You are on page 1of 199

1

GOVERNMENT OF ODISHA (HOUSING & URBAN DEVELOPMENT DEPARTMENT) OFFICE OF THE ENGINEER-IN-CHIEF, PUBLIC HEALTH, ODISHA, BHUBANESWAR FAX # 0674-2396935

Construction of New Water treatment Plant and laying


of Pipe line for improvement of Water Supply to Burla Town 0N EPC Contract (Turnkey Basis)

DETAILED TENDER CALL NOTICE (DTCN) FOR

ESTIMATED COST : Rs.793.93 LAKH


Bid Identification No.CEPH-08/2012-13 Dt.02.01.2013

PART-I : General & Technical Bid COST OF TENDER PAPER: Rs.10,500.00


[Including 5% VAT]

JANUARY - 2013

CONTENTS OF

DETAILED TENDER CALL NOTICE (DTCN)


Section Section-1 Description Notice Inviting Tender (NIT) Check List to be Filled up by the Bidder Contract Data Section-2(A) Section-2(B) Section-2(C) Section-2(D) Section-2(E) Section-2(F) Section-2(G) Section-3 Section-4 Section-5 Section-6 Section-7 Section-8 Section-9 Section 10 Section 11 Schedule-A to I Details of the Documents to be Furnished for Online Bidding Instructions to Bidders Data Sheet Letter for Submission of Tender Tender Declaration Letter of Acceptance of Tender Memorandum Information regarding Tenderer Declaration by the Tenderer Form of Agreement Conditions of Contract Special Conditions of Contract Scope of Work Technical Specifications & Design Criteria Payment Break-up Schedule Drawing Page No. 3 5 6 7 8 24 28 29 30 31 32 33 34 36 52 66 86 150-167 168-169 170-182 183-188 189 190-199 1 DTCN Part I: General & Technical- Bid

Formats for furnishing Information by the Bidder Technical Questionnaires on Water Treatment Annexure-I Plant Test Report of Water Samples of Hirakud Annexure-II Reservoir Guidelines/Procedure to be followed in Annexure-III introduction of e-Procurement in Govt. of DTCN Part II: Price Bid/BoQ

SECTION-1

GOVERNMENT OF ODISHA
OFFICE OF THE ENGINEER-IN- CHIEF, P.H., ODISHA, BHUBANESWAR
Construction of New Water treatment Plant and laying of Pipe line for improvement of Water Supply to Burla Town on EPC Contract (Turnkey Basis)

NOTICE INVITING TENDER (NIT) FOR THE WORK

******

NATIONAL COMPETITIVE BIDDING THROUGH e-Procurement Identification No.CEPH-08/2012-13 Dt. 02.01.2013 The Chief Engineer, P.H. (Urban), Odisha, Bhubaneswar on behalf of Governor of Odisha invites Lump Sum Bids through e-Procurement in conformity with the terms and conditions of the Detailed Tender Call Notice (DTCN) in Two Bid system (Part-I: General & Technical Bid and Part-II: Price Bid) from Special Class & Super Class Contractors registered with the Odisha State Government and Contractors of equivalent grade/class registered with Central Government/ any other State Government/ MES/ Railways and Reputed Engineering Firms having experience and expertise in Design, Construction, Testing & Commissioning of Similar Type of Works and fulfilling minimum eligibility criteria as stated hereunder and other detailed qualifying requirements given in the DTCN on EPC Contract (Turnkey Basis) to be eventually drawn up in the standard G-2 Contract Form of Odisha PWD. The bid should be submitted on-line in the website www.tendersorissa.gov.in by eligible class of contractors. The bidders should have the necessary Portal Enrolment (with his own Digital Signature Certificate). The registered bidders of outside Odisha can also participate in this process, after necessary Portal Enrolment, but shall have to subsequently undergo registration with the appropriate authority of the State Government before signing agreement.
Sl. No. Name of the Work Value of E.M.D Work (Rs. Lakh) (Rs. Lakh) Cost of Documents including VAT Period of completion

1
1.

2 Construction of New Water treatment Plant and laying of Pipe line for improvement of Water Supply to Burla Town on EPC Contract (Turnkey Basis)

3 793.93

4 7.94

5 Rs.10,500/-

6 12 (Twelve) Months

2.

Mode of Submission of tender: Tender should be submitted online in www.tendersorissa.gov.in

3. 4.

5.

The bidders desirous to participate in bidding must possess compatible Digital Signature Certificate of Class-II or Class-III and should follow the changes/ modifications/ addendum to DTCN if any. The scanned copy of Registration Certificate, VAT, PAN, Affidavits, EMD & Tender Paper Cost including all required paper up loaded through website should be produced in original to Chief Engineer, PH (Urban), Odisha, Bhubaneswar for verification before opening of Technical Bid i.e., 11.00 AM of 04.02.2013. Critical Dates:Sl. No. (i) (ii) (iii) (iv) Description Period of availability of tenders on-line Last date & time of seeking clarification Last date & time of bidding on-line Date & time of opening of Technical Bid : : : : Critical Dates From 11.00 Hrs. of 09.01.2013 to 17.00 Hrs. of 29.01.2013 17.00 Hrs. of 18.01.2013 17.00 Hrs. of 29.01.2013 11.00 Hrs. of 04.02.2013

6. i)

ii)

7.

8. 9. 10.

Minimum Eligibility Criteria :The Firms/ Companies/ Registered Contractors should have successfully Completed & Commissioned Works of similar type valuing not less than Rs.238.18 Lakh (30% of the estimated cost) in any one year during the last 5 (five) years. However, such similar type of work must cover at least one Conventional Water Treatment Plant or Intake Well or Elevated Service Reservoir or Ground Storage Reservoir of any capacity. The firm shall have to submit the performance certificate of the works constructed by them for satisfactory performance from appropriate authority i.e., not below the rank of Executive Engineer. Weightage @ 10% per year shall be given on the value of the completed work in the preceding years. The Firms/Companies/Registered Contractors should have annual financial turnover of not less than Rs.317.58 Lakh (40% of the estimated cost) in any one year in civil construction works during last 5 (five) years and the turn over need to be certified by Chartered Accountant. Weightage @ 10% per year shall be given on the annual turnover of the preceding years. The bid for the work shall remain open for acceptance for a period of 120 (One Hundred Twenty) days from the date of opening of price bids. If any Bidder/ Tenderer withdraws his bid/tender before the said period or makes any modifications in the terms and conditions of the bid, the said earnest money shall stand forfeited. Other details can be seen in the bidding documents, which is available in website www.tendersorissa.gov.in. Subsequent corrigendum if required shall be appeared in the website. Authority reserves the right to reject any or all the tenders without assigning any reasons thereof. Sd/CHIEF ENGINEER, PH (URBAN)

CHECK LIST TO BE FILLED UP BY THE BIDDER


Name of the Work : Construction of New Water treatment Plant and laying of Pipe line for improvement of Water Supply to Burla Town on EPC Contract (Turnkey Basis)
Sl. No 01. 02. Particulars Cost of tender paper in case of down loading Rs.10,500.00 E.M.D for Rs.7.94 lakh (Scanned copy of the financial instrument shall be furnished) or E.M.D for Rs.15.88 lakh in case of machineries/ equipments owned or hired but deployed out side the State Copy of valid Registration Certificate Copy of valid VAT clearance certificate Copy of PAN Card No Relationship Certificate in Schedule A Works Experience List of projects executed that are similar in nature to the work Works in hand-List of projects in progress that are similar in nature to the work Information regarding current litigation, debarring / expelling of the tender or abandonment of the work by the tenderer Affidavit / Declaration Tools & Plants and machineries as per the requirement in Schedule-C. (Proof of ownership of Tools & Plants and machineries is to be furnished in shape of copy of invoices / required sale deed incase of 2nd purchase / required lease deed with owner ship documents of the leaser duly attested. In case of centering & shuttering materials certificate of the Executive Engineer within 90 days of last date of receipt of tender is allowed.) Work schedule in the form of Bar Chart Reference to Clause no. As per NIT DTCN Clause No.2(B)23.1 Schedule-C Whether furnished Yes No Reference to Page no.

03. 04. 05. 06. 07. (a) (b) 08. (a) (b) 09.

DTCN Clause No.2(A).a.v DTCN Clause No.2(A).a.iii DTCN Clause No.2(A).a.iv DTCN Clause No.2(A).a.vii Schedule-D Schedule-D (Item-3) Schedule-D (Item-4) Schedule-E Schedule-F Schedule-C

10.

DTCN Clause No.7.14

CONTRACT DATA
SN 1 2 Details CEPH-08/2012-13 Dt.02.01.2013 Construction of New Water treatment Plant and laying of Pipe line for improvement of Water Supply to Burla Town on EPC Contract (Turnkey Basis) Officer inviting tender CEPH (URBAN), ODISHA, BHUBANESWAR Executive Engineer concerned with Executive Engineer, PH Division, head quarters authorised as Sambalpur Engineer-in-charge of this work. A. GENERAL INFORMATIONS Item Bid Identification No. Name of the Work

3 4

Superintending Engineer with head SE, PH CIRCLE, Sambalpur quarter 6 Accepting Authority Chief Engineer, PH (Urban), Odisha, Bhubaneswar. 7 Estimated Cost Rs.793.93 lakh B. BID INFORMATION 8 Intended completion period/Time 12 (Twelve) calendar Months period assigned for Completion 9 Last Date & time of submission of 17.00 Hrs. of Dt. 29.01.2013 Bid 10 Cost of Bid Document i) Bank draft amount Rs 10,000.00 + Rs 500.00 (5%VAT) =Rs.10,500.00 ii) In favour of Executive Engineer, P.H. Division, Sambalpur iii) Payable at Sambalpur 11 Bid Security i) Amount Rs.7.94 lakh (Rs.15.88 lakh in case of machineries/ equipments owned or hired but deployed out side the State) ii) Pledged in favour of Executive Engineer, P.H. Division, Sambalpur iii) Payable at Sambalpur iv) Type of instrument As specified in the Bid document 12 Bid validity period 120 days from the date of opening of Price Bid 13 Minimum period of contract / 12 (Twelve) calendar months agreement / lease deed of equipment and machineries. 14 Currency of Contract Indian Rupees 15 Language of Contract English

SECTION- 2(A)

DETAILS OF THE DOCUMENTS TO BE FURNISHED FOR ONLINE BIDDING


(a) Scanned copies of the following documents to be up-loaded in appropriate place in PDF format in the website www.tendersorissa.gov.in. i. D.D. towards Tender Paper Cost. ii. Duly pledged EMD. iii. VAT clearance certificate. iv. PAN Card. v. Registration certificate. vi. Affidavit regarding correctness of certificates. vii. Affidavit regarding no relation certificate. viii. Work experience certificate from the authority not below the rank of Executive Engineer. ix. Annual Turnover Certificate from Chartered Accountant for last five financial years with break-up of Civil Works & Total Works for each financial year. x. Any other relevant required document, if any. Scanned Copies of the Certificates/Formats showing details of information to be furnished as per the enclosed formats should be uploaded in appropriate place after converting the same to PDF. Schedule A - Structure & Organisation. Schedule B - Financial statement Schedule C - List of plant & equipment proposed to be deployed in the work. Schedule D - Work experience Schedule E - Information regarding current litigation/debarment etc. Schedule F - Information on Electrical License/Collaboration. Schedule G - Declaration. Schedule H - Solvency certification from Bank Schedule I - Any other information. (The details of the Format is enclosed in the DTCN) Uploaded documents of valid successful bidders will be verified with the original before acceptance of offer. DTCN is not to be uploaded by the bidder. The bidder has to only agree / disagree on the conditions in the DTCN. The bidders, who disagree on the conditions of DTCN, can not participate in the tender. The bidders have to submit the D.D. in favour of E.E., P.H. Division, Sambalpur payable at Sambalpur towards cost of Tender Paper and E.M.D. in approved form before the Tender Opening Authority i.e. C.E., P.H. (Urban), Odisha, Bhubaneswar on or before the date & time of opening of Technical Bid, failing which the bidder will be disqualified.

(b)

(c) (d)

(e)

SECTION- 2(B)

INSTRUCTIONS TO BIDDERS A. GENERAL


1. Definitions: (a) Employer means the Public Health Engineering Organisation (PHEO) of the Government of Odisha represented by the C.E., P.H. (Urban), Odisha, Bhubaneswar or his authorised representative with whom the selected Contractor signs the contract for the services. (b) Contractor / Bidder / Firm / Engineer Firm / Company carry the same meaning through out the DTCN and Contract. (c) Contract means the contract/ agreement signed by the parties along with all attached documents listed in the DTCN (Tender Document Part -I & II). (d) Data Sheet means such part of the Instructions to Contractor as are used to reflect assignment conditions and evaluation of the bid. (e) Day means a calendar day. (f) Government means the Government of Odisha. (g) Instructions to Bidders (Section-2(B) of the Part-I of DTCN) means the document which provides all information needed to prepare their proposals. (h) NIT (Section-1 of the DTCN) means the Letter of Invitation being sent by the Employer. (i) Personnel means professionals and support staff provided by the Contractor and assigned to perform the services in full or in any part thereof. (j) Proposal means the Technical Proposal (Tender Document Part I General & Technical Bid) and the Financial Proposal (Tender Document Part II Price Bid). (k) DTCN means the Detailed Tender Call Notice prepared by the Employer for the selection of contractor which includes Part-I & II. (l) Govt. means Govt. of Odisha or Govt. of India as the case may be. Introduction / Selection Procedure: The Employer named in the Data Sheet will select a contract firm to execute the work as described in the scope of work and in the Data sheet. The Contractor shall bear all costs associated with the execution of the work on EPC Contract (Turnkey Basis). The Employer is not bound to accept any proposal, and reserves the right to annul the selection process at any time prior to contract award without thereby incurring any liability to the Contractor.

2.

3.

Location of the Project: The place of action is at Burla NAC, in the district of Sambalpur in the State of Odisha. Source of Funding: The work will be funded by Mahanadi Coalfields Limited (M.C.L), Burla, Sambalpur under Deposit Scheme. Eligibility: A Bidder shall be deemed to have the nationality of India. Government-owned enterprises shall be eligible only if they can establish that they are legally and financially autonomous and operate under commercial law. Registered Contractor of Special Class & Super Class of Odisha State PWD or equivalent class of CPWD / Railway / MES / Central or other State Govt. and Reputed Engineering Firms. Proof of registration is to be furnished along with the tender. History of Litigation and Criminal Record: If any criminal cases are pending against the Contractor (him/her/partners) at the time of submitting the tender, then the tender shall be summarily rejected. The Contractor has to furnish a declaration that no near relatives are working in the cadre of an Assistant Engineer/ Assistant Executive Engineer and above in the Organisation of Public Health Engineering Organisation (PHEO) of State of Odisha. Other Requirements: Even if the Contractor meets other criteria, his tender shall be summarily rejected if he is found to have misled or made false representation in the form of any of the statements submitted in proof of the eligibility and qualification requirements. The tender shall also be summarily rejected if he has a record of performance such as absconding from work, works not properly completed as per contract, inordinate delays in completion, financial failure. In addition to the above, even while executing the work, if it is found that he produced false / fake, certificates in his tender, he will be blacklisted. Original Certificates: Original documents/certificates shall be produced as and when required to verify the copies of statements and other information furnished along with tender. Failure to produce original documents in time will lead to disqualification. Cost of Tendering: The Contractor shall bear all expenses associated with the preparation and submission of his tender, C.E., P.H. (Urban), Odisha, Bhubaneswar shall in no case be responsible or liable for reimbursement of such expenses.

4.

5. 5.1. 5.2. 5.3.

6.

7.

8. 8.1.

8.2. 8.3. 9.

10.

10

11.

Site Visit: The contractor is advised to visit and examine Burla NAC in the district of Sambalpur and its surroundings and obtain for himself all information that may be necessary for preparing the tender and quoting rates at his cost and responsibility

B. TENDER DOCUMENTS

12. Tender Documents: 12.1. A set of Tender Documents comprising of the General & Technical Bid and the Price Bid includes the following together with all Addenda thereto, which may be issued in accordance with Clause 2(B)13 and Clause 2(B)14.

PART- I : GENERAL & TECHNICAL BID


Section DTCN Part 1: General & Technical- Bid Section-1 Notice Inviting Tender (NIT) Check List to be Filled up by the Bidder Contract Data Section-2(A) Section-2(B) Section-2(C) Section-2(D) Section-2(E) Section-2(F) Section-2(G) Section-3 Section-4 Section-5 Section-6 Section-7 Section-8 Section-9 Section 10 Section 11 Details of the Documents to be Furnished for Online Bidding Instructions to Bidders Data Sheet Letter for Submission of Tender Tender Declaration Letter of Acceptance of Tender Memorandum Information regarding Tenderer Declaration by the Tenderer Form of Agreement Conditions of Contract Special Conditions of Contract Scope of Work Technical Specifications & Design Criteria Payment Break-up Schedule Drawing Description

11

Schedule-A to I Annexure-I Annexure-II

Formats for furnishing Information by the Bidder Technical Questionnaires on Water Treatment Plant

Test Report of Water Samples of Hirakud Reservoir Guidelines/Procedure to be followed in introduction of Annexure-III e-Procurement in Govt. of Odisha DTCN Part II: PRICE BID 12.2. The Contractor is expected to examine carefully all instructions, terms of reference, tender conditions, forms, appendices to tender, addenda in the tender documents. Failure to comply with the requirements of tender submission will be at the contractors own risk. 13. Clarification of Tender Documents: The Contractor shall carefully examine the tender documents and be fully informed of all the conditions and matters, which may in any way affect the work or the cost thereof. Should a Contractor find any discrepancy in or omission from the specification or any other of the tender documents or should he be in doubt as to their meaning, he should immediately address a clarification online.

14. Amendment of Tender Documents: 14.1. At any time prior to the dead line for submission of tenders, C.E., P.H. (Urban), Odisha, Bhubaneswar may for any reason, whether at its own initiative or in response to the clarifications requested by the prospective Contractor, modify the tender documents by issuing an Addendum. 14.2. Such addenda will be notifying in the website and will be binding upon them. 14.3. In order to afford prospective Contractor reasonable time to take such addenda into account in preparing their tenders, C.E., P.H. (Urban), Odisha, Bhubaneswar at his discretion, may extend the dead line for the submission of tenders, if necessary.

C. PREPARATION OF TENDER DOCUMENT


15. 16. Language of the Documents: All documents relating to the Tender shall be in the English language. Documents Comprising the Tender: (a) General & Technical Bid ( Part-I of Tender Document) (b) Price Bid ( Part-II of Tender Document) (c) All documents stipulated elsewhere in the DTCN. Sufficiency of Tender: The Contractor shall be deemed to have satisfied himself before tendering as to the correctness and sufficiency of his tender for the services to be provided and

17.

12

of the prices quoted in the financial bid, which shall cover all his obligations under the contract and all matters and things necessary for the successful accomplishment of the work. 18. Preparation of Proposal: 18.1. The Proposal (see Section-2(B) Clause 1(J)) as well as all related correspondence exchanged by the employer & the Contractor shall be written in the language specified in the Data Sheet. 18.2. In preparing the proposal, the Contractor is expected to examine in detail the documents comprising the DTCN. Material deficiencies in providing the information requested may result in rejection of a proposal. 18.3. Site Inspection by tenderer. The tenderer shall inspect the site at his own cost and shall satisfy himself with regard to the nature and extent of the work involved, the actual site conditions, existing facilities and shall collect any other information which may be required before submitting the tender. Any further data required during execution of the work / scheme shall be ascertained by the contractor at his own cost. 19. Technical Proposal Format and Content: The Contractor should have sufficient man power to execute & complete the work within the time schedule. He should have sufficient financial background / work experience with specification in construction of water supply scheme / machinery and equipment required for execution of the work / free from litigation / have good working record of completion of the works in time. It may be noted that the contractor should satisfy the minimum eligible criteria for award of Contract. The Technical Proposal shall provide the information indicated in the following paragraphs (clause 2(B)19.1 to 2(B)19.12) using the attached Standard Forms. A page is considered to be one printed side of A4 or letter size paper. The Contractor has to furnish the names of the professional staff to be deployed in the work with their qualification / experience in Scheduled-A. A description of the approach, methodology and work plan for performing the assignment. The list of the key machinery & equipment to be deployed in the work with owner proof or agreement with the rightful owner Schedule C. Work completion certificate from an Engineer not below that the rank of Executive Engineer in support of the work executed as furnished in Scheduled-D. Bio-data of the professional staff furnished need be signed by the staff themselves or by their authorized representatives. Annual financial turn over of the last 5 (five) years shall be Audited accounts of the firm / contractor and certified by chartered accountant and to be indicated in Schedule B. Solvency Certificate from a Scheduled Bank (Schedule G).

19.1. 19.2. 19.3. 19.4. 19.5. 19.6. 19.7.

13

19.8. Copy of Odisha VAT-612 in support of VAT Clearance or undertaking as per Finance Deptt. Office Memorandum No.34145 Dt.17.08.2007 & No.3202 Dt.15.01.2009. 19.9. Copy of PAN Card. 19.10. Copy of Contractors Registration Certificate. 19.11. General Power of Attorney if required in favour of the authorised signatory. 19.12. Other information as required. 19.13 The Technical Bid shall not include any financial information related to the Price Bid. A Technical Bid containing financial information related to the Price Bid shall be declared non responsive. 20. The Financial Proposal: 20.1. The Contractor shall quote his rates on prescribed form of the Bill of Quantities (BoQ) already supplied in the Tender. 20.2. The offer shall be inclusive of all costs associated with the assignment including cost of all materials to be utilized in the work, cost of T&P, consumables, infrastructure backup etc. The offer shall also be inclusive of all duties, levies, taxes of the Central and State Govt. Further it shall also include all other expenses incidental thereto for successful accomplishment of the assignment in conformity with the DTCN. 20.3. The contractor should make realistic assessment of the exhaustive nature of work and the extent of expert technical and managerial inputs and resources required to carry out the work diligently to complete the work within the stipulated time and quote their offer accordingly. 20.4. The rate quoted by the firm shall be firm. 21. Tender Validity: 21.1. The proposal must remain valid for 120 (One Hundred Twenty) days from the date of opening of price bid. 21.2. A Contractor agreeing to the request of extending the validity period of the proposal will not be required or permitted to modify his tender, but will be required to extend the validity of his EMD. 22. Authorisation, Corrections, Erasures etc. in Tender Papers: 22.1. The tender document shall be digitally signed by a person duly authorized to do so. Proof of authorization shall be furnished in the form of a certified copy of Power of Attorney, which shall accompany the tender. 22.2. The completed tender shall be submitted without any alterations, inter-relations or erasures except those which accord with instructions given by the C.E., P.H. (Urban), Odisha, Bhubaneswar. 22.3. Only one tender shall be submitted by a contractor. Submission of bids through e-Procurement portal the system shall consider only the last bids submitted through portal. 23. Earnest Money Deposit / ISD / SD / Additional Perform Security & VAT Clearance:

14

23.1. Earnest Money Deposit: The Earnest Money Deposit (EMD) shall be of Rs.7.94 lakh and in shape of Postal Savings Pass Book/ NSC/ Post Office Time Deposit / Kissan Vikash Patra/ Deposit Receipt in Schedule Bank duly pledged in favour of Executive Engineer, P.H. Division, Sambalpur Payable at Sambalpur. EMD in any other form shall not be accepted. The EMD shall accompany the DTCN Part-I: General & Technical Bid. Tenders without EMD or with Part EMD/ unpledged EMD/ EMD partly pledged and partly un-pledged/ E.M.D. in other forms shall not be considered and such tenders shall be out rightly rejected. In case the contractor proposes to engage machineries and equipments as asked for in the tender document, owned or hired but deployed out side the State, he/she is required to furnish additional 1% EMD/Bid Security. The entire bid security including the additional bid security shall stand forfeited in case the contractor fails to mobilize the machineries within stipulated time as per the tender document. 23.2. Return of EMD: Earnest money given by all contractors except the three lowest tenders shall be refunded within a week from the date of opening of price bid on application / request. The earnest money given by other two parties (L2 & L3) except one whose tender is accepted shall also be refunded within 15 (fifteen) days of the acceptance of the tender on application / request. EMD shall also be returned to the unsuccessful bidders of General & Technical Bid (Part I of tender documents) after finalisation of its evaluation or last date of the tender validity period whichever is earlier on application / request. 23.3. Initial Security Deposit: The successful Tenderers ,after receipt of formal order shall have to furnish Initial Security Deposit (ISD) equal to 2% (two percent ) of the value of the order together with the EMD deposited with the tender, in shape of NSC/ postal saving pass book / post office time deposit / Kishan Vikash Patra / deposit receipt in schedule bank duly pledge in favour of the E.E., P.H. Division, Sambalpur payable at Sambalpur with in 7 (seven) days of receipt of intimation failing which their tender shall be cancelled with the forfeiture of EMD. 23.4. Additional Performance Security: Successful bidders shall deposit additional Performance Security when the bid amount is seriously unbalanced i.e., less than the estimated cost by more than 10%. In such an event the successful bidder will deposit the additional performance security to the extent of the differential cost of the bid amount and 90% of the estimated cost in shape of Postal Savings Pass Book/ NSC/ Post Office Time Deposit/ Kissan Vikash Patra/ Deposit Receipt in Schedule Bank, as per the Government of Odisha, Works Department Letter No.1220 dated 19.01.2004 on amendment of Para No.3.5.5. of OPWD Code Vol-I, duly pledged in favour of Executive Engineer, P.H. Division, Sambalpur.

15

23.5. VAT Clearance Certificate in Form Odisha VAT-612: Tenderers are required to submit attested copies of valid and up-to-date Odisha VAT Clearance Certificates along with their tenders, failing which their tenders will not be considered. The bidders from out side the State who intend to participate in the tender and who have not been registered under the Odisha VAT act as they have not started any business in state as yet are allowed to participate in the tender without having Odisha VAT clearance certificates subject to condition that they should submit undertaking in the form of an affidavit indicating therein that they are not registered under the Odisha VAT act as they have not started any business in state and they have no liability under the act. But before award of the final contract, such bidders will have to produce the Odisha VAT clearance certificate in the form VAT-612. 23.6. Security Deposit In addition to that 5% of gross value will be deducted from bill(s) of the contractor toward Security Deposit (SD) which will be refunded after the defect liability period subject to payment of final bill. 23.7. The EMD shall be forfeited, if, (a) a contractor withdraws the tender during the validity period of tender or (b) if the firm fail to furnish ISD within due time or (c) the successful tenderer fails to sign the Agreement for whatever reason. 23.8. In consideration of the Executive Engineer / Superintending Engineer / Chief Engineer / Government to investigate and to take into account each tender and in consideration of the work thereby involved, all earnest money deposited by the tenderer will be forfeited in the event of such tenderer either modifying or withdrawing his tender at his instance within the validity period. 24. Signing of Tenders / Bid All tender documents will be signed digitally with Digital Signature Certificate (DSC). The online bidder shall digitally sign on all statements, documents, certificates, uploaded by him, owing responsibility for their correctness / authenticity as per IT Act 2000. If any of the information furnished by the bidder is found to be false / fabricated / bogus, his EMD / Bid security shall stand forfeited and the bidder is liable to be blacklisted. 24.1. If the tender is made by an individual, it shall be signed with his own Digital Signature Certificate (DSC). 24.2. If the tender is made by a corporation / company, it shall be signed by a duly authorized officer who shall produce with his tender satisfactory evidence of his authorization. Such a corporation / company may be required before the contract is executed, to furnish evidence of its corporate existence. The tender shall contain no alterations or additions, except those to comply with instructions issued by the Tender Inviting Officer, or as necessary to correct errors made by the Tenderer, in which case all such corrections shall be digitally signed.

16

24.3. No alteration made by the tenderer in the contract form, the conditions of the contract, statements / formats accompanying the tender shall be recognized and in case of any alterations made by the tenderer, the tender will be void. 24.3.1. All documents furnished by the contractor along with the tender are to be digitally signed by the bidder. 25. Clarification on and Amendment to DTCN Document: 25.1. Contractor may request a clarification to any clause of the DTCN documents up to the number of days indicated in the Data Sheet before the proposal submission date. Any request for clarification must be sent online in the portal. The Employer will respond to this online through the same portal. Should the Employer deem it necessary to amend the DTCN as a result of a clarification, it shall do so following the procedure under para. 2(B) 25.2. 25.2. At any time before the submission of Proposals, the Employer may amend the DTCN by issuing an addendum/corrigendum which shall be published in the portal. The addendum/corrigendum shall be binding for the bidders. To give the bidders a reasonable time to take into account the amendment into their proposals the Employer may, if the amendment is substantial, extend the deadline for the submission of proposals. The purpose of this is to clarify issues on any matter, a tenderer may raise concerning the tendering of the works.

D. SUBMISSION OF TENDERS
26 In view of adoption of e-procurement process pursuant to Government of Odisha in Works Department Office Memorandum No.FA-R-3/08-4657/W dated 12.03.08, 4666/W dated 12.03.2008 & 1027/W Dt.24.01.2009 following changes/ modification/ addendum shall be effected.

26.1. Bid Documents: Bid documents consisting of technical bid & price bid shall be provided in the portal. Submission of bids will be through the e-Procurement portal. The bidders shall prepare the documents & up load the scanned document to the portal in appropriate place in PDF format. 26.2. Clarification of Bidding Documents: In case of submission of Bids through the e-Procurement Portal, the bidder can seek clarification within the period of seeking clarification as mentioned in tender call notice. The Employers response for the queries raised by the bidder will be posted in the portal. 26.3. Documents Comprising the Bids: In case of submission of Bids through the e-Procurement Portal, the bidder can submit the scanned copy of the documents in the designated locations of Technical Bid and Financial Bid. Submission of document shall be effected by

17

using Digital Signature Certificate (DSC) of appropriate class and thus shall be in encrypted form. 26.4. Bid Price: In case of submission of Bids through the e-Procurement Portal, an intelligent Bill of Quantity in Microsoft Excel format shall be made available to the bidder. The bidder shall down load that particular Excel sheet and fill in rates in figures at the appropriate location. The line item total in words and the total amount in case of item rate tenders shall be calculated automatically and shall be visible to the bidder. In case of percentage tender, the bidder will only fill in the designated cell and activate less or excess to indicate whether his price offer is how much excess or less than the estimate amount. The contractor will write percentage excess or less up to one decimal point only. The bidder is not supposed to change or modify the format of the excel sheet in any form. 26.5. Bid Security/EMD: (i) The bidder shall furnish, as part of his Bid, a bid security in the amount as shown in Col. 4 of the table of Notice Inviting Tender (NIT) for this particular work. In case of submission of Bids through the e-Procurement Portal, the bidder shall scan all the written pages of the bid security and up load to the system in designated place. The on line bidder shall have to deposit the Bid Security in original with the Officer Inviting Bid prior to opening of technical bid. The officer inviting the bid shall not be responsible for any postal delay and / or non-receipt due to any frivolous reasons. Non-submission of bid security within the specified period shall debar the bidder from participating in the online bidding system and his portal registration shall be cancelled. His name shall also be informed to the registering authority for cancellation of his registration. The bid security shall be in shape of Nation Savings Certificate/ Post Office Savings Bank Account/ Post Office Time Deposit account/ Kissan Vikas Patra /Deposit Receipt of Schedule Bank only duly pledged in favour of Executive Engineer, P.H. Division, Sambalpur. (ii) The EMD will be forfeited in any of the following case. a) If the Bidder withdraws the Bid after Bid opening during the period of Bid validity. b) If the Bidder does not accept the correction of the Bid Price. c) In the case of a successful Bidder, If the Bidder fails within the specified time limit to i) Sign the Agreement / contract or ii) Furnish the required ISD and Performance Security. d) In case of submission of Bids through the e-Procurement Portal, if any of the statements, documents, and certificates up loaded by the bidder is

18

found to be false/fabricated/bogus, the bidder will be blacklisted and his EMD/ Bid Security shall be forfeited. 26.6. Submission of Bid: In case of submission of bids though e-Procurement portal on the bidder shall upload the scanned copy/copies of documents as required as per DTCN. The on line bidder shall have to produce the original documents in support of scanned copies & statements up-loaded in the portal on demand by the employer prior to award of contract-failing which action as per DTCN will be initiated. In case of submission of Bids through the e-Procurement Portal, the bidder shall only submit single copy of the document. He is required to check the documents uploaded with the requirement asked for in the bid. Only after satisfying that all the documents have been uploaded, he should activate submit button. His bids shall not be considered responsive and action as per relevant clause shall be taken if he does not provide the required documents or provided illegible document. Clarity of the document may be ensured by taking out a sample printing. 26.7. Late Bids: In case of submission of Bids through the e-Procurement Portal, the system shall reject submission of any bid through portal after closure of the receipt time. For all purpose the portal time displayed in the system shall be the time to be followed by the bidder. 27. Modification & Withdrawal of Bid: In case of submission of Bids through the e-Procurement Portal, it is allowed to modify the bid. The bidder shall have to log on to the system and resubmit the documents as asked for by the system including the price bid. In doing so, the bids already submitted by the bidder will be removed automatically from the system and the latest bid only will be admitted. But the bidder should avoid modification of bid at the last moment to avoid system failure or malfunction of internet or traffic jam. If the bidder fails to submit his modified bids with in the designated time of receipt, the bids already in the system shall be taken for evaluation. In case of submission of Bids through the e-Procurement Portal, withdrawal of bid is allowed. The bidder has to click on the withdraw button and record the necessary justification for the same in the space provided. In addition to this, he has to write a letter addressed to the Officer inviting the bid and up load the scanned document to portal in respective bid. The system shall not allow any withdrawal after expiry of the closure time of the bid. 28. Bid Opening: In case of submission of Bids through the e-Procurement Portal, the bidders who participated in the online bidding can witness opening of the bid from any

19

29.

system logging on to the portal away from opening place. The bids can only be opened by the pre-designated officials only after the opening time mentioned in the bid. Award of Work: In case of submission of Bids through the e-Procurement Portal, the system shall generate the Award of Contract letter and intimate the bidders in his e-mail.

E. TENDER OPENING AND EVALUATION


30. Tender Opening: 30.1 The Chief Engineer, P.H. (Urban), Odisha, Bhubaneswar will open the tenders electronically on the date & time mentioned in the Notice Inviting Tender (NIT). 30.2 A tender shall be rejected if; a) Price Bid is not enclosed. b) Cost of tender document is not enclosed. c) EMD as per Clause 2(B)23.1 is not enclosed. d) Proof of eligibility and qualifications is not enclosed. e) There are any criminal cases pending. f) PAN is not enclosed. g) Affidavit is not enclosed. h) Power of Attorney is not enclosed. i) Record of litigation and arbitration is not enclosed. j) Other documents as required not enclosed. k) VAT in Odisha VAT-612 / undertaking to furnish VAT-612 in case of out side State firms who have not registered under Odisha as per condition of DTCN.

30.3. Any such conditions shall be minuted and the price bid shall not be opened. The price bid shall be opened only for those bidders who qualify in the technical evaluation as described at Clause 2(B)33. The date of opening of price bid shall be intimated by FAX/ E-mail/ Speed Post to the qualified bidder of technical evaluation. 30.4. The Chief Engineer, P.H. (Urban), Odisha, Bhubaneswar may prepare, for his own record, minutes of the tender opening, including the tender opening summary which shall be posted in the portal. 31. Clarification on Tenders from Tenderers: To assist in the scrutiny, evaluation and comparison of the tenders, the Chief Engineer, P.H. (Urban), Odisha, Bhubaneswar may ask contractor individually for clarification on their tenders. The request for clarification and response shall be in writing or by mail. However, no change in the tender amount/ rate or substance shall be sought, offered or permitted by the Chief

20

Engineer, P.H. (Urban), Odisha, Bhubaneswar during the evaluation of the tenders. 32. Determination of Responsiveness: 32.1. Prior to the detailed evaluation of tenders, Chief Engineer, P.H. (Urban), Odisha, Bhubaneswar will determine whether each tender has been submitted in the proper form and whether it is substantially responsive to the requirements of the tender documents. Tenders, which have not been submitted in the proper form, will be rejected. 32.2. Any tender which is not substantially responsive to the requirements of the tender documents will be rejected by the Chief Engineer, P.H. (Urban), Odisha, Bhubaneswar. Such a tender shall not be allowed subsequently to be made responsive by the contractor by correcting or withdrawing the nonconforming deviation(s) or reservation(s). 32.3. Bid Capacity: These stipulations shall apply to all works above Rs.3 Crores. Applicants who meet the minium qualification criteria will be qualified only if their available bid capacity at the expected time of bidding is more than the total estimated cost of the works. The available bid capacity will be calculated as under: Assessed Available Bid Capacity = (A*N*2-B),where A = Maximum value of works executed in any one year during the last five years(updated to the current price level) rate of inflation may be taken as 10 percent per year (escalation factor) which will take in to account the completed as well as works in progress. B = Value of current price level of the existing commitments and ongoing works to be completed during the next years (Period of completion of works for which bids are invited) and N = number of years prescribed for completion of the works for which the bids are invited. Note: In case of a joint venture, the available bid capacity will be applied for each partner to extent of his proposed participation in the execution of the works. The statement showing the value of existing commitments and ongoing works as well as the stipulated period of completion remaining for each of the works listed should be countersigned by the Engineer-in-charge not below the rank of an Executive Engineer. Escalation Factor: Following enhancement factors will be used for the costs of works executed and the financial figures to a common base value for works completed in India. Year before One Two Multiplying factor 1.10 1.21

21

Three 1.33 Four 1.46 Five 1.61 (Applicant should indicate actual figures of costs and amounts for the work executed by them without accounting for the above mentioned factors) In case the Financial figures and value of completed works are in foreign currency the above enhanced multiplying factors will not be applied. Instead, current market exchange rate (State Bank of India BC selling rate as on the last date of submission of the bid) will be applied for the purpose of conversion of amount in foreign currency into Indian rupees. (Works Deptt. OM No.FA-Codes-97/11-6300 Dt.16.06.2011.) 33. Proposal Evaluation: 33.1. From the time of the proposals are opened to the time, the contract is awarded, the contractor should not contact the client on any matter related to its Technical and/or Financial Proposal except any required in Clause-2(B)31. 33.2. Any effort by a bidder to influence the client in any form directly or indirectly during the examination, evaluation, ranking of proposals, and recommendation for award of the contract may result in the rejection of the contractors proposal. Evaluation of Technical Proposals shall have no access to the Financial Proposals until the technical evaluation is concluded.

33.3.

33.4. Evaluation of Technical Proposals: 33.4.1. The Evaluation Committee shall evaluate the Technical Proposals on the basis of their responsiveness to the DTCN. 33.4.2. A Proposal shall be rejected at this stage if it does not respond to required aspects of the NIT / DTCN. 33.4.3. During technical evaluation, the tenderers may have to make a presentation on their technical proposal before the Evaluation Committee if felt necessary. The date of such presentation shall be intimated to them in writing or by mail. 33.5. Evaluation of Financial Proposals: 33.5.1. After the technical evaluation is completed, the Employer shall inform in writing or by mail to the contractors, who have qualified in the General and Technical bid (Part-I of DTCN), the date, time and location for opening the Financial Proposals (Price Bids). 33.5.2. Financial Proposals of the bidders who qualified in technical evaluation shall be opened.

22

33.5.3. Financial bids determined to be substantially responsive will be checked by the employer for any arithmetic error(s). 33.5.4. The Evaluation Committee will correct any computational errors. When correcting computational errors, in case of discrepancy between a partial amount and the total amount or between words and figures, the amount in words will prevail. 33.5.5. If the bid price increases as a result of these corrections, the amount as stated in the bid will be the bid price and any increase will be treated as rebate. If the bid price decreases, the decreased amount will be treated as bid price. 33.6. Selection of contractor on the basis of Price Bid: Other condition being equal, the contractor bidding the lowest price will be considered for acceptance by competent authority. Negotiations: Negotiations will be held if required with the lowest valid tenderer. In the event of the L1 tenderer has furnished any condition which grossly affects the tender value / contains such conditions which make the value of the offer indefinite, he may be given an opportunity to withdraw such condition(s) to make the tender definite. Failure to withdraw such condition(s) may lead to rejection of the tender as in consistent / non responsive. In such case the employer may explorer the possibility of considering the next valid tender as L1.

34.

34.1.

F. AWARD OF CONTRACT
35. 35.1. 35.2. 36. Award Criteria: After acceptance of price bid of the tender by competent authority selected contractor will be intimated about such acceptance. The contractor is expected to commence the work on the date and at the location specified in the Data Sheet. Right to Accept or Reject any or all Tenders: Not withstanding Clause 2(B)35, the Chief Engineer, P.H.(Urban), Odisha, Bhubaneswar/ Government of Odisha reserves the right to accept or reject any tender, annul the tendering process, reject all tenders at any time or any stage prior to the award of contract without thereby incurring any liability to the affected bidders. Process to be Confidential: After the opening of tenders as per Clause 2(B)30 & 2(B)33, information relating to examination, clarification, evaluation and comparison of tenders and recommendations, concerning to the award of contract shall not be disclosed to the contractor or any other persons, officially not concerned with

37. 37.1.

23

the process, until the award of the contract to the successful contractor has been announced. 37.2. Any effort by any contractor to influence the Department officials in scrutiny, clarification, evaluation and comparison of tenders, and in any decisions concerning award of a contract, may result in the rejection of their Tender. Notification of Award & signing of Agreement: a) The Employer/ Engineer-in-charge shall notify acceptance of the work prior to expiry of the validity period by cable, telex or facsimile or e-mail confirmed by registered letter. This Letter of acceptance will state the sum that the Engineer-in-charge will pay the contractor in consideration of the execution & completion of the works by the contractor as prescribed by the contract & the amount of performance security and additional performance security required to be furnished. The issue of the letter of acceptance shall be treated as closure of the Bid process and commencement of the contract. b) The contractor after furnishing the required acceptable performance security and additional performance security, Letter to Proceed or Work Order shall be issued by the Engineer-in-charge with copy thereof to the procurement Officer-Publisher. The Procurement Officer-Publisher shall up load the summary and declare the process as complete.

38.

