of such official(s) is reported by the BIDDER to the
BUYER with the full and verifiable facts and the same prima facie found to be correct by the BUYER,
necessary disciplinary proceedings, or any other action as deemed fit, including criminal proceedings may
be initiated by the BUYER and such a person shall be debarred from further dealings related to the contract
process. In such a cash while an enquiry is being conducted by the BUYER the proceedings under the
contract would not be stalled.
4.
COMMITMENTS OF BIDDERS
The BIDDER commits itself to take all measures necessary to prevent corrupt practices, unfair means an
illegal activities during any stage of its bid or during any pre-contract or post –contract stage in order to
secure the contract or in furtherance to secure it and in particular commit itself to the following :4.1.
The BIDDER will not offer, directly or through intermediaries, any bribe, gift, consideration,
reward, favor, any material or immaterial benefit or other advantage, commission, fees, brokerage
or inducement to any official of the BUYER, connected directly or indirectly with the biding
107
4.2.
4.3
4.4
4.5
4.6
4.7
4.8
4.9
process, or to any person, organization or third party related to the contract in exchange for
any
advantage
in
the
bidding,
evaluation,
contracting
and
implementation
of the contract.
The BIDDER further undertakes that it has not given, offered or promised to give, directly or
indirectly any bribe, gif, consideration, reward, favor, any material or immaterial benefit or other
advantage, commission, fees, brokerage, or inducement to any official of the BUYER or otherwise
in procuring the Contract of forbearing to do or having done any act in relation to the obtaining or
execution of the contract or any other contract with the Government for showing or forbearing to
show favor or disfavor to any person in relation to the contract or any other contract with the
Government.
The BIDDER further confirms and declares to the BUYER that the BIDDER in the original
Manufacture/Integrator/Authorized government sponsored export entity of the stores and has not
engaged any individual or firm or company whether Indian or foreign to intercede, facilitate or in
any way to recommend to the BUYER or any of its functionaries, whether officially or
unofficially to the award of the contract to the BIDDER, nor has any amount been paid, promised
or intended to be paid to any such individual, firm or company in respect of any such intercession,
facilitation or recommendation.
The BIDDER, either while presenting the bid or during pre-contract negotiations or before signing
the contract, shall disclose any payment he has made, is committed to or intends to make to
officials of the BUYER or their family members, agents, brokers or any other intermediaries in
connection with the contract and the details of services agreed upon for such payments.
The BIDDER will not collude with other parties interested in the contract to impair the
transparency, fairness and progress of the bidding process, bid evaluation, contracting and
implementation of the contract.
The BIDDER will not accept any advantage in exchange for any corrupt practice, unfair means
and illegal activities.
The BIDDER shall not use improperly, for purpose of competition or personal gain, or pass on to
others, any information provided by the BUYER as part of the business relationship, regarding
plans, technical proposal and business details, including information contained in any electronic
data carrier. The BIDDER also undertakes to exercise due and adequate care lest any such
information is divulged.
The BIDDER commits to refrain from giving any complaint directly or through any other manner
without supporting it with full and verifiable facts.
The BIDDER shall not instigate or cause to instigate any third person to commit any of the acts
mentioned above.
5.
PREVIOUS TRANSGRESSION
5.1
The BIDDER declares that no previous transgression occurred in the last three years immediately
before signing of this Integrity Pact with any other company in any country in respect of any
corrupt practices envisaged hereunder or with any Public Sector Enterprise in India or any
Government Department in India that could justify BIDDER’s exclusion from the tender process.
5.2
If the BIDDER makes incorrect statement on this subject, BIDDER can be disqualified from the
tender process or the contract, if already awarded can be terminated for such reason.
6.
EARNEST MONEY (SECURITY DEPOSIT)
6.1
Every BIDDER while submitting commercial bid, shall deposit an amount as specified in RFP as
Earnest Money/Security Deposit, with the BUYER through any of the following instruments :
(i)
Bank Draft or a Pay Order in favor of ………………………….