24

SECTION- 2(C)

DATA SHEET
Ref Cl. No. Description Name of the Work - Construction of New Water treatment Plant

and laying of Pipe line for improvement of Water Supply to Burla Town on EPC Contract (Turnkey Basis)
Section-8

Broad Scope of Works: i) Construction of Compound Wall around 6.00MLD WTP Burla including Entrance Gates. ii) Construction of Approach road (Cement concrete) to Proposed 6.00MLD WTP. Burla. iii) Construction of Cement concrete out side Drain. iv) Construction of 1.20 Mtr span RCC Culvert over RCC Drain inside Water Treatment Plant Burla. v) Design, Construction, Testing and commissioning of 6.00ML Capacity Conventional Water Treatment Plant with provision of cascade aerator, flash mixer, Horizontal baffled channel flocculator, settling tank, rapid gravity filter covered with Roof slab including the filter house. Chlorine House, chemical house, Settling Tank, 0.15 ML R.C.C Over head back wash Tank near Filter house , chlorination arrangement, Laboratory with accessories, Office Building, Internal Road, Yard lighting arrangement, settling tank sludge lagoon with the provision of recycling arrangement & handling facilities, Path ways, site drainage System etc all complete. vi) Renovation of existing 4.50 MLD Pressure filters at Burla water works introducing Conventional Rapid gravity Filter unit covered with roof slab having filter house , raw water Inlet Chamber, and also raw water channel to be connected with the existing Hopper bottom type settling tank and provision of Flow measuring system, Flash mixing unit, with Chemical feeding system and leading clear channel from RGF to the existing clear water chamber with provision of 1.0 lakh ltr capacity back wash tank over the filter house etc all complete. vii) Construction of 500000 ltr capacity Open top RCC Raw Water OGR inside 6.00MLD WTP site campus. viii) Construction of Raw Water and Clear Water Pump House ix) Design, Construction, Testing and commissioning of Clear Water under ground Reservoir at Treatment Plant site of capacity 5,00,000ltr (0.50 ML) x) Design, Construction, Testing and commissioning of Clear Water under ground Reservoir at Bharati Club Chhak of capacity 5,00,000ltr (0.5ML) xi) Design, Construction, Testing and commissioning of E.S.R. at Bharati Club Chhak of capacity 5,00,000ltr (0.5ML) xii) Design, Construction, Testing and commissioning of 1.00Lakh litter Capacity 25mtr. Head E.S.R. inside VSSUT, Burla xiii) Construction of Clear water Pump House at Bharati Club Chhak with internal Electrifications. xiv) Pumping Machineries. a) Centrifugal Pump Set with a head of 25 mtr , Discharge ,125 lps and minimum efficiency of 80% Coupled with suitable Electrical squirrel cage Induction Motor having 25% extra

25

capacity of pump) ATS Control Panel with arrangement of VFD suitable for above Capacity Centrifugal Pump sets) Provision of Clear Water Centrifugal Pump Sets at Bharati Club Chhak including installation (With Provision of 100% stand bye for Pump ,Motor & Control Panel.) with arrangement of VFD d) Centrifugal Pump Set with a head of 30 mtr , Discharge ,45 lps and minimum efficiency of 80% Coupled with suitable Electrical squirrel cage Induction Motor having 25% extra capacity of pump with panel board with arrangement of VFD. (With Provision of 100% stand bye for Pump ,Motor & Control Panel.) e) Provision of Clear Water Pump Sets at Treatment Plant for pumping to G.S.R. at Bharati Club and distribution system. (With Provision of 100% stand bye for Pump ,Motor & Control Panel.) with arrangement of VFD f)Centrifugal Pump Set with a head of 20 mtr , Discharge ,42 lps and minimum efficiency of 80% Coupled with suitable Electrical squirrel cage Induction Motor having 25% extra capacity of pump with control panel. (With Provision of 100% stand bye for Pump, Motor & Control Panel.) with arrangement of VFD g) Provision of Clear Water Pump Sets at Treatment Plant for pumping towards Sri Ram Vihar and distribution system. (With Provision of 100% stand bye for Pump, Motor & Control Panel.) h) Centrifugal Pump Set with a head of 22 mtr , Discharge ,30 lps and minimum efficiency of 80% Coupled with suitable Electrical squirrel cage Induction Motor having 25% extra capacity of pump with panel with arrangement of VFD. (With Provision of 100% stand bye for Pump, Motor & Control Panel.) i) Installation & testing of raw water horizontal submersible pump sets 2 nos. (100% standby) having 30 lps with 20 mtr head with provision of interconnection of MS pipeline at Pathanabandha Raw Water Sump and pump house with provision of panel and VFD arrangement. j) Supplying, fitting and fixing of bulk type digital flow meter (IS Mark) for both raw water and clear water rising main at the upstream and downstream of the 6 MLD WTP including all required specials 2 nos. xv) External and Internal Electrification to Pump Houses. a) Laying of 240sq mm 3 -1/2 core Power cable in trenches from Transformer to Pump Houses panel Boards, Panel Boards to Pumps & Motors inside the pump Houses including protective devices to the pumps and motors and 250KVA transformers etc ,testing and commissioning etc all complete .xvi) Clear Water Pump House Near Bharati Club Chhak .xvii) Laying of 240sq mm 3 -1/2 core Power cable in trenches from Transformer to Pump Houses panel Boards, Panel Boards to Pumps & Motors in side the pump Houses including protective devices to the pumps and motors and 100KVA transformers etc ,testing and commissioning etc all complete. xviii) Raw Water Pump House at Gouda pali- Laying of 240sq mm 3 -1/2 core Power cable in trenches from Transformer to Pump House panel Boards, Panel Boards to Pumps & Motors in side the pump Houses including protective devices to the pumps and motors and 100KVA transformers etc ,testing

26

and commissioning etc all complete. xix) Transmission Main. a) Laying of 450mm dia C.I / M.S Raw water Pipe line from Jagannath Temple Chowck to Treatment Plant Burla.(new Proposed Treatment Plant) b) Laying of 300mm dia C.I. Raw Water Pumping main from Treatment Plant to Shastri Chowck c) Laying of 300mm dia C.I. Pipe line from Treatment Plant to Bharati Club Chowck. d) Laying of C.I. Connecting the distribution main with clear water E.S.R at Bharati club chowck and sadei pali distribution system & town water supply system of Burla town. e) Laying of C.I distribution main from treatment plant to Basanta vihar, sriram vihar and Chaini pada of burla NAC. f) Laying of C.I distribution main from Treatment plant to, Gandhi pada , Tear pada and Mirdha pada under Burla N.A.C g) Laying of 300mm dia D.I K-7 Raw Water Pumping main from Gouda Palli Pump House to 2.25 MLD WTP at VSSMCH campus and Pathanbandh Raw water Sump Burla. h) Replacement of 200 mm dia old and damage C.I. pipe line by 200mm dia M.S. Raw Water pipe line from Pathanbandh to MCL Water Treatment Plant Burla. i) External electrification to 6.00 MLD water treatment plant and different pump houses under Burla NAC. a). Installation of 250KVA Transformer including cost of all material, staging, With stand bye provision. b). Extension of HT / LT line including Supply of all materials.(minimum 1.5 Km) c) Construction of Transformer Staging for two no of transformer, Site filling with sand and Metal and compound wall around the Sub-Station. k)Clear Water Pump House Near Bharati Club Chhack. a). Installation of 100KVA Transformer including cost of all material, stagging, and stand bye. b). Extention of HT / LT line including Supply of all materials(1.25 Km) c) Construction of Transformers Stagging for two no of transformers, Site filling with sand and Metal and compound wall around the Sub-Station. Up-gradation of 63 KVA transformers to 100 KVA Transformer at Gouda Palli Raw Water Pump House. a)Construction of Transformer Stagging for two no of transformers, Site filling with sand and Metal and compound wall around the Sub-Station.Supplying fitting and fixing of digital flow meters at clear water Pump Houses Near 6.0 MLD WTPS &4.5 MLD WTP, Medical, VSSUT & MCL 2(B)1.(a) Name of the Employer: Chief Engineer, P.H. (Urban), Odisha, Bhubaneswar under Housing & Urban Development Deptt., Govt. of Odisha, Bhubaneswar. Method of selection: Qualifying in the Technical Bid and L1 in the Price Bid. Two Bid System: Part-I: General & Technical Bid and Part-II: Price Bid to be submitted as detailed at Clause-2(B)26. Proposals shall be submitted in the following language: English

2(B)33.6 2(B)26. 2(B)15.

27

2(B)21. 2(B)25.1 2(B)30 2(B)33.5

Offers must remain valid for 120 (One Hundred Twenty) days from the date of opening of Price Bid. Clarifications may be requested on line till 17.00 Hrs. of 18.01.2013. The tender (Technical Bid) will be opened on following date and time: Dt.11.00 Hrs. of 04.02.2013. The date of opening of Price Bid shall be intimated separately by writing or by mail after the technical evaluation is over.

28

SECTION 2 (D)
[To be filled in by the Bidder] Additional conditions appended to the tender will make the tender liable for rejection. Non-submission of EMD in proper shape and other required documents as detailed hereinafter shall make the tender liable for rejection.

LETTER FOR SUBMISSION OF TENDER

Note:- (1) (2)

To

Ref. No. ________/Dated__________ The Chief Engineer, P.H.(Urban), Odisha, Bhubaneswar.

Sub: Tender for the Work Construction of New Water treatment Plant and

laying of Pipe line for improvement of Water Supply to Burla Town on EPC Contract (Turnkey Basis)

Identification No.CEPH-08/2012-13 Dt. 02.01.2013 published in the website www.tendersorissa.gov.in. Dear Sir, With reference to the above, we are to inform you that in response to your above referred NIT, we have downloaded the Detailed Tender Call Notice (DTCN) Part-I & II and that after having thoroughly examined the same, we hereby tender for the work to execute the work within the stipulated time and in conformity with the relevant clauses of the DTCN along with all related statutory rules and regulations for the amounts as quoted in the accompanying price bid. 2) I/We have studied, acquainted and satisfied ourselves with the site and its working conditions for the successful and timely completion of the work. 3) I/We are submitting herewith Bar Chart to complete the work in time. 4) Our offer is unconditional and is in conformity with the requirements of the DTCN. We understand that any additional condition put by us in the tender shall make our tender liable for rejection. 5) I/We understood that you are not bound to assign any reason in case of rejection of our tender. 6) I/We agree to keep our offer open for a minimum of 120 (One Hundred Twenty) days from the date of opening of the Price bid. Further extension of validity will be our prerogative. Should this tender be accepted, we hereby agree to abide by and fulfil all the terms and provisions of this Detailed Tender Call Notice (DTCN). Thanking you. Yours faithfully,

Ref:

Name and Signature of the authorised signatory along with seal and address of the firm.

29

SECTION-2 (E)

TENDER DECLARATION
[To be filled in by the tenderer]

I/We hereby tender for the execution for the Governor of Odisha of the work specified in the enclosed memorandum at the rates given in the price bid and will complete the said work in all respects within the period as specified in the Detailed Tender Call Notice and in accordance with the specifications, designs and drawings and other documents referred to therein, which shall have to be approved by the Public Health Engineering Department (PHED), Odisha, and such other written instructions as may be given by the PHED, Odisha from time to time for duly carrying out of the said works and with such materials as are provided for in accordance with the conditions and special conditions hereto attached. I/We have inspected the work site and studied its conditions, labour, materials and have understood the tender implications fully. Should this tender be accepted I/We hereby agree to abide by and fulfil all the terms and provisions of the said conditions and special conditions of the contract annexed hereto or in default thereof to forfeit and pay to the Governor of Odisha the sums of money mentioned in the said conditions and in the event of such default the transaction effected by this tender shall cease and determine.

Signature of Tenderer / Contractor (Seal)

30

SECTION-2(F)

LETTER OF ACCEPTANCE OF TENDER


(To be filled in by Chief Engineer, P.H. (Urban), Odisha, Bhubaneswar)

The above tender is hereby accepted by me on behalf of the Governor of Odisha.

Chief Engineer, P.H. (Urban), Odisha, Bhubaneswar Signed on behalf of the Governor of Odisha

31

SECTION-2(G)

MEMORANDUM
(To be filled in by the contractor during signing of Agreement)

1.

Name of the work

Construction of New Water treatment Plant and laying of Pipe line for improvement of Water Supply to Burla Town on EPC Contract (Turnkey Basis)
: Rs.793.93 Lakh : Rs. _____________ Lakh : Rs.7.94 Lakh

2. 3. 4.

Approximate Cost Accepted tender Value Earnest Money Deposit Initial Security Deposit (@ 2% of the accepted tender Amount including earnest money). Percentage to be deducted from each Bill as security deposit Time allotted for completion of the work (from the date of written order to commence) Date of written order to commence. Total number of items of work tendered for (as per schedule attached hereto).

5.

Rs. _____________ Lakh

6. 7. 8. 9.

: @ 5 (five)% : 12 (Twelve) Calendar Months : :

Signature of Tenderer / Contractor

32

SECTION 3

INFORMATION REGARDING TENDERER


(To be filled in by the Tenderer)

A.

In case of individuals: i. ii. iii. iv. Name of Tenderer Whether his business is registered Date of commencement of business : : :

Whether he pays income tax each year. : If yes, furnish particulars.

B.

In case of Partnership Firm : i. ii. iii. iv. Names of Partners Whether partnership is registered. Date of establishment of the firm. In case, income tax is paid by each Partner, the details to be furnished. : : : :

C.

In case of limited Liability Company : i. ii. iii. iv. Amount of paid up capital. Names of Directors. Date of registration of the Company. Copies of the last three years balance sheets of the Company. : : : :

Signature of the Tenderer

33

SECTION-4

DECLARATION BY THE TENDERER


1. I have visited the site and have fully been acquainted myself with the local situation regarding materials, labour and the factors pertaining to the work before submitting the tender. I have carefully studied the conditions of the contract, specification and other documents of this work and I agree to execute the same accordingly. I solemnly pledge that I shall be sincere in discharging my duties as responsible contractor and complete the work within the prescribed time limit. I shall submit detailed construction programme with target dates for various items and stages of work keeping in view the time limit and shall accordingly arrange for necessary labours, materials, and equipments etc., punctually. In case there are deviations from the construction programme, I shall abide by the decision of the Engineer-in-charge for revision of the programme and shall arrange for labour, materials, equipments etc I shall follow all rules and regulations of the state in force with regard to engagement of labour for the work. The documents furnished with the tender are correct to the best of my knowledge and belief and if any information found to be incorrect in future, the Department has the liberty to take any action as deemed fit.

2.

3.

4. 5.

Signature of the Tenderer

34

SECTION 5

FORM OF AGREEMENT
This contract made the day of to .. between the Governor of Odisha acting through (designation) Ministry of . Department of ..Government of Odisha (address) (name and address of employer) (hereinafter called the employer and (name and address of contractor ) (hereinafter called the Contractor) of the other party). WHEREAS the Employer is desirous that the contractor executes. ... ... (Name and identification number of contract) (hereinafter called the Works) and the employer has accepted the Bid by the contractor for the execution and completion of such works and the remedying of any defects therein, at a contract price of Rs NOW, THEREFORE IT IS HEREBY AGREED BETWEEN THE PARTIES AS FOLLOWS: 1. In this contract, words and expressions shall assume the same meanings as are respectively assigned to them in the conditions of Contract hereinafter referred to and they shall be deemed to form and be read and construed as part of the Agreement. 2. In consideration of the payments to be made by the employer to the contractor as hereinafter mentioned, the contractor hereby covenants with the Employer to execute and complete the works and remedy the defects therein in conformity in all aspects with the provision of the contract. 3. The Employer hereby covenants to pay the contractor in consideration of the execution and completion of the works and in remedying the defects wherein the contract price or such other sum as may become payable under the provisions of the contract at the times and in the manner prescribed by the Contract. 4. The following documents shall be deemed to form and be read and construed as part of this contract, viz: i) ii) iii) iv) v) Letter of acceptance Notice to proceed with the works Contractors bid Bidding data General conditions of contract (including special conditions of contract)

35

vi) vii) viii) ix) x)

Specifications Drawings Bill of quantities Any other documents listed in the contract data as forming part of the contract. Drawing and design of structure(s) or part thereof submitted by the tenderer and duly approved by the competent authority after this Agreement.

IN WITNESS WHEREOF the parties have caused this contract to be executed the day and year first before written. Binding signature of employer signed by (for and on behalf of the Governor of Odisha)

Binding signature of Contractor signed by(for and on behalf of ..duly authorised vide Resolution No dated. of the Board of Directors of .)

In the presence of (Witnesses) 1.

2.

Contractor

Executive Engineer

36

SECTION-6

CONDITIONS OF CONTRACT
6.1. Decision of Executive Engineer is Final: The party whose tender is accepted hereinafter called the contractor is to provide everything of every sort and kind (with the exceptions 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 the Executive Engineer, P.H. Division, Sambalpur, herein after called the Executive Engineer and the contractor whether the same may or may not be particularly described in the specification or shown on the drawing provided that the same are reasonably and obviously to be inferred there from and in case of any discrepancy between the drawings and the specifications the Executive Engineer is to decide which shall be followed. Amendment of Errors during Progress of Work: The contractor is to set out the whole of the works in conjunction with an officer to be deputed by the Executive Engineer and during the progress of the works to amend on the requisition of the Executive Engineer any errors which may arise therein and provide all the necessary labour and materials for doing. The contractor is to provide all plant labour and materials (with the exception noted in Schedule), which may be necessary and requisite for the works. All materials and workmanship are to be the best of their respective kinds. The contractor is to leave the works in all respects clean and perfect at the completion thereof. Fair Wage Clause: The contractor shall not employ for the purpose of this contract any person who is below the age of fourteen years, and shall pay to each labourer, for the work done by such labourer, fair wages. Fair wages means wages whether for time or piecework, prescribed by the State P.W.D. provided that where higher rates have been prescribed under the minimum wages Act, 1948, wages at such higher rates should constitute fair wages. The Executive Engineer shall have the right to enquire into and to decide any complaint alleging that the wages paid by the contractor to any labourer for the work done by such labourer is less than the wages paid for similar work in the neighbourhood. The Officer-in-charge of the work shall have the right to decide whether any labourer employed by the contractor is below the age of fourteen years and to

6.2

6.3.

37

refuse to allow any labourer whom he decides to be below the age of fourteen years, to be employed by the contractor. 6.4. Approved Drawings & Specification of Site with Contractors Agent: Complete copies of the drawing and specifications signed by the Executive Engineer and the same or copies thereof are to be kept with the works incharge of the contractor's agent which is to be constantly kept on the ground by the contractor and to whom instructions can be given by the Executive Engineer. Work not to be Sublet: The work should not be sublet. During execution of work if it is found that the work/ part of the work is sublet, the Executive Engineer may there upon by notice in writing, rescind the contract and the security deposit of the contractor shall thereupon stand forfeited and be absolutely at the disposal of Government. In addition, the contractors shall not be entitled to recover or be paid for any work thereafter actually performed under the contract. Deviation from Approved Drawing and Specifications: The contractor is not to vary or deviate from the drawings or specifications or execute any extra work of any kind whatsoever unless upon the authority of the Executive Engineer to be sufficiently shown by any order in writing, by any plan or drawing expressly given and signed by him as an extra or variation or by any subsequent written approval signed by him. In case of daily labour all vouchers for the same are to be delivered to the Executive Engineer or the Officer-in-Charge at least during the week following that in which the work may have been done and no day work shall be allowed unless authorised by the Executive Engineer and no such authority shall be given if the work is capable of being measured and being paid for at an agreed rate. Rate for Extra Work. Any authority given by the Executive Engineer, for any alterations or additions in or to the works, is not to vitiate contract. But all additions omissions or variations made to the approved design & drawing or to the item-wise indicative quantities of the work, reflected at Section-08 (Scope of work) of the DTCN, in carrying out the works are to be measured and valued and certified by the Executive Engineer, and shall be added to or deducted from the amount of the contract, as the case may be at the rates, in accordance with the sanctioned schedule of rates, in force at the time, when the particular item of work was commenced. In those cases in which rates do not exist, the Chief Engineer, P.H. (Urban), Odisha, Bhubaneswar will fix the rates to be paid and his decision shall be final.

6.5.

6.6.

6.7.

6.8.

Extension of Time:
If the contractor shall desire an extension of time for completion of the work on the ground of his having been come across with unavoidable hindrance in

38

its execution or any other grounds he shall apply in writing to Executive Engineer within 30 days of the date of the hindrance on account of which he desires such extension as aforesaid and the authority shall if in his opinion (which shall be final) as reasonable ground be shown thereof authorized such extension of time if any, as may in his opinion, be necessary or proper. The authority shall at the same time inform the contractor whether the authority claims compensation for delay, in case there is any delay in execution due to non-availability of stock materials or land or rise in cost of materials and labour or any reason whatsoever beyond the control of authority, the contractor is bound to execute the work as per the terms and rates in the contract and no monetary claim on such account will be acceptable to the authority but extension of time, proportionate to the delay in execution may be granted by the authority considering the merit of the case. The competent authority reserves the right to take any expert advice of any Committee/ Secretary/ Legal Advisor while considering the application of the contractor for extension of time and can impose any condition which shall be binding on the contractor. 6.9. Works & Materials at Site to be Property of Government of Odisha. All works and materials brought and left at site by the contractor or by his orders for the purpose of forming part of the works are to be considered to be the property of the Governor of Odisha and the same are not to be removed or taken away by the contractor or any other person without the specific permission in writing of the Executive Engineer but the Governor of Odisha will not be liable 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.

6.10.

Supply of Materials: The contractor shall at his own expense provide all materials required for the work. The materials supplied by the contractor shall conform to relevant latest editions of the specification and codes of practices of the Bureau of Indian Standards or in their absence to other specifications as may be specified by the Engineer-in-charge. The contractor shall furnish necessary certificates in support of the quality of the materials as may be required by the Engineer-incharge.
The Engineer-in-charge shall have absolute authority to test the quality of materials at any time through any reputed laboratory at the cost of contractor. The contractor shall not be eligible for any claim or compensation either arising out of any delay in the work or due to any corrective measures required to be taken on account of and as a result of testing of materials. The Executive Engineer has full power for removal from the premises of all materials which, in his opinion, are not in accordance with the specification and in case of default, the Executive Engineer is to be at liberty to sell such materials and to employ other persons to remove the same without being

39

answerable or accountable for any loss or damage that may happen or arise to such materials. The Executive Engineer is also to have full power to require other proper materials to be substituted and in case of default, the Executive Engineer may cause the same to be supplied and all costs which may attend such removal and substitution are to be borne by the contractor and may be recovered from the sale proceeds of such rejected materials when necessary, the balance, if any, being kept in deposit in the contractors favour. 6.11. Execution with Defective Workmanship & Improper Materials. If in the opinion of the Executive Engineer any of the works have been executed with improper materials or defective workmanship, the contractor is then required by the Executive Engineer forthwith to re-execute the same and to substitute proper materials and workmanship and in case of default of the contractor in so doing within a week, the Executive Engineer is to have full power to employ other agency to re-execute the work and the cost thereof shall be borne by the contractor. Rectification of Defects within Guarantee Period: Any defects, shrinkage or other faults which may appear within 12 (twelve) months from the completion of the work arising out of defective or improper materials or workmanship are upon the direction of the Executive Engineer to be amended and made good by the contractor at his own cost unless the Executive Engineer for reasons to be recorded in writing shall decide that they ought to be paid for and in case of default, the Governor of Odisha may recover from the contractor the cost of making good the works. Responsibility of the Contractor during Execution of Work: From the commencement of the works to the completion of the same they are to be under the contractors charge. The contractor is 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 Odisha harmless from any claims for injuries to persons or for structural damage to property happening from any neglect, default, want of proper care or misconduct on the part of the contractor or of any one of his employees during the execution of the works. Execution of Works in the Site by Other Workmen: The Executive Engineer is to have full powers to send workmen upon the premises to execute fittings and other works not included in the contract for whose operations the contractor is to afford every reasonable facility during ordinary working hours provided that such operations shall be carried on in such a manner as not to impede the progress of the work included in the contract but the contractor is not to be responsible for any damage which may happen to or be occasioned by any such fittings or other works.

6.12.

6.13.

6.14.

40

6.15. Compensation for Delay: (a) The time allowed for carrying out the work as entered in the tender shall be strictly observed by the contractor and shall be reckoned from the date on which the written order to commence work is given to the contractor. The work shall throughout the stipulated period of the contract, be carried on with all due diligence (time being deemed to be essence of the contract on the part of the contractor) and the contractor shall pay, as compensation, an amount equal to 1/2 percent of the amount of the estimated cost, if the whole work as shown by the tender for every day that the work remains un-commenced, or un-finished after the proper dates (The work should not be considered finished until such date as the Executive Engineer shall certify as the date on which the work is finished after necessary rectification of defects as pointed out by the Executive Engineer or his authorised agents, are fully complied with by the contractor to the Executive Engineers satisfaction). And further to ensure good progress during the execution of the work, the contractor shall be bound, in all cases in which the time allowed for any work exceeds one month, to complete one-fourth of the whole of the work before one fourth of the whole time allowed under the contract has elapsed, one half of the work, before the half of such time has elapsed, and three fourth of work before three fourths of such time has elapsed, in the event of the contractor failing to comply with the condition he shall be liable to pay as compensation an amount equal to onethird percent on the said estimated cost of the whole work for every day that the due quantity of work remains incomplete. Provided that the entire amount of compensation to be paid under the provision of this clause shall not exceed 10% (Ten Percent) of the estimated cost of the work as shown in the tender. (b) If there are possibilities of exceeding this compensation amount as mentioned in clause (a) 10% of the estimated cost, or in any case in which under any clause or clauses of this contract, the contractor shall have rendered himself liable to pay compensation amounting to the whole of his security deposit in the hands of Government (whether paid in the sum or deducted by instalments) the Executive Engineer on behalf of the Governor of Odisha, shall have power to adopt any of the following courses, as he may deem best suited to the interest of the Government. i) To rescind the contract (of which recession notice in writing to the contractor under the hand of the Executive Engineer shall be conclusive evidence) 20% of the value of the left over work will be realised from the contractor as penalty. To employ labour paid by Deptt. of Water Resources and to supply materials to carry out the work, or any part of the work, debiting the contractor with the cost of the labour and the price of the materials (of the amount of which the cost and price certificate of the Executive Engineer shall be final and conclusive against the contractor) and crediting him with the value of the work done, in all respect in the same manner and at the same rates as if it had been carried out by the

ii)

41

contractor under the terms of his contract; the certificate of the Executive Engineer as to the value of the work done shall be final and conclusive against the contractor. iii) To measure up the work of the contractor and to take such part of the work of the contract, as shall be unexecuted out of his hands and to give it to another contractor to complete, in which case any expenses which may be incurred in excess of the sum which would have been paid to the original contractor if the whole work had been executed by him (of the amount of which excess the certificate in writing of the Executive Engineer shall be final and conclusive) shall be borne and paid by the original contractor and may be deducted from any money due to him by Government under the contract or otherwise or from his security deposit or the proceeds of sale thereof or a sufficient part thereof. In the event of any of the above courses being adopted by the Executive Engineer the contractor shall have no claim to compensation for any loss sustained by him by reason of his having purchased or procured any materials, or entered into any engagements, or made any advance on account of with a view to the execution of the work or the performance of the contract. And in case the contract shall be rescinded under the provision aforesaid, the contractor shall not be entitled to recover or be paid any sum for any work there to for actually performed under this contract, unless and until the Executive Engineer shall have certified in writing the performance of such work and the value payable in-respect thereof and he shall only be entitled to be paid the value so Certified. 6.16. Circumstances for Rescission of Contract: If the contractor shall become bankrupt or compound with or make any assignment for the benefit of his creditors or shall suspend or delay the performance of his part of the contract (except on account of cause mentioned in Clause 6.15 or in consequence of not having proper instructions for which the contractor shall have duly applied) the Executive Engineer may give to the contractor or his assignee or trustee as the case may be notice requiring the works to be proceeded with and in case of default on the part of the contractor for a period of seven days, it shall be lawful for the Executive Engineer to rescind the contract, if necessary, and to enter upon and take possession of the work and to employ any other person to carry on and complete the same and to authorise him or them to use the plant, materials and property of the contractor upon the works and the costs and the charge incurred in any way in carrying on and completing the said works are to be paid to the Executive Engineer by the contractor or may be set off by the Executive Engineer against any money due or to become due to contractor. If the assignee or trustee of the Contractor proceeds with the work, the conditions of this contract shall be binding upon the said assignee or trustee.

42

6.17.

Payment Certificate. A Certificate of the Executive Engineer or an award of the refer hereinafter referred to as the case may be showing the final balance due or payable to the contractor is to be conclusive evidence of the works having been duly completed and that the contractor is entitled to receive payment of the final balance, but without prejudice to the liability of the contractor under the provisions of Clause-6.11. The Executive Engineer shall make payment of work in full or part thereof those shall have been certified, subject to availability of Letter of Credit (LoC). Price Variation / Escalation Clause: (Vide Works Deptt. Office Memorandum No.12606/W dt.24.12.2012) Contract price shall be adjusted for increase or decrease in rates and price of Labour, Cement, Steel, Bitumen, Pipes, POL & other material component in accordance with the following principles and procedures as per formula given below: (a) (i) REIMBURSEMENT / RECOVERY DUE TO VARIATION IN PRICES OF MATERIALS OTHER THAN (STEEL, CEMENT, BITUMEN, PIPES & P.O.L) If during the progress of the work the price of any materials (excluding the cost of steel, cement, bitumen & POL) incorporated in the work (not being materials supplied from the Engineer-in-charges store) in accordance with clause there of increases or decreases as a result of increase or decrease in the Average Wholesale Price Index (all commodities), and the Contractor thereupon necessarily and properly pays in respect of that materials incorporated in the work such increased or decreased price, then he shall be entitled to reimbursement or liable to refund, quarterly as the case may be, such an amount, as shall be equivalent to the plus or minus difference of 85% in between the Average Wholesale Price Index (all commodities) which is operating for the quarter under consideration and that operated for the quarter in which the bid was received (last date of receipt) as per the formula indicated below provided that the work has been carried out within the stipulated time or extension thereof as are not attributable to him. If penalty is levied for delayed completion of the work, the contractor shall not be eligible to get price escalation on the above materials on the value of works executed during the extended period. This clause will be applicable to the contracts where original stipulated period of completion is more than 18 months. In the situation where the period of completion is initially stipulated in the agreement as less than 18 (eighteen) months but subsequently the completion period has been validly extended on the ground that the delay in completion is not attributable to the contractor and in the result the

6.18. 6.19.

43

total period including the extended period stands more than 18 (eighteen) months or more, price escalation for other materials is admissible only for the remaining period excluding 18 (eighteen) months there from.

Formula to calculate the increase or decrease in the price of material:Price adjustment for increase or decrease in cost of materials other than cement, steel, bitumen, pipes and POL procured by the contractor shall be paid in accordance with the following formula: Vm = 0.85 x Pm / 100 x R x (Mi-M0)/ M0 Vm = Increase or decrease in the cost of work during the quarter under consideration due to changes in rates of materials other than cement, steel, bitumen, pipes and POL. R = Value of work done during the quarter under consideration excluding the work executed under extra items if any at prevailing schedule of rate/ derived rates. Mo = The all India wholesale Price Index (all commodities) prevailed during the quarter of last date of receipt of bids (as published by the Economic Adviser to Govt. of India, Ministry of Industry and Commerce, New Delhi). Mi = The all India wholesale price index (all commodities) for the quarter under consideration as published by Economic Adviser, Govt. of India, Ministry of Industry and Commerce, New Delhi. In respect of the justified period extended for completion of the work, the index prevailing at the time of stipulated date of completion or the prevailing index of the period under consideration, whichever is less, shall be considered. Pm = Percentage of material Component (other than cement, steel, bitumen, pipes and POL) of the work, as indicated in clause (d) below. (a) (ii) REIMBURSEMENT / RECOVERY OF DIFFERENTIAL COST DUE TO VARIATION IN PRICES OF PRINCIPAL MATERIALS (STEEL, CEMENT, BITUMEN & PIPES NOT ISSUED BY DEPARTMENT) AFTER SUBMISSION OF TENDER. If after submission of the tender, the prices of steel, cement, bitumen and pipes (not being supplied by the Department) increases / decreases beyond the price (s) prevailing at the time of the last date for submission of tenders including extension for the work, the contractor shall be

44

eligible to get differential cost due to such hike on the value of works executed during the stipulated period and during the extended period when the reason of delay in completion of the work is not attributable to the contractor. If penalty is levied for delayed completion of the work, the contractor shall not be eligible to get price variation on the above materials on the value of works executed during the extended period. Reimbursement in case of differential cost due to increase in prices of cement, steel, bitumen and pipes are to be made by the Executive Engineer with prior approval of tender accepting authority subject to following conditions: 1) Contractors have to submit the vouchers showing procurement of different materials from authorized dealers for the said work. 2) Differential cost will be allowed only for the works which are progressed as per the approved work programme / revised work programme duly approved by the Engineer-in-charge. Recovery in case of decrease in prices of cement, steel, bitumen and pipes shall be made by concerned Executive Engineer from the Contractor immediately. The increase / decrease in prices of cement, steel, Bitumen and Pipes for reimbursement / recovery shall be determined as follows. a) Adjustment towards differential cost of cement Vc = (Ci-C0) / C0 x Actual quantity of cement utilised in the work during the quarter under consideration x base price of cement as prevailing on the last stipulated date of receipt of tender including extension, if any. Vc = Differential cost of cement i.e. amount of increase or decrease in rupees to be paid or recovered Ci = All India wholesale price index for cement for the quarter under consideration as published by Economic Adviser, Government of India, Ministry of Industry and Commerce, New Delhi. C0 = All India wholesale price index (as published by Economic Adviser, Government of India, Ministry of Industry and Commerce, New Delhi) for cement as prevailing on the last stipulated date of receipt of tender.

45

b) Adjustment towards differential cost of Steel Vs = (Si-S0) x Actual quantity of steel utilised in the work during the quarter under consideration Vs = Differential cost of steel i.e. amount of increase or decrease in rupees to be paid or recovered Si = Cost of the steel as prevailed during the period under consideration as fixed by Steel Authority of India. S0 = Base price of steel prevailing as on the last date of submission of tender including extension, if any. c) Adjustment towards differential cost of Bitumen. Vb = (Bi-B0) x Actual quantity of Bitumen utilised in the work during the quarter under consideration Vb = Different cost of bitumen i.e. amount of increase or decrease in rupees to be paid or recovered Bi = Average Cost of Bitumen prevailed during the period under consideration as fixed by IOCL/ BPCL/HPCL. B0 = Base price of Bitumen as prevailing on the last stipulated date of receipt of tender including extension, if any. d) Adjustment towards differential cost of Pipes. Vp = 0.85 x Pp / 100 x R (Pi P0) / P0 Vp = Different cost of Pipe i.e. amount of increase or decrease in rupees to be paid or recovered during the quarter under consideration. Pp = Percentage of pipe component of the work as indicated in the Clause - (d) R = Value of work done during the quarter under consideration excluding the value of work executed under extra items, if any, at prevailing schedule of rates or derived rate. Pi = All India Wholesale Price Index for the period under consideration as published by Economic Advisor, Government of India, Ministry of Industry & Commerce, New Delhi for the type of pipe under consideration.

46

Po = All India Wholesale Price Index (as published by Economic Advisor, Government of India, Ministry of Industry & Commerce, New Delhi) as on the last stipulated date of receipt of tender including extension, if any, for the type of pipe under consideration. (b) REIMBURSEMENT / REFUND DUE TO STATUTORY RISE IN COST OF MINIMUM WAGES BY GOVERNMENT. If after submission of the tender, the wages of labour increases or decreases as a direct result of the coming into force of any fresh law, or statutory rule or order beyond the wages prevailing at the time of the last date of submission of tenders including extensions, the contractor shall be eligible to get escalation due to such hike on the value of works executed during the stipulated period and during the validly extended period when the delay in completion is not attributable to the contractor. If penalty is levied for delayed completion of the work, the contractor shall not be eligible to get escalation on labour on the value of works executed during the extended period. The contractor shall within a reasonable time of his becoming aware of any alteration in the price of any such wages of labour, give notice thereof to the Engineer-in-Charge stating that the same is given pursuant to this condition together with all information relating thereto which he may be in a position to supply. Engineer-in-Charge may call books of account and other relevant documents from the contractor to satisfy himself about reasonability of increase in prices of wages and actual payment thereof. For this purpose, the labour component of the work executed during period under consideration shall be the percentage (as specified in table below) of the value of the work done during that period and the increase / decrease in labour shall be considered on the cost of minimum daily wages of any unskilled Labourer, fixed by the Government of Odisha under Minimum Wages Act. The compensation for escalation for labour shall be worked out as per the formula given below: Vl = Vl = R= Lo = 0.85 x Pl /100) x R x (Li Lo )/Lo Increase or decrease in the cost of work during the quarter under consideration due to changes in rates of minimum wages. Value of work done during the quarter under consideration excluding the work executed under extra items if any at prevailing schedule of rate / derived rates. The Minimum Wages for labour as notified by State Government, as prevailing on the last stipulated date of receipt of tender including extension, if any.

47

Li =

Pl = (c)

The minimum wages for labour as notified by State Government & as prevailed on the last date of the quarter previous to the one under consideration. In respect of the justified period extended, the minimum wage prevailing on the last date of quarter previous to the quarter pertaining to stipulated date of completion or the minimum wage prevailing on the last date of the quarter previous to the one under consideration, whichever is less, shall be considered. Percentage of labour component of the work, as indicated in the Clause (d).

REIMBURSEMENT / REFUND DUE TO VARIATION IN PRICES OF P.O.L: Similarly, if during the progress of work, the Prices of Diesel, Petrol, Oil & Lubricants increases or decreases as a result of the price fixed thereof by the Government of India and the contractor there upon necessarily and properly pays such increased or decreased price towards Diesel, Petrol, Oil & Lubricants used in the execution of the work, then he shall be entitled to reimbursement or liable to refund, quarterly, as the case may be such an amount as shall be equivalent to the plus or minus difference of 85% in between the price of P.O.L, which is operating for the quarter under consideration and that operated for the quarter of last date of receipt of bids as per the formula indicated below provided that the work has been carried out within the stipulated time or extension there of as are not attributable to him. If penalty is levied for delayed completion of the work, the contractor shall not be eligible to get price escalation on P.O.L on the value of works executed during the extended period.

Formula to calculate the increase or decrease in the price of P.O.L:Vf = Vf = Pf = R= 0.85 x Pf / 100 x R x (Fi F0) / F0 Increase or decrease in the cost of work during the quarter under consideration due to changes in rates for POL. Percentage of P.O.L component of the work, as indicated in Clause (d) below. Value of work done during the quarter under consideration excluding the work executed under extra items if any at prevailing schedule of rate / derived rates. All India Wholesale Price Index for Fuel , Oil & Lubricant (High Speed Diesel) for the quarter under consideration as published by Economic Adviser, Government of India, Ministry of Industry & Commerce, New Delhi. In respect of the justified period extended, the rates prevailing at the time of stipulated date of completion or the prevailing rates of the period under consideration, whichever is less, shall be considered.

Fi =

48

F0 =

All India Wholesale Price Index for Fuel, Oil & Lubricant (High Speed Diesel) as prevailing on the last stipulated date of receipt of tender including extension, if any.

The following percentages will govern the price adjustment for the entire contract for different types of works as applicable given in the following table. Percentage Table Sl. Category of works % Component (costwise) No. Labour P.O.L Steel + Cement+ Bitumen+ (Pf) other materials * (Pl) 1. R&B works Road works 5 5 90 (% of Bridge works 25 5 70 component) Building works 25 75 2. Irrigation Structural work 20 5 75 works (% of Earth, Canal & 25 10 65 component) Embankment work 3. P.H. Work Structural work 25 5 70 Pipeline work 5 Pipe 70% * other material -25% Sewer line 10 Pipe 70% * other material -20% *Note: Further break up may be workedout considering the consumption of Cement,
Steel, Bitumen and Pipe in the concerned works for the period under consideration.

(d)

(e) (i)

APPLICATION OF ESCALATION CLAUSE: The contractor shall for the purpose of availing reimbursement / refund of differential cost of steel, bitumen, cement, pipe, POL and wages, keep such books of account and other documents as are necessary to show that the amount of increase claimed or reduction available and shall allow inspection of the same by a duly authorised representative of Government and further, shall at the request of the Engineer-in-Charge, furnish documents to be verified in such a manner as the Engineer-inCharge may require any document and information kept. The contractor shall within a reasonable time of 15 days of his becoming aware of any alteration in the price of such material, wages of labour and / or price of P.O.L give notice thereof to the Engineer-in-Charge stating that the same is given pursuant to this condition alongwith information relating there to which he may be in a position to supply.

49

(ii)

The compensation for escalation shall be worked out at quarterly intervals and shall be with respect to the cost of work done as per bills paid during the three calendar months of the said quarter. The first such payment shall be made at the end of three months after the month (excluding the month in which tender was accepted) and thereafter at three months interval. At the time of completion of the work, the last period for payment might become less than 3 months, depending on the actual date of completion.

6.20.

If at any time after the commencement of the work the Governor of Odisha shall for any reason whatsoever not require the whole thereof as specified in the tender to be carried out the Engineer-in-charge shall give notice in writing of the fact to the contractor who shall have no claim to any payment or compensation whatsoever on account of any profit or advantage, which he might have derived from execution of the work in full but which he did not derive in consequence of the full amount of the work not having been carried out, neither shall he have any claim for compensation by reason of any alterations having been made in the original specification, drawings, designs and instruction which shall involve any curtailment or increase of the work as originally contemplated.

6.21. Incentive for Early Completion: Incentive @ 1% will be paid in case of completion of the work ahead of One month (Part of month shall be excluded) from the stipulated date for completion and the maximum amount shall be 2% if the work is completed 2 months ahead of the schedule time. For payment of incentive, the codal provision as laid by Works Department in their letter No.10070 Dt.08.06.2007 and OPWD Code Volume I, Para 3.5.5. and subsequent amendment thereof shall be followed. 6.22. Defects Liability Period: The defect liability is 12 months from the date of formal taking over of the work by the Engineer-in-charge. 6.23. Contractor Liable for Damage done & for Imperfection for 6 (six) months after Certificate: If the contractor or his work people or servants shall break, deface, injure or destroy any part of a building or structure in which they may be working or any building, road, fence, enclosure or grass land cultivated ground continue to the premises on which the work or any part of it is being executed or in any damage shall happen to the work while in progress from any cause whatsoever or any imperfection become apparent in it within six months from the date of the final certificate of its completion shall have been given by the Engineer-incharge, as aforesaid, the contractor shall make the same good at his own expenses or in default the Engineer-in-charge may cause the same to be made

50

good by other workman and deduct the expenses of which the certificate of the Engineer-in-charge shall be final from any sums that may be then or at any time thereafter may become due to the contractor or from his security or the proceeds of sale thereof or a sufficient portion thereof and the contractor shall be liable to pay of the expenses not so recovered by the Engineer-in-charge. 6.24. Action where No Specification is mentioned: In the case of any class or items of works for which there is no such specification as mentioned in file, if such work shall be carried out in accordance with the detailed standard specification of Odisha, as followed by the State PWD and in the event of there being no specifications born in the said standard specification of Odisha for such items of work, then in such case the said item of work shall be carried out in all respects in accordance with the instructions and requirements of the Engineer-in-charge after obtaining approval from competent authority. 6.25. Payment on Intermediate Certificate to be regarded as Advance and Bill to be submitted Monthly: A bill shall be submitted by the contractor each month on or before the date fixed by the Engineer-in-charge for all works executed in the previous month and the Engineer-in-charge and/or Assistant Engineer and/or Junior Engineer in immediate charge of the work shall take the requisite measurements for the purpose of having the same verified, and the claims for as admissible adjusted if possible before the expiry of ten days from the presentation of the bill. If the contractor does not submit the bill within the time fixed as aforesaid, the Engineer-in-charge and/or his Engineering subordinates shall measure up the said work in the presence of the contractor, whose counter signature to the measurement list will be sufficient warrant, and the Engineer-in-charge and/or Assistant Engineer and/or his Engineering subordinates shall prepare a bill from such list which shall be binding on the contractor in all respects. Payment shall be made to the contractor in all respects. The Engineer-in-charge will deduct @ 5% (five percent) of the value of each running bill prepared and submitted by the contractor, if any, on account of works done, and such sum or sums to be held in deposit as a further security for the due performance of the condition of the contract provided always that the Executive Engineer may refuse to make such monthly payments if in his opinion, the progress of the work or the conduct of the contractor is not satisfactory or the contractor has in any other may done or neglect to do anything as to make it appear doubtful to the authority as to whether the works will be completed by the contractor in accordance with his contract, or has failed to comply with any instruction or order of Engineering personnel. All such interim payments from time to time shall be regarded as payments by way of advance against the final payment only and not as payments of work actually done and completed and shall not preclude the requirement of bad, unsound and imperfect or unskilful work to be removed and taken away and for reconstructed or re-erected, or be considered as an admission of the due

51

performance of the contract, of any part thereof in any respect, or accrual of any claim not shall it conclude, determine or affect in any way the powers of Engineer-in-charge and/or Assistant Engineer and/or the Junior Engineer under these condition or any of them as to the final settlement of adjustment of the accounts or otherwise or in any other way vary or affect this contract. The contractor shall submit the final bill within one month of the date for completion of the work failing which the Engineer-in-charge or his authorized representatives in the presence of the contractor shall prepare the final bill. For recording final measurement of the work, the Engineer-in-charge or his authorized representative shall serve a notice upon the contractor stipulating therein the date fixed for recording such measurement. If the contractor fails to attend the recording of final measurement by the Engineer-in-charge or his authorized representative on the date as stipulated, the Engineer-in-charge may at his discretion get the measurements recorded ex-parte or fix up another date as per his own convenience. Such measurements and the total amount payable to the contractor as certified by the Engineer-in-charge shall be final and binding on all parties. 6.26. Black Listing: A Contractor may be black listed as per amendment made to Appendix XXXIV to OPWD Code Vol.-II on rules for black listing of Contractors vide letter No.3365 Dt.01.03.2007 of Works Department, Odisha. As per said amendment a Contractor may be blacklisted. a) Misbehavior/threatening of Departmental & supervisory officers during execution of work/tendering process. b) Involvement in any sort of tender fixing. c) Constant non-achievement of milestones on insufficient and imaginary grounds and non-adherence to quality specifications despite being pointed out. d) Persistent and intentional violation of important conditions of contract. e) Security consideration of the State i.e., any action that jeopardizes the security of the State. f) Submission of false/ fabricated / forged documents for consideration of a tender.

52

SECTION-7

SPECIAL CONDITIONS OF CONTRACT


7.1. Changes in Constitution of Firm: In the case of tender by a partnership firm, any change in the constitution of the firm shall be forth with notified by the contractor to the Executive Engineer/Superintending Engineer/ Chief Engineer for his information. In case of failure to notify the change in the constitution within 15 days, the Executive Engineer/Superintending Engineer/ Chief Engineer may by notice in writing, rescind the contract and the security deposit of the contractor shall thereupon stand forfeited and be absolutely at the disposal of the Governor of Odisha and the same consequence shall ensure as if the contract had been rescinded thereof and in addition the contractor shall not be entitled to recover or be paid for any work there for actually performed under the contract. Engineers Access to Work: The Executive Engineer is to have at all times access to the works, which are to be entirely under his control. He may require the contractor to dismiss any person in the contractors employee upon the works who may be incompetent or misconduct him-self and the contractor is forthwith to comply with such requirements. Other supervising officers shall have all time access to the works. Workmen Compensation Act VIII of 1923: The Governor of Odisha shall be entitled to recover in full from contractor any amount that the Governor of Odisha may be liable to pay under Workmans Compensation Act VIII of 1923 to any workman employed in course of execution of any part of the work covered by this contract. Jurisdiction in the Event of Dispute: That for the purpose of jurisdiction in the event of dispute if any, the contract should be deemed to have been entered into within the State of Odisha and it is agreed that neither party to this agreement will be competent to bring a suit in regard to the matters covered by this contract at any place outside Odisha. Lighting & Sanitary Arrangement: Lighting & Sanitary arrangement and supply of drinking water will be made by the Contractor at his own cost for his labour camp. Payment of Duties, Levies & Taxes: The Contractor shall bear all Taxes including Duties, Levies, Central and State Sales Tax including work Contract Tax, Entry Tax, Income Tax, Royalties, Fair Weather Charges and Tollages where necessary & Government of Odisha shall not entertain any claim whatsoever in this respect. Statutory deduction of taxes as applicable shall be done from each running bill.

7.2.

7.3.

7.4.

7.5.

7.6.

53

7.7. The Building & Other Construction Workers Welfare Cess Act 1996. In accordance with the provisions under the said Act 1% (One) of the approved agreement value will be deducted from the R/A Bill at the time of making payment to the contractor and such amount shall be remitted in favour of The Odisha Building & Other Construction Workers Welfare Board. 7.8. Site Clearance: After the work is finished or completed, surplus materials and debris are to be removed by Contractor at his own cost and preliminary works such as vats, mixing platforms, level pillars, temporary sheds and go-downs etc. are to be dismantled and all such materials removed from site. The site involved in the construction activities should be cleared and dressed properly with outward slope away form the structure. After the work is completed in all respects as per the contract, the contractor shall vacate the site within three months from the date of completion & commissioning, by making good the damages if any. Works to be Carried Out: The work to be carried out under the contract shall include all materials, labour, tools and plants, equipment and transport which may be required in preparation of and for in the full and entire execution and completion of the works. The description given in the schedule of quantities/scope of work shall, unless otherwise stated, be held to include wastage on materials, carriage & cartage, carrying and return of empties, hoisting, setting, fitting and fixing in position and all other labours necessary in and for the full and entire execution and completion of the work as aforesaid in accordance with good practice and recognized principles.

7.9.

7.10. Sufficiency of Tender: The contractor shall be deemed to have satisfied himself before tendering as to the correctness and sufficiency of his tender for the works and of the rates and prices quoted in the schedule of quantities (DTCN Part-II Price Bid), which rates and prices shall, except as otherwise provided, cover all his obligations under the contract and all matters and things necessary for the proper completion and commissioning of the works. 7.11. Rates: The Tenderer shall quote their offer on Lump Sum rate for the complete work in all respects on EPC Contract (Turnkey Basis). The offer shall be inclusive of cost of all materials, labour, T&P inclusive of all duties, levies, taxes of Central and State Government including Works Contract tax the building and other construction workers welfare cess with surcharge, entry tax, tollages, royalties, packing and forwarding, transportation, insurance, loading & unloading, storage, watch and ward, delivery of the materials to the site etc. and all other expenses incidental thereto for successful completion, testing & commissioning of the work.

54

7.12. Transportation: The contractor shall be responsible for the transportation of all materials, tools and plant, equipment and machinery to the work site as may be required at site. 7.13. Custody of the Materials: The contractor shall be responsible for safe custody of the materials at site and the Governor of Odisha will not be responsible for any loss or damage of the property at site. 7.14. Construction Schedule: The contractor shall submit a detailed work schedule in the form of Bar Chart along with his tender indicating the detailed break-up of the job. This will include all operations from submission of design & drawing, procurement of materials, construction to final testing & commissioning at site to be indicated in detail with reference to the time period for each. The construction schedule as submitted by the contractor shall be revised by the Executive Engineer and approved with necessary modification if any after acceptance of the tender. However the Engineer-in-Charge shall reserve the right to modify the sequence of execution of different items/components/subitems of the project as and when found necessary & in such cases it will be obligatory on the part of the successful bidder to abide by such changes in construction schedule/bar chart as per direction of EIC. No claim and/or condition should either be put forth in any manner by the successful bidder or shall be acceptable to the EIC. 7.14(a) Progress reports submission by the contractor (1) The contractor shall submit monthly progress report of the work in a computerised form. The progress report shall contain the following, apart from whatever else may be required as specified: Project information, giving the broad features of the contract. Introduction, giving a brief scope of the work under the contract, and the broad structural or other details. Construction schedule of the various components of the work through a bar chart for the next three quarters (or as may be specified), showing the milestones, targeted tasks and upto date progress. Progress chart of the various components of the work that are planned and achieved, for the month as well as cumulative upto the month, with reasons for deviations, if any, in a tabular format. Plant and machinery statement, indicating those deployed in the work, and their working status. Man-power statement, indicating individually the names of all the staff deployed in the work, along with their designations.

(i) (ii) (iii) (iv) (v) (vi)

55

(vii)

(viii)

(ix) (x) (2)

Financial statement, indicating the broad details of all the running account payments received upto date, such as gross value of work done, advances taken, recoveries affected, amounts withheld, net payments, details of cheque payments received, etc. A statement showing the extra and substituted items submitted by the contractor, and the payments received against them, items pending for sanction / decision by the Department, broad details of the bank guarantees, indicating clearly their validity periods, broad details of the insurance policies taken by the contractor, if any, the advances received and adjusted. Progress photographs, in colour, of the various items/ components of the work done upto date, to indicate visually the actual progress of the work. Quality assurance and quality control tests conducted during the month, with the results thereof. The progress report submitted by the contractor shall be checked and certified by the Junior Engineer and the Assistant Engineer, and has to be reviewed by the Executive Engineer and the Superintending Engineer, over their dated signatures. Work of unique importance and character irrespective of the value of the work, should have videography undertaken at various stages of construction right from the day of start of work to date of completion / occupation, covering all major events, inspections, visits by dignitaries, etc.

(3)

7.15.

Security Deposit: The tenderer whose tender is selected for acceptance shall make an security deposit of 2% (two percent) of the accepted tender amount together with the earnest money deposited with the tender which forms the initial security deposit (ISD) within 7 (seven) days of receipt of letter of intent and sign the agreement in the prescribed form within 10 (ten) days of receipt of letter of intent after depositing the balance ISD. The ISD shall be deposited in shape of NSC / POTD / Post Office Savings Bank Account / KVP/ Deposit Receipt in Schedule Bank duly pledged in favour of the Executive Engineer, P.H. Division, Sambalpur. No tender shall be accepted unless required amount of security money is deposited. In addition to the ISD, 5% of the bill amount shall be deducted from each bill towards the security deposit. The earnest money deposit, the initial security deposit before and after acceptance of tender together with the subsequent deduction from the contractors bill shall form part of the security deposit equivalent to 7% of the contract value for the due fulfilment of the contract. The security deposit of the contractor shall be refunded only 12 (twelve) months after the date of completion of the work provided the final bill has been paid and defects if any rectified.

56

If however there is inevitable delay in payment of final bill, the earnest money deposit and initial security deposit forming part of the security deposit may be refunded on orders of competent authority. 7.16. Monitoring of the Project: Time is the essence of the contract. The execution of the project shall be closely monitored to ensure that quality; cost & time of the project are not compromised in any manner. The contractor shall submit monthly progress reports in a format as may be prescribed by the Engineer-in-charge. The monthly progress report shall be evaluated by the Executive Engineer vis--vis the approved bar chart & PERT Chart and any deficiency observed thereto shall be communicated to the contractor. The contractor shall have to make up the deficiencies within the specific time period communicated to him by the Executive Engineer failing which the contractor shall be liable for action as per Clause -7.26. In addition, the contractor shall submit monthly day-wise work program one month in advance to Executive Engineer for approval under intimation to the Superintending Engineer, PH Circle, Sambalpur & Chief Engineer, P.H. (U) Odisha, Bhubaneswar to ensure speedy implementation of the work and effective monitoring at all levels. Failing to do so shall also invite action under Clause - 7.26. 7.17. Site Order Book: A site Order Book shall be issued to the contractor by the Engineer-in-charge or his representative. The contractor shall keep this Book always at site and any special order or instruction to be issued to the contractor shall be recorded in this Book by the Engineer-in-charge or his representative. The contractor shall sign all orders and instructions as token of his knowledge about the same. The site Order Book shall be the property of the department but will remain during the period of the progress of the work with the contractor. The safe custody of the site Order Book during this period shall be the responsibility of the contractor. After completion of the work, the Book shall be returned back by the contractor to the Engineer-in-charge, which will be enclosed in the final bill. 7.18. Guarantee: Default liability period is 12 (twelve) months from the date of final acceptance of the work conforming to provisions in scope of work. During this period, the contractor shall replace the defective materials if any or rectify the defects if any at his own cost as pointed out by the Engineer-in-charge to the satisfaction of the later. 7.19. Land: The department may provide land if available for construction of site office to the contractor on payment of usual rent.

57

7.20. Unilateral Stoppage of Work: Unilateral stoppage of work by the contractor without prior written permission of the Engineer-in-charge shall be considered as breach of contract and the Governor of Odisha reserves the right to take such actions as it may be deemed fit. 7.21. Resident Engineer: The contractor shall engage for this work competent, qualified and authorised resident Engineers and Assistants to the satisfaction of the Engineer-in-charge. The Resident Engineer shall represent the contractor in his absence in receiving directions from officers of the Department, which will be binding on the contractor. 7.22. Force Majeure: Neither the contractor nor the Executive Engineer shall be considered in default in delayed performance of its obligation if such performance is prevented or delayed because of work to hostilities, revolution, civil commotion, epidemic, accident, fire, cyclone, flood, earthquake or because of any law and order proclamation, regulations or ordinance of the Government thereof or because of any act of God or for any cause beyond reasonable control of the party affected. Should one or both the parties be prevented from fulfilling their contractual obligations a state of force majeure lasting continuously for a period of 6 months, the two parties shall consult each other regarding the future execution of the contract for mutual settlement. 7.23. Damages to Persons and Property: The contractor shall take every precaution not to damage or injure adjoining or other property of any persons. He shall indemnify and keep indemnified the employee against all claims for injuries or damages to any person or any such property (including surface or land or crops in site) which may arise out of or in consequence of any negligence or default on the representatives and against all claim, demands proceedings damages, costs, charges and expenses whatsoever in respect of or in relation thereto. The Department does not take any responsibility on this account. 7.24. Attention to Urgent Works: If any urgent work in the opinion of Engineer-in-charge becomes necessary to be executed and the contractor is unable and unwilling at once to carry out, the Engineer-in-charge may by his own or through other agency carry it out, as he may consider necessary. All expenses incurred on it shall be recoverable from the contractor or be adjusted against any sum payable to him. 7.25. Safety Devices: i) Scaffolding: Suitable scaffolding shall be provided for workmen for all works that can not be safely done from the ground or solid construction except such short period of work as can be done safely from the ladders.

58

When a ladder is used an extra labour shall be engaged for holding the ladder and if the ladder is used in carrying the materials, suitable foot holds and handholds shall be provided on the ladder. The Engineer-in-charge will have the right to inspect the scaffolding and centring etc. for the work and can reject partly or fully such structure if found defective in his opinion. ii) Working Platforms: Working platforms, gangways and stairways shall be constructed such that they do not sag unduly or unequally. If the height of the platforms or gangway or stairway is more than 3.25 meters above the ground or floor level, it shall be closely guarded, have adequate width and suitably fenced. Safe means of access: Safe means of access shall be provided to all working platform and other working places.

iii)

iv) Precaution against Electrical Equipment: Adequate precaution shall be taken to prevent danger from electrical equipment. Hand lamps shall be provided with Mesh guard, wherever required. v) Preventing Public from Accident: No materials on any of the sites shall be so stacked or placed as to cause danger or inconvenience to any person or public. The contractor shall provide all necessary fencing and light to protect the public from accident and shall be bound to bear expenses of defence or any suit action or other proceedings at law that may be brought by any persons for injury sustained owing to neglect of the above precaution and to pay any damages and cost which may be awarded in any such suit action or proceedings to any such person or which may with the consent of the contractor, be paid to compromise any claim by any such person. The contractor not to come cause blockage of traffic /disruption of the traffic.

vi) Demolition : Before any demolition work is commenced and also during process of work: a) all roads and open areas adjacent to the work site shall either be closed or suitably protected, b) no electric cable or apparatus which is liable to be a source of danger shall remain electrically charged, c) all practical steps shall be taken to prevent danger to persons employed from the risk of fire, explosion or flooding, d) no floor roof or other parts of the building shall be so over loaded with debris or materials as may render it unsafe. vii) Personal safety equipment: All personal safety equipment shall be made adequately available by the contractor for use of persons employed at the

59

site of work and maintained in a condition suitable for immediate use. The contractor shall take adequate steps to ensure proper use of the equipment by persons concerned. viii) Precaution against fire: Suitable fire extinguishers, water and sand buckets shall be provided at the work site to tackle situations of fire. 7.26. Rescission of Contract: Subject to other provisions contained in this clause the Executive Engineer of the Department may without prejudice to his any other rights or remedy against the contractor in respect of any delay, inferior workmanship, any claims for damages and/or any other provisions of this contract or otherwise, and whether the date of completion has or has not elapsed, recommend the accepting authority to rescind the contract in any of the following cases: i) If the contractor having been given by the Executive Engineer a notice in writing to rectify, reconstruct or replace any defective work or that the work is being performed in an inefficient or otherwise improper or unworkmen like manner shall omit to comply with the requirement of such notice for a period of seven days thereafter. If the contractor being a company shall pass a resolution on the court shall make an order that the company shall be wound up or if a receiver or a manager on behalf of a creditor shall be appointed or if circumstances shall arise which entitle the court or the creditor to appoint a receiver or a manager or which entitle to court to make a winding up order. If the contractor has, without reasonable cause, suspended the progress of the work with due diligence so that in the opinion of the Executive Engineer (which shall be final & binding) he will be unable to secure completion of the work by the date of completion and continues to do so after a notice in writing of seven days from the Executive Engineer.

ii)

iii)

iv) If the contractor fails to comply with the provisions of Clause-7.15 & other relevant clauses mentioned elsewhere in this DTCN. v) If the contractor fails to complete the work within the stipulated date or items of the work with individual date of completion, if any stipulated, on or before such date(s) of completion and does not complete them within the period specified in a notice given in writing in that behalf by the Executive Engineer. When the contractor has made himself liable for action under any of the cases aforesaid, the accepting authority shall have the powers to rescind the contract (of which rescission notice in writing to the contractor under the hand of Executive Engineer shall be conclusive evidence), 20% of the

60

value of the left over work will be realized from the contractor as Penalty 7.26.1. In case of rescission of contract as per Clause-7.26 the contractor shall have no claim to compensation for any loss sustained by him by regions of having purchased or procured any materials or entered any engagement on account of or with a view to execute the work / performance of the contractor

7.27(a)

Conditions for Reimbursement of Levy/Taxes if Levied after Receipt of Tenders: i) All tendered rates shall be inclusive of all taxes and levies payable under respect statutes. However, pursuant to the Constitution (46th Amendment) Act, 1982, if any further tax or levy is imposed by Statute, after the last stipulated date for the receipt of tender including extensions if any and the contractor thereupon necessarily and properly pays such taxes/levies the contractor shall be reimbursed the amount so paid, provided such payments, if any, is not, in the opinion of the Chief Engineer, P.H. (Urban), Odisha, Bhubaneswar (whose decision shall be final and binding on the contractor) attributable to delay in execution of work within the control of the contractor. The contractor shall keep necessary books of accounts and other documents for the purpose of this condition as may be necessary and shall allow inspection of the same by a duly authorised representative of the Department and/ or the Engineer-in-Charge and further shall furnish such other information/ document as the Engineer-in-Charge may require from time to time. The contractor shall, within a period of 30 days of the imposition of any such further tax or levy, pursuant to the Constitution (Forty Sixth Amendment) Act, 1982, give a written notice thereof to the Engineer-inCharge that the same is given pursuant to this condition, together with all necessary information relating thereto. Other statutory duty, Tax such as I.T., VAT etc, will be deducted at sources from the bills of the contractor and deposited with concerned authority. Royalty at the prevailing rate on minerals will be deducted from the bills of the contractor and deposited with concerned authority. Fair Wages Clause: The contractor shall not employ for the purpose of this contract any person who is below the age of fourteen years and shall pay to each labourer for work done by such labourers fair wages.

ii)

iii)

7.27(b) 7.27(c) 7.28

(a)

61

Explanation Fair Wage means wages, whether for time or piece work prescribed by the State Public Works Department provided that where higher rates have been prescribed under the minimum wages Act 1948 wages at such higher rates should constitute fair wages. The Executive Engineer shall have the right to enquire into and decide any compliant alleging that the wages paid by the contractor to any labourer for the work done by such labourer is less than the wages as per sub-paragraph-I above. (b) The contractor shall, notwithstanding the provisions of any contract to contrary, cause to be paid a fair wage to labourers indirectly engaged on the work including any labour engaged by his sub-contractors in connection with the said work, as if, the labourers had been immediately employed by him. In respect of all labour directly or indirectly employed in the works for the performance of the contractors part of this agreement, the contractor shall comply with or cause to be complied with all regulations made by Government in regard to payment of wages, wage period deductions from wages, recovery of wages not paid and deductions unauthorisedly made, maintenance of wage register, wage cards, publication of scale of wages and other terms of employment, inspection and submission of periodical returns and all other matters of a like nature. The Executive Engineer or Sub-Divisional Officer concerned shall have the right to deduct, from the money due to the contractor, any such required or estimated to be required for making good the loss suffered by a worker or workers by reason of non-fulfilment of the conditions of the contract for the benefit of the workers non-payment of wages or of deduction made from his or their wages, which are not justified by their terms of the contract or non-observance of the regulations. Money so deducted should be transferred to the workers concerned. Vis--vis, the Government of Odisha, 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. The regulations aforesaid shall be deemed to be a part of this contract and any breach thereof shall be breach of this contract. Odisha PWD / Electricity Department Contractors Labour Regulations Short title These regulations may be called The Odisha Public Works Department / Electricity Department Contractors Regulations.

(c)

(d)

(e)

(f)

7.28.1.

62

7.28.2.

Definitions In these Regulations, unless otherwise expressed or indicated the following words and expressions shall have the meaning here by assigned to them respectively, that is to say Labour means a worker employed by a contractor of the Odisha Public Works Department / Electricity Department directly or indirectly through a sub-contractor or other person, or by an agent on his behalf. Fair Wages means wages whether for time or piece work prescribed by the State Public Works Department provided that where higher rates have been prescribed under the minimum wages Act, 1948 wages at such higher rates should constitute fair wages. Contractor shall include every person whether a sub-contractor or headman or agent employing labour on the work taken on contract. Wages shall have the same meaning as defined in the payment of Wages Act and include time and piece rate wages, if any.

i)

ii)

iii) iv) 7.28.3.

Display of Notices regarding Wages, etc.: The contractor shall: (a) Before he commences his work on contract display and correctly maintain and continue to display and correctly maintain, in a clean and legible condition, in conspicuous places on the work, notices in English and in the local Indian language spoken by the majority of the workers, giving the rate of wage prescribed by the State Public Works Department / Electricity Department for the district in which the work is done. (b) Send a copy of such notices to the Engineer-in-charge of the work.

7.28.4. Payment of wages: (1) Wages due to every worker shall be paid to him direct. (2) All wages shall be paid in current coin or currency or in both 7.28.5. Fixation of wage period: (1) The contractor shall fix the wage period in respect of which the wages be payable. (2) No wage period shall exceed one month. (3) Wages of every workman employed on the contract shall be paid before the expiry of ten days, after the last day of the wage period in respect of which the wages are payable. (4) When the employment of any worker is terminated by or on behalf of the contractor, the wages earned by him shall be paid before the expiry of the day succeeding the one on which his employment is terminated. (5) All payments of wages shall be made on a working day.

63

7.28.6. Wage book and wages cards, etc.: (1) The contractor shall maintain a wage book of each worker in such form as may be convenient, but the same shall include the following particulars(a) Rate of daily or monthly wages. (b) Nature of work on which employed (c) Total number of days worked during each wage period (d) Total amount payable for the work during each wage period. (e) All deductions made from the wages with an indication in each case of the ground for which the deduction is made. (f) Wage actually paid for each wage period. (2) (3) The contractor shall also maintain a wage card for each worker employed on the work. The Executive Engineer may grant an exemption form the maintenance of wage bond, wage cards to a contractor who, in his opinion may not directly or indirectly employ more than 100 persons on the work.

7.28.7. Fines and deduction which may be made from wages: (i) The wages of a worker shall be paid to him without and deduction of any kind except the following (a) Fines (b) Deductions for absence from duty, i.e., from the place of places whereby the terms of his employment he is required to work. The amount of deductions shall be in proportion to the period for which he was absence. (c) Deductions for damage to or loss of good expressly entrusted to the employed person for custody or for loss of money for which he is required to account where such damage or loss is directly attributable to his neglect or default. (d) Any other deductions which the Odisha Government may from time to time allow. (ii) No fines shall be imposed on a worker and no deduction for damage or loss shall be made from his wages until the worker has been given an opportunity of showing cause against such fines or deduction. The total amount of fines which may be imposed in any one wage period on a works shall not exceed an amount equal to five paise in a rupee of the wages payable to him in respect of that wage period. No fine imposed on any worker shall be recovered from him by instalments, or after the expiry of 60 days from the date on which it was imposed. Register of fines, etc.:

(iii)

(iv)

7.28.8.

64

(i)

The contractor shall maintain a register of fines and of all deduction for damage or loss. Such register shall mention the reason for which fine was imposed or deduction for damage or loss was made. The contractor shall maintain a list in English and in the local Indian language, clearly defining acts and omissions for which penalty of fine can be imposed. It shall display such list and maintain it in a clean and legible condition in conspicuous places on the work. Preservation of register: The wage register, the wage cards and the register of fines, deduction required to be maintained under the regulations shall be preserved for 12 (twelve) months after day of the last entry made in them.

(ii)

7.28.9.

7.28.10. Powers of Labour Welfare Officers to make investigation or enquiry: The Labour Welfare Officers or any other persons authorized by the Government of Odisha on their behalf shall have power to make enquiries with a view to ascertaining and enforcing due and proper observance of the fair wage clauses and the provisions of these regulations. He shall investigate into any complaint regarding default made by the contractor, sub-contractor in regard to such provisions. 7.28.11. Report of Labour Welfare Officers: The Labour Welfare Officer or others authorized as aforesaid shall submit a report of the results of his investigation or enquiry to the Executive Engineer concerned, indicating the extent, if any, to which the default has been committed with a note that necessary deductions from the contractor bill be made and the wages and other dues be paid to the labourers concerned. 7.28.12. Appeal against the decision of Labour Welfare Officer: Any persons aggrieved by the decision and recommendation of the Labour Welfare Officer or other person so authorized may appeal against such decision to the Labour Commissioner within 30 days from the date of decision forwarding simultaneously a copy of his appeal to the Executive Engineer concerned but subject to such appeal, the decision of the officer shall be final and binding upon the contractor. 7.28.13. Inspection of register: The contractor shall also allow inspection of the wage book and wage cards to any of his workers or to his agent at a convenient time and place after due notice is received, or to the Labour Commissioner or any other person authorized by the Government of Odisha on his behalf. 7.28.14. Submission of return:

65

The contractor shall submit periodical returns as may be specified from time to time. 7.28.15. Amendments: The Government of Odisha may from time to time, add to or amend these regulations and on any question as to the application, interpretation of effect of these regulations, the decision of the Labour Commissioner or any other person authorized by the Government of Odisha in that behalf shall be final. 7.29 EXCISE DUTY EXEMPTION:

As per the Notification No.12/2012-Central Excise dated 17th March 2012, the excise duty will be exempted on any of the following cases on a certificate issued by the Collector of the concerned District to the effect that such goods are cleared for the intended use specified below: Pipes & pipe fittings needed for delivery of water from its source to the Plant (including the Clear Treated Water Reservoir, if any, thereof) and from there to the 1st Storage Point. Pipes & pipe fittings of outer diameter exceeding 10 cm when such pipes are integral part of the water supply projects.
All items of machinery, including instruments, apparatus and appliances, auxiliary equipment and their components/parts required for setting up of water treatment plants. On receipt of specific request containing all details regarding excise exemption certificate from the contractor, the Executive Engineer shall apply to the concerned Collector & District Magistrate for obtaining the required certificate for exemption of excise duty and provide the same to the contractor within 60 days from the date of receipt of request letter from the contractor. The terms and conditions of the agreement have been read by Me/Us and I/We certify that I/We clearly understand them and agree to abide by them.

Contractor

66

SECTION 08

SCOPE OF WORK
GENERAL
The intent of this Section is to specify the work items to be covered on EPC Contract (Turnkey Basis) in conformity with the technical specifications as enumerated in the subsequent clauses for the work Construction of New Water treatment Plant and

laying of Pipe line for improvement of Water Supply to Burla Town. on EPC Contract (Turnkey Basis)

Introduction: At present piped water supply to Burla NAC area is being made from Hirakud reservoir through 450mm dia A.C. Pressure pipe / C.I.Pipe leading to Pathan bandha Raw Water sump,2.25 M.L.D RGF & Slow sand Filter at VSS MCH & Sambalpur University respectively. The Raw water from Pathan bandh Sump is being pumped to 4.5 MLD Pressure filter at Burla water works & 1.8MLD MCL WTP. The treated water from the existing 3 nos WTP is being distributed to Burla Town through the pipe net work besides the 1.8 MLD MCL WTP at Jagruti Vihar. Out of total 15 Nos. wards only 6 wards have been fully covered and 6 Nos. wards are partly covered. The most of the pipe lines have been laid as smaller dia G.I. /C.I Pipes during the Hirakud dam Project Period. The present supply level is 9.0 MLD against the present demand of 9.00 MLD. The 4.5 MLD pressure filter is of obsolete model & 2.25MLD slow sand filter is of outdated model and not suitable for urban water supply system. Keeping in view the future demand of 2041 population with a demand of 15.00MLD,It has been proposed for construction of 6.00MLD New water treatment plant & Up gradation of 4.50MLD Pressure filter to 4.50MLD RGF with construction of R.C.C.E.S.R 2Nos,& R.C.C UGR/OGR and Laying of Raw water & Clear water Rising main/Distribution main to & from WTP and different uncovered area of Burla N.A.C (As per the Detail part Estimate).

8.1.

Location:
Town District State Connected to Railway Station : : : : : Burla N.A.C Sambalpur Odisha National Highway (NH-6) Hirakud

8.2.

Items of Work to be Executed:


Design, Engineering, Supply, Fabrication, Construction, Erection, Supervision, Testing, Trial-Run, providing Training and Commissioning of the following item of works:-

67

Major quantities and items of works to be executed (Quantity shown are indicative)
Group 1 Sl No 2 Items of Works 3 Quantities (Appx) 4 Unit 5

A
1

Development of Source
Construction of Compound Wall around the proposed 6.00MLD water Treatment Plant. As per approved drawing, design and specifications. Construction of Approch Road including earth filling to 6.00MLD water Treatment Plant. As per approved drawing, design and specifications. Construction of Main Drain along the natural water course inside 6.00MLD water Treatment Plant. As per approved drawing, design and specifications. construction of 1.20 Mtr span RCC Culvert over RCC Drain inside Water Treatment Plant Burla. As per approved drawing, design and specifications. 620 Mtr

240

Mtr

190

Mtr

No

B
1

Treatment Plant
Design, Construction, Testing and commissioning of 6.00ML Capacity Conventional Water Treatment Plant with provision of cascade aerator, flash mixer, Horizontal baffled channel flocculator, settling tank, rapid gravity filter covered with Roof slab including the filter house. Chlorine House, chemical house, Settling Tank, 0.15 ML R.C.C Over head back wash Tank near Filter house , Chlorination arrangement, Laboratory with accessories, Office Building, Internal Road, Yard lighting arrangement, settling tank sludge lagoon with the provision of recycling arrangement & handling facilities, Path ways, site drainage System etc all complete Upgradation Renovation of existing 4.50 MLD Pressure filters at Burla water works introducing Conventional Rapid gravity Filter unit covered with roof slab having filter house , raw water Inlet Chamber, and also raw water channel to be connected with the existing Hopper bottom type settling tank and provision of Flow measuring system, Flash mixing unit, with Chemical feeding system and leading clear channel from RGF to the existing clear water chamber with 1 Set

Set

68

provision of 1.0 lakh ltr capacity back wash tank over the filter house etc all complete. 3 4 Construction of 500000 ltr capacity Open top RCC Raw Water OGR inside 6.00MLD WTP site campus Construction of RCC framed structure Raw Water and Clear Water Pump House with internal Electrifications. As per approved drawing, design and specifications. 1 1 No No

C 1 2 3

Storage Reservoir
Construction of Clear Water under ground Reservoir at Treatment Plant site of capacity 5,00,000ltr (0.50 ML) as per approved drawing, design and specifications. Construction of Clear Water under ground Reservoir at Bharati Club Chhak of capacity 5,00,000ltr (0.5ML) as per approved drawing, design and specifications. Construction of E.S.R. at Bharati Club Chhak of capacity 5,00,000 ltr (0.5ML) capacity with 25 mtr staging height as per approved drawing, design and specifications. Provision of 1.00Lakh litter Capacity with 25mtr staging height E.S.R. inside VSSUT, Burla as per approved drawing, design and specifications. Construction of RCC framed structure Clear water Pump House at Bharati Club Chhak with internal Electrifications as per approved drawing, design and specifications. Pumping Machineries Provision of Raw Water Centrifugal Pump Sets at Treatment Plant including installation as per approved drawing, design and specifications. ATS Control Pannel suitable for 60.00HP Capacity Centrifugal Pump as per approved drawing, design and specifications & VFD arrangement. Provision of Clear Water Centrifugal Pump Sets at Bharati Club Chhak including installation as per approved drawing, design and specifications. ATS Control Pannel suitable for Capacity Centrifugal Pump as per approved drawing, design and specifications & VFD arrangement. Provision of Clear Water Pump Sets at Treatment Plant for pumping to G.S.R. at Bharati Club and distribution system as per approved drawing, design and specifications. ATS Control Pannel suitable for Capacity Centrifugal Pump as per approved drawing, design and specifications & VFD arrangement. Provision of Clear Water Pump Sets at Treatment Plant 1 Job

Job

Job

4 5

Job

Job

D 1 2 3 4 5

Sets

Sets

Sets

Sets

Sets

6 7

Sets

Sets

69

8 9 10 11

12 13

14 15

16.

17 E 1 2 3 4

for pumping to G.S.R. at Bharati Club and distribution system as per approved drawing, design and specifications. ATS Control Pannel suitable for Capacity Centrifugal Pump as per approved drawing, design and specifications & VFD arrangement. External and Internal Electrification to Pump Houses a. Water Treatment Plant Site Laying of 240sq mm 3 -1/2 core Power cable in trenches from Transformer to Pump House pannel Board, Pannel Board to Pump & Moter in side the pump Houses including protective device to the pump and motors and 250KVA transformers etc, testing and commissioning etc all complete. b. Clear Water Pump House Near Bharati Club Chhack Laying of 240sq mm 3 -1/2 core Power cable in trenches from Transformer to Pump House pannel Board, Pannel Board to Pump & Moter in side the pump Houses including protective device to the pump and motors and 100KVA transformers etc ,testing and commissioning etc all complete. c. Raw Water Pump House at Gouda palli Laying of 240sq mm 3 -1/2 core Power cable in trenches from Transformer to Pump House pannel Board, Pannel Board to Pump & Moter in side the pump Houses including protective device to the pump and motors and 100KVA transformers etc ,testing and commissioning etc all complete. a) Provision of Raw Water Horizontal Submersible pump set at Pathanabandha Pump House b) ATS Control Pannel with arrangement of VFD suitable for 10-12 HP capacity horizontal submersible raw water pump set as per approved design, drawing and specification. Provision of bulk type digital flow meter in the raw water and clear water rising main of the 6 mld WTP as per approved design, drawing and specification. Transmission Main Laying of 450mm dia C.I / M.S Raw water Pipe line from Jagannath Temple Chowck to Treatment Plant Burla.. Laying of 450mm C.I.class LA-( T ) Pipe 450 mm Tyton Joint 450mm dia lead caulked Joints

Sets

Job

Job

Job

2 2

Set Set

Nos.

490 95 10

Mtr Nos Nos

70

5 6 7 8 9 10 11 12 13 14 15 E-2 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 E-3 1 2 3

Laying CI Specials and fittings Bituminous / Metalled Road Cutting for taking pipes and redoing 450 mm Flange joint 150 mm Flange joint 100 mm Flange joint 80 mm Flange joint 80mm to 150mm dia A.V 450mm diameter S.V. ( Rating PN-1 IS : 780/84) Construction of Valve Chambers as per approved drawing, design and specifications. Laying and jointing of 450 mm dia MS pipes (7.9 mm thick) R.C.C. Column For laying and supporting of 450mm dia M.S. Pipe in nala portion as per approved drawing, design and specifications. Laying of 300mm dia C.I. Raw Water Pumping main from Treatment Plant to Shastri Chowck Laying of 300mm C.I.class LA-( T ) Pipe 300 mm Tyton Joint 300mm dia lead caulked Joints Laying CI Specials and fittings Bituminous / Metalled Road Cutting for taking pipes and redoing 45 mm Flanged joint 300 mm Flange joint 150 mm Flange joint 100 mm Flange joint 80 mm Flange joint 80mm to 150mm dia A.V 450mm diameter S.V. ( Rating PN-1 IS : 780/84) 300mm diameter S.V. ( Rating PN-1 IS : 780/84) Construction of Valve Chambers as per approved drawing, design and specifications. Laying and jointing of 300 mm dia MS pipes R.C.C. Column For laying and supporting of 450mm dia M.S. Pipe in nala portion as per approved drawing, design and specifications. Laying of 300mm dia C.I.Pipe line from Treatment Plant to Bharati Club Chowck. Laying of 300mm C.I.class LA-( T ) Pipe 300 mm Tyton Joint

76.6 63 6 2 1 1 2 2 2 60 8

Qtl Sqm Nos Nos Nos Nos Nos Nos Nos Mtr Nos

490 125 10 41.5 56 2 6 2 1 2 3 1 2 3 60 8

Mtr Nos Nos Qtl Sqm Nos Nos Nos Nos Nos Nos Nos Nos Nos Mtr Nos

1250 225

Mtr Nos

71

4 5 6 7 8 9 10 11 12 13 14 15 E-4

1 2 3 4 5 6 7 8 9 10 11 E-5 12 1

300mm dia lead caulked Joints Laying CI Specials and fittings Bituminous / Metalled Road Cutting for taking pipes and redoing 300 mm Flange joint 150 mm Flange joint 100 mm Flange joint 80 mm Flange joint 80mm to 150mm dia A.V 300mm diameter S.V ( Rating PN-1 IS : 780/84) Construction of Valve Chambers as per approved drawing, design and specifications. Laying and jointing of 300 mm dia MS pipes R.C.C. Column for laying and supporting of 450mm dia M.S. Pipe in nala portion as per approved drawing, design and specifications. LAYING OF C.I. CONNECTING THE DISTRIBUTION MAIN WITH CLEAR WATER E.S.R AT BHARATI CLUB CHOWCK AND SADEI PALI DISTRIBUTION SYSTEM & TOWN WATER SUPPLY SYSTEM OF BURLA TOWN. Laying of 200mm C.I.class LA-( T ) Pipe 200 mm Tyton Joint 200mm dia lead caulked Joints Laying CI Specials and fittings Bituminous / Metalled Road Cutting for taking pipes and redoing 200 mm Flange joint 100 mm Flange joint 80 mm Flange joint 80mm to 150mm dia A.V 200mm diameter S.V ( Rating PN-1 IS : 780/84) Construction of Valve Chambers as per approved drawing, design and specifications. Laying and jointing of 200 mm dia MS pipes

10 101.6 117 4 2 1 2 4 2 2 60 10

No Qtl Sqm Nos Nos Nos Nos Nos Nos Nos Mtr Nos

450 90 25 21.9 24 8 1 2 4 4 60

Mtr Nos No Qtl Sqm Nos Nos Nos Nos Nos Nos Mtr

LAYING OF C.I. DISTRIBUTION MAIN FROM TREATMENT PLANT TO BASANTA VIHAR, SRI RAM VIHAR AND CHAINI PADA OF BURLA NAC
Laying of 250mm C.I.class LA-( T ) Pipe Laying of 200mm C.I.class LA-( T ) Pipe Laying of 150mm C.I.class LA-( T ) Pipe 1200 1200 1050 Mtr Mtr Mtr

2 3 4

72

5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 E-6

Laying of 100mm C.I.class LA-( T ) Pipe 250 mm Tyton Joint 200 mm Tyton Joint 150 mm Tyton Joint 100 mm Tyton Joint 250mm dia lead caulked Joints 200mm dia lead caulked Joints 150mm dia lead caulked Joints 100mm dia lead caulked Joints Laying CI Specials and fittings Bituminous / Metalled Road Cutting for taking pipes and redoing 250 mm Flange joint 200 mm Flange joint 150 mm Flange joint 100 mm Flange joint 80 mm Flange joint 80mm to 150mm dia A.V 250mm diameter S.V ( Rating PN-1 IS : 780/84) 200mm diameter S.V ( Rating PN-1 IS : 780/84) 150mm diameter S.V ( Rating PN-1 IS : 780/84) 100mm diameter S.V ( Rating PN-1 IS : 780/84) Construction of Valve Chambers as per approved drawing, design and specifications. Laying and jointing of 250 mm dia MS pipes Laying and jointing of 200 mm dia MS pipes Laying and jointing of 150 mm dia MS pipes LAYING OF C.I DISTRIBUTION MAIN FROM TREATMENT PLANT TO, GANDHI PADA , TEAR PADA AND MIRDHA PADA UNDER BURLA N.A.C. Laying of 150mm C.I.class LA-( T ) Pipe Laying of 100mm C.I.class LA-( T ) Pipe 150 mm Tyton Joint 100 mm Tyton Joint 150mm dia lead caulked Joints 100mm dia lead caulked Joints Laying CI Specials and fittings Bituminous / Metalled Road Cutting for taking pipes and redoing

1100 240 270 240 240 50 50 25 40 195 460 20 20 15 25 12 6 6 6 6 10 28 60 60 60

Mtr Nos Nos Nos Nos No No No No Qtl Sqm Nos Nos Nos Nos Nos Nos Nos Nos Nos Nos Nos Mtr Mtr Mtr

1 2 3 4 5 6 7 8

800 1050 178 230 16 25 49 200

Mtr Mtr Nos Nos No No Qtl Sqm

73

9 10 11 12 13 14 15 16 17 18 E-7

200 mm Flange joint 150 mm Flange joint 100 mm Flange joint 80 mm Flange joint 80mm to 150mm dia A.V 150mm diameter S.V ( Rating PN-1 IS : 780/84) 100mm diameter S.V ( Rating PN-1 IS : 780/84) Construction of Valve Chambers as per approved drawing, design and specifications. Laying and jointing of 200 mm dia MS pipes Laying and jointing of 150 mm dia MS pipes Laying of 300mm dia D.I K-7 Raw Water Pumping main from Gouda Palli Pump House to 2.25 MLD WTP at VSSMCH campus and Pathanbandh Raw Water Sump Burla. Laying of 300 mm D.I. K-7 Pipe 300 mm Tyton Joint 300mm Lead joint. Laying DI / CI Specials and fittings 300 mm Flange joint 100 mm Flange joint 80 mm Flange joint 300mm dia SV (Rating- PN 1 (IS: 780/84)) 80mm to 150mm dia A.V Construction of Valve Chambers as per approved drawing, design and specifications. Bituminous / Metalled Road Cutting for taking pipes and redoing Laying and jointing of 300 mm dia MS pipes Replacement of 200 mm dia old and damage C.I. pipe line by 200mm dia M.S. Raw Water pipe line from Pathanbandh to MCL Water Treatment Plant Burla. Laying of 200mm Dia M.S. Pipe line 200 mm Flange joint 80 mm Flange joint 200mm dia SV (Rating- PN 1 (IS: 780/84)) 80mm to 150mm dia A.V Construction of Valve Chambers as per approved drawing, design and specifications. Bituminous / Metalled Road Cutting for taking pipes

16 20 12 6 8 10 18 120 180

Nos Nos Nos Nos Nos Nos Nos Nos Mtr Mtr

1 2 3 4 5 6 7 8 9 10 11 12 E-8

1350 270 20 114 8 2 2 4 4 4 75 60

Mtr Nos Nos Qtl Nos Nos Nos Nos Nos Nos Sqm Mtr

1 2 3 4 5 6 7

2850 20 8 4 6 4 240

Mtr Nos Nos Nos Nos Nos Sqm

74

F. 1 2 3 4 5 6 7 8 9 10

and redoing EXTERNAL ELECTRIFICATION TO 6.00 MLD WATER TREATMENT PLANT AND DIFFERENT PUMP HOUSES UNDER BURLA NAC. Water Treatment Plant Site Installation of 250KVA Transformer including cost of all material, stagging, and stand by. Extention of HT / LT line including Supply of all materials Construction of Transformer Stagging for two no of transformer, Site filling with sand and Metal and compound wall around the Sub-Station. Clear Water Pump House Near Bharati Club Chhack Installation of 100KVA Transformer including cost of all material, stagging, and stand by. b). Extention of HT / LT line including Supply of all materials Construction of Transformer Stagging for two no of transformer, Site filling with sand and Metal and compound wall around the Sub-Station. Up-gradation of 63 KVA transformer to 100 KVA Transformer at Gouda Palli Raw Water Pump House Construction of Transformer Stagging for two no of transformer, Site filling with sand and Metal and compound wall around the Sub-Station.