(ii)
A confirmed guarantee by an Indian Nationalized Bank, promising payment of the
guaranteed sum to the ………………(BUYER) ……………..on demand within three
working days without any demur whatsoever and without seeking any reasons
whatsoever. The demand for payment by the BUYER shall be treated as conclusive proof
of payment.
(iii)
Any other mode or through any other instrument ( to be specified
in the RFP).
6.2
The Earnest Money/Security Deposit shall be valid up to a period of five years or the complete
conclusion of the contractual of the contractual obligations to the complete satisfaction of both the
BIDDER and BUYER, including warranty period, whichever is later.
6.3
In the case of successful BIDDER a clause would also be incorporated in the Article pertaining to
Performance Bond in the Purchase Contract that the provisions of Sanctions for violation shall be
applicable for forfeiture of Performance Bond in case of a decision by the BUYER to forfeit the
same without assigning any reason for imposing sanction for violation of this Pact.
108
6.4
7.
SANCTIONS FOR VIOLATIONS
7.1
Any breach of the aforesaid provisions by the BIDDER or any one employed by it or acting on its
behalf (whether with or without the knowledge of the BIDDER) shall entitle the BUYER to take
all
or
any
one
of
the
following
actions,
wherever required :(i)
To immediately call off the pre contract negotiations without assigning any reason or
giving any compensation to the BIDDER. However, the proceedings with the other
BIDDER(s) would continue.
(ii)
To forfeit fully or partially the Earnest Money Deposit (in pre-contract stage) and/or
Security Deposit/Performance Bond (after the contract is signed), as decided by the
BUYER and the BUYER shall not be required to assign any reason therefore.
(iii)
To immediately cancel the contract, if already signed, without giving any compensation
to the BIDDER.
(iv)
To recover all sums already paid by the BUYER, and in case of the Indian BIDDER with
interest thereon at 2% higher than the prevailing Prime Lending Rate while in case of a
BIDDER from a country other than India with Interest thereon at 2% higher than the
LIBOR. If any outstanding payment is due to the BIDDER from the BUYER in
connection with any other contract such outstanding payment could also be utilized to
recover the aforesaid sum and interest.
(v)
To encase the advance bank guarantee and performance bond/warranty bond, if furnished
by the BIDDER, in order to recover the payments, already made by the BUYER, along
with interest.
(vi)
To cancel all or any contracts with the BIDDER and the BIDDER shall be liable to pay
compensation for any loss or damage to the BUYER resulting from such
cancellation/rescission and the BUYER shall be entitled to deduct the amount so payable
from the money(s) due to the BIDDER.
(vii)
To debar the BIDDER from participating in future bidding processes of the Government
of Chhattisgarh for a minimum period of five years, which may be further extended at the
discretion of the BUYER.
(viii)
To recover all sums paid in violation of this Pact by BIDDER(s) to any middlemen or
agent or broken with a view to securing the contract.
(ix)
In cases where irrevocable Letters of Credit have been received in respect of any contract
signed by the BUYER with the BIDDER, the same shall not be opened.
(x)
If the BIDDER or any employee of the BIDDER or any person acting on behalf of the
BIDDER, either directly or indirectly, is closely related to any of the officers of the
BUYER, or alternatively, if any close relative of an officer of the BUYER has financial
interest/stake in the BIDDER’s firm, the same shall be disclosed by the BIDDER at the
time of filling of tender. Any failure to disclose the interest involved shall entitle the
BUYER to rescind the contract without payment of any compensation to the BIDDER.
The term ‘close relative’ for this purpose would mean spouse whether residing
with the Government servant or not, but not include a spouse separated from the
Government servant by a decree or order of a competent court; son or daughter or step
son or step daughter and wholly dependent upon the Government servant or of whose
custody the Government servant has been deprived of by or under any law; any other
person related, whether by blood or marriage, to the Government servant or to the
Government servant’s wife or husband and wholly dependant upon Government servant.
(xi)
The BIDDER shall not lend to or borrow any money from or enter into any monetary
dealings or transactions, directly or indirectly, with any employee of the BUYER, and if
he does so, the BUYER shall be entitled forthwith to rescind the contract and all other
contracts with the BIDDER. The BIDDER shall be liable to pay compensation for any
loss or damage to the BUYER resulting from such rescission and the BUYER shall be
entitled to deduct the amount so payable from the money(s) due to the BIDDER.
7.2
8.
No interest shall be payable by the BUYER to the BIDDER on Earnest Money/Security Deposit
for the period of its currency.
The decision of the BUYER to the effect that a breach of the provisions of this pact has been
committed by the BIDDER shall be final and conclusive on the BIDDER. However, the BIDDER
can approach the Monitor(s) appointed for the purposes of this Pact.
FALL CLAUSE
8.1
The BIDDER undertakes that if has not supplied/is not supplying similar product/systems or
subsystems at a price lower than that offered in the present bid in respect of any other Department
109
of the Government of Chhattisgarh or PSU and if it is found at any stage that similar
product/systems or sub systems was supplied by the BIDDER to any other Department of the
Government of Chhattisgarh or a PSU at a lower price, then that very price, with due allowance
for elapsed time, will be applicable to the present case and the difference in the cost would be
refunded by the BIDDER to the BUYER, if the contract has already been concluded.
9.
INDEPENDENT MONITORS
9.1
The BUYER will appoint Independent Monitors (hereinafter referred to as Monitors) for this Pact.
9.2
The task of the Monitors shall be to review independently and objectively, whether and to what
extent the parties comply with the obligations under this Pact.
9.3
The Monitors shall not be subject to instructions by the representatives of the parties and perform
their functions neutrally and independently.
9.4
Both the parties accept that the Monitors have the right to access all the documents relating to the
project/procurement, including minutes of meetings. The Monitor shall be under contractual
obligation to treat the information and documents of the BIDDER/Sub contractor/s) with
confidentiality
9.5
As soon as the Monitor notices, or has reason to believe, a violation of this Pact he will so inform
the Authority designated by the BUYER.
9.6
The Monitor will submit a written report to the designated Authority of BUYER/ Secretary in the
Department/within 8 to 10 weeks from the date of reference or intimation to him by the
BUYER/BIDDER and, should the occasion arise, submit proposals for correcting problematic
situations.
10.
FACILITATION OF INVESTINGATION
In case of any allegation of violation of any provisions of this Pact or payment of commission, the BUYER
or its agencies shall be entitled to examine all the documents including the Books of Account of the
BIDDER shall provide necessary information of the relevant documents and shall extend all possible help
for the purpose of such examination.
11.
LAY AND PLACE OF JURISDICTION
This Pact is subject to Indian Law, the place of performance and jurisdiction shall be the seat of the
BUYER.
12.
OTHER LEGAL ACTIONS
The actions stipulated in this Integrity Pact are without prejudice to any other legal action that may follow
in accordance with the provisions of the any other law in force relating to any civil or criminal proceedings.
VALIDITY
13.1
The validity of this Integrity Pact shall be from the date of its signing and extend up to 5 years or
the complete execution of the contract to the satisfaction of both the BUYER and the
BIDDER/Seller whichever is later. In cash BIDDER is unsuccessful; this Integrity Pact shall
expire after six months from the date of the signing of the contract.
13.2
If one or several provisions of this Pact turn out to be invalid; the remainder of this Pact shall
remain valid. In such case, the parties will strive to come to an agreement to their original
intentions.
The parties hereby sign this Integrity Pact at……………………….on……………….
13.
14.
BUYER
BIDDER.
Name of the Officer
Designation
Department/PSU
CHIEF EXECUTIVE OFFICER
1)
Witness
……………………………………….
……………………………………….
1)
Witness
……………………………
……………………………
2)
……………………………………….
……………………………………….
2)
……………………………
……………………………
110
Download