2 1.25 1

Nos KM Job

1 1.25 1

No. Km Job

1 1

Job Job

A.

DEVELOPMENT OF SOURCE i) Construction of Compound Wall around 6.00MLD WTP Burla. The compound wall consists of 1.5 Mtr height of Brick work of wall Thickness 25cm in cement mortar (1:6) with 12mm thick cement plaster and 16mm thick cement plaster (1:6) to inside and out side surface of wall and 2.5cm D.P.C with c.c.(1:2:4) over the brick top wall with 2coats of white washing over the exposed surfaces. The foundation of compound wall shall be as per the drawing or according to the prevailing site condition. KB Brick Masonry in CM (1:6) boundary wall of 250 mm thick wall upto 1 m height & 120 mm thick from 1 m to 1.90 m height for a length of 100 m (approx).

3)

Construction of cement concrete road to proposed 6.00mld WTP. Burla The construction of cement concrete road comprises of earth work in embankment within initial lead of 50 mtr & initial lift of 1.50 mtr laid in layers not exceeding 0.30 mtr depth compacted with PRR , Sand filling , cement concrete 1:4:8 using 40mm size BHG C.B. Metal & cement concrete 1:2:4 using 12mm size BHG C.B.chips

75

4) Construction of cement concrete drain The construction of cement concrete Drain consist of Earth work in stony and Gravel missed soil/All kinds of soil, Sand filling in foundation bed ,cement concrete 1:4:8 using 40mm size BHG C.B. Metal & cement concrete 1:2:4 using 12mm size BHG C.B.chips in foundation of bed & cement concrete wall with Rigid & smooth centering & shuttering & 12mm thick cement plaster in C.M. (1:4) including punning over the inside surfaces of the drain. 5) Construction of 1.20 Mtr span RCC Culvert over RCC Drain inside Water Treatment Plant Burla. The construction of culvert consist of Earth work in stony and Gravel mixed soil/All kinds of soil, Sand filling in foundation bed ,cement concrete 1:4:8 using 40mm size BHG C.B. Metal & the R.C.C. work in abutment wing wall parapet & slab is up cement concrete (1:1 : 3 ) using 12mm size BHG C.B.chips & Reinforcement shall be of using HYSD bar confirming to Relevant IS specification. B- TREATMENT PLANT 1) Design, Construction, Testing and commissioning of 6.00ML Capacity Conventional Water Treatment Plant of with provision of cascade aerator, flash mixer, Clarifluculator, rapid gravity filter, Chlorine House, chemical house, Settling Tank, Filter house with over head back wash Tank , (for an operating period of 22 hours) Conventional Water Treatment Plant with following ancillary structures chlorination arrangement, Laboratory, Office Building, Internal Road, Yard lighting arrangement, fluculator sludge lagoon and handling facilities, Path ways site drainage etc all complete. Cascade Aerator. Raw Water channel with flow measuring device. Rapid Mixing Unit Baffle Channel Type Horizontal flow Baffled Channel Flacculator. Settling Tank Filter House with Rapid Gravity Filter units, space for housing Backwash filling Pump Sets, Air blowers & Motor Control Centre (MCC). vii) Minimum 150 cum capacity Overhead Back Wash Tank with Pipes, Valves, filling Pump Sets etc. all complete. viii) Chemical Storage House with Chemical Dosing Unit & Feeding Devices. ix) Chlorine House with Gas Chlorinator & Chlorine Cylinder storage. x) Office Building & Testing Laboratory. xi) Internal Roads with Walkways & Parking area. xii) Under Ground Drainage, Waste Disposal System & On-site Sanitation at Treatment Plant site. xiii) Road & Yard Lighting arrangement, Internal Electrification to WTP xiv) Beautification of WTP Campus by Arboriculture & Horticulture. xv) Miscellaneous items like Brass Name plate, Flow Sheet Boards, Glow Sign Boards etc. i) ii) iii) iv) v) vi)

76

xvi) Brick Masonry Boundary Wall (1.8 m height x 40 m length) with MS Gates around WTP Campus. The components of Water Treatment Plant shall be closely arranged with bare minimum spacing between them. 2) Design, Construction, Testing and commissioning of Upgradation of 4.50 MLD Pressure Filter by provision of 4.50 MLD Cap.Rapid Gravity Filter with Inlet chamber, Flow measuring system, Flash mixing unit with chemical feeding system and Clarifloculator , (for an operating period of 22 hours) Conventional Water Treatment Plant with following ancillary structures chlorination arrangement fluculator sludge lagoon and handling facilities, Path ways site drainage etc all complete. i) Raw Water channel with flow measuring device. ii) Rapid Mixing Unit Baffle Channel Type iii) Horizontal flow Baffled Channel Flacculator. iv)Filter House with Rapid Gravity Filter units, space for housing Backwash filling Pump Sets, Air blowers & Motor Control Centre (MCC). v)Internal Roads with Walkways & Parking area. vi)Under Ground Drainage, Waste Disposal System & On-site Sanitation at Treatment Plant site. vii)Road & Yard Lighting arrangement, Internal Electrification to WTP viii)Beautification of WTP Campus by Arboriculture & Horticulture. x)Miscellaneous items like Brass Name plate, Flow Sheet Boards, Glow Sign Boards etc. 3) Construction of 500000 ltr capacity Open top RCC Raw Water OGR inside 6.00MLD WTP site campus. Construction of Raw Water and Clear Water Pump House of internal 50-0 x 23-0.the minimum plinth height should be 0.45 mtr height above the ground level, the minimum Pump House height should be 3.60 mtr with R.C.C.framed structures ,25cm thick Brick wall and adequate ventilation system with steps and ramp to Pump house welled finished etc as per direction of Engineer-in-charge. C-STORAGE RESERVOIR 1) Design, Construction, Testing and commissioning of Clear Water under ground Reservoir at Treatment Plant site of capacity 5,00,000ltr (0.50 ML) 2) Design, Construction, Testing and commissioning of Clear Water under ground Reservoir at Bharati Club Chhak of capacity 5,00,000ltr (0.5ML) 3) Design, Construction, Testing and commissioning of E.S.R. at Bharati Club Chhak of capacity 5,00,000ltr (0.5ML) 4) Design, Construction, Testing and commissioning of 1.00Lakh litter Capacity 25mtr. Head E.S.R. inside VSSUT, Burla

77

5) Construction of Clear water Pump House at Bharati Club Chhak with internal Electrifications. Construction of Raw Water and Clear Water Pump House of internal 14-0 x 11-0.the minimum plinth height should be 0.45 mtr height above the ground level, the minimum Pump House height should be 3.60 mtr with R.C.C.framed structures,25cm thick Brick wall and adequate ventilation system with steps and ramp to Pump house welled finished etc as per direction of Engineer-in-charge. 6) Pumping Machineries Provision of Raw Water Centrifugal Pump Sets at Treatment Plant including installation. Centrifugal Pump Set with a head of 25 mtr , Discharge ,125 lps and minimum efficiency of 80% Coupled with suitable Electrical squirrel cage Induction Motor having 25% extra capacity of pump with ATS Control Panel suitable for above Capacity Centrifugal Pump sets Provision of Clear Water Centrifugal Pump Sets at Treatment Plant including installation (i). Centrifugal Pump Set with a head of 30 mtr , Discharge ,45 lps and minimum efficiency of 80% Coupled with suitable Electrical squirrel cage Induction Motor having 25% extra capacity of pump with ATS Control Panel suitable for above Capacity Centrifugal Pump sets Provision of Clear Water Pump Sets at Treatment Plant for pumping to G.S.R. at Bharati Club and distribution system. (i). Centrifugal Pump Set with a head of 20 mtr , Discharge ,42 lps and minimum efficiency of 80% Coupled with suitable Electrical squirrel cage Induction Motor having 25% extra capacity of pump with ATS Control Panel suitable for above Capacity Centrifugal Pump sets. Provision of Clear Water Pump Sets at Treatment Plant for pumping towards Sriram Vihar and distribution system. (i). Centrifugal Pump Set with a head of 35 mtr , Discharge ,42 lps and minimum efficiency of 80% Coupled with suitable Electrical squral cage Induction Moter having 25% extra capacity of pump with ATS Control Pannel suitable for above Capacity Centrifugal Pump sets. External and Internal Electrification to Pump Houses a. Water Treatment Plant Site Laying of 240sqmm 3 Core Power cable line in trenches from transformer to Pump house Panel Board,Panel Board to Motor inside the pump house including protective devices to pump house motor and transformer. b. Clear Water Pump House Near Bharati Club Chhack-Laying of 240sqmm 3 Core Power cable line in trenches from transformer to Pump house Panel Board,Panel Board to

78

Motor inside the pump house including protective devices to pump house motor and transformer c. Raw Water Pump House at Goudapalli-Laying of 240sqmm 3 Core Power cable line in trenches from transformer to Pump house Panel Board, Panel Board to Motor inside the pump house including protective devices to pump house motor and transformer Transmission Main Laying of 450mm dia C.I / M.S Raw water Pipe line from Jagannath Temple Chowck to Treatment Plant Burla- Laying of C.I. pipe line for a length of 490.00 mtr & MS pipe -60.00 mtr in pipe line trenches including earth work in pipe line trenches , back filling the trenches ,Tyton joints,Lead Joints ,C.I. Specials & fittings and Flange joints with fitting & fixing of 2nos sluice valves,2nos Air Valves with construction of sluice valve chambers including cost of cutting of asphalt ,Metal & concrete Road with mending good the damages wherever necessary . Laying of 300mm dia C.I. Raw Water Pumping main from Treatment Plant to Shastri Chowck- Laying of C.I. pipe line for a length of 490.00 mtr & MS pipe -60.00 mtr in pipe line trenches including earth work in pipe line trenches , back filling the trenches , Tyton joints, Lead Joints ,C.I. Specials & fittings and Flange joints with fitting & fixing of 2nos sluice valves,3nos Air Valves with construction of sluice valve chambers including cost of cutting of asphalt ,Metal & concrete Road with mending good the damages wherever necessary. Laying of 300mm dia C.I. LA Pipe line from Treatment Plant to Bharati Club Chowck- Laying of C.I. pipe line for a length of 1250.00 mtr & MS pipe -60.00 mtr in pipe line trenches including earth work in pipe line trenches , back filling the trenches ,Tyton joints, Lead Joints ,C.I. Specials & fittings and Flange joints with fitting & fixing of 2nos sluice valves,4nos Air Valves with construction of sluice valve chambers including cost of cutting of asphalt ,Metal & concrete Road with mending good the damages wherever necessary . Laying 200mm dia of C.I. LA connecting the distribution main with clear water ESR at Bharati club- Laying of C.I. pipe line for a length of 450.00 mtr & MS pipe -60.00 mtr in pipe line trenches including earth work in pipe line trenches , back filling the trenches ,Tyton joints, Lead Joints ,C.I. Specials & fittings and Flange joints with fitting & fixing of 4nos sluice valves,3nos Air Valves with construction of sluice valve chambers including cost of cutting of asphalt ,Metal & concrete Road with mending good the damages wherever necessary. Laying of C.I. LA distribution main from treatment plant to Basanta vihar, Sriram Vihar and chainipada of Burla NAC - Laying of 250mm dia /200mm dia /150mm dia /100mm dia C.I. pipe line for a length of 1200 mtr/1200 mtr/1050 mtr & 1100 mtr respectively & MS pipe 250mm dia /200mm dia /150mm dia -60.00 mtr each in pipe line trenches including earth work in pipe line trenches , back filling the trenches ,Tyton joints,Lead Joints ,C.I. Specials & fittings and Flange joints with fitting & fixing of sluice valves of 250mm dia -06nos /200mm dia-06nos /150mm dia-06nos /100mm dia-10nos & 10nos Air Valves with construction of sluice valve chambers including cost of cutting of asphalt ,Metal & concrete Road with mending good the damages wherever necessary

79

. Laying of C.I LA distribution main from treatment plant to, Gandhi pada , Tear pada and Mirdhapada under Burla NAC.- Laying of 150mm dia /100mm dia C.I. pipe line for a length of 800 mtr/1050 mtr respectively & MS pipe 200mm dia /150mm dia 120.00 mtr & 180 mtr respectively in pipe line trenches including earth work in pipe line trenches , back filling the trenches ,Tyton joints,Lead Joints ,C.I. Specials & fittings and Flange joints with fitting & fixing of sluice valves of 150mm dia-08nos /100mm dia-10nos & 05nos Air Valves with construction of sluice valve chambers including cost of cutting of asphalt ,Metal & concrete Road with mending good the damages wherever necessary Laying of 300mm dia D.I K-7 Raw Water Pumping main from Gouda palli Pump House to 2.25 MLD WTP at VSSMCH campus and Pathanbandh Raw water Sump Burla.- Laying of D.I. pipe line for a length of 1350.00 mtr & MS pipe -60.00 mtr in pipe line trenches including earth work in pipe line trenches , back filling the trenches ,Tyton joints, Lead Joints ,C.I. Specials & fittings and Flange joints with fitting & fixing of 4nos sluice valves,3nos Air Valves with construction of sluice valve chambers including cost of cutting of asphalt ,Metal & concrete Road with mending good the damages wherever necessary Replacement of 200 mm dia old and damage C.I. pipe line by 200mm dia M.S. Raw Water pipe line from Pathanbandh to MCL Water Treatment Plant Burla-..Laying of MS pipe -2850.00 mtr in pipe line trenches including earth work in pipe line trenches , back filling the trenches , ,MS Specials & fittings and Flange joints with fitting & fixing of 4nos sluice valves,6nos Air Valves with construction of sluice valve chambers including cost of cutting of asphalt ,Metal & concrete Road with mending good the damages wherever necessary External electrification to 6.00 mld water treatment plant and different pump houses under Burla NAC. Water Treatment Plant Site a) Installation of 250KVA Transformer including cost of all material, staging, and stand by Extension of HT / LT line including Supply of all materials and Construction of Transformer Staging for two no of transformer, Site filling with sand and Metal and compound wall around the Sub-Station. Clear Water Pump House Near Bharati Club Chhack b) Installation of 100KVA Transformer including cost of all material, staging, and stand by Extension of HT / LT line including Supply of all materials and Construction of Transformer Staging for two no of transformer, Site filling with sand and Metal and compound wall around the Sub-Station. c) Up-gradation of 63 KVA transformer to 100 KVA Transformer at Gouda Palli Raw Water Pump House and Construction of Transformer Staging for two no of transformer, Site filling with sand and Metal and compound wall around the Sub-Station. The above scope of works is not exhaustive but gives only an idea about the type of work involved. Any other items/works, which have not been specifically mentioned but required

80

for completeness and soundness of the systems as per detailed engineering, shall be automatically covered within the scope of work & no extra claim shall be entertained due to such coverage .The above works shall have to be executed in accordance with the detailed design criteria & specifications given in Section - 9 and other conditions mentioned elsewhere in the DTCN & subsequent correspondences made if any.

8.3. Treatment Objectives:


The quality of treated water from the plant shall be consistently maintained conforming to the requirements of the latest editions of the relevant Indian Standard Specifications and the Manual on Water Supply and Treatment by the CPHEEO, Government of India. 8.4. Site Plan: The tentative site plan of the proposed work is shown at Section-11

8.5. Soil Investigation Report: For structural design purposes, SBC at required depths and different locations below ground level at respective places for all units of the Water Treatment plant, Intake well, ESR, GSR, Footway bridge shall be found out by the agency through Govt./Govt. approved laboratory confirming to relevant IS code. The soil test shall include bore log, SPT, UDS test, Tri-axial test, Vane shear test, core sample test, plate load test depending upon requirement of the structure. Before detailed engineering & design the contractor shall submit detailed soil test report to the Engineer-in-Charge for approval of SBC to be adopted for structural design. Accordingly, the contractor has to design the structures. The maximum ground water table for design of WTP & ancillary structures shall be taken as 0.5 M below virgin ground level in worst rainy season condition. For design of GSR, ESR the maximum ground water table for design shall be taken as 3.0 M below virgin ground level. In case further data would be necessary before or after submission of tender/ during execution of the work, the tenderer/ contractor shall collect the same of his own & at his cost. Ignorance of any data shall not relieve the contractor of his obligation to complete & commission the work as per the provisions of the DTCN. For detail structural design of the intake well and footway bridge, the agency has to collect all the required hydraulic & flow parameters of the river/water way as will be required for detail design and drawing where the intake well to be constructed from the irrigation/competent Department, and other data as will be required at his own cost and risk & shall submit to the Engineer-in-charge of work for approval. Then based on the approved data the agency has to prepare detail design & drawing of intake well. Before detailed engineering & design the contractor shall submit detailed soil test report and all above information to the Engineer-in-Charge for approval of SBC and related all other design parameters to be adopted for structural design. Accordingly, the contractor has to design the structures. While designing of the structures, it shall be ensured that the weight of the structure including foundation, water, over burden earth on foundation / slab / raft etc. as applicable shall be with in the permissible limit of S.B.C. allowed by Department.

81

Raw Water Quality: Physical & Chemical analysis of raw water samples of Hirakud Reservoir is at Annexure II. In case further analysis of raw water would be necessary before or after submission of tender, the tenderer shall collect samples of water and carryout such analysis at his own cost in approved laboratories. Ignorance of raw water quality parameters shall not relieve the contractor of his obligation to meet to the Water Quality Standards. The turbidity shown in the table may exceed beyond 2000 NTU during early monsoon period. 8.7. Site Visit: The tenderer before tendering shall inspect the site at his own cost in consultation with Executive Engineer in Charge of work and shall satisfy himself with regard to the nature and extent of the work involved, the actual site conditions, existing facilities & shall collect any other information which may be required before submitting the tender. Any claim afterwards by the tenderer shall not be entertained on account of the ignorance of the site conditions. 8.8. Format Language and Units: The language of all documents shall be in English. Units of measurement in the documents, on the drawings, and the submissions shall be in S.I/ Metric Units. 8.9. Detailed Designs & Drawings of Works, their Submission and Approval: Since this is an EPC Contract (Turnkey Basis), the contractor is supposed to have the best of the expertise available in the field of water supply system design. The contractor shall be entirely responsible for the detailed design of all the item of works stated above including civil, process, structural, mechanical and electrical designs. The design submission and approval formalities are described below. i) Design Submission Guidelines: All designs shall be submitted in the form of booklets in complete shape along with relevant drawings & in a presentable manner neatly type written/ computer printed on A4 size bond paper. 1) All design calculations/ findings shall be supported with illustrative drawings in form of plans, sections etc. as applicable which shall form a part of the design booklet. 2) All references made in the design shall be indicated in Reference Chapter of the design booklet. On demand, the contractor shall furnish reference materials to the Department to facilitate checking of the designs. 3) All drawings shall be with black lines on white tracing paper in metric scale in size 560 mm X 810 mm & shall be titled, cross referenced & fully explanatory with the contractors name, date, seal & signature on it. Additionally each drawing shall contain the title at the bottom right hand corner. Alternatively, the contractor may submit computer aided drawings drawn in different colours conforming to other specifications as described above.

8.6.

82

4) In case of computer aided designs, the firm shall also additionally submit the CD containing the software & the design to the Department to facilitate checking of the designs. The contractor shall also furnish the design calculations through manual methods if demanded by Department. ii) Design Basis: All designs shall be based on the best modern practices enumerated in the Standard Text Books/ Reference Books & Handbooks by authors of International & National repute. Reference books like the Manual on Water Supply & Treatment by CPHEEO, Government of India, latest Indian Standards, Codes of Practices & Specifications, norms fixed by Pollution Control Boards of State/Central & Central Electricity Authority, European Union/ British/ AWWA Standards shall also be followed wherever required. In case of any contradiction, the decision of the Competent Authority of the Department shall be final. For computer aided design, the contractor shall use only widely accepted standard software of International/ National repute. Thumb rule designs based on the contractors own experience/ sub-standard books & literature/ sub-standard soft wares shall be out rightly rejected.
iii) Submission & Approval of Detailed Designs & Drawings: 1. The contractor shall submit to the Department two sets of process & hydraulics designs & drawings & layout drawings along with rainwater drainage and wastewater drainage scheme in keeping with the specifications in this DTCN & in a manner as described in the preceding paragraphs within 20 days of issue of letter of intent even if he fails to sign the agreement within stipulated 10 days provided the firm has deposited the Initial Security deposit. However, if the agreement is not signed eventually, the contractor shall have no claim of payment on account of whatever designs and drawings, the firm has furnished. 2. These designs and drawings shall be checked by the Competent Authority of the Department. After checking, these designs shall be preliminarily approved by the Department after incorporating the corrections/ modifications/ observations etc. as may be required and one set of preliminarily approved designs & drawings shall be communicated to the contractor for re-submission of 5 (five) sets of detailed corrected designs & 10 (ten) sets of detailed corrected drawings to Department within 10(ten) days of preliminary approval by Department. The time span between the receipt of the design & drawings by Department & the date of preliminary approval shall not normally exceed 30 days time.

3. The final approval of the designs & drawings shall be communicated to the contractor within 15 days time from the date of receipt of the final designs & drawings if all the corrections/ modifications/ observations as indicated during preliminary approval are duly incorporated.

83

4. To expedite the design submission & approval process, the contractor shall submit the complete structural designs & drawings of all the components with General Arrangement, Electrical, Process & Instrumentations and Mechanical designs & drawings based on the preliminarily approved process, hydraulic & layout designs & drawings within 15 (fifteen) days of communication of the preliminary approval. Submission of designs & drawings in piece meal shall not be accepted. 5. Same procedure shall be followed as described in Sl. 2 & 3 for approval of these designs & drawings. 6. The work shall start after final approval of all the designs & drawings.

8.10. Equipment Drawings: Prior to the delivery of any item of plant or equipment for the erection of treatment plant, the contractor shall, in triplicate, submit to the Department office for approval, accurately detailed mechanical and electrical drawings relating thereto together with spare parts, tests, references, drawings etc. for the plant. The make of all equipment shall have to be approved by Department. 8.11. Obligation to Provide Documentation: The contractor shall, as an integral part of the contract, supply detailed documentation and working drawings of the process and the equipment to be supplied by him within the specified periods and assist in checking the design calculations, other information or data relating to problems arising from the design of all components or supply of the process or the mechanical or electrical equipment. The contractor shall supply all the documentation and drawings asked for or implied in this section or elsewhere in the specification. Approval of designs, drawings, calculations, or equipment supplied by the contractor shall not relieve the contractor from any of his contractual responsibilities or obligations, if any rectification or replacement is felt necessary at a later stage. 8.12. Quality of Material and Workmanship: All the materials supplied by the contractor shall be best of their respective kinds and shall comply with latest revisions of Indian Standards/ International Standards/ Water Supply & Public Health regulations stipulated by Govt. of India, AWWA, State Pollution Control & Prevention Board, Indian Electricity Rules and other statutory requirements of Govt. of India and Govt. of Odisha. The contractor shall be responsible for the design of the entire system and quality of materials and workmanship. The contractor shall guarantee the satisfactory functioning & performance of entire water treatment plant. If any modification/ replacement is necessitated during trial-run and guarantee period, the same shall be carried out immediately free of cost.

84

8.13. Construction & Erection Facilities: Water, power, accommodation and storage of materials for construction, erection and fabrication at site shall be arranged by the contractor at his own cost. The power supply & consumption during the construction stage shall be the responsibility of the contractor & no extra payment shall be made on account of this. Department will be responsible for supply of water for testing, trial running & commissioning of the water treatment plant. The power supply and consumption during testing and commissioning and trial running shall be the Departments responsibility. 8.14. Inspection & Testing: For all materials, the contractor shall furnish Manufacturers test certificate with each consignment. At site, Testing and inspection shall be carried out as per Indian standards/International Standards in presence of Engineer-in-Charge, contractor and manufacturer. The contractor shall detail out the codes and standards in accordance with which the testing shall be carried out. Inspection by the Engineer-in-charge of the Department shall not relieve the contractor of his liability for rectifying the defects which may subsequently appear or be detected during testing and commissioning or subsequent operation. After rectification of the defects or replacement, the equipments shall be re-tested to the satisfaction of the Department. All equipments, labour, tools & tackles, instruments and other facilities for testing shall be provided by the contractor. He shall also maintain records of all the tests and furnish copies of the same to the Department. Whenever untested materials are used, written permission from the Engineerin-Charge shall be obtained. Manufacturers test certificates shall be furnished by the contractor for such equipments and materials used. The Department reserves the right to test any material at any of the reputed laboratories if necessity arises & the cost of such test(s) shall be borne by the contractor & rejected materials shall have to be replaced by the contractor by approved material at his cost. 8.15. Completion Schedule: The time is the essence of this contract. The entire job is to be completed within a time frame of 12 (Twelve) months from the date of issue of work order by the Executive Engineer, P.H. Division, Sambalpur. The tenderer shall submit a Bar Chart indicating starting and completion dates of each activity such as submission of designs & drawings, site mobilisation, procurement of materials and equipments, transportation, execution, assembly/ erection, testing, trial running and commissioning without which the tender shall be liable for rejection. On approval, the Bar Chart shall form a part of the contract as detailed in the Section - 6 & 7 of this DTCN.

85

8.16. Tendering: Ordinarily, modifications of technical specifications during execution of the work shall not be permitted excepting in cases where such a modification is warranted due to technical requirements. 8.17. Tender Drawings: The tender drawings submitted by the contractor/firm in their offer are subjected to change during detailed design if so required from technical considerations without extra financial implications. 8.18. Schedule of Tender for Submission: The tenderer shall submit the following details in addition to other documents as indicated elsewhere in this DTCN along with the General & Techno-commercial Bid of his tender document without which his tender shall not be considered further for appraisal. i) Technical write-up on the facility/scheme offered. ii) General Arrangement Drawings, proposed general layout Drawings, sectional elevation drawings with dimensions, flow diagram, hydraulic diagram, electrical circuit diagram, P&I diagram, site drainage and wastewater disposal scheme etc. iii) Perspective drawings of the proposed plant showing all the units to give a general idea as to how the plant offered by them would look like architecturally. iv) Detailed specifications with codes/standards of all the materials/ Equipments/ construction work etc, with makes & their source of supply and testing codes including manufacturers catalogue. v) Battery Limits/ Exclusions, if any. vi) Delivery period with Bar Chart for the complete scheme. vii) Equipments, tools & tackles (with their capacities) proposed to be mobilised to the site. vii) Personnel & staff proposed to be deployed at site. ix) Past experience of the Tenderer with respect to eligibility criteria. A list of similar jobs designed & executed by the tenderer with their capacity, year of commencement & installation, value of work and full addresses of their client. x) Brief details of the tenderer, technical personnel/ executive Employed with the tenderer, their qualifications & experience, Organization chart. xi) Enclosed Questionnaire at Annexure-I duly filled in by the tenderer.

******

86

SECTION 09

TECHNICAL SPECIFICATIONS & DESIGN CRITERIA


9.1. 1. 2. 3. General Conditions: Cement shall not be less than OPC-43 grade of reputed manufactures confirming to relevant IS. Reinforcement to confirm Fe-500 and IS specification (SAIL, TATA & Vizag). As & when required, the steel/cement & other building materials will be tested by Department at the cost of contractor to ensure proper quality as per IS specification. Testing of water tightness shall be conducted as per relevant IS Codes. Machine mix shall be used in concrete work for all structure. Design mix of concrete will be preferred. Vibrator of appropriate type shall be used for compaction of concrete. All the structures are to be designed as permanent type and shall have aesthetic elevation. Form work shall be of steel plates and frame, sound seasoned timber or any approved materials as decided by Engineer-in-charge to be used for the centring and shuttering of the structures. Painting of all steel / MS structure to be done as per approved quality of enamel paint over a coat of primer. All electrical work / earthings including wiring of pump house, filter house, chemical house, chlorine chamber with store, office building & laboratory etc., to be done as per relevant IS specification and Indian Electrical Rules. Single phase wiring shall be done for lighting purpose & three phase wiring shall be done for running pump motors, W.T.P. & wherever necessary. All the valves are to conform with relevant IS specification and of reputed make. The surplus earth and debris should be lifted after completion of work and proper levelling of site as directed by Engineer-in-charge without any extra claim. Pumps and motors to be of reputed and approved make.

4. 5.

6. 7.

8. 9.

10. 11.

12.

87

13. 14.

All the work including supply of materials to be executed as per relevant IS specification and direction of Engineer-in-charge. Foundation of all structure including supply of materials shall be designed depending on Ground water table / subsoil condition. In no case the Depth of foundation below virgin soil shall be less than 1 m. at respective places. All equipments, accessories, auxiliaries, piping, electrics, instruments, installations, construction, buildings etc. including all mechanical, electrical & civil engineering works covered under the scope of work of contractor shall be subjected to inspection & testing by the Department for its material, quality, workmanship and the performance. The contractor shall arrange and carryout all such inspection, testing, trial run etc. and demonstrate in presence of the Engineer-in-charge of the Department. The cost of such inspection, testing, trial run, demonstration etc. shall be borne by the contractor. All responsibility of such inspection, testing, trial run, demonstration etc. and any damage/loss that may cause directly or indirectly shall exclusively rest with the contractor. Such inspection, testing, trial run, demonstration etc. shall, however, not relieve the contractor of their liability for replacing/rectifying any defects, which may subsequently appear or be detected during erection and guarantee period. All equipments, sub-assembly and components, auxiliaries and accessories shall be tested at manufacturers workshop/site in accordance with relevant Indian Standards/International Standards. The contractor shall furnish all test certificates etc. related to the quality of all the materials to the Department along with the delivery of the materials at site without which no payment shall be released. However, such test certificates, quality assurance certificate shall not relieve the contractor of its obligation to replace forth with any instrument/materials found defective during tests at works / trial running period/guarantee period. Testing for performance of equipments shall be carried out and be checked with the approved parameters and performance characteristic curves for the purpose of acceptance. Reinforced cement concrete M-30 in all members in contact with water and members close to water like roof slab/dome etc. Any other RCC members shall be of minimum of M-20 grade. Accessories like base plates with foundation bolts, nuts and washers prelubrication tank with piping and fitting, discharge pressure gauge with stop cock and fittings, pumps motors flexible coupling, delivery pipe line, butterfly valve, NR valve shall be included with the pump.

15.

16.

17.

18.

19. 20. 21.

88

The pump will be coupled with motor stool-cum-floor discharge arrangement, required length column assembly with bearing should be provided. Reverse ratchet safety arrangement should be in the supply. xiii) The drive motor shall be 90 KW/ 120 HP KEC/ JYOTI/ L&T/ CROMPTION GREAVES make SPDP Vertical Hollow shaft squirrel cage induction motor, operating at a synchronous speed of 1500 RPM (SYN). Suitable for 3 phase, 50 cycles, 415 10% V, 50 Hz, AC Power Supply, Auto Transformer Starting and provided with non-reversible ratchet and thrust bearing to take pump thrust as per IS 325-1978. Suitable control panel shall be consisting of Main switch, MCB, ATS, Over load release, single phase preventor, volt meter, Ammeter, arrangement for displaying Cooling Temperature and Burning Temperature etc. Watchman Shed of size- 4.00 x 3.00 m. Brick masonry boundary wall of 250 mm thick in superstructure upto 1.00 m height & 120 mm thick upto 0.9 m, height.

xiv)

xv) xvi)

9.2.

Supplying, Laying ,Testing & Commissioning of different dia & class of pipe like C.I./M.S/D.I.(K-7) pipe with inside cement mortar lining & external bituminous coating suitable for rubber gasket jointing Raw Water Pumping Main / Distribution main from W.T.P. to different locations of E.S.R., U.G.R. and existing distribution main at Burla NAC area . The DI (K-7) pipe with specials shall be conforming to IS: 8329/2000 The 7.1 mm thick MS pipe with specials shall be TATA or SAIL Make & conforming to relevant IS specification. Different dia of PN-1.6 Sluice valve shall be conforming to relevant IS specification. The pipe shall be laid underground/ over ground as per specification and direction of the Engineer-in-charge. 100 mm dia Double Air valve shall be ISI Marked. Brick Masonry Valve chambers of inside different size like 1.2 x 1.2 x 1.5 m according to size of pipe as per P.H. specification and design shall be provided. RCC thrust block/ anchorage block shall be provided as per the design and requirement at the site basing on the direction of the Engineer-in-charge. Supplying & Laying of C.I.,/M.S./D.I Pipe Line, Construction of Sluice valve and Air Valve Chambers, Thrust Blocks, fitting, fixing CI S.V., A.V., NRV, fitting fixing of CI/ DI specials, supplying of MS pipe including fabrication work, cutting and repair of C.C. road/ Asphalt road /Metal road shall be executed as per direction of Engineer-in-charge.

i) ii) iii) iv) v) vi) vi)

89

(a) Inspection and testing of DI/CI Pipes i) The materials are to be get inspected by the Quality Assurance Wing of DGS&D and the consignments are to be embossed with the DGS&D inspection mark. ii) The materials without DGS&D inspection and without DGS&D stamping as shall not be accepted. All the materials should also be ISI Marked. iii) In case of DI pipe it should confirm IS:8329:2000 & its subsequent amendments, if any.

iv) In case of CI pipe it should confirm IS:1536:2001 & its subsequent amendments, if any. (b) Inspection and testing of other materials For all other materials, the contractor shall furnish Manufacturers test certificate with each consignment. At site, Testing and inspection shall be carried out as per Indian standards/ International Standards in presence of Engineer-in-Charge, contractor and manufacturer. The contractor shall detail out the codes and standards in accordance with which the testing shall be carried out. Inspection by the Engineer-in-charge of the Department shall not relieve the contractor of his liability for rectifying the defects which may subsequently appear or be detected during testing and commissioning or subsequent operation. After rectification of the defects or replacement, the equipments shall be re-tested to the satisfaction of the Department. All equipments, labour, tools & tackles, instruments and other facilities for testing shall be provided by the contractor. He shall also maintain records of all the tests and furnish copies of the same to the Department. Whenever untested materials are used, written permission from the Engineer-inCharge shall be obtained. Manufacturers test certificates shall be furnished by the contractor for such equipments and materials used. The Department reserves the right to test any material at any of the reputed laboratories if necessity arises & the cost of such test(s) shall be borne by the contractor & rejected materials shall have to be replaced by the contractor by approved material at his cost. (c) i) ii) Construction of sluice valve chamber The internal size of the chamber should be 1.20 x 1.20 x 1.20 for 200 mm to 500mm CI Sluice Valve, N.R. Valves and Air valves etc. The thickness of the bed concrete should be 0.10 m in cement concrete (1:4:8) using 4cm h.g. metal with RCC works of Cement Concrete (1:2:4).

90

iii)

The brick used for chamber should be K.B. Brick not below then 75 kg/cm2 & the cement mortar should be in (1:6) and the wall thickness and the height of the brick work should be 0.25 m x 1.10 m chamber size 1.20 x 1.20 x 1.20 m. The plaster work with inside and outside should be done in the cement mortar (1:6). RCC work should be used as cement concrete (1:2:4) using 12 mm size hbg chips. Pipes shall be issued to contractor only after completion of trenches as per specification and inspection/ approval by Engineer-in-charge. The work should be executed phase wise & trenches should not be kept open for longer time to avoid inconvenience and accidents. After laying of DI pipe line filling of the trenches to be done with excavated earth/ mending good the damaged with well watered and rammed as per the direction of the Engineer-in-charge. The specials like Tees and Sluice Valves etc. are to be installed at Tee points meant for branch lines and scour lines as per direction of the Engineer-incharge. Different dia MSpipe line including fabrication work to be executed at the site of canal crossing culverts and drain crossing or at low level lands including making specials/ bands/ offsets where ever required as per direction of the Engineer-incharge. Other ancillary works are to be done as per direction of the Engineer-in-charge. Pumping Station with

iv) v) vi) d) e)

f)

g)

i)

9.2.1. Construction of Pump House at different following ancillaries. i) ii) iv)

Pump House of internal size as mentioned in DTCN. ESR / GSR at Bharati Club Chowk 1 no. Brick masonry boundary wall of 250 mm thick upto superstructure upto 1 m height & 120 mm thick from 1 m to 1.9 m height. v) Supply and installation of Centrifugal Pump set 02 nos. having duty to discharge 60 lps at 85 m head including control panel. (a) The pump set shall have the duty as mentioned in the Bill of Quantity consisting of (1) Centrifugal Pump set of horizontal split casing type having CI body, carbon steel shaft, Bronze Impeller and bronze shaft sleeves, (2) Squirrel cage induction motor of suitable rating TEFC type having 1485 RPM, (3) Suitable control panel with main switch, MCB, ATS, over load release, single phase preventor, volt meter, Ammeter etc., (4) Base Plate with foundation bolt for the above pump sets.

91

vi) vii)

Fixing and fitting of suction and delivery pipes, fittings, valves etc. complete of the above pump sets. Laying of Power and control cable including house wiring for lighting, fan and ventilation etc. arrangement.

9.2.2. 6.00 MLD capacity Conventional Water Treatment Plant with ancillary structures at Burla NAC. The Water Treatment Plant shall be designed conforming to state-of the art technology & practice to produce and maintain output water quality hygienically safe and palatable in an economical manner. The output quality of water shall conform to physical and chemical standards stipulated in the manual on Water Supply and Treatment (latest edition) published by Central Public Health & Environmental Engineering Organisation and Indian Standard Code of Practice. The entire Treatment Plant shall be designed to work on gravity flow principle without need of any additional pumping. Basic design guide lines given below are indicative only and however, in order to achieve designed parameters for drinking water, Tenderer, if feels necessary, may assume & offer better data of his own and suggest suitable layout for the plant. The capacity of WTP shall be 6.00 Million Litres per Day (MLD) exclusive of all losses for an operating period of 22 hrs. Due consideration should be given to the following factors while deciding for positions of various plant units. A site plan is enclosed at relevant Section - 11 for drawal of layout plan of the Water Treatment Plant considering the following aspects. i) Geometry of the available land. ii) Topography. iii) Soil and foundation conditions. iv) Inlet & outlet pipes. v) Plant hydraulic: preferably with straight flow paths between units to minimize head loss & provide symmetry for flow splits. vi) Transportation access. vii) Site drainage. viii) Accessibility to operating personal. ix) Reliability & economy in operation. x) Aesthetics. (a) Plant Hydraulics: Plant shall be designed to permit Gravity Flow from the Cascade Aerator up to the proposed 0.30 Million Litre capacity Clear Water Reservoir.

Cascade Aerator: There shall be a cascade aerator with the following details. Number of Units : 1 (one) circular Head Required : 1.75 m. Space required : 0.03 m2/ m3/hr. Number of steps : 5nos. finished with Glazed tile.

(b)

92

Battery Limit Core Pipe Launder design capacity Channel flow velocity

: : : :

15.00M. from the center of Cascade fitted with all valves & fittings. RCC NP2 pipe or MS of 7.9 mm thick minimum. 50% over loading. up to 0.6 M/S

(c) Raw Water Channel: Number of Units : Minimum 1 (one) number Type of unit : Rectangular RCC channel with operating platform of 1 m. wide. Capacity of Unit : To accommodate up to 50% (fifty percent) overload with minimum freeboard of 0.3 m & with catwalk along length of channel with MS /GI hand railing. Parshall flume with mechanical flow meter suitable Flow measurement : for measurement of flow within a range of 5.00 MLD to 7.00 MLD. Necessary conditional section of the raw water channel in upstream and downstream of the Flow Measuring device and access to the channel shall be provided. Channel flow velocity : 0.6 M/S Rapid Mixing Unit: Type : Baffled channel mixing Number of Units : 1 (One) Capacity of each unit : 6.00 MLD Size : Rectangular Detention time : 30-60 sec. (range) Mean Velocity Gradient. G : 300-600/ Sec approximate. (GT=18000) Design for a velocity : 0.6 m/sec (neglecting the baffle) Angle of baffle is in : 40 Degree to 90 Degree with the channel wall to between ensure a minimum velocity 1.5 m/ sec while negotiating the baffle Free Board : 200 mm (Minimum) All other scopes required for completion of the unit and for smooth functioning in all respect automatically covers under contract without any extra payment. Other Criteria shall follow latest Manual on Water Supply & Treatment by CPHEEO, Government of India. (e) Floculator: Type Number of Units & Shape Capacity Detention time : : : : Horizontal Baffled Channel Floculator One, Rectangular 6.00 MLD 15 to 20 minutes (d)

93

Mean Velocity Gradient. Velocity of Flow Spacing between baffles Clear distance between end of each baffle & the wall Water Depth Bypass arrangement Walkway centrally with railing (f) Settling tank: No. of Unit Capacity of each unit Length to width ration Raw water turbidity Detention time Effective liquid depth Free Board Surface loading Weir loading Slope of Bottom Sludge removal pipe Desludging arrangement Inlet Structure Outlet structure Settled water turbidity Walkway centrally with railing

: : : : : : :

10-100 per sec (Optimal value to be Adopted) 0.10 to 0.30 per sec Not less than 0.6 m 1.5 times the distance between the baffle but not less than 0.6 m Not less than 1 m There shall be bypass channel complete with piping, closing gate to bypass settling tank & connecting the RGF. 1.00 m width

: : : : : : : : : : : : : : : :

Two 3.00 MLD 3:1 10 to 1500 NTU 3 hrs 3.00 m 0.50 m 30 m3/m2/ day (max) 300 m3/m2/ day (max) designed to take 50% overload 10% from the sides towards 02 nos. of hopper bottom sludge pits having well design side slopes. 200 mm CI Class-A embedded in concrete below the tank portion Sludge is to be withdrawn continuously from the bottom of the basin by gravity through sludge discharge pipe. Diffuser wall with slots to have uniform distribution of flow Effluent launder with v notches/ orifices Not more than 15 NTU 1.00 m width

Other Criteria shall follow Manual on Water Supply & Treatment by CPHEEO, Government of India. All other scopes required for completion of the unit and for smooth functioning in all respect automatically covers under contract without any extra payment.

94

(g) Filter House: The total filtration capacity of filter house shall be 6.00 MLD. The filter house shall comprise of 3 nos. bed rapid sand gravity filters placed on one side of the pipe gallery. The rapid sand gravity filters shall be of Constant Rate Filtration type achieved by influent flow splitting. There is RCC roof on framed structure over filter beds & operation gallery at a height of 4.2 M measured from top of filter bed wall. The filters shall be backwashed through manually operated valves with Spindles with Wheels located on the operating platform on attaining allowable maximum head loss. The filter house shall have an annex building with RCC roof of 20 m2 floor area to house the backwash filling pumps, Air blowers, MCC, & control panels, the operators working area & furniture etc. The filter operating floor should be designed for maximum convenience to the operating personnel including ease of maintenance & provision of facilities to place & replace filtering materials, for accommodating the hand wheels for manual operation of valves etc. The provisions made for operating floor shall be clearly shown in the offer along with proper justification. There shall be adequate access from the operating floor to the pipe gallery. The width of the operating platform shall not be less than 2.00 m. The pipe gallery should offer adequate space for convenience of inspection and for removal of faulty equipment. It should be possible to remove any individual valve without the disassembly of large amount of piping. Ample points of access should further more be provided for ease in handling of heavy pieces of equipment. The designer should use his ingenuity to develop an arrangement of piping that satisfies all functional requirements & ensures easy of maintenance & operation. The width of the pipe gallery shall not be less than 3.00 m. All cares must be exercised to obtain water tight joints & connections. Some leakage of water which may be expected in the pipe gallery shall have to be disposed of by providing conceal floor drains with MS grated openings/screens with sump & pump sets of required capacity with all piping and valves and mechanical and electrical accessories to discharge the collected drainage. Walkways of 900 mm wide shall be a provided around the filter beds & wherever necessary for easy access & operation & maintenance. There shall be a filtered water sump with all piping and valves, manholes, access ladder etc. in the filter house/close to filter house of designed capacity for pumping to the overhead backwash tank. Appurtenances such as rate of flow meters, ventury meters & gauges, loss of head gauges & indicators, sand expansion gauges & indicators, backwash water controllers & indicator, water sampling devices shall be provided for each filter bed unit in complete sets.

95

General Design Criteria: Filter House shall be fully covered with RCC roof. Number of Units : 3nos bed with covered RCC Roof. Type of filter : Conventional rapid gravity sand filters of Constant rate filtration type. Size ratio : 1.25 to 1.33 for each bed. Media : Filter sand over graded gravel. Average rate of filtration : 83.33Lpm/m2 (5.0m3/m2/hour) Effective size of sand : 0.5 to 0.7 mm Uniformity co-efficient of sand : >1.3 & < 1.7 maximum Depth of sand : 0.75 m filter sand should conform to IS 8419 Part-I : 1977 Depth of standing water : Not less than 1.5 m above sand. Free board : 0.50 m above water level. Filter media size : 40 to 60 mm at bottom to 2 to 5 mm at top conforming to IS: 8419 (part-I) 1977. Depth of filter media not less than : 0.50 m No. of beds to be washed at a time : One twin Bed in backwash Other Criteria shall follow the latest Manual on Water Supply & Treatment by CPHEEO, Government of India. (ii) Inlet and Outlet Control Arrangements: The inlet and outlet control arrangements of filters shall be designed for 100 (hundred) percent overload. Filter Feed: The inlet flow to the filters shall be evenly distributed along the length of the filter battery through reinforced concrete settled water common influent channel with a suitable arrangement of piping and weir to enable the incoming flow to be automatically divided between the total number of filters and to allow for common constant rate of filtration through all the filter beds. The feed channels shall be appropriately dimensioned to keep turbulence and velocities within the required limits which shall not in any case exceed 0.60m/sec. The channels and associated chamber floor shall be given slope towards the drains and drainage valves. They, if necessary, shall be fitted with steps or step irons for internal access. (iv) Filter Media and Charging: Before providing filter media and filter bottom, the contractor must provide three sets of samples each containing 10 kg of filter sand and graded gravels for examination and keeping them at site for visual verification of actual verification of quality through random sampling. The filter media and gravel should be brought to site in clean containers at least two months before the same are laid in the filter box. The contractor shall prepare the grain size distribution curve by taking representative (iii)

(i)

96

samples from the stock filter sand to show that the d10 and Uniformity Coefficient values conform to the DTCN provisions. Following installation and satisfactory testing of all the filter floors, when the engineer-in-charge is satisfied that the installations are complete, the contractor will be given written permission to commence filling the filters. The filter media shall be carefully placed and not charged by dropping dumping, machine handling or any other method which in the opinion of the Engineer-in-charge will be detrimental to the floor media, nozzles, drains, laterals etc. Following the initial charging, the filters shall be washed by the contractor. Filter beds, designed for expansion during cleaning, shall be skimmed prior to disinfection and the commissioning of the works. Filter Bottom and Under-drainage System: The under drainage system shall be carefully designed to collect the filtered water and to distribute the wash water in such a fashion that all portions of the bed should perform nearly the same amount of work and when washed, receive nearly the same amount of cleaning. Since the rate of backwash is several times higher than the rate of filtration, the former shall be the governing factor in the hydraulic design of the under-drainage system. The under drainage system shall consist of central manifold of concrete/Cast Iron with perforated laterals. The laterals shall be of un-plasticized PVC conforming to relevant ISS. All other accessories of under drainage system shall conform to relevant ISS and shall be provided in complete shape required for smooth functioning. The contractor may follow the guidelines given at section 7.6.3.9 of Manual on Water Supply & Treatment by CPHEEO, Govt. of India or any standard text book by authors of National & International repute / Codes of Practice (IS/BS/AWWA/EU) for design of manifold with perforated lateral under-drainage system. But the outcome of the design findings in any case shall have to be checked for uniformity of distribution of wash water in the laterals of the under-drainage through established hydraulic design without which the design shall not be accepted. (vi) Filter Backwash: An air wash causing a loosening of filter media for 5 minutes shall be followed by a water wash of 10 minutes which can provide an expansion of filter bed to about 130150% of its undisturbed volume at 200 Celsius operating temperature. The rates shall be as under: Air : 0.80 m3/m2/min at 0.35 kg/cm2 pressure. Water : 0.60 m3/m2/min. Air washing shall be done by airflow from air blower/ Compressor of required capacity through adequately designed piping & valves system. There shall be two blower sets (one working + one standby) of twin lobe type to be provided with (v)

97

inlet filter and silencer and the entire unit shall be complete with air cooling system driven by squirrel cage induction motors. The unit shall be complete with reflux, stop, safety valves, all gauges, electrical, mechanical, electronic accessories with total instrumentation, control panel etc. required for smooth functioning of the system. Water washing shall be done by gravity flow from an overhead backwash tank of 150 m3 capacity located over the filter house. The height of the backwash tank shall be decided from consideration of backwash head requirement. The backwash head shall have to be precisely calculated by considering the static head requirement at the inlet to the filter plus the dynamic head loss occurring in the piping & specials, valves, inlet & entry losses, control equipments & appurtenances, under drainage system, gravel media, head required for fluidization of filter bed etc. There shall be a separate floor slab for back wash tank above the roof of the filter house. The back wash tank may spread covering full area covered by the filters and operation gallery or only area covered by the filters as per design requirement. Thumb rule provision from manual on water supply & treatment or any other text book shall not be accepted. The back wash tank shall be completed with all piping and valve arrangement, auxiliaries required for its completeness. The wash water piping and air piping for proper back washing should be adequately designed and the contractor shall substantiate through calculations and graphs that the provisions made by him is adequate for the desired cleansing of the bed. The pipe gallery should be provided with all piping & valve arrangements of CI D/F Class-B piping. The wash water trough should be constructed not more than 2 m apart and the same should be capable of discharging the waste water freely into the gullet. The bottom surface of the trough should be 5 cm above the expanded bed level while back washing. In total filter house and annex building shall be completed to the relevant civil, electrical, mechanical, instrumentation, piping and valve arrangements, Internal & External electrification required for completeness and smooth functioning of the Unit and annex building with required pumps, motors, blowers water & air wash system. Filter Piping and Valves: Typical range of velocities to be used for design is given below. The contractor should avoid taking the maximum extreme value unless under specific conditions when commercial diameters of pipes are not available. SN CONDUIT VELOCITIES M/S 01. Influent 0.6 t0 1.83 02. Effluent 0.91 to 1.83 03. Wash water from elevated tank 2.0 to 3.0 04. Drain from filter 2.4 to 3.6 Flanged CI/DI pipes of appropriate class conforming to relevant ISS shall be used. The connection pipe from Filter House to proposed 0.7 Million Liter (ML) Clear Water Reservoir & Piping for filter house and operation gallery shall be of CI Flanged Class(vii)

98

B Pipe. The filte r house shall be complete with all related electrical items, internal electrification, piping & valve arrangements for water & air wash, internal electrifications & all other related piping & instrumentation. (viii) Over Head Backwash Water Tank: The overhead back wash water tank of 150 m3 capacity located over the filter house/separate RCC Overhead tank with sufficient staging height as per clause relevant. The backwash water tank shall serve following purposes: 1. for back washing of one twin filter bed at a time. 2. for alum and lime solution tanks for mixing at the desired rate. 3. for the laboratory for all tests likely to be conducted. 4. for the toilets for flushing and bathing purposes. 5. for chlorination. The backwash tank shall be filled using filling pumps from filtered water sump of required capacity. The backwash tank shall be complete with all pipings (inlet, outlet, overflow, scour etc.) & valves required for meeting the above purposes, water level indicator etc. all complete. Minimum depth of water in back wash water tank shall be 2.0 m. Over flow pipeline shall be connection to surface water drainage channel and scour line shall be connected to the underground plant waste drainage line. Piping shall be of CI D/F class-B & valves PN1. The sizes shall be as per design requirement. The wash water pumps shall be of adequate capacity for filling the wash water tank in One & Half (1.5) hour time & with 100% standby (wash water pump & motor). The motors of the wash water pumps shall be of squirrel cage induction motors with three phase 415 V supply. The filling pump sets to the overhead tank shall be installed in the filter house annex building to be operated from the control panel located in the same room of the filter house. The pumping system shall be complete with all valves & piping, electrical & mechanical accessories and total instrumentation for smooth functioning of the system. All other scopes required for completion of the unit and for smooth functioning in all respect automatically cover under contract without any extra payment. (h) Chemical House: i. General The chemical house comprising of facilities for storage of chemicals (lime, & alum) chemical handling, solution preparation & dosing (for alum & lime) etc. shall be suitably designed for all chemicals required for the water treatment purpose. The chemical house shall have two floors. The ground floor shall be used for storage of chemicals while the upper floor for housing the solution tanks, dosing facilities, MCC room & operating platform. Ground floor area is first floor area. The MCC room shall accommodate the control panels of mixing devices of chemical tanks, & other electrical

99

facilities & also the operators operating area & furnitures. There shall be RCC stairs of 1.0 m wide for access to the 1st floor of standard rise & suitably located. The area at GF & FF each 30M. The storage area for alum & lime shall be 30m2. ii. Facilities to Handle the Following Chemicals for Coagulation & Flocculation: Alum in solids : Aluminum Sulphate (ferric). Lime in solids : Calcium Oxide/ Calcium Hydroxide. a)

Doses of alum & Lime:

Provision shall be made for the followings: For Alum: Monsoon : 160 mg/l Winter & Summer : 40 mg/l For Lime doses : Half of Alum dose.

b) Handling of Raw Chemicals: The contractor shall provide a electrically operated hoist of 1 ton capacity for lifting alum & lime up to the top of floor of chemical dosing tanks. A weighing machine of 1 tone capacity shall be provided. There shall be minimum 2 numbers of tanks for each chemical for operation in shifts. The capacity of each alum tank shall be designed to feed day chemical requirement for a dose of 160 mg/l. Similarly the capacity of each lime tank shall be designed for 12 hours chemical requirements for a dose of 55 mg/l. The dosing equipment shall be capable of dosing at maximum & minimum dosing rates having 10 percent strength for alum and 5 percent for lime. Dosing will be done through gravity and the solution tanks are to be placed accordingly. All the piping, fittings, valves, mixing arrangements shall be of chemical resistant materials. There shall be level indicators for each tank of chemical resistance material. d) Each solution tank shall be provided with mixing devices. Each mixer shall be mounted on an overhead concrete accessible slab and fitted with a motor with a reduction gear box and stainless steel shaft and stainless steel turbines. The shaft speed shall not exceed 30 rpm. The chemical & mixing arrangement shall be provided with relevant internal & external electrification, mechanical items, piping & valve arrangement in complete shape required for completeness & smooth functioning of the system. The chemical house at GF & FF shall be complete with all related mechanical, electrical & instrumentation, piping & valve arrangements items required for smooth functioning. c)

Stock Tanks:

Stock Mixers:

100

iii. Chlorine store & Chlorinator arrangement: a) Chlorinator facility shall be provided for disinfection of the filtered water. The maximum & average chlorine doses shall be 3 mg/ltr & 2 mg/ ltr respectively. b) There shall be two numbers of vacuum feed type wall mounted gas chlorinators (one working & one standby) of capacity 0-5.0 kg/hr/each with booster pumps, automatic switch over system, all required chemical resistance piping & valves & all electronic, electrical & mechanical accessories & total instrumentation. The gas chlorinators shall be of PENNWALT/ METITO / SIEMEN Make. All accessories shall be of PENNWALT/ METITO make if manufactured otherwise of any reputed make to be approved by Department. c) The chlorinators shall be housed in the Chlorinator room of 10 m2 floor area.

1. Chlorine store : a) The chlorine store including the chlorinator room shall be of (10+20) 30m2 floor areas & shall be separately located close to the filter house for storage of 4 nos. of Cylinder of 100 Kg capacity each & two nos. of gas chlorinators. The chlorine Cylinder shall be kept at 1.5 m. C/C apart & shall move on trunions. The loading and unloading of tonners shall be made to and from the truck respectively in the loading bay inside the storage area. Monorail system shall be provided inside the chlorine storage room so that loading & unloading of chlorine cylinder can be done inside the room. Height of the roof above plinth level shall be minimum 5.0m or as per requirement which ever is more. b) The contractor shall supply at his cost Four numbers of full chlorine Cylinder with necessary certificates. Each Cylinder shall have a normal capacity of 0.1 ton liquid chlorine available above one bar pressure. These shall be of standard Indian manufacturer without fusible plugs. Each drum shall be fitted with ringed or removable protective valve cap. The drums shall be painted yellow with back concave ends and shall have the words liquid chlorine with the gross and net weight stenciled on the side in Kg. The tonner size, its length and diameter along with the weight of liquid chlorine, which it can contain, shall be clearly mentioned. c) Provision shall be made for manually operated hoist of 2 tone capacity running on monorail system for handling of chlorine cylinders. The gantry shall have an operational design capacity of at least 2 tons and shall be provided with safety type of hook, a drum lifting beam etc. The drum lifting beam shall have a central lifting eye, rotating swivel and hinged steel hooks designed to accurately and safely hold the ends. The contractor shall arrange the layout, the store ceiling height and the elevation of the gantry arrangements to permit any drum to be lifted from any cradle for transfer to any location of the loading vehicle. All drum positions shall be served by the monorail gantry and the clearance shall be such as to enable the

101

drums to be loaded in a standard vehicle with at least 700 mm clearance between the drum in transit and the top of any drums already in position on the vehicle. 2. Chlorine Gas Detector: i. Two numbers of chlorine gas detector with alarm facility of reputed make to be approved by Department shall be provided. One will be in the chlorinator room & the other chlorine store. ii. Two numbers of self-contained breathing apparatus, with a full-face piece and a cylinder of air or oxygen carried on the body or with a canister that produces oxygen chemically, shall be provided. iii. One no. of Emergency kit of approved make to handle leakage shall be provided. iv. One number of first aid kit shall be provided. v. One number of Steel Almirah of approved make and design suitable for storage of accessories shall be provided. 3. Ventilation requirements: The contractor shall provide forced ventilation system in the chlorine store & chlorinator room conforming to the Govt. of India safety rules, provisions of National Safety Council, IS:4379-1967, other relevant IS codes of practices and Manuals Governing the storage & use of chlorine gas. The forced ventilation system shall be capable to vent even traces of leaked chlorine gas to the atmosphere. The ventilation system shall be manually controlled from external switches outside the rooms at each doorway. Any damage to personnel, property etc. due to mis-handling/ inadequacies in handling facilities shall be the total responsibility of the contractor. The tenderer shall clearly outline/specify in their offer about the facilities provided by them for storage and handling of chlorine gas and chlorinators. The chemical house, Chlorine store, Office building, Pump house, etc., shall be completed in all respect based on specification provide in tender schedule and for all other items standard PWD & electrical specification of Government shall be followed. The chlorine store & related units shall be complete with all related mechanical, electrical & instrumentation, piping & valve arrangements for smooth functioning of system. (i) Office Building and Testing Laboratory: There shall be a single storied building of 60 m2 floor area to accommodate office block & testing laboratory as per details below Plant managers room General purpose office room Testing laboratory Entrance lobby Common Lavatory : : : : : 16 m2 12 m2 12 m2 10 m2 10 m2 60 m2

102

In addition there will be a porch at entrance of 10 m2 with chequered CC floor tiles. The lavatory shall be of 4.0 M x 2.5 M size with one urinal (bowl type) with push button flushing system of C.P. material, one Indian type W.C (23 inch composite type) with low level flushing system, one C.P. tap at low level, one Wash Basin (22 inch X 18 inch) with CP tap and all piping and fittings and fixtures, one mirror of 22 inch X 18 inch size fixed to the wall. The IWC, urinals, wash basin, all fittings and fixtures shall conform to relevant ISS and shall be of reputed make to be approved by the Department. The contractor shall provide the manufacturers Catalogues for selection and approval thereof of all the sanitary fittings and fixtures. The wastewater from the toilets/lavatory shall be connected to the septic tank through PVC/stoneware pipes of appropriate design and as per requirement. The Entrance Lobby shall be finished with the Mirror Polished Granite type of Flooring. The floor area of the testing laboratory shall be 12 m2. The furniture shall include (1) Sink base unit (2) Drawer base units (3) Drawer base unit for 6 paddle stirrer (4) Shelf box unit for general work space (5) Refrigerator (6) Office desk with file space (7) Chair. The sink shall be of size 30 inch x 18 inch x 10 inch and in addition a water tap of CP material shall be provided. The laboratory furniture shall be of plywood construction resistance to acid & water of highest quality material and workmanship. The size of the plywood shall be of 12mm thickness for doors, drawers etc. and not less than 19mm for table tops fixed on wooden construction of adequate thickness. The contractor shall provide handles, locking systems and all other fixtures. The firm shall furnish catalogues from several reputed laboratory manufactures with detailed specification for the laboratory furniture. The laboratory shall be furnished with equipments & glass wares as listed below, for testing of the following parameters - (i) optimum doses of coagulant (ii) turbidity (iii) pH (iv) Residual chlorine (v) Alkalinity (vi) Iron, (vii) hardness and viii) Dissolved Oxygen. The pH meter and turbidity measuring instruments shall also be of portable type. All type of chemicals required for conducting routine tests during trial run of the WTP, shall be provided by the firm at his cost. List of Laboratory Equipments & Glass Wares: 1. pH Meter (0 14) 2. 3. 4. 5. 6. Nephlo Turbidity Meter (0 3000 NTU) Test Kit to measure Residual Chlorine (010 PPM) Jar test apparatus Borosil Make Measuring Cylinder 1000ML Borosil Make Measuring Cylinder 500ML 2nos. 2nos. 2nos. 2nos. 2nos. 2nos.

103

7. 8. 9.

Borosil Make Flask 1000ML Borosil Make Conical Flask 500ML Borosil Make Conical Flask 250ML

4nos. 6nos. 4nos. 6nos. 8nos. 8nos. 4nos. 2nos. each. 12nos. 4nos.

10. Borosil Make Beaker 500ML 11. Borosil Make Beaker 250ML 12. Borosil Make Beaker 100ML 13. Borosil Make Burette 100ML. 14. Borosil Make Pipette (50ml, 20ml, 10ml, 5ml, 2ml, 1ml) 15. Borosil Make Test Tube (Standard size) - 20ml 16. Burette Stand

(j) Pump House 1. Pump house of internal size 6.00 m x 4.00 m 01 no. shall be constructed. (The specifications of the pump house shall be as per Clause No. 9.2 (a)) 2. Centrifugal Pump sets shall be installed of following duty: (a) 40 lps discharge at 56 m head 02 sets (b) 14 lps discharge at 42 m head 02 sets (i) The pump set shall have the duty as mentioned above consisting of (1) Centrifugal Pump set of horizontal split casing type having CI body, carbon steel shaft, Bronze Impeller and bronze shaft sleeves, (2) Squirrel cage induction motor of suitable rating TEFC type having 1485 RPM, (3) Suitable control panel with main switch, MCB, ATS, over load release, single phase preventor, volt meter, Ammeter etc., (4) Base Plate for the above pump sets. (ii) There shall be power and control cable connection for the pump house pump sets. and

(k) Underground Drainage & Waste Disposal System & On-site Sanitation at Treatment Plant Site: The contractor shall provide open drainage system with masonry drain carrying rain water/ roof top drainage/ surface run-off for its disposal. The drain is to be designed accordingly. Minimum size of the drain shall be 0.4m depth x 0.4m width. The wall of the open drains shall be of 1st class brick of 375/250mm thick jointed in (1:6) CM and plastered in (1:3) CM with cement punning. The wall shall be constructed over a base of 100mm CC of M15 grade with the same flooring and 100 mm projection on both sides. The flooring shall be with cement concrete (1:1.5:3) with neat punning. Graded weep holes shall be provided at suitable intervals along the drain. The contractor shall

104

provide RCC slabs of required thickness over the open drain wherever necessary. Any CD works if required shall have to be constructed by the contractor. The contractor shall provide close conduit under drainage system with RCC NP2 S/S hume pipe of designed dia with manhole duly spaced not exceeding 15 M etc. for carrying the processed water from Chemical House, Filter House, Sedimentation Tank, Clariflocculator & Septic Tank system etc. Both the surface drainage system and under drainage system shall meet at a suitable location at the Master Man Hole from where it shall be connected to the nearest existing drain to the proposed WTP site by close conduit system with required numbers of Manhole and outfall structure to allow gravity/pumping under pressure discharge under all conditions. The close conduit under drainage system is to be designed accordingly. Final disposal point shall be as will be shown by the Engineer-in-charge of work based on actual field requirement. For smooth disposal of waste generated till the outfall point, ancillary structures & items likes waste water RCC sump, pumping main, motor & pumps with pump house etc. if required based on actual field condition & direction of engineering-in-charge of work automatically covers under the scope of contract. The contractor shall submit the necessary drainage layout plan for disposal of rain water & waste water as well as showing the position of manholes, invert levels etc. along with the layout & hydraulic profile plan for approval by Department. (l)Internal Roads & Walkways: Road: There shall be internal roads for access of vehicles to different units as shall be required during operation & maintenance of the plant. The road shall be of 3m wide WBM (250mm compacted sand & moorum sub base and two layers of Grade III metalling compacted to 75mm thick each) carriageway with 1 m. berm on both sides. The financial offer shall include for a 150 m road length irrespective of the actual requirement. However the firm shall clearly show the actual road length provided in the tender layout drawing. The road shall be constructed as per detailed specifications. Walkways: The walkway of 1m wide length as required for smooth accessibility to different units from road shall be provided connecting different units of the WTP. The firm shall clearly show the actual walkway length provided in the tender layout drawing. The walkway shall be constructed as per detailed specifications. (m) Beautification of WTP campus by Arboriculture & Horticulture: The scope includes plantation of 30 saplings of different types of attractive Croton plants (including Palm type), 20 varieties of rose sapling and 10 varieties different sapling like Bougainvillea, Hibiscus (Mandar) and other perennial flowering plants in a properly designed landscaping system. The plant shall be nourished properly so that at the time of commissioning of Water Treatment Plant, the decorative plants would be

105

full growth. Necessary care shall be taken for growth of plants by providing Organic Manure, timely watering etc. Minimum 2nos. tap points shall be provided for watering of plants with 60m. of flexible pipe of 20mm diameter. (n) Miscellaneous items like Brass nameplate, Flow sheet Boards, Glow Sign Boards etc: i) The name of the plant shall be embossed in Odia (Odia version of 6.00 MLD Water Treatment Plant, Burla in 45 cm x 45 cm dimensioned polished brass letters (each letter size) duly fixed on the wall/ projected beyond the wall at appropriate height as per aesthetic requirement. ii) The contractor shall provide a fluorescent glow Board with all fittings etc. Of appropriate size showing the treatment flow sheet and allied structures in attractive colours and fix it on MS angle columns at appropriate height and location. The contractor shall also provide one number of wall mounted boards with flow sheets in attractive colours for mounting on the wall of the Managers room. iii)The contractor shall provide a fluorescent Glow Sign Board captioned Burla Waterworks with all fittings etc. of appropriate size in attractive colours and fix it at appropriate height at the entrance gate.

(o) Process Sampling Points: The contractor shall provide sampling points generously throughout the works to permit proper and adequate monitoring of the treatment process, chemical solutions, chemical dosing and the works performance. Hand samples shall be made available from at least the following points: 1. Incoming raw water and pre-chlorinated raw water. 2. Coagulated water. 3. Flocculated water. 4. Settled water before supply to the filter. 5. Filtered water from each filter. 6. Filtered water prior to chlorination. 7. Filtered water immediately after chlorination. 8. Final treated water before supply to distribution system. 9. Alum and lime solution tanks.
Hand sampling shall (as appropriate) be by piped supply to conveniently positioned taps. The contractor shall ensure that the arrangements permit ready access to all the required sample points and hand holds are appropriately provided for the sampling throughout the work. Sample pipe work shall be in non-corrosive materials and each sample arranged to enable a 1 ltr. sample to be taken within 5 seconds. Sample taps shall be of Brass and generally about 1 m. above floor or access level and be identified by an adjacent wall mounted notice 30 mm x 150 mm (block lettering on a white background)

106

9.2.3. Supplying & Laying of 450/300/250/200/150/100mm dia C.I,/ M.S./ D.I K-7 Raw/Clear Water Pumping /Distribution main. i) The 450/300/250/200/150/100mm dia C.I,/M.S./D.I K-7 pipe with inside cement mortar lining & external bituminous coating suitable for rubber gasket jointing shall be conforming to IS:8329 with specials. ii) 450/300/250/200/150/100mm dia PN-1.6 Sluice valve shall be conforming to relevant IS specification. iii) The pipe shall be laid underground/ over ground as per specification and direction of the Engineer-in-charge. iv) 100 mm dia Double Air valve shall be ISI Marked v) Brick Masonry Valve chambers of size 1.2 x 1.2 x 1.5 m & 1.00 x 1.00 x 1.40 m as per P.H. specification and design shall be provided. vi) RCC thrust block/ anchorage block shall be provided as per the design and requirement at the site basing on the direction of the Engineer-in-charge. Other specification remains same as Sl. No. 9.2.4 as above 9.2.4. Construction of GSR & ESR.

9.2.4.1 Ground Service Reservoir/O.G.R./UGR of capacity 0.50 ML each at WTP site and Bharati Club Chowk site at Burla NAC. (a) Excavation of foundation includes dressing and levelling the bed in all kinds of soil/ rock up to the required depth including shoring, shuttering, dewatering, if necessary, depositing the excavated materials at a suitable place as per direction of Engineer-in-Charge. (b) 150mm thick plain concrete of Grade M-10 under RCC floor slab and footings.

(c) Reinforced cement concrete Grade M-30 in all member in contact with water and members close to water like roof slab / dome etc. (d) Any other RCC members shall be RCC Grade M-20.

(e) The tank shall be ventilated by providing ventilators over the roof. The openings of the ventilators shall be protected with mosquito proof copper wire netting made of copper wire mesh. Adequate ventilation area shall be provided in relation to the area of water face and aesthetic requirement. (f) In case of roof slab having no slope, necessary protection measure shall be provided as per clause 6.3 and 6.4 of IS:3370 (Part-II) 1965. (g) i) The following appurtenances shall be provided. R.C.C. steps / Stainless steel ladders from ground level to top of the tank and from top of the tank into the bed of reservoir shall be provided along with hand rails made of series of stainless steel bars. The stainless steel ladders shall be sturdy

107

and should be fastened and anchored to the concrete by means of anticorrosive inserts and bolts. ii) One set of water level indicator consisting of copper / polythene float guide pulleys, nylon chord and enamel coated gauge calibrated to indicate depth of water in meter or equivalent amount of water in kiloliters. iii) CI lockable hinged type manhole covers 500mm diameter each 50 Kg weight with frame and cover fixed at suitable places in the roof of the tank not less than two numbers of manhole covers shall be provided. iv) A lightening arrestor of copper shall be provided on the roof of the tank as per IS 2309. The top of the lightening arrestor shall be above the highest point of the roof. The arrestor shall be suitably earthed with aluminium tape conductor. (h) Minimum Requirements for Construction of GSRs. Minimum depth of foundation 0.9 m below ground level. Minimum floors of thickness 200 mm Minimum wall thickness 200 mm Minimum roof slab thickness 125 mm Minimum free board - 500 mm Minimum floor slope 1 in 150 Minimum roof slope 1 in 150 Minimum 2 nos. of sludge pit in each compartment with sludge outlet chambers. Pipe & valve arrangement, wash out, overflow, inlet & outlet.Limit of contract for pipe & valve arrangement up to 15m away from Structure for each pipe line. Roof slab & beam shall be simply supported on walls and walls are to be Designed with top free condition. All members of the reservoir are to be designed as un-cracked section. Design shall confirming relevant IS code. Minimum size of pipe - Inlet 300 mm dia, Outlet 300 mm dia, Overflow 400mm dia & Washout 200mm dia. (i) Supply / erection / laying/ hoisting, fitting and fixing of CI pipes specials and valves of various sizes including concrete, bonding in RCC floor or wall or Over Head Reservoir or at Ground level wherever necessary, excavation of pipe line trenches, providing necessary supports and staging including supply of all jointing materials required for flange or lead joints. (All pipes, specials and valves required will be supplied by the contractor at his cost). The limit of contractor for laying the pipe lines shall not be less than 15 meters from the edge of the foundation footing (Inlet, Outlet & Over flow). (j) i) All RCC works shall be finished perfectly smooth and no plastering shall be allowed except in the inside surface of walls and floors which shall be finished with a coat of epoxy paint and cement punning with water proof compound over 20mm thick cement plaster in cement mortar.(1:3) ii) All exposed faces of the concrete and plaster over masonry shall be given two coats of water proofing cement paint of approved shade.

108

iii) All exposed iron works outside the reservoir shall be painted with two coats of approved synthetic enamel point. All exposed iron works inside the reservoir shall be painted with two coats of anticorrosive paint. iv) All masonry works shall be plastered with 12mm thick cement plaster in 1:6 cement mortar. v) (k) All construction joints in floor or wall shall have PCI which should be provided in the slab.

Site clearance: All foundation trenches shall be filled up with excavated materials in layers not exceeding 30cm. including watering and ramming. The site of construction shall be cleared from all rubbish and dressed to proper slope to a distance of 30M around the structure as per the direction of the Engineer-in-Charge. (l) All concrete works for water retaining as well as the supporting structures shall be executed, tested as per IS 456, 1978, IS 3370 (Part-I) 1965 and IS3370 (Part-II) 1965. (m) For concrete works, machineries shall be used. The mixer should comply with I.S. 1971-1968 of latest edition. Design mix concrete is preferred to nominal mix. For compaction two vibrators of appropriate size shall be used. (n) The contractor shall give cubes to the Department made of samples from fresh concrete taken as per I.S. 1199 of latest edition, cured for 7 days and 28 days for testing by the following components. Cost of testing of concrete cube will be borne by the contractor. The sample shall be taken from the following components. i. Foundation. ii. Floors. iii. Each lift of the tank wall. iv. Roof slab / dome: In the event of the deviation from the desired strength the contractors shall have to dismantle the defective part of construction and make good the damages at his risk and cost. The water tight test on the water container in Clause-10 tests on structures as laid in I.S.3370 (Part-I)-1965. (o) Design Criteria and specification for GSRs / OGRs / UGRs. Machine mix shall be used in concrete works of the structure. Vibrators of appropriate type shall be used for compaction of the concrete. The contractor shall give at his own cost concrete cubes to the department made from fresh concrete prepared for the work taken as per IS:1199 cured for 7 days and 28 days for testing by the department

109

at any recognized/Govt. testing laboratory, and the testing charges shall be borne by the contractor. Besides the above arrangements, contractor shall also carry out such tests as required by the department at regular intervals at his own cost. Samples shall be taken from the concrete prepared for use in the following components of the structure. The concrete mix as per approved design will be tested in the Govt. Laboratory through the Department at cost of the Contractor and design mix test report will be submitted to the Department before starting the work. i) Foundation ii) Each lift of supporting structure (column/shaft) iii) Supporting beams Floor beams / Tie beams /Bracings. iv) Floor of OGR. v) Each lift of the wall of OGR. vi) Roof slab of the OGR. vii) Any other portion of the structure as desired by the Engineer-in-charge. In the event of deviation from the desired strength, the contractor shall dismantle the defective parts of the construction and make good the same at his own cost and no extra payment will be made by the department for the same. All pipes, valves & fittings required, shall be of best quality confirming to relevant IS specifications which shall be provided by the contractor at his own cost as per P.H. specification and direction of Engineer-in-charge. (p) The safe bearing capacity of the soil is to be ascertained before preparation of drawing & designs for construction of OGRs. (q) On receipt of letter of intent, the contractor shall submit within one month. Two sets of design calculation and drawings to the E.E., P.H. Division, No.II, Cuttack. The design and drawings shall be scrutinized and preliminary approval will be communicated by the competent authority. (r) On receipt of preliminary approval, the contractor shall furnish within fifteen days, ten sets of clearly typed design calculations and drawings for final approval and communication to all concerned. (s) The following salient aspects shall be considered in the design.

i. Capacity of the tank shall be the volume of water it can store between the design full supply level and lowest supply level (i.e. the level of the lip of outlet pipe). Due allowance shall be made of plastering the tank from inside when calculating the net capacity of the tank. ii. Free board shall be minimum 500mm. iii. Minimum dead storage of 150mm should be assumed for flat bottom tanks.

110

iv. Design shall be based on accepted norms and methods of design as well as the provisions of the latest edition of relevant I.S.456, IS 3370, IS 1893, IS 1904 etc. v. All structural elements shall be designed by working stress method. vi. Foundation of the water tank shall be on raft / strip foundation as per the site condition, structural design of foundation should take differential settlement into account. vii. The drawings shall comprise of the following. 1. General arrangement drawing showing clearly all the elements of the structure and other appurtenances. The relative levels shall be shown clearly. 2. Structural drawings showing details of arrangement of all elements. Construction joints movement conforming to IS 962, IS 7073, IS 2502, IS 5525 and other relevant IS standards of latest edition shall be furnished. Detailed drawings showing the hand rails, stainless steel ladders, fixing of pipes specials in floor manhole cover etc. shall be furnished. The designs submitted shall be done by an experienced qualified Engineer or Consultant. The tenderer shall produce a certificate from him with the design dully signed by him. The approval of the designs and drawings by the Department does not absolve the responsibility of the contractor on structural stability / safety. The text books apart from the Indian standards referred to while preparing the designs should be indicated in the design. (t) DETAILED DESIGNS & DRAWINGS OF WORKS Design submission Guidelines:

i) All designs shall be submitted in the form of book lets in complete shape along with relevant drawings and in a presentable manner neatly type written/computer printed on A4 size bond paper. ii) All design calculations / findings shall be supported with illustrative drawings in form of plans, sections etc. as applicable which shall form a part of the design booklet. iii) All references made in the design shall be indicated in Reference chapter of the design booklet. On demand the contractor shall furnish reference materials to the Department to facilitate checking of the designs. iv) All drawings shall be in metric scale in size 560mm X 810 mm & shall be titled, cross referenced and fully explanatory with the contractors name, date, seal & signature on it. Additionally each drawing shall contain the title at the bottom right hand corner. Alternatively, the contractor may submit computer aided drawings drawn in different colours conforming to other specifications as described above. v) In Case of computer aided designs, the firm shall also additionally submit the CD containing the software & the design to the Department to facilitate

111

checking of the designs. The contractor shall also furnish the design calculations through manual methods if designed by Department. Design Basis: All designs shall be based on the best modern practices enumerated in the Standard Text Books. Reference Books & Handbooks by authors of International & National repute. Reference Books like Manual on Water Supply & Treatment by CPHEEO, Government of India, latest Indian Standards Codes of Practices & Specifications norms fixed by pollution Board of State/Central & Central Electricity Authority, European Union British/AWWA Standards shall also be followed wherever require. In case of any contradiction, the decision of the competent Authority of the Department shall be final binding. For computer aided design, the contractor shall use only widely accepted standard Software of International/ National repute.

Thumb rule designs based on the contractors own experience/sub-standard books & literature/ sub-standard software shall be out rightly rejected.
APPROVAL OF THE DESIGN & DRAWINGS i) On acceptance of the tender, the letter of acceptance or the work order shall be communicated to the successful tenderer. ii) The contractor shall submit to the Department two sets of drawing showing the plan, elevation and perspective view, general arrangements of the structures with piping and valves etc. and structural design and drawings as per the specifications in this DTCN & in a manner as described in the preceding paras within 20 days of issue of letter of intent. If the agreement is not signed eventually the contractor shall have no claim on account of whatever designs and drawings furnished by him. iii) The drawing and designs shall be scrutinized and preliminarily approved by the Department after obtaining clarification and / or revisions of the same as required from the contractor. One set of preliminary approved designs and drawings shall be returned to the Contractor. iv) On receipt of Preliminary approved designs and drawings, the contractor shall within 15 days submit ten sets of corrected designs and drawings to the Department for according final approval. v) These designs and drawings shall be again examined by the Department with reference to the preliminary approved and shall be finally approved. One set of finally approved designs and drawings shall be returned to the tenderer. vi) The Department reserves the right to make minor modifications in the drawing not involving major revision of designs at any stage during execution of work.

112

vii) In case the contractor fails to submit the designs and drawings in proper order within the stipulated time, the letter of acceptance of the tender is liable to be cancelled and earnest money is liable to be forfeited. viii) The designs shall be prepared by the qualified and experience Engineers employed or engaged by the contractor. The approval of the design and drawings by the Department does not absolve the responsibilities of the contractor on structural stability. 9.2.4.2 CONSTRUCTION OF 2 NOS OF RCC ESR of 0.50 ML & 0.10 ML Capacity at Bharati Club Chowk & V.S.S.U.T., campus respectively. i) General: The proposed 2 nos. RCC ESRs of 25 m staging each shall be constructed at Burla NAC area. The area is well connected by road & rail. Tenderers are advised to visit the site and make thorough study of the site and the data furnished herein before submission of the tender. ii) Scope of the contract for Each ESR The scope of the contract is as follows: iii) Design, drawing, construction, testing and commissioning of 0.10ML & 0.50ML capacity RCC ESR of staging 30 m (Intz type with RCC in shaft/uncrushed columns staging). iv) Excavation of foundation in all kinds of soil including of rock, shoring and shuttering wherever required, site dressing & levelling the surrounding ground to proposed final ground level up to the limit of the contract. v) Excavation, erection, fitting and fixing of CI (Class-B) (inlet, outlet, overflow and scour) puddle collars, expansion joints, specials and valves of required size including mending in RCC wall and/ or floor of the Reservoir wherever necessary, excavation of trench for laying of pipe line up to the limit of the contract (10 m each measured from outer face of structure), construction of valve chamber, testing and commissioning of pipe line. vi) One set of mechanical type (float type) water level indicator be provided. vii) Manhole with cover, access ladder, lighting, arrestor etc. shall be provided as per detail specification given as per relevant clause. viii) The contractor has to join the outlet pipe with nearby existing distribution system by using CI or MS pipe. Soil Investigation Report: For structural design purposes, SBC at required depths and different locations below ground level at respective places for all units of the Water Treatment plant as well as Clear Water Reservoir, Intake well, ESR, UGR, OGR, Footway bridge shall be found out by the agency through Govt./Govt. approved laboratory confirming to relevant IS code. The soil test shall include bore log, SPT, UDS test, Tri-axial test, Vane shear test, core sample test, plate load test depending upon requirement of the structure. Before detailed engineering & design the contractor shall submit detailed soil test report to the Engineer-in-Charge for approval of SBC to be adopted for ix)

113

structural design. Accordingly, the contractor has to design his structure. The maximum ground water table for design of WTP & ancillary structures shall be taken as 3.0 M below virgin ground level. For design of GSR, ESR the maximum ground water table for design shall be taken as 3.0 M below virgin ground level. In case further data would be necessary before or after submission of tender / during execution of the work, the tenderer / contractor shall collect the same of his own & at his cost. Ignorance of any data shall not relieve the contractor of his obligation to complete & commission the work as per the provisions of the DTCN. For detail structural design of the intake well and footway bridge, the agency has to collect all the required hydraulic & flow parameters of the river/water way where the intake well to be constructed from the irrigation/competent Department, and other data as will be required at his own cost and risk & shall submit to the Engineer-in-charge of work for approval. Then based on the approved data the agency has to prepare detail design & drawing of intake well. While designing of the structures, it shall be ensured that the weight of the structure including foundation, water, over burden earth on foundation / slab / raft etc. as applicable shall be with in the permissible limit of S.B.C. allowed by Department. x) Design Criteria and Specification: Capacity of the reservoir shall be the column of water stores between the full supply level and the invert of the outlet pipe. Due allowance shall be made for plastering the inside surface of the wall and floor, while calculating the net capacity of the reservoir. The elevated RCC reservoir shall be with RCC shaft /column bracing staging and circular container. The container proper and column shall be so proportioned to give architecturally aesthetic view. Free board shall be minimum 350 mm. Minimum dead storage of 150 mm shall be provided in the reservoir. Design shall be based on accepted norms and methods of design and the provision contained in the latest versions of IS:456, IS:3370, IS:1893, IS:875 and all other relevant codes etc. No age factor shall be allowed in the design of the structure. Plain cement concrete of grade M-10 thickness, not less than 100 mm shall be provided below the footings/ foundation. (A) The minimum thickness of the structure numbers shall be as follows: a) Wall of reservoir i) Upto 4 m water depth : 185 mm ii) Upto 5 m water depth : 200 mm iii) Upto 6 m water depth : 215 mm b) Floor of the reservoir in container : 200 mm c) load bearing shaft of elevated reservoir : 150 mm

114

d) Top Roof slab if designed as shell e) Top Roof slab flat (B) mm.

: 100 mm : 125 mm

For the RCC column of the ESR minimum diameter of the column shall be 400

Grade of RC concrete: RCC M-30 grade for all components of ESR (foundation to top of ESR). The design calculations and drawing shall be worked out in either metric or in S.I. unit. The water retaining component/ member including member subject to condensation like Roof Slab shall be designed as un-cracked section with M-30 grade concrete. The minimum depth of foundation of elevated reservoir shall be 1.80 m below the virgin ground level. For access into the over head reservoir there shall be RCC/ MS stair case with RCC landings at suitable intervals. The width of the stair and landing shall be not less than 800 mm. The stairs shall be provided with MS railings of approved design for a minimum height at 800 mm with two rows of horizontal runners at each side holding the vertical posts. There shall be either a central access inside the tank or a catwalk with suitable guard rails all around. In both the cases access to the roof & inside bed of the reservoir shall be provided. The roof of the overhead reservoir shall be provided with hand rail at the edges by means of MS of RCC posts and MS of GI railings for a minimum height of 800 mm with two rows of horizontal runners holding the vertical posts. The overhead reservoir shall be provided with suitable ventilation arrangement at the roof. The openings of the ventilators shall be protected with mosquito proof wire net of copper wire net of copper wire mesh. One set of mechanical water level indicator float type shall be provided to indicate the water levels of the reservoir. One lightening arrestor shall be provided on the roof of the elevated reservoir as per IS:2309. The same shall be suitable earthed with aluminium tape conductor as per IS specifications. Two Nos. of CI lockable hinge type manhole covers of minimum 600 mm dia with frame shall be provided on the roof of the elevated reservoir. All RCC works shall be finished perfectly smooth at his own cost the inside surface of walls and floors shall be rendered with 12 mm thick cement plaster (1:3) after necessary surface cleaning.

115

All exposed faces of the concrete shall be given two coats of water proofing cement paint of approved quality over a coat of primer. All expose iron works outside the reservoir shall be painted with two coats of approved synthetic enamel paint over a coat of primer. All expose iron works inside the reservoir shall be painted with two coats of approved anticorrosive paint over a coat of priming. Machine mix shall be used in concrete work of structure design mix concrete shall be preferred to the nominal mix. Vibrators of appropriate type shall be used for compaction of the concrete. Cement shall be minimum OPC- 43/53 grade. The steel reinforcement shall be of TISCO, VIZAG/ SAIL make of Fe-500 grade confirming to relevant IS specification. The contractor shall give at his cost concrete cubes to the department made from surplus of fresh concrete taken as per IS:1199 cured for 7 days and 28 days for testing by the department at his cost at any recognized testing laboratory selected by the department. Besides the above arrangement contractor shall also carry out such tests as required by the department at regular intervals at his cost. Sample shall be taken from the concrete prepared for use in the following components of the structure. a) b) c) d) e) f) g) Foundation. Each lift of the supporting structure (column) Floor beam. Floor Each lift of the wall Roof slab. Any other portion of the structure as required by the Engineer-in-charge.

In the event of deviation from the desire strength the contractor shall dismantle the defective part of the construction and make good the same at his cost. The Engineer-in-charge or his authorised representative shall have the right to inspect and test the materials collected by the contractor for use in the work. The materials not confirming to relevant specification shall be rejected and the contractor shall have to replace the defective materials immediately. The Engineering-in-charge shall have the authority to reject or accept any or all the works and materials and to direct the contractor to stop the work if the work is not taken up to the specification. The Engineer-in-charge shall also have authority to suspend a part or whole of the above and no claim whatsoever on this account made by the contractor shall be entertained in case of any dispute the decision of the Chief Engineer, P.H. (Urban) Odisha, Bhubaneswar shall be final and binding.

116

The tenderer shall give their own outline drawing of the reservoir (intze type) to scale and with dia mention showing all the features shall give an architecturally imposing view having better architectural and aesthetic view. A detailed design and drawing of work required for submission and approval. All design shall be submitted in the form of booklet in complete shape along with relevant drawing and in a presentable manner nearly typewritten/ computer printed in A4 size bond paper. All design calculation/ findings shall be supported with illustrative drawings in form of plan section etc as applicable which shall form a part of design book let. All reference made in the design shall be indicated in reference chapter of the design booklet on demand of contractor shall furnish reference materials to the department to facilitate checking of design. All drawings shall be with black line on which tracing paper in metric scale in size 560 mm x 810 mm and shall be title cross reference and fully explanatory with the contractors name date seal and signature on it. Additional each drawing shall contain the title at the bottom of the right hand corner. Alternatively the contractor may submit computer aided drawings drawn in different colours confirming to other specifications as described above. In case of computer aided design the firm shall also additionally submit the soft copy containing the software and the design to the department to facilitate the checking of the design, contractor shall also furnish the design calculation through manual method if demanded by the department. Design Basis: All design shall be best on the best modern practices enumerated in the standard text book/ reference books and hand books by author of international and national repute reference books like the Manual on Water Supply and Treatment by CEPHEO. Government of India latest Indian Standard code of practice and specification norm fixed by pollution board and state/ central Electricity Authority/ European union British/AWWA standard shall also be followed whenever required. In case of any contradiction the decision of the competent authority of the department shall be final. For computer aided design the contractor shall use only widely accepted standard software of international/ national repute. Thumb rule design based on the contractors own experience / substandard books and literature/ substandard software shall be out rightly rejected. Size of pipe and valves etc: a. Pipe double flagged cast iron Class-B in mm

117

b.

Inlet : 200 Outlet : 200 Overflow : 200 Scour : 150 Valves and fittings Sluice valve : PN 1.6

mm mm mm mm 150 mm 200 mm

150 mm 200 mm All pipes, valves, fittings and specials shall confirm to relevant IS specification and shall bear IS specification mark on the body of materials. Valves shall be of IV/IVC/Foures/Kirloskar/CALSENS make. Make of any other materials shall be approved by the Executive Engineer, P.H. Division, Sambalpur. 9.2.5. Supplying & Laying of 450 to 100 mm dia CI tyton joint pipes duly ISI marked suitable for rubber gasket jointing in distribution system at Burla NAC. i) 450/ 400/ 300/ 250/ 200/ 150/ 100 mm dia CI Class-LA pipe shall be conforming to relevant IS specification. ii) 450/400/ 300/ 250/ 200/ 150/ 100 mm dia CI (PN-1.6) Sluice Valve shall be conforming to relevant IS specification. iii) 100 mm dia Double Air Valve & 25 mm dia Single Air Valve shall be ISI Marked iv) Construction of Brick masonry valve chamber of internal size 1.2 x 1.2 x 1.5 m size & 1.00 x 1.00 x 1.40 m size shall be provided as per P.H. Specification. 9.2.6. Installation of 3 Phase 11 KV HT line & Construction of 11 /0.4KV, 250 KVA & 100 KVA Electrical Sub-station. (i) The 11 KV HT Line shall be of 3 phase and to be drawn with 9 m long 300 kg PSC Pole and 80 mm2 AAAC with 01 no. DP Cut point per km as per the specification laid down by the WESCO Authority/relevant electrical rules & codes. (ii) 11/0.4 KV, 250 KVA Electrical S/S shall be provided with plinth mounted structure. (iii) 11/0.4 KV, 100 KVA Electrical S/S shall be provided with DP mounted structure. All the work shall be executed as per the specification laid down by the WESCO Authority/relevant electrical rules & codes. 9.2.7 Construction of pump house and Installation of pump sets at Burla NAC. i) Pump House of internal size as mentioned in DTCN at each site. ii) Brick masonry boundary wall of 250 mm thick in superstructure upto 1 m height & 120 mm thick from 1 m to 1.9 m, height for 200 m at each site.

c.

Expansion joint, puddle collar

118

iii) Supply and installation of Centrifugal Pump set 02 sets at each pumping stations with duty as mentioned in the DTCN including control panel. (a) The pump set shall have the duty as mentioned above consisting of (1) Centrifugal Pump set of horizontal split casing type having CI body, carbon steel shaft, Bronze Impeller and bronze shaft sleeves, (2) Squirrel cage induction motor of suitable rating TEFC type having 1485 RPM, (3) Suitable control panel with main switch, MCB, ATS, over load release, single phase preventor, volt meter, Ammeter etc., (4) Base Plate with foundation bolt for the above pump sets. iv) Fixing and fitting of suction and delivery pipes, fittings, valves etc. complete of the above pump sets. v) Laying of Power and control cable including house wiring for lighting, fan and ventilation etc. arrangement. 9.3. Civil Works for Water Treatment Plant & Other Civil Structures: a) General: All the building and structures shall be of permanent type. The Treatment Plant buildings shall have good aesthetic and imposing elevation and architecture with the grounds attractively landscaped and well maintained. The tenderer shall, therefore, enclose details of the elevation of the buildings along with their offer. Reinforced cement concrete fins, decorative Arch type windows, boxes, pebble dash/ rough cast plaster, grills etc. may be proposed to elevate the look. Sufficient consideration shall be given for the design of the buildings for aesthetic look. Ordinary configurations without aesthetic shall not be accepted. Foundations for all the buildings and structures of Treatment Plant Complex shall be designed depending on Ground water table, sub-soil condition and bearing capacity of soil. In no case the depth of foundation below the virgin soil shall be less than 1.0 m. Provision of pressure relief valves/earthen overburden for countering full or part of uplift pressure shall not be allowed. b) Constructional Features: i) Cascade Aerator, Flume and Channels: The construction shall be of RCC M-30 grade. Cascade Aerator and all Channels shall be cladded with white ceramic tiles of Jonshon/equivalent make. ii) Rapid Mixing Unit and Clariflocculator: The Rapid mixing unit (Flash Mixer), Clariflocculator shall be of RCC M-30 grade. Operating Platform & effluent launder of the Clariflocculator shall be cladded with Jonshon equivalent make non skid ceramic tiles. Internal surfaces of Rapid mixing unit shall be cladded with acid resistance tiles. MS/GI hand railing of 800mm height around walkway of 800 width over wall of Clariflocculator & rapid mix.

119

iii) Filter House: The filter house building with the annex shall be constructed as a RCC M-30 Grade framed structure with brick masonry filler walls above filter bed wall. All water-retaining components like filter box, all channels, weir box, inlet box etc. shall be of R.C.C M-30 Grade. Floor of the Operating Platform and walk way of the filter house shall be cladded with Vitreous tile of Jonshon / equivalent make of appropriate colour. The filter house annex building and operating gallery shall be provided with all related mechanical, instrumentation, piping and valves control arrangements etc. required for completeness of plant & for smooth working. The filter house will have RCC roof on top & above which there will be backwash tank having floor slab & roof slab. Filter house interior shall be well ventilated and well lit by provision of sufficient numbers of doors, windows, ventilators and exhaust fans. The flooring of filter house & annex building in general shall be of Ceramic tile flooring excepting for the operating platform. The exposed column of the filter house near operating platform shall be cladded with Granite tiles. All tile flooring shall be of minimum 20mm thick & best quality to be approved by the Engineer-in-charge. Stair shall be cladded with Marble. Necessary access ladders for the filter units, hand railings around filters and railings in operation floor shall be provided. The handrails in the Operating Platform & Walk Way shall be of Stainless Steel. iv) Overhead Backwash Water tank: The overhead back wash water tank of 150 m3 capacity shall be over the filter house with sufficient staging height as per clause relevant having walkway at floor slab level, access ladder from GL to roof & roof to tank floor. The overhead backwash water tank shall have appropriate staging height as per hydraulic design. All components over head backwash water tank shall be of RCC M-30 Grade. The shape of the tank shall give an architecturally imposing monumental view and ordinary configuration shall not be accepted. There shall be RCC access ladder of 800mm height & 800mm wide combined with supplementary MS ladder with hand railings & landings for access to the roof of backwash tank. Similarly MS ladder shall be provided for access into the tank. Inlet & outlet pipe shall be as per pump motor & backwash requirement of filters. Overflow & washout line shall be 150mm dia each of CI. D/F Class B pipes. Each pipeline shall be provided with required puddle collars, expansion joint, duck foot bend, CI/DF valves etc., as required for completeness. Inlet pipe and outlet pipe shall be class-B CI D/F & the sizes shall be as per hydraulic design. One lightening arrester shall be provided on the roof of the tank with earthing as per IS-2309. The arrester shall be suitably earthed with an aluminum tape conductor as per IS specification. Two nos. of C.I lockable hinge type manhole covers of minimum 600 mm dia with frame shall be provided on the roof of the tank. Mechanical type water level indicator shall be provided. All other related items required for completeness of the backwash taken for smooth functioning shall be provided.

120

v) Chemical House: The chemical house building shall be of M-20 grade RCC framed structure with brick masonry filler walls. The solution tanks and channels shall be of RCC M-30 grade and provided with acid/ alkali resistant tiles. Chemical house shall be well ventilated and well lit by provision of sufficient numbers of doors, windows, ventilators and exhaust fans. Floor for storage of lime, alum & bleaching powder shall be made of acid /alkali resistant tiles/stone floorings as per direction of Engineer-in-Charge. The floor & wall of the Chemical House up to 2.0m height from the floor level shall be made acid/alkali resistance by providing appropriate type of tiles. Other portion of interior walls i.e. above 2.0 m height and the ceiling of the chemical house shall be give with acid/alkali resistant epoxy paint of two (2) coats of approved colour over one (1) coat of primer. The ceiling height of chemical house for Alum and Lime storage shall not be less than 4.0 m from finished floor level. The floor of MCC room, stairs and other utility spaces shall be of Jonshon or equivalent make ceramic tiles floorings. All other items including electrical shall be standard PWD/Electrical specification unless other mentioned specifically elsewhere. vi) Office building & Testing Laboratory: Shall be RCC M-20 grade framed structure with brick filler walls. Sufficient doors & windows shall be provided in the building. Floorings of the Office & laboratory shall be of Ceramic Tile of Johnson or equivalent Make of approved colour. The walls of the lavatory shall be provided with white glazed tiles up to 2.0m height from the finished floor level. Entrance lobby shall be finished with Mirror Polished Granite type Flooring. Portico shall be of C.C. Chequrred Tile flooring. All other items including electrical shall be standard PWD/Electrical specification unless otherwise mentioned specifically elsewhere. General for all Buildings & Structures: a) All tanks for alum & lime, aerator, Rapid mixing unit, flocculation, sedimentation, filtration units, backwash filling sump, elevated water tank etc., backwash tank and all channels carrying raw, coagulated, settled or filtered waters shall be of M-30 grade and shall be designed as water retaining tanks and as uncracked section without considering any age factor. All water retaining structures shall be tested for water tightness before installing the equipment, media etc. All channels of the Water Treatment Plant shall be cladded with white glazed ceramic tile of approved make. Required type of foundation as required with respect to actual soil condition & soil parameters, SBC bore log, position of maximum subsoil water table in worst rainy season condition or as specified in tender schedule shall be provided for vii)

121

the units of WTP, Intake well, GSR/UGR/OGR/ESR, footway bridge as per actual design requirements satisfying the requirements of books of reputed authers & IS codes maintaining safety. b) Cement shall be not less than OPC 43 Grade.

c) Minimum free board (FB) of 150mm shall be provided for channels unless specified separately and FB of 300mm minimum shall have to be provided for all other water retaining structures except the Filter Boxes in which case it shall be 500 mm. d) e) All channels, launders, conduits etc. shall be designed for 50% overload. No age factor shall be allowed in the design of the structures.

f) The plinth level of all the buildings shall be 0.75 m above the general ground formation level unless otherwise specified. g) The room height of filter house from the top of filter bed walls shall be 4.20 m (minimum). The room height of chemical house shall be minimum 4.0 m. The room height (between finished floor level and ceiling) of the office and laboratory building, Pump house shall be not less than 3.6 m. h) R.C.C. : M-30 grade for all water retaining structures (UGR, Intake well, Back wash tank and all units of water treatment plant) i) Plain cement concrete of grade M10 of thickness not less than 100 mm shall be provided below the RCC floor slab and the footings and foundation unless otherwise specified specifically. The minimum thickness of the RCC structural members shall 1) Wall of the reservoir/ water retaining structures : i) Up to 4 m water depth : ii) Up to 5 m water depth : iii) Up to 6 m water depth : 2) Floor slab of the reservoirs (flat/dome) etc. : 200 mm 3) Shaft staging Wall of load bearing shaft in case of elevated / over head reservoir : 150 mm 4) Roof slab, if designed as shell : 100 mm 5) Roof slab design on flat slab principle : 125 mm 6) Normal RCC plain/flat roof : 125 mm RCC column dia for staging of ESR : 400 mm Minimum no. of columns for RCC ESR : 8 Nos Minimum depth of foundation RCC UGR : 1.0 M Minimum depth of foundation RCC ESR : 1.8 M Grade of RCC for all components of all water retaining structures including intake well & footway bridge : M-30 j) be as follows: 185 mm 200 mm 215 mm

k) l) m)

122

n)

Minimum staining thickness of intake well above GL/river bed to top : 500 mm Minimum staining thickness of intake well below river bed/ GL : 750 mm Minimum top floor slab( if any ) thickness intake well : 300 mm Minimum PCC M-20 filling inside well above top of well curb if any : 1500 mm Minimum thickness of bottom plugging : 1500 mm Shape of RCC GSR/UGR : Circular with Dome roof/ with flat roof having column beam supporting arrangement. Shape of RCC ESR : Circular intez type container having top spherical dome roof & floor domical roof. Staging of RCC ESR shall be of load bearing shaft/ Column staging. Minimum freeboard : RCC GSR/UGR 500mm (flat roof) RCC GSR/UGR 400mm (dome roof) RCC ESR 350mm

o) p)

q)

r)

There shall be RCC / MS access ladder of 800mm height & 800mm wide combined with supplementary MS ladder with hand railings & landings for access to the roof of Overhead tank. Similarly MS ladder shall be provided for access into the tank. Inlet & outlet pipe shall be as per pump motor & field requirement. Overflow pipe dia shall be more than inlet dia. 200mm dia wash out pipe. Each pipeline shall be provided with required puddle collars, expansion joint, duck foot bend, DI/DF valves, valve chambers etc., as required for completeness. The limit of contract of each pipeline for ESR is minimum 10 M from outer face of staging shaft/column. The limit of contract of each pipeline for GSR is minimum 10 M from outer face of wall. One lightening arrester shall be provided on the roof of the overhead tank with earthing as per IS-2309. The arrester shall be suitably earthed with an aluminum tape conductor as per IS specification. Two nos. of C.I lockable hinge type manhole covers of minimum 600 mm dia with frame shall be provided on the roof of the tank. Mechanical type water level indicator shall be provided. All other related items required for completeness of the backwash taken for smooth functioning shall be provided. In case of Overhead tank of shaft staging there shall be an entrance door at plinth level and ventilators at suitable locations. The plinth shall be provided with suitable flooring over a base course. Manual water level indicator with measuring gauge, floats with related items shall be provided for all water retaining structures.

s)

t)

u)

123

v) w)

RCC manhole covers of 600mm dia minimum of three numbers shall be provided in each water retaining structures. All water retaining structures shall be designed based on latest IS:456, 3370, 1893, 875, IRC-6, 78 etc. & all other relevant IS codes and books of good repute of national & international standards. R.C.C works of all water retaining structures shall be finished perfectly smooth and no plastering shall be allowed, except in the inside surface of walls and floors which shall be rendered with 20 mm thick cement plaster in (1:3) ratio with neat cement punning. The water reservoirs shall be provided with suitable ventilating arrangement at the roof. The opening of the ventilator be protected with mosquito proof wire net made of copper wire mesh All Iron works shall be painted with two coats of approved anticorrosive synthetic enamel paint over a coat of primer. All wood works shall be painted with two coats of approved paint over a coat of primer.

x)

y)

z)

All External surfaces shall be painted with two coats of Weather proof acrylic emulsion paint of Asian Paints (Apex) / Shalimar Paints (Xtra) / Berger Paint (Weather Coat) make and of approved colour over a coat of primer. The Executive Engineer shall approve the computerized colour code prior to application of paint. ab) The specification of building works shall be as below: Brick work: Bricks should conform to IS:1077. First class KB Bricks in cement mortar (1:4) in foundation and plinth. All non-load bearing outer walls shall be minimuM-30 0 mm thick & inside partition walls shall be minimum 125 mm thick. First class KB bricks in cement mortar (1:6) in superstructure. The thickness of plaster shall not be more than 20 mm size for outside face & 15 mm in the inside face. Plastering: All brick works with 16 mm thick cement mortar in 1:6 & all RCC exposed surfaces & roof ceilings except for the Water retaining structures shall be with 12mm thick cement mortar in 1:4 unless specifically mentioned. PCC: Minimum 100mm thick M-10 under RCC foundation and flooring. Painting / Colouring over Plastering: All External surfaces shall be painted with two coats of Weather proof acrylic emulsion paint of Asian Paints (Apex) / Shalimar Paints (Xtra) / Berger Paint (Weather Coat) make and of approved colour over a coat of primer. All internal surfaces of all

aa)

124

the buildings/Room shall be given with two coats of distemper paint over a coat of primer. Ceiling of all round of building shall be painted with two coats of white distemper over a coat of primer. Flooring: Level of flooring shall be 0.75m above the virgin soil at respective structures. There shall be sand filling between the virgin soil & the floor. Different types of floorings to be adopted for different units as has been discussed under the respective structures in preceding paragraphs. AS flooring(cement concrete flooring) shall be of 25mm thick of 1:2:4 CC with punning over 100 mm CC 1:3:6 base in case of ground floors/directly on roof in case of first floor. The KOTA STONE flooring shall be of minimum 12mm thick. The dadoo in all types of flooring shall be of 0.3m height. ac) The contractor shall provide necessary sun shades/Chajja etc. wherever necessary. ad) The contractor shall provide ramp with gentle scope to the buildings wherever required. ae) Plinth protection for a width of 1.00 m around all the provided. It shall be C.C. checkered floor over 100 mm PCC. buildings shall be

af) All roofs shall be provided with grading plaster of 25 mm thick in 1:4 cement plasters with required grading for drainage. There shall be drainage pipes of 110 mm PVC pipes with all fixtures and specials extending up to the surface drain for disposal of rainwater. The number of pipes shall be as per the roof drainage plan to be approved by the Department. A DPC coarse in 1:2:4 concrete shall be provided at plinth level for a thickness of 40mm for all buildings. ag) There shall be parapet walls of 250 mm brick masonry up to 600 mm height above the roof of all buildings. ah) Expansion joints shall be provided in exposed pipelines as per standard practice & in conformity with relevant IS Specification. ai) Machine mix shall be used in concrete works of the structures. Design mix concrete shall be preferred to the nominal mix. Vibrator of appropriate type shall be used for compaction of the concrete. i) The contractor shall give at his cost concrete cubes to the Department made from samples of fresh concrete taken as per IS:1199 cured for 7 days and 25 days for testing by the Department at the cost of the Contractor. Besides, the contractor shall also carry out such tests as required by the Department at regular intervals at his own cost.

125

ii) The sample shall be taken from the concrete prepared for use in the following component of the structure: 1) Foundation. 2) Each lift of supporting structure in case of elevated reservoir. 3) Floor beam 4) Floor 5) Each lift of the wall 6) Roof slab. 7) Any other portion of the structure as required by the Engineer-incharge. In the event of any deviation from the desired strength, the contractor shall dismantle the defective parts of the construction and make good the same at his own cost. All the building materials including steel rods shall be tested in recognized testing laboratory to be selected by Department at the cost of the contractor. Any material found defective/not to specification shall be replaced forth with by the contractor without any extra financial implication. The steel rod shall be from SAIL/TISCO/ VIJAG. The testing for water tightness of the structures shall be conducted as per IS: 3370 and the results shall have to satisfy the relevant provisions of the above code. All reinforcement shall be checked and recorded prior to concreting by the Engineer-incharge or his representative and the contractor shall countersign this. Entire concreting work shall be done in the presence of an officer not below the rank of Assistant Engineer, The contractor shall, therefore, give notice of at least two days to the Engineer-in-charge or his representative so that the works can be checked by him or his authorised representative. aj) i) The form work shall be of steel plates of steel frame, sound and seasoned timber or of any approved materials, having sufficient strength to old the concrete and withstand ramming and vibrations. If timber shuttering is used it shall be constructed in such a way that none of the concrete grout leaks away and shall be such as to leave a clean smooth surface not requiring further plastering. The surface of all forms in contact with concrete shall be clean, rigid, tight and smooth. Before a piece of work on formwork is concreted, the formwork shall be cleaned of all mortar, shavings, concrete from previous work and all other dirt. It shall then be covered with thin coat of mould oil approved by the purchaser. ii) The joints in the form work shall be arranged in a regular pattern. vi) Shuttering shall be provided to concrete faces where the slope exceeds 1: 2. iv) The stripping time of all form work shall be in accordance with recommendations contained in IS:456. ak) Concrete face work: The exposed faces of concrete shall be true to line have smooth surface and without roughness occurring between successive sections of shuttering. In removal of forms,

126

minor uneven surface defects shall be picked out to such a depth, refilled and properly replaced with such class concrete as necessary. All pin holes shall be plugged. The surface of non shuttered faces of concrete shall be finished with a wooden float to give a finish equal to that of the rubbed down shuttered faces. The top faces of slabs not intended to be surfaced shall be leveled and floated to a smooth finish. al) Embedment and Anchorages: All the embedment and anchorages shall be provided by the contractor and shall be rigidly fastened. Anchor bolts and other anchorages or inserts shall be set to template and /or firmly secured in position. am) Grouting : Nominal minimum strength of grouting concrete shall be 40 N/mm2 or such other values as may be shown on the approved drawings. The nominal maximum size of aggregate for grouting concrete shall be 10 mm. In case Dry concrete or mortar is used, slump shall not exceed 6 mm. If Wet expanding concrete or mortar is used, slump shall be at least 125 mm or more but not exceeding 225 mm. An expanding grouting admixture shall be of approved type and in accordance with the manufacturers instruction. an) Doors/Window/Ventilators/Grills: 1. There shall be adequate nos. of doors & windows in all the buildings/structures. 2. The area of openings shall not be less than 25% of floor area. 3. All windows shall be with aluminum frame & 5 mm thick reinforced glass panels provided with all related aluminum hardware fittings. The shutters shall be of sliding type in two folds. 4. All doors except for those specified separately shall be with aluminum frame & 12mm thick pre laminated plywood panels provided with all related aluminum hardware fittings. 5. There shall be adequate nos. of ventilators of size 750mm x 300 mm fitted with decorative RCC Jally. 6. There shall be a 3 m. wide 2.4 m. height rolling MS shutter of standard thickness with all hardware fittings suitably located to facilitate conveyance of chemical bags in to the storage area. There shall be an additional outside door for general thoroughfare. 7. There shall be MS grills of member thickness not less than 5 mm of decorative designs fitted to all the windows of the office & laboratory building, chemical storage area for safety. Similarly the Grill Gate to be fixed to the boundary wall shall be approved design and of 2.0 m height. 8. The panels of all external doors, toilets, filter house shall be of waterproof pre-laminated plywood shutter of minimum 12 mm thickness. For chemical house, the panels should be of chemical resistant materials.

127

The specifications of aluminum frames for doors & windows shall be as per relevant ISS & suitable from aesthetic point of view to be approved by Department. 10. All other materials used in doors & windows shall conform to relevant ISS & to be approved by Department. 11. The fixing of doors & windows shall conform to relevant ISS. viii) Steel & Structural Fabrication: i) Method and Material for construction: Steel structures shall generally be of welded construction. Structural steel shall conform to IS:226 or IS:2062 as required from design considerations. In welded construction plates up-to and including 20 mm thickness and rolled section shall be of grade St.42 conforming to IS:226. Plates above 20 mm thickness, where welding is employed shall be of steel grade St.42 conforming to IS:2062. Electrodes, bolts, nuts, washers etc. shall conform to relevant Indian Standards. Only tested materials shall be used and all test certificates are to be submitted by the Contractor, unless permission of the Purchaser is granted for use of untested materials for specifically mentioned structures. ii) Fabrication: The fabrication of structures shall be carried out as per relevant India Standards and also according to latest practices. Steel structures shall be fabricated to suit transport requirement and minimum site work. All steel structural works are shall be subjected to inspection by the purchaser before erection and painting. All permissible tolerance in workmanship shall be as per IS:7215. iii) Erection: The erection shall be carried out as per relevant Indian Standards. The minimum tolerance for alignment and level of the steel work shall be + 3 mm on any part of the structure. The structure shall not be out of plumb by more than 10 mm. These tolerances shall apply to all parts of the structure. iv) Painting: All the steel works shall be painted. Members coming in direct contact with concrete shall not be painted. Painting operation and paint schedules shall be as per IS:1477 (part-II). All steel structural other than in chemical house shall receive one coat of red oxide zinc chromate primer conforming to IS:2239 after fabrication and one coat of the same primer after erection. Steel structures in chemical house shall receive acid / alkali resistant epoxy based primer. Priming coat shall be followed by two coats of painting by approved quality colour shade paints. Steel structure in chemical house shall be painted with acid/alkali resistant epoxy-based paint. Before starting actual painting operation, the members to be painted shall be thoroughly cleaned of all dirt, grease, rust, scales etc.

9.

128

ix) Walkway work: i) The walkway shall be paved with Chequrred tile and of 1 m wide and constructed with the following specification. ii) The base shall consist of 150mm thick sand layer & above 100mm thick PCC layer, paved with Chequrred tile of approved design uniformly jointed by 1:4 mixed cement mortar. x) Disposal of Surplus Earth & Debris after construction: The surplus left over earth and debris after completion of erection work and leveling the site shall be transported and dumped in areas as directed by the Departments Engineer without any extra claim. 9.4 CI Piping & Valves: Specifications for CI pipe Specifications for CI fittings Type of joint Code of practice for laying Test pressure MS pipe work : Specifications Wall Thickness In-lining & out coating Laying Flange thickness PVC pipes & fittings DI pipes & fitting & their laying Pump Delivery sluice valves & scour valves. Non-return valves : : : : : IS:1536-1989 Class-A flanged and Tested. IS:1538-1976 (part-1 to 24) tested. Flange Joint. IS:3114 1.5 times the working pressure subject to minimum 1.0 kg/cm2 for 24 hrs.

Throttle valve/ Control valve G.I. Pipe Work : Specification for pipe

: IS:5504-1969 for spirally welded pipes, IS:35891991 : Seamless or electrically welded steel pipes : Not less than 8 mm : As given in IS:10221-1982/IS:5822-1986 as applicable : IS:5822 1986 : As per relevant ISS For internal water supply/sewerage : Relevant ISS. : As per IS:8329/2000, IS:9523/1980 & IS:12288/1987 : Double flanged sluice valves, Rising spindle, Rating : PN 1.0 (10 kg/cm2) or as per requirement whichever is more. IS:780, IS:2906, Body: CI Spindle: SS, AISI 410 : Double flanged swing check type, rating : PN 1.0 (10 kg/cm2) or as per requirement whichever is more. IS: 5312, Body: CI Disc : CI, Spindle: SS, AISI 410. : Butterfly valves (Rating 10 kg/cm2) suitable rating BS: 5155, AWWA : C-504, Body : CI Disc: CI, Spindle :SS AISI-410. : IS:1239 (Part-I) G.I. Screw/Socket end tested (Heavy)

129

Specification for fittings Valves, stop cocks, bib cocks Pillar Cocks/Taps Chemical Pipe Work : Specification & material for chemical dosing pipe. Specification & material for chemical scour/ drain pipe Valves Regulating throttle valve

: : : : : : :

IS:1239 (Part-II), GI, Screw end tested. IS:778, Gun Metal Construction, screwed. IS 1795/ 1982 Cromium Plated. IS : 4985/2000 UPVC. IS : 3006 chemically resistant stoneware Teflon, Double flanged Diaphragm type. S.S. Slim seal type butterfly valves.

9.5 Technical Requirement: All the valves shall confirm to relevant BIS/BS/AWWA and bear such embossed certification mark. Valves, wherever required, shall be provided with extended spindle (AISI-410 material) and head stock so that hand wheels can be provided at 1.2 m level for manual operation. All valves for water supply & air applications shall be CI (IS:210, FG:220) body with 13% Crome-steel (AISI-410) spindle and seat & seat ring made of gun metal. All valves for chemical & corrosive application shall be teflon body & internals. The valves shall be double flanged body with raised-face flanges and drilling to conform IS: 1538. RCC Valve chambers/CI surface box as required shall be provided for the valves with CI lockable manhole of standard size. Suitable anchor blocks shall be provided at bends and other locations where unbalanced forces may develop under normal operation, during power failures, during reverse flow or during testing of pipe line that tend to cause movements in the pipe line. Valves of size NB 300 and above shall be installed with a dismantling joint or shortpiece in the pipe line to facilitate easy replacement. On completion of erection, trial-run and testing all the pipelines, valves and fittings shall be cleaned thoroughly and painted with 2 coats of enamel paint over by 1 coat of primer. The colour code shall conform to Departments norms for identification of raw water/ clear water/ spent water/ wash water/ air etc. The flow direction shall also be stenciled on the pipe lines. The scope of work for the tender includes entire piping work & valves of all types as per actual requirement at site for the completeness of the project. Any variation in

130

piping work & valves shall be borne by the contractor and shall not be entertained for extra payment. 9.6 Instrumentations: a)(i) The scope of work for the contractor shall include the following instrumentations. The Contractor shall also suggest and include in his scope of work the additional & Standard Instrumentation required for smooth & effective operation of the system and for protection of equipments. The instruments shall be suitable for indication in MKS unit and the respective dials shall be calibrated & printed accordingly. (ii) The Instrumentation shall be of latest technology and best of their kind used in Water Works. The contractor shall furnish 2-3 makes with copies of catalogues along with his tender documents that he intends to supply under this scope of work and same shall form a part of contract. b) i. ii. Location Treatment Plant control Filter House Local 1. 1. 2. iii. iv. Overhead tank Testing Laboratory (Local / Portable) (one set each) 1. 1. 2. 3. 4. Instruments Parshall flume (rate of raw water in flow to Treatment plant. Loss of head indicator-dial type for each filter bed Rate of filtration indicator-dial Type for each filter bed Water Level Indicator of mechanical type i. Wash water overhead tank Turbidity meter (electronic) 0-3,000 NTU PH Meter (electronic) 0-14 (range) D.O meter (electronic) Jar Test Apparatus

c) Pressure gauges shall be preferably Dial type with min. 100 mm dia Dial. The range for the pressure gauges shall be 2 times the normal working pressure of the pipe line. The pressure gauge shall be mounted in vertical position with a three-way cock. It shall have the scales in metric system. All other Instrumentations mentioned elsewhere in this DTCN shall have to be provided in addition to the above. Besides, any instrumentation which is not indicated above but shall be required for completeness of a system shall have to be provided by the contractor without any extra claim. 9.7 Material Handling, Fire Protection, Ventilation & other miscellaneous facilities: 1. The scope of work for the contractor shall include the following material handling facilities, fire protection, ventilation and other miscellaneous facilities.

131

2.

Material Handling facility: SN a) Location Chemical House Facility : 1 no. manually operated hoist of 1 Ton capacity with Bucket of 500kg Capacity for handling chemicals from storage to the solution tanks. : One no. of portal frame with wheels for miscellaneous purpose. : One number of framed Aluminium foldable ladder with table top & wheels. Facility : Portable carbon-dioxide type fire extinguisher - one no. : one no. : Fire Bucket - Four (4) nos. with stand.

b) c)

For Replacement of valves & spare handling. Miscellaneous

3.a) Fire protection facility: SN Location a) Filter House b) c) b) Chemical House Treatment & filtration complex premises.

4. i) ii)

iii) 9.8 1.

Portable carbon-dioxide fire extinguishers shall be 6.8kg type conforming to IS:2878-1976. The fire buckets shall be Galvanized mild steel conforming to IS:2546-1974. The installation of fire protection equipments shall conform to IS:2190-1979. Ventilation: Adequate numbers of suitable exhaust fans shall be provided in filter House, Chemical House, Testing Laboratory for proper ventilation. The exhaust fans shall be heavy duty continuous rating, industrial type, ring mounted of not less than 450 mm dia size and shall be suitable for 230V, 50 Hz. single-phase, AC power supply. The exhaust fans shall be complete with frame, pads, louver/ birds screen etc. The exhaust fans installed in Chemical House shall be painted with anticorrosive paint suitable for corrosive atmosphere.

PUMPS & MOTORS:(For loading of back wash tank) Scope of Work:

The scope of work of the Contractor shall include design, engineering, preparation of drawings, supply, laying, erection, insulation, termination, testing, trial-run & commissioning of complete electrics, cable work, illumination, ventilation, including trench/duct making, civil & structural work etc. on turnkey basis. The scope of work of the contractor shall include complete electrical & cable work between the main LT Distribution Board (main LTDB) outlets to all the equipments, illumination, ventilation, plug-sockets etc. The pumping set shall be installed for the purpose of filling of back wash over head tank.

132

2. (a)

Technical Specifications: Medium Voltage A.C. Motors:

i) All A.C Medium voltage squirrel cage induction motors shall be designed, manufactured and tested in accordance with the requirements. All AC induction motors shall fully conform to IS:325-1978. ii) The TEFC induction motors shall be designed for the maximum ambient temperature of 550C. The relative humidity (RH) can be upto the maximum of 100%. But the maximum ambient temperature and 100% relative humidity both may not occur simultaneously. iii) The Motors shall be designed for an over load capacity of 115% of rated capacity for frequent operations. iv) The insulation class of motors shall be B/F and degree of protection to be provided by the enclosure shall be IP 55 in accordance with IS:4691-1968. Degree of protection provided by enclosure for rotating electrical machinery. v) The motors shall be designed for Direct-On-Line (D.O.L.) starting at full voltage with starting current generally not more than 600% of rated full load current and a minimum pull out torque of 250% of rated torque of full voltage. vi) The motor body shall have two separate earthing terminals for earthing in compliance with Indian Electricity Rules. (b) 1) 2) Motor Control Centre (MCC): Two motor control centers, one in chemical house control room & one in filter House control room shall be provided. The motor control centre (MCC) shall be designed, manufactured and tested in accordance with the requirements. The control of individual motors shall be suitably designed. It shall have load break isolator, fuses, electromagnetic contactor and thermal over load relays etc. The MCC shall be sheet steel enclosed, floor mounted, free standing type and fully draw out type. The thickness of sheet steel used shall be 2.0 mm minimum. The degree of protection provided by the enclosure shall be IP-52 as per IS:2147. Durable gaskets shall be provided for all doors and covers. The MCC shall be able to withstand a rated symmetrical fault level of 40KA for 1 second. The main horizontal and vertical bus-bars shall be designed and supported to withstand the thermal and dynamic stresses corresponding to the above fault level. The out going functional units shall be designed such that the components and wiring can withstand the stresses arising out of a bolted short circuit at the out going terminals till such time that the short circuit protective devices (SCPD) clears the fault. The protection shall be type C of Clause No.2.1 of IS:8544(Part-I) 1971.

3)

4)

5)

6)

133

7)

The short circuit protection shall be graded that a fault occurring in any out going branch circuit is cleared by the SCPD in the faulted branch without affecting the other outgoing branch circuits. MCC shall be assembled by suitable combination of panels arranged side by side and shall be easily extensible on either side. MCC shall be front wired.

8) 9)

10) The MCC shall have uniform height and preferably uniform depth also, through out its entire length. 11) The cable entry shall be from bottom only, detachable ground plates of minimum 2.5 mm thick shall be provided. 12) The control transformer shall be housed in a non draw out module in one of a separate bottom compartment. 13) The MCC shall be provided with indicating instruments along with selector switches. 14) The MCC shall be provided with DANGER name plates in accordance with IS:2551-1963 and IS:8923-1978. 15) The bus-bars shall be of electrical grade aluminum and shall be so selected that the total operating temperature does not exceed 85o C. The control bus shall be of suitable rating. 16) Clearances between phase buses shall not be less than 25 mm. 17) Power connections shall be done by single core 1100V grade PVC insulated copper cables and control wiring by 1100 V grade PVC wires with minimum 2.5 mm2 copper conductor. 18) All power and control terminals shall be properly separated and suitably identified. 19) All sheet steel work shall under go a process of degreasing, pickling in acid, cold rinsing and phosphetising and then sprayed with a corrosive resistant primer followed by stove enameling, two coats of final painting shall be given with the opeline green finish as per shade 275 of IS:5. 20) Continuous earth bus shall be provided for the full length of the MCC running at the bottom with an earthing terminal at each end. 21) Mode of starting shall be Direct-On-Line system. Protection safety measures shall be taken to comply with statutory regulations ad the design shall generally confirm to IS:8623 (Part-I) 1977. (c) Control Board :

i). The Control Board shall be of sheet steel clad, floor mounting type, free standing design. The thickness of sheet steel shall be 2.00 mm minimum. The enclosure shall be dust and vermin proof with rubber gasketing conforming to IS:8623.

134

The bottom of the control Board shall have removable cover plate to facilitate drilling of holes for cable entry as required during installation. ii) The control Board shall be provided with push buttons, selector switches, indicating lamps, indicating instruments. The control board shall also be provided with audio visual annunciation facilities. The measuring instruments for indicating voltage and currents shall be provided. The emergency push buttons with mushroom head for all pumps shall be provided for any emergency off operation. This shall be non key type with mushroom head snapped push button with latch and twist release. A standard colour code shall be used. iii) The control board shall be properly earthed. iv) The control board shall be wired with a minimum of 1.5 sqmm. PVC insulated copper cables. All outgoing connections shall be brought out to terminal blocks. All terminals shall be covered with ferrules having engraved numbers. v) Protection safety measures shall be taken to comply with statutory regulation and the design shall generally conform to IS:8623 (Part-I) 1977. (d) Cables : i) The multi core 1.1 KV grade power and control cables shall be included under the scope of supplying, lying and terminating of power/ control cables. ii) Power Cables : The 1.1 KV grade power cables shall be PVC insulated, PVC sheathed armoured, aluminium conductor. The minimum size of each core power cable shall be 6 sqmm. The power cables shall conform to IS:1554 (PartI) 1964. iii) Control cables : The multi core 1.1 KV grade control cables shall be PVC insulated, PVC sheathed armoured, copper conductor. The minimum size of each core shall be 2.5 sqmm. The control cables shall conform to IS:1554 (Part-I) 1964. Cable Laying :

(e)

All the precautions, customaries in modern code of practices shall be observed with while laying of cables. Latest ISS, code of practices shall be followed for laying of cables. The underground cables for 1.1 KV grade for power/control shall be laid at a depth of 800 mm and after laying of cables the excavated earth trenches shall be back filled wherever required. When cables cross existing cables, water main and sewers the, cables shall be laid at least 300 mm below existing cable or water mains. Where the cables have to cross deep drains, the crossing shall be covered by fixing protective RCC pipe across the drain. All 1.1 KV grade power and control cables run on cable trays/racks shall be laid touching each other but shall be in one layer only. Cables of different voltages shall generally be laid on separate trays, where this is not possible; cables may be installed on the same trays with suitable barriers. At least 20 percent space on each tray shall be kept reserved for future installation.

135

Cables laid on vertical tray shall be clamped to the rangs at regular intervals using PVC cable strips, also cables entering or leaving cable trays shall be adequately supported or protected. Cable trays shall be provided with sheet steel covers. In the main plant buildings, sub-stations, control room etc. power and control cables shall be generally be taken on cable trays laid in tunnels, concrete trenches, cable cellars/ basements or along building structure, walls ceilings etc. Cables routed from tunnels/ trenches, the cables shall be taken to embedded/ exposed rigid steel conduits or flexible conduit unless directly terminated to the equipment located above the tunnel/ basement/ trenches. Cable for lighting installation shall generally be run on buildings, structures, ceilings, walls etc. provided in concealed PVC conduits conforming to relevant ISS. The RCC pipe protection for cables shall be provided for crossing the roads. All cable entry openings for the equipments shall be sealed and made vermin proof. (f) Cable trays/Racks : The cable trays/ racks shall be designed, fabricated, supplied and installed suitably. The racks shall be fabricated ladder type made of MS angles and flats/rods. These shall be properly painted. The racks shall be of standard width of 300 mm or 600 mm suitable wherever required & shall be flush with walls etc. i.e. conceal type. The vertical and horizontal supports for the cable racks shall be fabricated steel sections/rods. The spacing of cable trays supports shall be to suit the loading of the racks but shall not exceed 1500 mm vertical spacing between the two racks & not less than 300 mm. All 1.1 KV grade power and control cables run on racks shall be laid touching each other but shall be in one layer only. Cables of different voltages shall generally be laid on separate trays, where this is not possible; cables may be laid on the same racks with suitable barriers. At least 20% space on each rack shall be kept reserved for future installation. All LT cable and control cables laid on trays/racks should have identification tags at every 5 meters of length. (g) All cable trays shall be protected by sheet steel covers duly bolted/screwed. Earthing :

Earthing for all installations as per IS:3043 1966 shall be included in the scope. The earthings shall include all the motor control center control post, cable racks, and illumination and ventilation installations. The size of G.I. strips to be used for earthings for different equipments shall be suitably selected and shall be subjected to the approval of the Department and shall meet the stipulation of the Indian Electricity Rules and Regulations to the satisfaction of State Government Electricity Inspector.

136

(h)

Illumination and Ventilation:

The Scope for illumination & ventilation covers the complete lighting system both interior & exterior lighting of all the units of the treatment plant, road & yard lighting along with ventilation for chemical house, filter house, testing laboratory all complete. The contractor shall provide the Energy efficient illumination with auto ON & OFF system (Light Sensitive Sensor) for total WTP Complex, Pump House, B.W.T. area, yard & ground lighting. The scope of supply shall include but not be limited to the following: a) Light fittings complete with accessories for all buildings interior & exterior lighting and yard lighting including road lighting facilities. b) Main lighting distribution board along with sub distribution boards to be suitably located. c) 10 Amps. and 20 Amps., 240 V switch socket outlets d) Ceiling fans for all manned rooms. e) Exhaust fans as required. i) Requirements of lighting fixtures/lamps: Illumination level in different area shall be as per recommended level of illumination for industrial area/special area conforming to IS codes/ Electrical Engineering Hand Books. The illumination level for particular areas, illumination for interior/exterior luminaries and their minimum mounting heights above floor area shall be based on recommended electrical engineering hand books/ Indian Standards Code of Practice & Specification. Inside the filter house, chemical house etc., indoor type high bay fluorescent luminaries shall be designed for water vapours protection. Illumination intensity shall be suitably designed as per recommended illumination lux, nos. of fixtures and wattage of fluorescent lights selected. Out side area near Cascade aerator, Rapid mixing unit, Clariflocculator, chemical house, filter house, etc. out door flood light type with metal halide lamps of 150 watt similar to M/NVC-52 model of Phillips shall be provided. The luminaries shall be designed for the protection of high humidity. The lux of lighting system shall be designed as per recommended illumination lux. Inside of office & laboratory building shall be provided with fluorescent luminaries similar to TCS 31/218 Phillips make with fluorescent lamps. Number of luminaries shall be suitably designed as per recommended illumination lux. Yard area and roads shall be provided with street light luminaries with HPSV lamps. The no. of fixtures shall be decided based on recommended illumination lux.

137

j)

Lighting Fixtures (Indoor luminaries):

A) Fluorescent lighting fixtures for interior illumination of all structures except office & laboratory building : Fluorescent lighting fixtures shall have the following main features: a) Vitreous enameled reflector, CRCA sheet steel channel. b) Copper wound polyester filled low loss ballast. c) Two pins neon starter d) Capacitor for power factor improvement. B) e) Two nos. fluorescent troposphere tube light in each fixture. Fluorescent fixtures for office & laboratory building:

i) Housing made of CRCA sheet steel stove enameled white inside & brown or white outside. The ends of the luminaries are provided with a decorative finish click fix lamp holders. ii) All other accessories such as copper wound polyester filled ballast, starters, starter holders, power factor improvement capacitors are mounted on a gear tray. All accessories are pre-wired upto the terminal block. iii) A specially designed aluminium reflector system for obtaining a high optical efficiency & a widespread bat wing type of light distribution. This reflector is fixed to the housing by a clip on mechanism & can be hinged to the housing during maintenance. C) Street Lighting fixtures: (make shall be of Philips/ Bajaj/ Crompton greaves) The street lighting fittings with HPSV lamps shall have the following features : a) End mounting cantilever type moisture proof fixture. b) Consisting of single piece die cast aluminium housing made out of LM6, an easily removal gear tray for easy maintenance & a clear acrylic cover, capacitor etc. all complete fitting. The dimensions of housing are 690 x 400 x 225mm with IP54 protection like SRP-51 model with SON-T-150W lamp of Philips make. c) Street lighting fixtures for road lighting shall be provided with 150 W HPSV integrated type fittings on steel tubular poles of 6m height (from finished ground level) and 1.5m out reach. The spacing between poles shall be suitably designed. D) MCB lighting distribution Boards: The lighting distribution boards shall have the following features: a) The lighting distribution board shall be sheet steel enclosed wall/column mounting type. The thickness of sheet steel used shall be 2.0 mm minimum. b) The degree of protection shall be IP-51.

138

c) The power supply shall be 415/230 V, 3-phase, 4-wire, 50 Hz. AC neutral solidly earthed system. All components of LDB shall be capable to withstand a symmetrical short circuit level of 28 MVA (40 KA) for 1 sec. d) The lighting distribution board shall be provided with miniature Circuit breaker (MCB) for outgoing circuits. The bus bars shall be of EC grade aluminium alloy equivalent to E:63401-WP (E-91E) conforming to IS:5082-1969. e) 415V, TPN combination fuse switch shall be provided for the lighting distribution board. The ratings shall suitably be designed as per load requirements. f) The MCB distribution board shall be properly grounded.

(E) 10/20A Socket Outlet: The socket outlets shall have the following features : i) Die cast metal housing with porcelain/mol amine body for heavy body operation. ii) Interlocked plug pin with die cast metal body and silvered pins. iii) 110V, 3 pins (phase, neutral and earth) 10/20 Amps. rating. iv) 230V, 3 pins, (phase, neutral & earth 10/20 Amps. Self closing shutter on sockets. (F) Point Wiring: i) Neutral conductor for each sub circuit shall be taken separately and terminated in a junction box. Terminal block from where neutral conductor for each point shall be taken separately. Junction Boxes for the point wiring shall be of malleable casting with threaded conduit entry and fixed terminal slip. All wirings shall be in PVC conduit & of conceal type with junction boxes, switch board flush with wall.

The type of wiring shall be done as per requirement at different locations.

ii) iii) (G)

Ventilation: A suitable ventilation system shall be provided considering the required amount of fresh air. The number of air changes per hour for particular locations shall be considered as per IS codes/ Hand books.

The office building shall be suitably ventilated as per required norms. There shall be ceiling fans of 48 inches blade size in different manned rooms with all electrical & mechanical accessories all complete as given below. 1) 2) Filter house control room Office & laboratory : 1no. : 4 nos. in different rooms

Heavy duty exhaust fans with louver/ shutters shall be provided wherever required. The fans shall be painted for anti corrosion/ acidic effect.

139

(H)

Earthing:

Complete earthing of all the electrical installations as per IS: 3043-1966 shall be included. The earthing shall include all the equipments for illumination/ventilations including lighting main distribution board and sub distribution board. All light fittings and exhaust fans shall also be properly earthed. The sizes of G.I. strips used for earthing equipments shall be suitably designed. (I) Technical Requirements: i) All electrical items shall conform to the Indian Electricity Rules, statutory regulations of Government of India and Government of Odisha as regards safety, earthing and other provisions specified therein for the installation and operation of electrical equipments. ii) The equipment offered shall be so designed as to allow for safe and adequate access to all wearing parts to facilitate maintenance, Inspection and repair/replacement with minimum loss of time. iii) The contractor shall clearly indicate in the tender, the type, make and other technical particulars of various components and equipments. iv) Wherever necessary the Department reserves the right of selecting the make of the item in the interest of standardisation and the contractor shall agree to supply items of that particular make if so required. v) The general arrangement drawing of the system offered shall be submitted along with the tenders including the regulation block diagram. i) The contractor shall submit a list of recommended spares for one year operation. J) K) The agency has to submit Bar Chart along with the tender. Disposal of Surplus Earth & Debris after construction:

The surplus left over earth and debris after completion of erection work and levelling the site shall be transported and dumped in areas as directed by the Departments Engineer without any extra claim. 9.9. GAS CHLORINATOR The gas chlorinator should comprise of direct cylinder mounted vacuum regulator complete with control unit having flow meter and V-notch control and injector suitable for mounting on piping, complete with piping, vacuum tubing & diffuser for smooth operation or gas chlorinator system. The chlorinator should confirm to chlorine institute inc., USA recommendations. i) Chlorinator capacity Operating range Accuracy : : : 2 Kg/hr. 20:1 (Manual) + 4% of indicated flow

140

ii)

Vacuum Regulating Valve

a) It shall be spring loaded, diaphragm type and shall be designed for directed mounting of chlorine cylinder. b) The unit shall include a selector knob and icons to indicate the chlorine gas container status (empty container, filled container, container in use). c) An off position shall be provided to isolate the Diaphragm and integral components from atmospheric air when the operator changes, containers. d) It shall contain integral pressure relief and shall also include as secondary check to prevent gas under pressure from venting in to the atmosphere. e) The check valve shall close in the event of leakage past the primary valve. f) It should in built gas filter and should be supplied with drip leg assembly and heater for vacuum regulator the mounted on toner. g) iii) It should reduce directly cylinder pressure in to vacuum in single. Control Unit

a) It should have arrangement for mounting on the wall for easy of operation and monitoring. However, if desired it shall be able to get mounted locally to vacuum regulator itself. b) Control Unit shall have V-notch design for best prcis control of gas flow and it should be a standard design of the manufacture. c) The Rota meter of control unit shall indicated gas flow in kgs./hr. and for better control the Rota meter tube should have graduation length of at least 75mm for 0-4 Kgs. Graduations. iv) Injector a) The injector shall be capable of producing sufficient vacuum (650mm of mercury) for withdrawal of 2 Kg./hr. of chlorine gas. b) It shall have built in double check valve to prevent water from back flooding. c) The injector shall have integral mounting both vertically or horizontally to suit plant layout conditions. d) The injector shall be capable of mounting both vertically and horizontally to suit plant layout conditions. e) Injector should be able to withstand pressure of 20kg/cm2 at 38oC. The vacuum and vent tubing shall be of polyethylene. The complete system operators under vacuum. The chlorine withdrawal through vacuum regulator shall get automatically shut off when injection water stops. The tenderer should be manufacture/authorised dealer and submit certificate in support of their past experience in supply and commissioning minimum 10 nos. of chlorine system which should have been successful working with PHD/RWS&S/OWS&SB for minimum three years in Odisha.

141

The firm should have local facility of after sail service and supply of spares as and when required. v) Materials of Construction i) Vacuum Regulators a) Body : PVC/Bronze b) Spindle : Bronze c) Seat : PTFE d) Inlet valve : Halar & Tungsten e) Gasket : Lead f) Chlorine Gas Filter : Felt g) Diaphragm : Fluoro Elastomer/Hypalon h) Spring : Haste Alloy C(Exposed to CIZ) i) Gasket : Hypalon ii) Control Unit a) Body : PVC b) Tube : Boro Silicate Glass c) Float : 4Kg Glass d) Gasket : Fluoro Elastomer e) V-notch : Self lubricated PVC f) Seat : PTFE iii) Injector a) Body : PVC b) Diaphragm : PTFE c) Nozzle : Rigid PVC d) Throat : Rigid PVC e) O ring : Fluoro Elastomer f) Nut & Bolts : Monel 9.10. SN 1 2 3 4 5 6 7 8 9 10 LIST OF APPROVED MAKE MAKE OF MATERIALS Berlia /Uniflow /Sudhakar Anchor /Cona Finolex/ KDK/ Rajanigandha/ Anchor/ NICCO/ L&T / Havells Hylam /Formica NICCO/ Finolex/ Crystal/ Fort Gloster/ Poly Cab Dowells/ Ismal/ Clipon M. Seal Siemens /L&T HPL/ Havells/ Standard /Indo Asian Seimens/ L&T/ ABB/ Legrand

MATERIAL DESCRIPTION Non-Metallic conduit & accessories Switch, socket, Holder, Ceiling Rose etc. PVC Insulated wires Bakelite sheets PVC Insulated cables (ISI Mark only) Cable lugs Cable joining Kits Switchgears viz., Isolator Switches, SFU, Starter, change over switch, HRC fuse holder etc. MCB RCCB & Associated Distribution Board MCCB

142

11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33

Instrument viz colmeter etc Selector Switch Timer /Time switch Energy Meter LT Distribution Board(Fabricated) Kit Kats HRC Fuses CTs & PTs Metal Clad plug Socket Fluorescent Fixtures HPSV/HPMV/LPSV Luminaries & PL/SL Lamp Luminaries /Metal Hamide Incandescent lamp Luminaries Lamps (HPSV/HPMV/LPSV/Fluorescent. Incandescent Ceiling Fans Exhaust Fan Call Bell & Buzzers Electronic Regulator & Dimmer Adhesive & Insulating Tapes G.I Pipes Transformer A.B Switch H.G Fuse Lightening Arrestor

AE/IMP/ Meco/ Cosmo Kaycee/ Saltzer L&T/ Hanger/ Legrand GEC/ Capital Jaipur ESS/ Technocrat/ Utkal BPC/ Anchor Siemens/ L&T AE/ Kappa/ Eastern Switchgear Crompton/ Havells Philips/ Crompton/ Bajaj/ PAC Philips/ Crompton /Bajaj Decon/ Philips/ Crompton/ Bajaj Philips/ Bajaj/ Crompton/ Sylvania Crompton/ Khaitan/ Usha/ Bajaj/ Polar/ Orient/ Ortem/ Almonard Calcutta/ Almonard/ Crompton/ Khaitan Anchor/ Cona/ Rider Anchor/ Cona/ Rider Streel grip TATA/ Jindal/ Prakash Alfa/ OTPL/ OEU/ Bright S&S/ Motison/ Odisha Electrum /Sigma S&S/ Motison/ Odisha Electrum /Sigma Oblum/ WS/ IGE

9.11.

Power Supply: Standard voltage shall be as follows : i) 415V ( 6%, 3-Ph, 4-wire, 50 ( 5%) Hz AC available line for A.C. motors and illumination/Ventilation. ii) 230V, 1-ph, 50Hz. AC for control power and lighting. Inspection, Testing, Trial-Run, Guarantee Test, Operation & Maintenance Manual, Completion Drawings, Guarantee & Acceptance:

9.12.

(i) General: All equipments, accessories, auxiliaries, piping, electrics, instruments, installations, construction, buildings etc. including all mechanical, electrical & civil engineering works covered under the scope of work of contractor shall be subjected to inspection & testing by the Department for its material, quality, workmanship and the performance. The contractor shall arrange and carry-out all such inspections, testing, trial-run etc. and demonstrate in presence of the Engineer-in-Charge of the Department.

143

The cost of such inspection, testing, trial-run, demonstration etc. shall be borne by the contractor. All responsibility of such inspection, testing, trial-run, demonstration etc. and any damage/loss that may cause directly or indirectly shall exclusively rest with the contractor. Such inspection, testing, trial-run, demonstration etc. shall, however, not relieve the contractor of their liability for replacing/ rectifying any defects which may subsequently appear or be detected during erection and guarantee period. Copies of certificates for materials test, hardness, balancing test along with other routine shops quality assurance tests shall be furnished by the contractor prior to carrying out of the inspection and testing. (ii) Tests at works: All equipments, sub-assembly and components, auxiliaries and accessories shall be tested at manufacturers works in accordance with relevant Indian Standards/International Standards. The contractor shall furnish all test certificates etc. related to the quality of all the materials to the Department along with the delivery of the materials at site without which no payment shall be released. However, such test certificates, quality assurance certificates shall not relieve the contractor of its obligation to replace forth with any instrument/materials found defective during tests at works/ trial running period/ guarantee period. Testing for performance of equipments shall be carried out and be checked with the approved parameters and performance characteristic curves for the purpose of acceptance. (iii) Tests at Site: On completion of erection, all equipments, accessories, auxiliaries, pipings, electrics, controls, instruments etc. covered under the scope of work of the contractor shall be tested to demonstrate their smooth operation and proper functioning. All instruments, gauges, interlocks etc. shall be for calibration and for proper functioning during the test. All testing requirements specified elsewhere in this specifications and mentioned in relevant Indian standard / International Standards shall be carried out by the contractor. All defective items or any defects observed during the test shall be replaced and/ or rectified by the contractor and test shall be repeated. All the water retaining structures shall be tested for water tightness as per relevant IS code of practice before starting of Trial run. The contractor shall also carry out at site, any tests, which may be required by the State/ Central Government, State Pollution Control & prevention Board and/or any other Statutory Body.

144

(iv) Trial Run & Hydraulic testing: On completion of erection and testing at site the Tenderer shall carry out trial-run & hydraulic testing of all individual items one after another. The duration of trial run & hydraulic testing for individual items shall be not less than 24 hours in continuous operation. On satisfactory performance of individual items, trial-run & hydraulic testing of composite units, one after another and then of complete Installation shall be carried out. The duration of each trial run for each composite unit shall not be less than 48 (forty eight) hours continuous operation, and the duration of trial run for complete Installation shall not be less than ninety six (96) hours continuous operation. All defective items or any defect is observed during trial run shall be replaced and/or rectified by the Tenderer. The detailed schedule of trial-run and procedure shall be furnished by the Contractor to be approved by Department. Proper record shall be maintained by the contractor for all such testings and trial run. (v) Performance Guarantee Test: On satisfactory completion of trial run the complete Installation shall be tested for demonstration of guaranteed performance. The duration for such Performance Guarantee Test shall not be less than continuous twenty day (480 hours). The performance guarantee test by the Contractor shall demonstrate satisfactory operation of all individual items, equipments, controls, instruments, electrics, auxiliaries & accessories, piping, rapid mixing unit, Clariflocculator, filter beds etc. covered under the scope of work of the contractor and the following major guaranteed parameters : i) Discharge capacity of clarified water from Clariflocculator ii) Discharge capacity of filtered water from each filter bed iii) Discharge capacity of composite treatment & filtration plant at Filter House outlet iv) Turbidity of effluent from Clariflocculator & filter house outlet v) Guaranteed water quality parameters of final out put water form the Treatment plant after disinfection The discharge capacity of treatment and filtration plant units shall be determined by adjusting the inflow rate and maintaining the quality of outflow water within the guaranteed norm and shall be an average of values recorded over a period of 8 (eight) hours. All consumables required for the trial run, performance guarantee test etc. shall be the contractors responsibility. However, Department shall be responsible for the power consumption & supply of water during the above tests & trial run. (vi) Performance Guarantee: The contractor shall guarantee the parameters, the rated capacity, discharge head, kilo wattage, energy consumption, time duration, water quality etc. for the individual items and for the complete installation. A penalty at a rate of two (2) percent of the contract price of the concerned Sedimentation tank/filter Bed/ Chemical dosing system along with the accessories

145

& auxiliaries shall be imposed on the tenderer for every one (1) percent or part thereof shortfall in the rated capacity subject to a ceiling of five (5) percent maximum. In case the shortfall is beyond five (5) percent of the rated capacity, the concerned equipment/ facility/installation shall be rejected at Contractors cost and risk. No extra payment shall be permissible and be claimed by the contractor for any excess (+) tolerance in rated capacity. Any variance in tolerance beyond the permissible limit in quality of drinking water specified in Indian Standards and in Manual on Water Supply & Treatment published by Government of India, shall not be accepted and such installation be summarily rejected. The contractor shall collect the water samples from different unit processes as per requirement as per sampling methods given in Manual on Water Supply and Treatment by CPHEEO, Govt. of India/ Standard Methods for examination of water and wastewater, AWWA for water quality testing and test the physical, chemical and bacteriological parameters in any of the reputed laboratories to be certified by the Department at his cost and furnish the test report in support of the guaranteed water quality parameters. However, Department reserves the right to assess the water quality parameters independently through any reputed laboratory of its choice to check quality parameters at the cost of the contractor. (viii) O & M Manual: The contractor shall deliver to the Engineer-in-charge duplicate copies of draft operational and maintenance manuals for the plant after setting necessary standards basing on the tests conducted for a period as indicated elsewhere in this DTCN. The Manual shall fully and clearly set out the contractors own recommendations, and instructions for the satisfactory operation and maintenance of the plant or equipment. The manual shall also accompany drawings showing the electrical wiring, handling and erection instructions. Draft manual shall, during the testing and commissioning of the works, be carefully checked by the contractor and updated and modified to ensure that it is fully descriptive and applicable to the final process plant as installed and as found to behave under operational conditions.

The contractor shall also conduct Jar test for finding out optimum doses of alum for different turbidity ranges ranging between 10-1000 and varying pH conditions. The turbidity ranges can be simulated by adding bentonite clay or any other artificial /natural colloidal material. The contractor shall develop workable graphical output of the experimental data with recommendations as to select particular doses of coagulant depending on pH and raw water turbidity conditions. The findings shall be included in the manual. Besides, the contractor shall also do Jar tests in the similar fashion as above with addition of poly-electrolyte (brand to be indicated and chemical should be certified for use in drinking water works) to find out the optimum doses of coagulants and produce the output of the experiment in form of Graphs which shall form a part of the Manual. The contractor shall include his recommendation as to how the use of

146

poly-electrolyte can allow over loading of the plant and to what extent, the savings in coagulant consumption, improvement of clarified water quality etc. The above laboratory experiments shall be conducted in presence of the Departments officers to be countersigned by the Engineer-in-Charge. All chemicals, consumables etc as required for such tests shall be at contractors cost. The Manual shall also highlight handling of emergency situations during chlorine leaks, electric short circuiting, personnel safety and hygiene. Apart from the above, it shall enumerate procedures for analysis of pH, alkalinity, turbidity, Iron, and residual chlorine. The various aspects of the manual shall be discussed under highlighted captioned heading. There shall be a table of contents as usual. The draft manual shall be in English or Oriya and may include manufacturers standard literature, but the contractor shall fully supplement the literature by his own descriptive text explanations and drawings. After satisfactory trial run & performance guarantee test the draft manual shall be approved by the Department and one copy shall be communicated to the contractor. Five copies of the approved manual for the plant shall be submitted to the Engineer-in-charge prior to the commencement of the maintenance period. They shall be securely bound in A4 sized loose leaf binders, clearly titled, indexed and cross referenced. The final Manuals shall incorporate instructions, recommendations, and advice for the operation of the entire process covering the full range of raw water conditions. If during the maintenance period, the Engineer-in-charge finds that the manual requires modification or enlargement as a result of subsequent operational and maintenance experience in the works, the contractor shall provide approved modifications for each manual. The manual shall also include a check list for the mechanical and electrical plant procedures for their smooth operation and maintenance broadly as follows: Calibration, adjustment, checking and lubrication of each component. Attention at weekly, monthly or other regular intervals to ensure reliable trouble free operation. Complete overhaul, dismantling, reassembling and re-commissioning of various components. Identification and selection of suitable lubricants of various, Indian Manufacturers suitable equivalents. Fault findings. Maintenance of protective coatings. Monitoring of water quality throughout the works including sampling techniques, laboratory and reporting procedure.

147

The work shall not be considered as complete unless this requirement has been met. (ix) Operating Log Sheets: Record Books of operating log sheets shall be handed over by the contractor to the Engineer-in-charge in an approved form before the completion of the trial run period.

(x) Completion Drawings: A set of approved process, hydraulic, structural, mechanical, electrical, equipment drawings basing on the actual execution of the plant shall be handed over by the contractor to the Engineer-in-charge before completion of trial run and performance guarantee test. The record drawings shall be on best quality on polyester tracing papers. (xi) Guarantee: The Contractor shall guarantee the design, materials, quality, workmanship and the satisfactory performance of all the equipments, accessories, auxiliaries, piping, electrical instruments, installations, constructions, buildings, facilities, infrastructure etc. under his scope of work for a period of 12 (twelve) months from the date of commissioning. Any defects noticed during the guarantee period shall be replaced / rectified immediately without any extra cost to the Department. (xii) Penalty for non submission of O&M manual, completion drawings: A penalty @ 0.3 % of 10 % meant for inspection, testing, trial-run, guarantee test, training, operation & maintenance manual, completion drawings, guarantee & acceptance per day shall be imposed per each day of non submission of the manual & completion drawings beyond 7 days of date of completion of successful performance guarantee test upto a maximum ceiling of 2% of the 10% meant for the aforesaid item, after which 1% of ISD shall also be forfeited. (xiii) Acceptance: On completion of construction, the contractor shall clear all the left over surplus earth, bricks, boulders, debris, scrap, temporary structures etc. from the construction site and present the entire premises in a neat and tidy manner. All units, equipments, tanks, reservoirs, pipelines etc. shall be cleaned thoroughly and disinfection shall be done. On completion of finishing work, colour wash & painting work, the contractor shall provide name plates on the main units and shall stencil in bold letters the equipment code nos. & direction of flow on all the units, equipments, pipelines, valves etc. The code nos. scheme shall be worked out in consultation with the Department. Preliminary Acceptance : On completion of successful testing, trial running, satisfactory performance guarantee test, successful training, submission of Manual, operating log sheets and completion

148

drawings, the Installation shall be preliminarily accepted by the Department and put into regular operation. Final Acceptance: On completion of six (6) months of satisfactory operation & performance, the Installation shall be finally accepted by the Department. 9.13 Make of Electrical & Mechanical Equipment: The following makes shall only be allowed unless specifically mentioned elsewhere in this DTCN. (a) Pumps: Kirloskar/ Mather & Platt/ WPIL (b) Motors: Kirloskar/ Siemens/ CGL/ Marathon/ GEC (c) Sluice Valves: Kirloskar/ Fouress/IVC/Calsons/IVI (d) Butterfly valves: Audco/ KSB/ Fouress/ Kirloskar/ IVC or IVI/ Calsons (e) Air Valves: IVI or IVC/ FOURESS/ Calsons (f) Liquid level indicators: Krohne/MEI (g) Cable: NICCO/ Finolex/ Havells/ Reliance/ OMEGA/ CCI/ Uniflex (h) Laboratory instruments: Polymetron/ Zellweger Analytic/ Hach make (i) Laboratory glass wares : Borosil (j) Weighing machine: Avery (k) Flowmeter: Batilboi / Rota instrumentation / Reliable (l) Parshel flume: Reliable (m) Blowers: K-International/ Swam/ Everest (n) MS pipes: ERW pipes from SAIL/TISCO/Jindal (o) CI pipes: KIW/ Electrosteel / IISCO/ Kesoram/ any other make confirming to IS 1536: 2001 & its subsequent amendment if any (p) DI pipes: Electrosteel/ Jindal/ Electrotherm/ Lanco/ TATA Kubota/ any other make confirming to IS 8329: 2000 & its subsequent amendment if any (q) GI pipes and fittings: TATA/Jindal (r) Sanitary wares: Pyari/Nycer/Hindustan (s) Sanitary fitting: Jaguar/ESSESS

149

(t) All furniture : Godrej (u) All Luminaries and ceiling fans, exhaust fans: Phillips/Bajaj/Crompton (v) Paints, distemper: Johnsons Nicholsons/ Asian Paint/ Berger paints (w) All locks and locking arrangements, hydraulic door closures: Godrej. (x) Other Accessories : The firm shall clearly state the make which shall be approved by Department. 9.14 Break-up of payment schedule: The schedule for break up of the payment are given at Section 10 of DTCN.

All provisions of the technical scope of work & terms & conditions of the contract have been read by Me/Us and I/We certify that I/We clearly understand them & agree to abide by them.

Witness

Contractor

150

SECTION 10

PAYMENT BREAK-UP SCHEDULE


Sl. No.
1 1

Description of Items

%age of Quoted Price

Ref. to subbreakup at Section-10-A

2 3 4 5 6 7 8

2 Construction of New Water treatment Plant and laying of Pipe line for improvement of Water Supply to Burla Town. on EPC Contract (Turnkey Basis) DEVELOPMENT OF SOURCE AND SITE Construction of Compound Wall of 620 mtr length around 6.00MLD WTP Burla Construction of cement concrete road of 240 mtr to proposed 6.00mld WTP Burla Construction of cement concrete drain of 190 mtr Construction of 1.20 Mtr span RCC Culvert over RCC Drain inside Water Treatment Plant Burla. TREATMENT PLANT

3 1.10 1.10 0.40 0.40 25

A A-1 A-2 A-3 A-4 B

Design, Construction, Testing and commissioning of 6.00ML Capacity Conventional Water Treatment Plant with provision of cascade aerator, flash mixer, Horizontal baffled channel flocculator, settling tank, rapid gravity filter covered with Roof slab including the filter house. Chlorine House, chemical house, Settling Tank, 0.15 ML R.C.C Over head back wash Tank near Filter house , chlorination arrangement, Laboratory with accessories, Office Building, Internal Road, Yard lighting arrangement, settling tank sludge lagoon with the provision of recycling arrangement & handling facilities, Path ways, site drainage System and installation of digital bulk type flow meter at both inlet and outlet of raw water as well as clear water rising main etc. all complete. Renovation of existing 4.50 MLD Pressure filters at Burla water works introducing Conventional Rapid gravity Filter unit covered with roof slab having filter house , raw water Inlet Chamber, and also raw water channel to be connected with the existing Hopper bottom type settling tank and provision of Flow

16.20

B-1

6.30

B-2

151

measuring system, Flash mixing unit, with Chemical feeding system and leading clear channel from RGF to the existing clear water chamber with provision of 1.0 lakh ltr capacity back wash tank over the filter house etc all complete.
10 11 12 13 Construction of 500000 ltr capacity Open top RCC Raw Water OGR inside 6.00MLD WTP site campus Construction of Raw Water and Clear Water Pump House STORAGE RESERVOIR Design, Construction, Testing and commissioning of Clear Water under ground Reservoir at Treatment Plant site of capacity 5,00,000ltr (0.50 ML) Design, Construction, Testing and commissioning of Clear Water under ground Reservoir at Bharati Club Chhak of capacity 5,00,000ltr (0.5ML) Design, Construction, Testing and commissioning of E.S.R. at Bharati Club Chhak of capacity 5,00,000ltr (0.5ML) with 25 mtr staging height. Design, Construction, Testing and commissioning of 1.00Lakh litter Capacity with 25mtr staging height E.S.R. inside VSSUT, Burla Construction of Clear water Pump House at Bharati Club Chhak with internal Electrifications. Pumping Machineries Provision of Raw Water Centrifugal Pump Sets at Treatment Plant including installation as well as horizontal submersible pump set at raw water pump house of Patharabandha including control panel and VFD. Provision of Clear Water Centrifugal Pump Sets at Bharati Club Chhack including installation & arrangement of control panel and VFD. Provision of Clear Water Pump Sets at Treatment Plant for pumping to G.S.R. at Bharati Club and distribution system including arrangement of control panel and VFD. Provision of Clear Water Pump Sets at Treatment Plant for pumping towards Sriram Vihar and distribution system including arrangement of control panel and VFD. External and Internal Electrification to Pump Houses Transmission Main 1.60 0.90 14 B-3 B-4 C

2.40

C-1 C-2

14

2.40

15

6.70

C-3

16

2.40 0.10 3

C-4 C-5 D

17 18 19

1.00 0.50

D-1 D-2

20 21

0.30

D-3

22

0.50 0.70 48

D-4 D-5 E

23 24

152

25

Laying of 450mm dia C.I / M.S Raw water Pipe line from Jagannath Temple Chowck to Treatment Plant Burla. Laying of 300mm dia C.I. Raw Water Pumping main from Treatment Plant to Shastri Chowck Laying of 300mm dia C.I.Pipe line from Treatment Plant to Bharati Club Chowck. Laying of C.I. connecting the distribution main with clear water ESR at Bharati Club Chowk and Sadeipali distribution system & town water supply system of Burla town. Laying of CI distribution main from treatment plant to Basanta Vihar, Sri Ram Vihar and Chaini Pada of Burla NAC. Laying of CI distribution main from treatment plant to, Gandhi pada , Tear pada and Mirdha pada under Burla NAC. Laying of 300mm dia D.I K-7 Raw Water Pumping main from Gouda Palli Pump House to 2.25 MLD WTP at VSSMCH campus and Pathanbandh Raw water Sump Burla. Replacement of 200 mm dia old and damage C.I. pipe line by 200mm dia M.S. Raw Water pipe line from Pathanbandh to MCL Water Treatment Plant Burla including inter-connection and MS work of horizontal submersible pump sets at raw water pump house at Patharabandha. EXTERNAL ELECTRIFICATION TO 6.00 MLD WATER TREATMENT PLANT AND DIFFERENT PUMP HOUSES UNDER BURLA NAC. Water Treatment Plant Site Clear Water Pump House Near Bharati Club Chhack Clear Water Pump House Near Bharati Club Chhack Testing, commissioning , Training, Operation and Maintenance of the entire system etc. Total:

5.30 3.20 7.20

E-1 E-2 E-3

26 27 28

1.80 29

E-4 E-5

13.00

30

4.20

E-6

31

4.40

E-7

32

8.90

E-8 F F-1 F-2 F-3

33

34 35 36 37

2 1.20 0.60 0.20 5 100

153

SECTION 10 (A)

SUB PRICE BREAK-UP FOR INDIVIDUAL ITEM OF WORKS


Sl. Group No. No Description of Items % of Total Break up Price
3 3% 1.10% 1.1%x1% 1.1%x10% 1.1%x10% 1.1%x35% 1.1%x35% 1.1%x9% 1.10% 1.1%x1% 1.1%x47% 1.1%x47% 1.1%x5% 0.40% 0.4%x1% 0.4%x47% 0.4%x47%

% of subbreakup Payment
4

1 2 3

A A-1

A-2

A-3

2 DEVELOPMENT OF SOURCE Construction of Compound Wall around 6.00MLD WTP Burla On Submission and approval of Layout plan, process Design of Compound wall around the 6.00MLD WTP Site On Completion of Sub-Structure for a length of 50% Coverage On Completion of Sub-Structure for a length of 100% Coverage On Completion of Super -Structure for a length of 50% Coverage On Completion of Super -Structure for a length of 100% Coverage On finishing of wall surfaces with painting etc all complete CONSTRUCTION OF CEMENT CONCRETE ROAD TO PROPOSED 6.00MLD WTP. BURLA On Submission and approval of Layout plan, process Design of Approch Road to the 6.00MLD WTP Site On Completion of Sub-Structure for a length of 50% ( 120Mtr) On Completion of Sub-Structure for a length of 100% (240Mtr.) On completion finishing works and test report of Cement Concrete etc all complete CONSTRUCTION OF CEMENT CONCRETE DRAIN On Submission and approval of Layout plan, process Design of Cement Concrete Drain to the 6.00MLD WTP Site On Completion of Sub-Structure for a length of 50% (100Mtr) On Completion of Sub-Structure for a length of 100% (190Mtr.) On completion finishing works and test report of Cement Concrete etc all complete

0.4%x5%

154

A-4

7 8

B B-1

Construction of 1.20 Mtr span RCC Culvert over RCC Drain inside Water Treatment Plant Burla. On Submission and approval of Layout plan, process Design of 1.20Mtr span RCC Culvert inside the 6.00MLD WTP . On Completion of Sub-Structure On Completion of Super- Structure and roof Slab On Completion of Wing Walls and site Fillings On completion finishing works and test report of Cement Concrete etc all complete TREATMENT PLANT Design, Construction, Testing and commissioning of 6.00ML Capacity Conventional Water Treatment Plant of with provision of cascade aerator, flash mixer, Clarifluculator, rapid gravity filter, Chlorine House, chemical house, Settling Tank, Filter house with over head back wash Tank , chlorination arrangement, Laboratory, Office Building, Internal Road, Yard lighting arrangement, flocculator sludge lagoon and handling facilities, Path ways site drainage etc all complete.

0.40%

0.4%x1% 0.4%x40% 0.4%x40% 0.4%x14% 0.4%x5%

25%

16.20%

B-1 (i)

B-1 (ii)

B-1 (iii)

On submission & approval of Layout plan, process design, hydraulic design, Structural design of all components including electrical, mechanical, instrumentation designs & drawings, all ancillary facilities of 6 MLD capacity Conventional Water Treatment Plant with ancillary structures. Cascade Aerator On completion of foundation and super structure till level of 25% height of central shaft from FGL including piping up to LOC On completion up to the base of collecting channel & fixing of central shaft On completion of Casting of Aerator steps up to lip level with fixing glazed tiles all complete Finishing items and all other left over items required for completeness of work complying to DTCN provision Raw Water Channel to Rapid Mixing Unit baffle channel type along with Flow Measuring Device & Rapid Mixing Unit (Flash Mixture) fitted with mechanical equipments.

16.2%x1%

16.2% x 0.4% 16.2% x 0.6% 16.2% x 0.5% 16.2% x 0.5%

155

On completion of foundation of rapid mixing unit with foundation for supporting column of raw water channel and construction up to FGL On completion up to 50% column height of rapid mixing unit and supporting column of raw water channel On completion up to 100% column height of rapid mixing unit with floor slab and baffled channels and walls and completion of raw water channel Supplying, installation of Mechanical equipment for rapid mixing unit and parshall flume Finishing Work and All other left over items required for completeness of work complying to DTCN provision B-1 (iv) Settling tank On completion of foundation Footing and Base slab including laying of sludge removal pipes and fixing valves On completion up to 50% Wall height On completion up to 100% Wall height with launders Finishing items, Sludge chamber and All other left over items required for completeness of work complying to DTCN provision Filter House with R.G. Filter Units, Space for Air Blowers & back wash arrangement along with installation of all required machineries. On completion of civil structure up to ground level On completion of civil structure up to 50% wall height of Filter Box On completion of civil structure up to 100% wall height of filter box including walk ways and operating plat form and roof of annex building On completion of super structure including roof slab over filter beds and operation gallery On completion under drainage system, placing of filter media in filter boxes Supplying and installation of pump and motor for filling water to back wash water tank and construction of small feeding sump close to

16.2% x 0.4% 16.2% x 0.6%

16.2% x 0.5% 16.2% x 1.0% 16.2% x 0.5%

16.2% x 3.0% 16.2% x 3.0% 16.2% x 3.0% 16.2% x 3.0%

B-1 (v)

16.2% x 5.0% 16.2% x 4.0%

16.2% x 4.0% 16.2% x 4.0% 16.2% x 4.0% 16.2% x 4.0%

156

filter house Supplying and installation of piping and valves inside pipe gallery, mechanical and measuring instruments, gauges and motors relating to filter beds etc. pump motor piping connection etc. Finishing with internal electrification of filter house and all other left over items required for completeness of work complying to DTCN provision B-1 (vi) RCC 150 m3 over head Back Wash Tank. On completion of Foundation Raft

16.2% x 4.0%

16.2% x 5.0%

On completion of 50% staging Height

On completion of 100% staging height

B-1 (vii)

On completion of piping & valve arrangement & piping connection with Filter House Finishing of work, stair case, instrumentations, painting and all other left over items required for completeness of work complying to DTCN provision Chemical House with Chemical Storage & Dosing Units with piping arrangement & Chlorine House with Gas Chlorinator & Chlorine Gas Cylinder Storage arrangement as per DTCN On completion up to plinth level On completion up to roof slab of Ground floor On completion of roof casting of ground floor On completion up to roof level of 1st floor On completion of 1st floor roof slab Doors , windows , plaster , and all other finishing items Supply and installation of mechanical and electrical items, instrumentation for chemical mixing and dosing, piping and valve arrangements, internal electrification, supply of all other items as in DTCN

16.2% x 2.0% 16.2% x 2.0% 16.2% x 2.0% 16.2% x 3.0%

16.2% x 2.0%

16.2% x 1.0% 16.2% x 0.4% 16.2% x 0.4% 16.2% x 0.4% 16.2% x 0.4% 16.2% x 0.4%

16.2% x 0.75%

157

B-1 (viii)

All other left over items required for completeness of work complying to DTCN provision Office Building & Testing laboratory Under ground drainage & waste disposal system & On-site sanitation at treatment plant site. On completion up to plinth level On completion up to mid height of wall & column On completion up to roof level On completion of Roof casting On completion of Doors , windows , plastering, painting, internal electrification etc. Laboratory equipments, furniture & fixtures etc. and on completion of all other finishing items required for completeness of work complying to DTCN provision On completion of laying of pipe line On completion of man holes, out fall structures, if any and all other related items if any relating to the work. Internal Roads, Walkways & Parking area & lighting arrangement along the road and inside yard. On completion up to Base 30

16.2% x 0.25%

16.2% x 1.0% 16.2% x 1.0% 16.2% x 1.0% 16.2% x 1.0% 16.2% x 0.50%

16.2% x 1.0% 16.2% x 1.0% 16.2% x 0.50%

B-1 (ix)

All complete with finishing works etc. complying to DTCN provision On completion up to Base

All complete with finishing works etc. complying to DTCN provision


B-1 (x)

16.2% x 1.0% 16.2% x 1.0% 16.2% x 1.0% 16.2% x 1.0% 16.2% x 3.0% 16.2% x 1.0% 16.2% x 1.0% 16.2% x

All other left over items required for completeness of work complying to DTCN provision Internal electrification to WTP On supply of materials On completion of the work On testing and commissioning of the work

B-1 (xi)

158

1.0% B-1 (xii)

B-1 (xiii) 9 B-2

Finishing items & beautification of WTP campus by Arboriculture & Horticulture etc. & Miscellaneous items On completion of Beautification of WTP campus by Arboriculture & Horticulture etc. complying to DTCN provision On completion of Miscellaneous items like Brass nameplate, Flow sheet Boards, Glow Sign Boards etc. and all other left over items required for completeness of work complying to DTCN provision Inspection, Testing, Trial Run, Guarantee Test, Training, Operation & Maintenance Manual, Completion Drawings & Acceptance.
Upgradation of 4.50MLD Pressure Filter at Burla water works by provision of 4.50 MLD capacity Rapid Gravity Filter unit with inlet Chamber, Flow measuring system, Flash mixing unit, with Chemical feeding system, Settling Tank Clariflocculator-2nos, etc all complete.

16.2% x 3.0%

16.2% x 3.0%

16.2%x10%

6.30%

B-2 (i)

B-2 (ii)

On submission & approval of Layout plan, process design, hydraulic design, Structural design of all components including electrical, mechanical, instrumentation designs & drawings, all ancillary facilities for upgradation of 4.50 MLD Pressure Filter by provision of 4.50 MLD capacity rapid gravity filter with ancillary structures. Raw Water Channel to Rapid Mixing Unit baffle channel type along with Flow Measuring Device & Rapid Mixing Unit (Flash Mixture) fitted with mechanical equipments. On completion of foundation of rapid mixing unit with foundation for supporting column of raw water channel and construction up to FGL On completion up to 50% column height of rapid mixing unit and supporting column of raw water channel On completion up to 100% column height of rapid mixing unit with floor slab and baffled channels and walls and completion of raw water channel Supplying, installation of Mechanical equipment for rapid mixing unit and parshall flume

6.3%x1%

6.3% x 1.5% 6.3% x 1.5%

6.3% x 1.5% 6.3% x 1.5%

159

B-2 (iii)

Finishing Work and All other left over items required for completeness of work complying to DTCN provision Settling tanks On completion of foundation Footing and Base slab including laying of sludge removal pipes and fixing valves On completion up to 50% Wall height

6.3% x 1.0%

On completion up to 100% Wall height with launders Finishing items, Sludge chamber and All other left over items required for completeness of work complying to DTCN provision B-2 (iv) Filter House with R.G. Filter Units, Space for Air Blowers & back wash arrangement along with installation of all required machineries. On completion of civil structure up to ground level On completion of civil structure up to 50% wall height of Filter Box On completion of civil structure up to 100% wall height of filter box including walk ways and operating plat form and roof of annex building On completion of super structure including roof slab over filter beds and operation gallery On completion under drainage system, placing of filter media in filter boxes Supplying and installation of pump and motor for filling water to back wash water tank and construction of small feeding sump close to filter house Supplying and installation of piping and valves inside pipe gallery, mechanical and measuring instruments, gauges and motors relating to filter beds etc. pump motor piping connection etc. Finishing with internal electrification of filter house and all other left over items required for completeness of work complying to DTCN provision

6.3% x 5.0% 6.3% x 5.0% 6.3% x 5.0% 6.3% x 7.0%

6.3% x 4.0% 6.3% x 3.0%

6.3% x 3.0% 6.3% x 3.0% 6.3% x 2.0%

6.3% x 3.0%

6.3% x 5.0%

6.3% x 7.0%

160

B-2 (v)

Chemical House with Chemical Storage & Dosing Units with piping arrangement & Chlorine House with Gas Chlorinator & Chlorine Gas Cylinder Storage arrangement as per DTCN On completion up to plinth level On completion up to roof slab of Ground floor On completion of roof casting of ground floor On completion up to roof level of 1st floor On completion of 1st floor roof slab

6.3% x 2.0% 6.3% x 1.0% 6.3% x 1.0% 6.3% x 1.0% 6.3% x 1.0% 6.3% x 1.0%

Doors , windows , plaster , and all other finishing items Supply and installation of mechanical and electrical items, instrumentation for chemical mixing and dosing, piping and valve arrangements, internal electrification, supply of all other items as in DTCN All other left over items required for completeness of work complying to DTCN provision B-2 (vi) Under ground drainage & waste disposal system & On-site sanitation at treatment plant site. On completion of laying of pipe line On completion of man holes, out fall structures, if any and all other related items if any relating to the work. Internal electrification to WTP On supply of materials On completion of the work On testing and commissioning of the work
B-2 (viii)

6.3% x 2.0% 6.3% x 1.0%

6.3% x 5.0% 6.3% x 3.0% 6.3% x 2.0% 6.3% x 1.5% 6.3% x 1.5%

B-2(vii)

On completion of finishing items & beautification of WTP campus by Arboriculture & Horticulture etc. & Miscellaneous items On completion of Beautification of WTP campus by Arboriculture & Horticulture etc. complying to DTCN provision On completion of Miscellaneous items like Brass nameplate, Flow sheet Boards, Glow Sign

6.3% x 4.0% 6.3% x 3.0%

161

B-2 (ix)

Boards etc. and all other left over items required for completeness of work complying to DTCN provision Inspection, Testing, Trial Run, Guarantee Test, Training, Operation & Maintenance Manual, Completion Drawings & Acceptance.
Construction of 500000 ltr capacity Open top RCC Raw Water OGR inside 6.00MLD WTP site campus 1.60%

6.3%x10%

10

B-3 B-3 (i) B-3 (ii)

1.6%x 1% 1.6%x 1.6%x 1.6%x 1.6%x 1.6%x 30% 22% 22% 15% 10%

On submission & approval of Design & Drawing On excavation of foundation & on casting of lean concrete & On Casting of base RCC Slab B-3 (iii) On casting of half of wall B-3 (iv) On casting of full wall height. B-3 (v) Other finishing items B-3 (vi) Testing & Commissioning
11 B-4 B-4 (i) B-4 (ii) Construction of Raw Water and Clear Water Pump House 0.90%

0.9%x 1% 0.9%x 21% 0.9%x 20% 0.9%x23% 0.9%x 25% 0.9%x 10%

On submission & approval of Design & Drawing On excavation of foundation & on casting of lean concrete & up to plingth Level B-4 (iii) On construction up to Roof Level B-4 (iv) On casting of RCC roof B-4 (v) On Plastering , Choukath & Door ,windows fitting & fixings and other finishing works B-4 (vi) Testing & Commissioning
12 13 C C-1 STORAGE RESERVOIR Design, Construction, Testing and commissioning of Clear Water under ground Reservoir at Treatment Plant site of capacity 5,00,000ltr (0.50 ML) 14%

2.40%

2.4%x1% 2.4%x5% 2.4%x20% 2.4%x16% 2.4%x16% 2.4%x22% 2.4%x10% 2.4%x10%

On submission & approval of Design & Drawing On excavation of foundation & on casting of lean concrete C-1(iii) On Casting of base RCC Slab C-1(iv) On casting of half of wall C-1(v) On casting of full wall height. C-1(vi) On casting of ring beam and dome/roof slab. C-1(vii) Other finishing items C-1(viii) Testing & Commissioning
C-1(i) C-1(ii) 14 C-2 Design, Construction, Testing and commissioning of Clear Water under ground Reservoir at Bharati Club Chhak of capacity 5,00,000ltr (0.5ML)

2.40% 2.4%x1%

C-2(i)

On submission & approval of Design & Drawing

162

On excavation of foundation & on casting of lean concrete C-2(iii) On Casting of base RCC Slab C-2(iv) On casting of half of wall C-2(v) On casting of full wall height. C-2(vi) On casting of ring beam and dome/roof slab. C-2(vii) Other finishing items C-2(viii) Testing & Commissioning
C-2(ii) 15 C-3 Design, Construction, Testing and commissioning of E.S.R. at Bharati Club Chhak of capacity 5,00,000ltr (0.5ML) with 25 mtr staging height.

2.4%x5% 2.4%x20% 2.4%x16% 2.4%x16% 2.4%x22% 2.4%x10% 2.4%x10%

6.70%

6.7%x1% 6.7%x20% 6.7%x13% 6.7%x15% 6.7%x20%

C-3(i) C-3(ii) C-3(iii) C-3(iv) C-3(v) C-3(vi)

16

C-3(vii) C-4

On submission & approval of Design & Drawing On completion of foundation & base slab On completion of 50% of staging height On completion of 100% of staging height On completion of container wall, floor & roof On completion of all finishing works after dismantling of centering materials including fixing & fitting of ladders, water level indicator, pipes, lightening arresters etc. all complete Testing & Commissioning
Design, Construction, Testing and commissioning of 1.00Lakh litter Capacity with 25mtr. Staging height E.S.R. inside VSSUT, Burla

6.7%x21% 6.7%x10%

2.40%

2.4%x1% 2.4%x20% 2.4%x13% 2.4%x15% 2.4%x20%

C-4(i) C-4(ii) C-4(iii) C-4(iv) C-4(v) C-4(vi)

17

C-4(vii) C-5 C-5(i) C-5(ii) C-5(iii) C-5(iv)

On submission & approval of Design & Drawing On completion of foundation & base slab On completion of 50% of staging height On completion of 100% of staging height On completion of container wall, floor & roof On completion of all finishing works after dismantling of centering materials including fixing & fitting of ladders, water level indicator, pipes, lightening arresters etc. all complete Testing & Commissioning
Construction of Clear water Pump House at Bharati Club Chhak with internal Electrifications.

2.4%x21% 2.4%x10% 0.10%

0.1%x 1% 0.1%x 21% 0.1%x 20% 0.1%x23%

On submission & approval of Design & Drawing On excavation of foundation & on casting of lean concrete & up to plingth Level On construction up to Roof Level On casting of RCC roof

163

C-5(v) C-5(vi) D D-1

On Plastering , Choukath & Door ,windows fitting & fixings and other finishing works Testing & Commissioning
Pumping Machineries Provision of Raw Water Centrifugal Pump Sets at Treatment Plant including instalation. 3% 1.00% 0.50%

0.1%x 25% 0.1%x 10%

18 19

On submission & approval of Design & Drawing On Supply of Pump & Motor with Suitable Pannel Board On Installation of Pump, Motor with Control Pannel and Electrical Wirings Testing & Commissioning
20 D-2 Provision of Clear Water Centrifugal Pump Sets at Bharati Club Chhack including instalation.

1.00%x1% 1.00%x70% 1.00%x25% 1.00%x4%

0.5%x1% 0.5%x70% 0.5%x25% 0.5%x4%

On submission & approval of Design & Drawing On Supply of Pump & Motor with Suitable Pannel Board On Installation of Pump, Motor with Control Pannel and Electrical Wirings Testing & Commissioning
21 D-3 Provision of Clear Water Pump Sets at Treatment Plant for pumping to G.S.R. at Bharati Club and distribution system.

0.30%

0.3%x1% 0.3%x70% 0.3%x25% 0.3%x4%

On submission & approval of Design & Drawing On Supply of Pump & Motor with Suitable Pannel Board On Installation of Pump, Motor with Control Pannel and Electrical Wirings Testing & Commissioning
22 D-4 Provision of Clear Water Pump Sets at Treatment Plant for pumping towards Sriram Vihar and distribution system.

0.50%

0.5%x1% 0.5%x70% 0.5%x25% 0.5%x4%

On submission & approval of Design & Drawing On Supply of Pump & Motor with Suitable Pannel Board On Installation of Pump, Motor with Control Pannel and Electrical Wirings Testing & Commissioning
23 D-5 External and Internal Electrification to Pump Houses

0.70%

0.7%x1% 0.7%x32%

On submission & approval of Design & Drawing


On Completion of Water Treatment Plant Site

164

On Completion of Clear Water Pump House Near Bharati Club Chhack On Completion of Raw Water Pump House at Gouda palli

0.7%x32% 0.7%x32% 0.7%x1% 48%

Testing & Commissioning


24 24 E E-1 Transmission Main Laying of 450mm dia C.I / M.S Raw water Pipe line from Jagannath Temple Chowck to Treatment Plant Burla.

5.30% 3.20% 7.20%

5.3%x1% 5.3%x37% 5.3%x37% 5.3%x10% 5.3%x10% 5.3%x5%

On submission & approval of Design & Drawing


On Supply of 450mm dia CI Pipe for a length of 245Mtr out of 490Mtr On Supply of 450mm dia CI Pipe for a length of 490Mtr On Supply of 450mm dia MS Pipe for a length of 60Mtr with all Valves and Fittings On Laying and Completion of Pipe lines On Testing and Commissioning of Pipe Lies Laying of 300mm dia C.I. Raw Water Pumping main from Treatment Plant to Shastri Chowck

26

E-2

3.2%x1% 3.2%x37% 3.2%x37% 3.2%x10% 3.2%x10% 3.2%x5% 7.2%x1% 7.2%x37% 7.2%x37% 7.2%x10% 7.2%x10% 7.2%x5%

On submission & approval of Design & Drawing


On Supply of300mm dia CI Pipe for a length of 245Mtr out of 490Mtr On Supply of300mm dia CI Pipe for a length of 490Mtr On Supply of 300mm dia MS Pipe for a length of 60Mtr with all Valves and Fittings On Laying and Completion of Pipe lines On Testing and Commissioning of Pipe Lies Laying of 300mm dia C.I.Pipe line from Treatment Plant to Bharati Club Chowck.

27

E-3

On submission & approval of Design & Drawing


On Supply of300mm dia CI Pipe for a length of 625Mtr out of 1250Mtr On Supply of300mm dia CI Pipe for a length of 1250Mtr On Supply of 300mm dia MS Pipe for a length of 60Mtr with all Valves and Fittings On Laying and Completion of Pipe lines On Testing and Commissioning of Pipe Lines LAYING OF 200 MM C.I./ MS PIPELINE CONNECTING THE DISTRIBUTION MAIN WITH CLEAR WATER E.S.R AT BHARATI CLUB CHOWCK AND SADEI PALI DISTRIBUTION SYSTEM & TOWN WATER SUPPLY SYSTEM OF

28

E-4

1.80%

165

BURLA TOWN.

On submission & approval of Design & Drawing


On Supply of 200mm dia CI Pipe for a length of 450Mtr On Supply of 200mm dia MS Pipe for a length of 60Mtr with all Valves and Fittings On Laying and Completion of Pipe lines On Testing and Commissioning of Pipe Lines LAYING OF C.I. DISTRIBUTION MAIN FROM TREATMENT PLANT TO BASANTA VIHAR, SRI RAM VIHAR AND CHAINI PADA OF BURLA NAC

1.8%x1% 1.8%x74% 1.8%x10% 1.8%x10% 1.8%x5%

29

E-5

On submission & approval of Design & Drawing


On Supply of 250mm dia CI Pipe for a length of 1200Mtr. On Supply of 200mm dia CI Pipe for a length of 1200Mtr On Supply of 150mm dia CI Pipe for a length of 1050 Mtr On Supply of 100mm dia CI Pipe for a length of 1100 Mtr On Supply of 250mm dia / 200 mm Dia and 150mm dia MS Pipe for a length of 60Mtr each with all Valves and Fittings of all sizes On Laying and Completion of Pipe lines On Testing and Commissioning of Pipe Lines LAYING OF C.I DISTRIBUTION MAIN FROM TREATMENT PLANT TO, GANDHI PADA , TEAR PADA AND MIRDHA PADA UNDER BURLA N.A.C. On submission & approval of Design & Drawing On Supply of 150mm dia CI Pipe for a length of 1050 Mtr On Supply of 100mm dia CI Pipe for a length of 1100 Mtr On Supply of 200 mm Dia MS Pipe for a length of 120Mtr and 150mm dia MS Pipe for a length of 180 mtr with all Valves and Fittings of all sizes On Laying and Completion of Pipe lines On Testing and Commissioning of Pipe Lines Laying of 300mm dia D.I K-7 Raw Water Pumping main from Gouda Palli Pump House to 2.25 MLD WTP at VSSMCH campus and Pathanbandh Raw water Sump Burla.

13.00%

13%x 1% 13%x 30% 13% x 24% 13%x 14% 13% x 9%

13% x 7% 13%x 10% 13%x 5%

30

E-6

4.20%

4.2%x1% 4.2%x37% 4.2%x32%

4.2%x10% 4.2%x15% 4.2%x5%

31

E-7

4.40%

166

On submission & approval of Design & Drawing


On Supply of300mm dia CI Pipe for a length of 675Mtr out of 1350Mtr On Supply of 300mm dia CI Pipe for a length of 1350Mtr On Supply of 300mm dia MS Pipe for a length of 60Mtr with all Valves and Fittings On Laying and Completion of Pipe lines On Testing and Commissioning of Pipe Lies Replacement of 200 mm dia old and damage C.I. pipe line by 200mm dia M.S. Raw Water pipe line from Pathanbandh to MCL Water Treatment Plant Burla.

4.4%x1% 4.4%x37% 4.4%x37% 4.4%x10% 4.4%x10% 4.4%x5%

32

E-8

8.90%

8.9%x1% 8.9%x35% 8.9%x35% 8.9%x10% 8.9%x14% 8.9%x5%

On submission & approval of Design & Drawing


On Supply of 200mm dia MS Pipe for a length of 1425Mtr out of 2850Mtr On Supply of300mm dia MSPipe for a length of 2850Mtr On Fabrication and Supply of 200mm dia Fittings and fixtures with all Valves and Fittings On Laying and Completion of Pipe lines On Testing and Commissioning of Pipe Lies EXTERNAL ELECTRIFICATION TO 6.00 MLD WATER TREATMENT PLANT AND DIFFERENT PUMP HOUSES UNDER BURLA NAC. Water Treatment Plant Site

33

34

F-1

2% 1.20%

1.2%x1% 1.2%x70% 1.2%x14% 1.2%x15%

On submission & approval of Design & Drawing


On Supply of 250KVA Transformer & extension of HT / LT line. On Installation of the Transformer On Testing and Commissionig and payment of inspection chages to Electrical authorities Clear Water Pump House Near Bharati Club Chhack

35

F-2

0.60%

0.6%x1% 0.6%x70% 0.6%x14% 0.6%x15% 0.2%x1% 0.2%x70% 0.2%x14%

On submission & approval of Design & Drawing


On Supply of 100KVA Transformer & extension of HT / LT line. On Installation of the Transformer On Testing and Commissioning and payment of inspection chages to Electrical authorities 36 F-3 Raw Water Pump House at Gouda Palli

0.20%

On submission & approval of Design & Drawing


On Supply of 100 KVA Transformer for upgradation of 63 KVA Transformer On Installation of the Transformer

167

37

On Testing and Commissioning and payment of inspection charges to Electrical authorities Testing, commissioning , Training, Operation and Maintenance of the entire system etc.

0.2%x15% 5% 5% x 10% 5% x 40% 5% x 50%

On submission of as built drawings, Lay out Plans, Operation and Maintenance Mannuals
Handling and Maintenance for Six Months after Completion of the Entire System Handling and Maintenance for Twelve Months after Completion of the Entire System

168

SECTION 11

(Drawing)

169

170

SCHEDULE A

STRUCTURE & ORGANISATION


1. a) b) General Information Name of Applicant Head Office Address

e-Mail Address: Telephone No. c) Regional Office Address (if any) Fax :

e-Mail Address: Telephone No. d) Local Office (if any) Fax :

e-Mail Address: Telephone No. e) Class of contractor / firm and year of incorporation (attach copy of certificate of registration) Name and Address of Bankers Fax :

f)

g)

Main Lines of Business

171

2. STAFF PROPOSED FOR EXECUTION OF THE WORKS a) Office Name(s) Educational qualification Designation Relevant Experience Remarks

b) Key Engineering Personnel to be deployed at the site Sl. No. Name of Engineering Personnel to be deployed Educational qualification Experience Remark

1. 2. 3. 4. 5. Note: BIO-DATA of each personnel shall be attached related with the proposed site. A summary of the work experience of each key staff shall be attached.

172

SCHEDULE B

FINANCIAL STATEMENT
[To be given separately for each constituent Firm]

Should be audited for five years by Regd. Chartered Accountant or competent financial organization / authority. The audit certificate should be included with the document. 1) 2) Name of Applicant: Total turnover & Annual value of civil construction works, undertaken for each of the last five years and projected for current year. (Rs. In lakh) YEAR Home Abroad Total Total Turnover Turnover in Const. Works 2011-12 2010-11 2009-10 2008-09 2007-08 Total Turnover Turnover Total Turnover in Const. Turnover in Const. Works Works

3.

Applicants specific financial arrangements (mention amount in Indian Rupees) a) Own Resources b) Bank Credits c) Others (specify)

5.

Credit Facilities

To be supported by certificate for the Bank in Scheduled H.

173

SCHEDULE C Proposed to be deployed by the Applicant for use on the work


Sl. No. List of plants & equipments Minimum Requirement Nos. Owned Ownership certificate furnished / not furnished Nos. Leased Lease deed along with the ownership certificate furnished / not furnished 7 Remarks

LIST OF PLANT & EQUIPMENT

1. 2. 3. 4. 5. 6. 7. 8. 9. 10.

Concrete Hopper Mixer tilting hopper type Plate / Skid Vibrator Needle Vibrator Water Tanker Weigh batching plant Excavator (Hydraulic) Water Tank Truck (10 Tonne capacity) Generator (32KW capacity) Compressive testing machine

2 Nos. 2 Nos. 3 Nos. 1 No. 1 No. 1. No. 2 Nos. 2 Nos. 2 Nos. 1 No

174

1 11. 12. 13. 14. 15.

16.

2 Slump test apparatus Theodolite Levelling instrument Dewatering Pump set from 5 to 20 HP capacity Steel shuttering plates (600 x 1200mm) with steel scaffoldings Transportation trolley

3 1 No 1 No 1 No 2 Nos. 300 Sqm.

5 Nos.

N.B.:- If the required machineries owned or hired but deployed outside the state, then the tenderer has to furnish 2% as EMD/Bid Security at the time of submission of tender.

175

WORK EXPERIENCE
(To be given / furnished by not below the rank of Executive Engineer) 1. 2. 3. Name of the firm : Total number of years of experience in civil construction work : List of the similar works executed during last 5 years.
Name of the employer 3 Value of Contract price 4 Value of work executed 5 Computed amount per year 6 Stipulated Stipulated date of date of commence- completion ment 7 8 Actual date of completion 9
(Rs. in lakh)

SCHEDULE D

Sl. Name of No. the work/ location Agmt. No. & Dt. 1 2

Reasons for delay

Remarks

10

11

NB:

Certification of the employer not below the rank of Executive Engineer is to be furnished in support of the above claim.

176

4.

Approximate value of existing commitment and ongoing works:


Place 2 Name of employer 3 Contract No 4 Contract value 5 Stipulated period of completion 6

(Rs. in lakh)

Description of work 1

Balance value of work to be executed 7

Remarks 8

NB: Certification by the engineer in charge not below the rank Executive Engineer in support of the above claim should be furnished. (Refer clause 32.3 of Section 2 (B) of DTCN).

177

5.

Works for which bid already submitted but not finalized.


Place of work 2 Name & address of employer 3 Estimated cost of work 4 Offer valued by the bidder 5 Stipulated period of completion 6

(Rs. in lakh)

Description of work 1

Date on which decision expected. 7

Remarks 8

Note :-

a) Certificate from the employers not below the rank of Executive Engineer may be attached b) Non-disclosure of any information in the schedule will result in disqualification of the firm.

178

SCHEDULE E

INFORMATION REGARDING CURRENT LITIGATION, DEBARRING / EXPELLING OF TENDER OF ABANDONMENT OF WORK BY TENDER
1.(a) Is the applicant currently involved in any litigation relating to any contract works - Yes/No (b) If yes, give details

2.(a) Has the applicant or any of its constituent partners have been debarred / expelled by any agency in India during the last 5 years (b) If yes, give details - Yes/No

3 (a) Has the applicant or any of its constituent partners failed to perform/absconded/ rescinded on any contract work in India during the last 5 years - Yes/No (b) If yes, give details

Note :

If any information in this schedule is found to be incorrect or concealed pre-qualification application will be summarily rejected.

179

SCHEDULE F 1. The contractor shall have appropriate class of electrical license for External & Internal Electrical Works. 2. If not, collaboration with contractor having Electrical license of equivalent capacity issued by licensing authority is to be furnished.

180

SCHEDULE G

AFFIDAVITS / DECLARATION
1. 2. 3. I/We have read the instructions appended in the DTCN. I/We agree that the decision of the Govt. of Odisha in selection of contractors will be final and binding upon me/us. All the information furnished herewith are correct to the best of my/our knowledge and belief. In case of any information or documents furnished found to be false or incorrect, I / we have no objection if my / our tender is rejected. I/We agree that I/We have no objection if inquiries are made about construction work and its related areas regarding all projects and works listed by us in the accompanying sheets or any other enquiry on information furnished herewith in the accompanying sheets. I/We agreed that I/We have no objection if our past construction works are inspected by any authority of Govt. of Odisha to assess the quality of construction.

4.

5.

Date: Place: Signature Name & Designation Name of the organisation

181

SCHEDULE H

FORM OF SOLVENCY CERTIFICATE FROM A SCHEDULE BANK

This is to certify that to the best of our knowledge and information M/s./Sri any engagement upto a limit of having marginally noted (Rupees address a customer of our bank and are/is respectable and can be treated as good for Rs. ..) Signature

For the Bank

Note : In case of partnership firm, certify names of all partners as recorded with the Bank.

182

SCHEDULE I

ANY OTHER INFORMATION, IF ANY

183

ANNEXURE I

TECHNICAL QUESTIONNAIRES ON WATER TREATMENT PLANT


1 1.1 1.2 1.3 2 2.1 2.2 2.3 3 3.1 3.2 3.3 3.4 3.5 3.6 4. 4.1 4.2 4.3 4.4 4.5 4.6 4.7 5 5a. 5a.1 5a.2 5a.3 5a.4 5a.5 5a.6 5a.7 5a.8 5b. 5b.1 5b.2 5b.3 General Give brief write-up on Treatment & filtration process offered & enclose flow diagram, GA drawing etc. Total capacity (normal) of the Plant Process design, design code technical, collaboration, make, patent, if any etc. CASCADE ARERATOR Head Required Rate of Flow No. of steps Parshall Flume Nos. & Location Type/ construction Design rate of flow/each Measuring range & indication Integrator offered & location Head Loss RAPID MIXING UNIT No. of Units Type Effective water volume Detention time Head Loss Velocity of flow Water Depth CLARIFLOCCULATOR : FLOCCULATOR Type No. of Units provided Treatment (Normal) capacity Detention time : Velocity gradient Velocity of flow Water Depth Total Area of Paddle Circular Clarifier No. of units. Capacity Detention time : : M3/hr

M. m / m / hr
3 2

: : : : : : : : : : : :

M3 /hr. Cm.

Seconds Cm. M/Sec M

: : : : : :

M3/hr. Sec. M/Sec. M

: : :

MLD Hrs.

184

5b.4 5b.5 5b.6 5b.7 5b.8 5b.9 5b.10 5b.11 5b.12 5b.13 5b.14 5b.15 6 6.1 6.2 6.3 6.4 6.5 6.6 6.7 6.8 6.9 6.10 6.11 6.12 6.13 6.14 6.15 a) b) 6.16 a) b) 6.17 6.18 6.19 6.20 6.21

Effective liquid depth Surface loading Weir loading rate Additional depth for sludge storage Slope of bottom Settled water turbidity Dia. / type of sludge removal pipe Scarper Velocity Outlet structure Entrance velocity Spacing of V notch. Distance between Paddle Tip FILTER HOUSE : Type Design code No. of filter beds provided Normal filtration capacity/ each bed Total normal filtration capacity of the filter house Overloading capacity/each & duration of overloading. Total overloading capacity of filter House & duration of overloading. Designed unit rate of filtration Details of filter media, no. of layers, size etc. Designed input water turbidity range. Percentage of reduction in turbidity Guaranteed output water quality. Normal frequency of backwash of each filter bed Duration of each backwash Quantity & rate of flow required for each backwash per filter bed : Water (i) Qnty. (ii) Rate Air (i) Qnty. (ii) Rate Head loss Clean bed after back wash Max. before backwash Overall dimensions of each filter bed. Overall dimension of filter House, walkway, pipe gallery, covered area blower room, control room etc.(enclose GA Drg.) Pipe gallery Material Type of filter bottom strainer system & material. Wash Water System

: : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : :

M M /m /day M3/m/day M % NTU M


3 2

M/Sec.

M3/hr M3/hr % Hours M3/hr. Lpm/m2 PPM % Hours Min. M3 M3/hr. M3 3 M /hr. Cm. Cm. M

: :

185

6.21.1 a) b) c) d) 6.21.2. a) b) c) d) e) f) g) 6.21.3. i) ii) iii) iv) v) vi) 6.21.4. i) ii) iii) iv) v) vi) vii)

Clear Water GSR Size Capacity Shape Type of construction Overhead Wash water Tank Staging height Size Capacity Location Shape Type of construction Water filling-in arrangement Pumps for filling overhead backwash tank Nos. of pumps Type Make Capacity/each Efficiency Material of construction Motor Nos. Type Mode of power supply(single/three phase) Rating Efficiency Method of starting Protection

: : :

: : : : : : : : : : : : : : : : : : Give details of starters used, protections given, & other accessories like voltmeter, energy meter, ammeter, indicating lamps, on/off starters etc. M3/hr

6.21.5. Control panel (Circuit diagram)

6.21.6. a) b) c) d) e) f)

Air Compressors : Capacity & pressure Type and nos. Location No. of compressors offered operating/ standby. Kw requirement & motor Kw offered. Make & type, efficiency, method of starting, phase of supply, control panel details etc. of motors. g) Size & capacity of air receiver/ tank provided.

: : : : : : :

186

6.22

a) b) c) d) e) f) g) 6.23 a) b)

c) d) 6.24 7. 7.1 7.2 7.3 7.4 7.5 7.6 7.7

7.8 7.9 7.10 7.11 7.12 7.13 7.14

Valves : Type, standard code/ ISI-certification, materials of construction, motorised/ manual, make of each type of valves Sluice valves Butterfly valves Non-return valves Rate controllers Float valves Foot valves Others Appurtenances : Type, range, material of construction, make etc. of each type of appurtenances : Rate of flow controllers Filter Gauges i) Loss of Head ii) Rate of flow Sand expansion Gauges Others Any other information Chemical House & Chemical Storage & dosing Facilities. Solution preparation Type of chemicals & coagulants proposed. No. of Chemicals solution preparation tanks provided for each chemical. Capacity of each tank in volume and duration Shape & overall dimension of the tank. Type of construction & liner materials Brief Details of Agitators i) Type ii) Material of construction iii) Shaft kw iv) Motor Kw rating offered v) Drive Arrangement vi) Speed Dosing system Type of dosing system & control method. Material of construction of dosing pipelines Type, materials of construction & make of valves. Chemical storage ( alum, lime & bleaching) Chemical storage space provided for each chemical separately. Type of construction of storage building & liner

: : : : : : :

: : : : : : : : : : : : : : : : : : : : : : : : : : M3/Hr.

187

material 7.15 Overall dimensions of storage building. 7.16 Handing facility provided for handling the chemicals both for alum and lime. 7.17 Chlorinator arrangement with chlorine storage. a) Scheme of bleaching dosing system offered I II III IV 7.18 Materials for pipe & valves 8 Office & Laboratory building 8.1 Shape, overall dimensions & covered area of each unit. i) ii) iii) iv) v) 8.2 Details of drainage scheme (enclose GA drawing) for rainwater, etc. 8.3 Details of Roads (enclose GA drawing) 9. Sludge Disposal & waste water drainage system (encl: GA drawings) 9.1 Scheme in brief 10 List of Instruments & Gauges, their type : Location Range Make : (Enclose drawing, catalogues, technical details etc. of each type). 11 Material Handling Facility i) Location ii) Type iii) Capacity iv) Duty v) No. of units vi) Make 12. Indoor & outdoor illumination details 13. Yard & road lighting details 14. Fire protection facility i) Location ii) Type iii) Capacity/size iv) No. of units v) Make

: : : : : :

: : : : : : : : : : : : : : : : : : : : :

188

15.

16

Ventilation i) Location ii) Type /Duty iii) Capacity/size iv) No. of units v) Make vi) Enclose catalogue Any other technical details that Tenderer desires to furnish here

: : : : : : :

189

ANNEXURE-II

TEST REPORT OF WATER SAMPLES OF Hirakud Reservoir


Sl No. Source Laboratory Reference Number Parameters 1 2 3 4 5 6 7 8 9 10 11 12 Colour P.H Temperature, 0C Turbidity, NTU Conductivity, ymhes/cm Chloride, mg/L Fluoride, mg/L Iron, mg/L Total Hardness, mg/L as CaCO3 Total Alkalinity, mg/L as CaCO3 Calcium, mg/L Magnesium, mg/L : : : : : : : : : : : : : : Raw Water of Hirakud Reservoir 205/09 Data Clear 7.10 32.40 2.50 277.0 50.0 0.08 0.06 56.0 64.0 14.40 4.86

Sd/ Senior Analyst P.H. Engineering Laboratory Palasuni, Bhubaneswar

190

ANNEXURE III

Guidelines/ Procedure to be followed in introduction of e-Procurement in Government of Odisha.


Government of Odisha Works Department *** Office Memorandum
File No.FA-R-3/08 1027 /W, Dated 24.1.09 Sub: Guidelines/ Procedure to be followed in introduction of e-Procurement in Government of Odisha. 1. This office memorandum consists of the procedural requirement of eprocurement and shall be made part of the Detailed Tender Call Notice or Instruction to Bidder for all Works tenders hosted in the portal. The e-Procurement portal of https//tendersorissa.gov.in. the Government of Odisha is

2. 3.

Use of valid Digital Signature Certificate of appropriate class (class II or Class III) issued from a registered Certifying Authority (CA) as stipulated by Controller of Certifying Authorities. (CCA), Government of India such as n-Code, Sify, TCS, MTNL, e-Mudhra etc is mandatory for all users. The DSC issued to the Department users is valid for the period of two years only. All the Department users are responsible to revalidate their DSC prior to expiry. For all purpose, the server time displayed in the e-procurement portal shall be the time to be followed by all the users. Government after careful consideration has decided to host all tenders costing 20 lakhs or above in the e-procurement portal. This will be applicable across all Engineering Departments such as Works Department, Department of Water Resources, Rural Development and Housing & Urban Development Department. Government of Odisha also welcomes hosting of tenders by any other departments, authority, corporations and local bodies etc., of the State with prior approval from Information Technology Department. The e-procurement shall be operated compliant to relevant provisions of OGFR / OPWD code/ Accounts Code/ Government statutes including any amendments brought from time to time to suit to the requirement of the best national practice.

4.

5. 6.

7.

191

8.

Registration in the e-procurement portal is without levy of any charges but Government reserves the right to levy any charges for such value added services in future. Contractors not registered with Government of Odisha, can participate in the eprocurement after necessary enrolment in the portal but have to subsequently register themselves with the appropriate registering authority of the State Government before award of the work as per prevalent registration norms of the State. For the role management Department, is the Administrative Department, Organisation or wing is the Chief Engineer or highest tender accepting authority or equivalent officer under the Administrative Department, Circle is the Superintending Engineer or equivalent officer, Division is the Executive Engineer or equivalent officer and sub-division is the Assistant Engineer or equivalent officer. The e-procurement software assigns role for operation of the module for specific function. The terminologies used in the Portal and their respective functions in the software are as follows: a. Application Administrator: (NIC and State Procurement Cell) i. Master Management ii. Nodal officer creation iii. Report Generation iv. Transfer and blocking of officers. b. Nodal Officer (At organisation level not below the Superintending Engineer or equivalent rank). i. Creation of Users ii. Role Assignment iii. Transfers and blocking of Officers c. Procurement Officer- Publisher (Officer having Tender inviting power at any level). i. Publishing of Tender ii. Publishing of Corrigendum / addendum/ cancellation of Tender iii. Bid Clarification iv. Uploading of pre-Bid Minutes v. Report generation d. Procurement Officer Administrator: (Generally sub-ordinate officer to Officer inviting the tender). i. Creation of Tender ii. Creation of corrigendum / addendum/ cancellation of Tender iii. Report generation e. Procurement officer Opener (Generally sub-ordinate officer to officer inviting the Tender).

9.

10.

11.

192

i.

Opening of Bid

f. Procurement officer Evaluator (Generally sub-ordinate officer to officer inviting the Tender). i. Evaluating Bid g. Procurement officer Auditor (Procurement Officer Publisher and/or Accounts Officer/ Finance Officer). i. To take up auditing. 12. NOTICE INVITING BIDS (NIB) OR INVITATION FOR BID (IFB): a. The Notice inviting Bids (NIB) and Bid documents etc., shall be in the standard formats as applicable to conventional Bids and will be finalized/ approved by the officers competent as in the case of conventional Bids. b. The officers competent to publish NIB in case of conventional Bids will host the NIB in the portal. Simultaneously, a notification should also be published in the newspapers, as per existing rules preferably, in the following format, to effect economy:Government of Odisha e procurement Notice Bid Identification No:__________________ 1. Name of the Work:__________________________________ 2. Estimated cost Rs.__________________________________ 3. Period of completion:________________________________ 4. Date & time of availability of bid document in the portal____________ 5. Last date/ time for receipt of bids in the portal:___________________ 6. Name and address of the Officer inviting Bid:_____________________ Further details can be seen from the e-procurement portal https://tendersorissa.gov.in c. All the volumes/ documents shall be uploaded in the portal by the Procurement Officer Administrator and published by Procurement Officer Publisher (Officer inviting tender) using their DSCs in appropriate format so that the document is not tampered with. The tender documents published by the Tender Inviting Officer (Procurement Officer Publisher) in the website https://tendersorissa.gov.in will appear in the Latest Active Tenders. The Bidders/ Guest Users can downloaded the Bid documents only after the due date & time of sale. the publication of the tender will be for specific period of time till the last date of submission of bids as mentioned in the Notice Inviting Bid after which the same will be removed from the list of Latest Active tenders.

d.

193

13.

ISSUE OF ADDENDA/ CORRIGENDA/ CANCELLATION NOTICE: a. The Procurement Officer Publisher (Officer inviting tender) shall publish any addendum/ corrigendum/ cancellation of tender in the website https://tendersorissa.gov.in, notice board and through paper publication and such notice shall form part of the bidding documents. b. The system shall generate a mail to those bidders who have already uploaded their tenders and those bidders if they wish, can modify their tender. PARTICIPATION IN BID a. PORTAL REGISTRATION: The Contractor/ Bidder intending to participate in the bid is required to register in the portal using his/ her active personal/ official e-mail ID as his/ her Login ID and attach his/ her valid Digital signature certificate (DSC) to his/ her unique Login ID. He/ she will enter relevant information as asked for about the firm/ contractor. This is a one time activity for registering in Portal. i. Bidders participating through Joint Venture shall declare the authorized signatory through Memorandum of Understanding duly registered and enrol in the portal in the name and style of the Joint Venture Company. It is mandatory that the DSC issued in the name of the authorized signatory is used in the portal. ii. Any third party/ company/ person under a service contract for operation of e-procurement system in the State or his/ their subsidiaries or their parent companies shall be ineligible to participate in the procurement processes that are undertaken through the e-procurement system irrespective of who operates the system. b. LOGGING TO THE PORTAL: The Contractor/ Bidder is required to type his/ her Login ID and password. The system will again ask to select the DSC and confirm it with the password of DSC as a second stage authentication. For each login, a users DSC will be validated against its date of validity and also against the Certificate Revocation List (CRL) of respective CA stored in system database. The system checks the unique Login ID, password & DSC combination and authenticates the login process for use of portal. c. DOWNLOADING OF BID: The bidder can download the tender of his choice and save it in his system to undertake necessary preparatory work off-line and upload the completed tender at his convenience before the closing date and time of submission. d. CLARIFICATION ON BID: The bidder may ask question online in the eprocurement portal using his/ her DSC; provided the questions are raised within the period of seeking clarification as mentioned in tender call notice/ Bid. The officer inviting the bid/ procurement officer- publisher will clarify queries related to the tender. e. PREPARATION OF BID: i. The bids may consist of general arrangements drawings or typical or any other drawing relevant to the work for which bid has been invited.

14.

194

Bidder may download these drawings and take out the print for detail study and preparation of his bid. Any other drawings and documents pertaining to the works available with the officer inviting the Bid will be open for inspection by the bidders. ii. The bidder shall go through the Bid carefully and list the documents those are asked for submission. He shall prepare all documents including cost of Bid document, Bid security, Declaration form, price bid etc and store in the system. f. PAYMENT OF EMD/ BID SECURITY AND COST OF BID DOCUMENTS: i. The Bidder shall furnish, as part of his Bid, a bid security for the amount mentioned under NIT/ Contract Data. The bidder shall scan all the written / printed pages of the bid security and upload the same in portal document format (PDF) to the system in designated piece of the technical Bid. Furnishing scanned copy of such documents is mandatory otherwise his/ her bid shall be declared as non-responsive and liable for rejection. ii. The EMD or Bid Security payable along with the bid is 1% of the estimated contract value (ECV) or as mentioned in the bid document. The validity period of the EMD or Bid Security shall be as mentioned in the bid document. Any bid not accompanied by an acceptable Bid Security and not secured as indicated in the bid document shall be rejected as non-responsive. The bid security shall be retained till such time the successful bidder furnishes Initial Security Deposit (ISD) or Performance security acceptable to the officer inviting the Bid. Failure of the successful Bidder to comply with the requirements shall constitute sufficient grounds for cancellation of the award and forfeiture of the Bid Security. The Bid security in the form of FD/ BG shall be from a Nationalized Bank valid for a period of 45 days beyond the validity of the Bid. Bid Security in other form is acceptable if the bid documents provides for it. iii. The Fixed Deposit / Bank Guarantee or any other form as mentioned in detailed tender call notice in respect of Earnest Money Deposit / Bid Security and the Bank Draft in respect of cost of Bid are to be scanned and uploaded in portable document format (PDF) along with the bid. iv. The bidder shall provide the cost of bid and the Bid Security in a sealed cover superscripting the name of the work for which the instruments are intended and the Officer Inviting the Bid. He/ she is not required to write his/ her name on the cover. The original FD/BG/BD shall be physically produced before the Officer inviting the Bid or the concerned Division/ Circle/ Chief Engineer before the specified period mentioned in the bid; which in no case shall be less than three days excluding the last date of submission and opening of bids (Technical cover opening in case of Double Cover System). The

195

bidder is also allowed to submit the original FD/BG/BD by Registered Post/ Speed post or any other delivery system before the last date & time of opening of tender. v. The officers authorized by the procurement officer Publisher (Officer inviting Tender) shall transmit the sealed envelopes carefully to the procurement officer Publisher prior to opening of the Bid. The procurement officer publisher shall provide signed receipt with date and time for having received the number of sealed envelopes. vi. The Procurement officer Publisher (Officer inviting the tender) or other concerned officers authorized to receive the original Bid security and Bid cost on behalf of the Procurement Officer Publisher shall not be responsible for any postal delay and/ or non receipt of the original copy of the bid security on or before specified date and time. Non submission of bid security within the designated period shall debar the bidder from participating in the on-line bidding system and his portal registration shall be blocked. His name shall also be informed to the registering authority for cancellation of his registration as contractor. vii. Contractor exempted from payment of EMD will be able to participate in the tender directly by uploading documentary evidence towards his eligibility for such exemption. viii.Government or Odisha has been actively considering integrating epayment grateway into the portal for payment of cost of Bid and Bid Security/ Earnest Money Deposit. The process of using e-payment gateway shall be issued separately after it is established. 15. SUBMISSION OF BID: a. The bidder shall carefully go through the tender and prepare the required documents. The Bid shall have a Technical Bid & a Financial Bid. The Technical Bid generally consist of cost of Bid documents, EMD/ Bid Security, VAT, PAN/ TIN, Registration Certificate, Affidavits, Profit Loss Statement, Joint Venture Agreement. List of similar nature works, work in hand, list of machineries, and any other information required by OIT. The Price bid shall consist of the Bill of Quantities (BoQ) and any other price related information/ undertaking including rebates. b. The protected Bill of Quantities (BoQ) uploaded by the Procurement Officer Publisher for the Bid is the authentic BOQ. Any alteration or deletion or manipulation in BoQ shall lead to cancellation of Bid. c. The Bidder shall up load the scanned copy/ copies of document in support of eligibility criteria and qualification information in prescribed format in Portable Document Format (PDF) to the portal in the designated locations of Technical Bid. d. The Bidder shall write his name in the space provided in the specified location in the Protected Bill of Quantities (BOQ) published by the officer inviting tender. the bidder shall type rates in figure only in the rate column of respective item(s) with out leaving any blank cell in the rate column in case

196

of item rate tender and type percentage excess or less upto one decimal place only in case of percentage rate tender. e. The bidder shall log on to the portal with his/ her DSC and move to the desired tender for uploading the documents in appropriate place one by one simultaneously checking the documents. i. Bids can not be submitted after due date and time. The bids once submitted can not be viewed, retrieved or corrected. The Bidder should ensure correctness of the bid prior to uploading and take print out of the system generated summary of submission to confirm successful uploading of bid. The bids can not be opened even by the OIT or the procurement officer Publisher / opener before the due date and time of opening. ii. Each process in the e-procurement is time stamped and the system can detect the time of log in of each user including the Bidder. iii. The Bidder should ensure clarity / legibility of the document uploaded by him to the portal. iv. The system shall require all the mandatory forms and fields filled up by the contractor during the process of submission of the bid/ tender. v. The bidder should check the system generated confirmation statement on the status of the submission. vi. The Bidder should upload sufficiently ahead of the bid closure time to avoid traffic rush and failure in the network. vii. The tender inviting officer is not responsible for any failure, malfunction, or breakdown of the electronic system used during the e-procurement process. viii. The Bidder is required to up load documents related to his eligibility criteria and qualification information and Bill of Quantities duly filled in. It is not necessary for the part of the Bidder to upload the drawings and other Bid documents (after signing) while up-loading his bid. It is assumed that the bidder has referred all the drawings and documents uploaded by the Officer inviting the Bid. ix. Seeking any revision of rates or backing out of the bid claiming for not having referred to any or all documents provided in the Bid by the Officer inviting the Bid will be construed as plea to disrupt the bidding process and in such cases the bid security shall be forfeited. x. The bidder will not be able to submit his bid after expiry of the date and time of submission of Bid (server time). The date & time of bid submission shall remain unaltered even if the specified date for the submission of bids declared as a holiday for the Officer inviting the Bid.

197

f. SIGNING OF BID: The online bidder shall digitally sign on all statements, documents, certificates uploaded by him, owning responsibility for their correctness/ authenticity as per IT ACT 2000. If any of the information furnished by the bidder is found to be false/ fabricated / bogus, his EMD/ Bid security shall stand forfeited and the bidder is liable to be blacklisted. 16. SECURITY OF BID SUBMISSION: a. All bid uploaded by the Bidder to the portal will be encrypted. b. The encrypted Bid can only be decrypted/ opened by the authorised openers on or after the due date and time. RESUBMISSION AND WITHDRAWAL OF BIDS: a. Resubmission of bid by the bidders for any number of times before the final date and time of submission is allowed. b. Resubmission of bid shall require uploading of all documents including price bid afresh. c. If the bidder falls to submit his modified bids) within the pre-defined time of receipt, the system shall consider only the last bid submitted. d. The bidder should avoid submission of bid at the last moment to avoid system failure or malfunction of internet or traffic jam or power failure etc. e. The Bidder can withdraw his bid before the closure date and time of receipt of the bid by uploading scanned copy of a letter addressing to the procurement officer Publisher (Officer Inviting Tender) citing reasons for withdrawal. The system shall not allow any withdrawal after expiry of the closure time of the bid. OPENING OF THE BID: a. Bid opening date and time is specified during tender creation or can be extended through corrigendum. Bids can not be opened before the specified date & time. b. All bid openers have to log on to the portal to decrypt the bid submitted by the bidders. c. The bidders & guest users can view the summary of opening of bids from any system. Contractors are not required to be present during the bid opening at the opening location if they so desire. d. In the event of the specified date of bid opening being declared a holiday for the officer inviting the Bid, the bids will be opened at the appointed time on the next working day. e. In case bids are invited for more than one package, the order for opening of the Bid shall be that in which they appear in the Invitation for Bid. f. During bid opening, the covers containing original financial instruments towards cost of bid and Bid Security in the form specified in the DTCN/ ITB valid for the period stated in the Bid, received after last date of receipt of bid and before opening of the bids shall be opened and declared. The Procurement Officer Opener shall continue opening of other documents if

17.

18.

198

he is satisfied about the appropriateness of the cost of Bid and the Bid security. g. Combined bid security for more than one work is not acceptable. h. The electronically submitted bids may be permitted to be opened by the predefined Bid opening officer from their new location if they are transferred after the issue of Notice Inviting Bid and before bid opening. Further action on bid documents shall be taken by the new incumbent of the post. 19. EVALUATION OF BIDS: a. All the opened bids shall be down loaded and printed for taking up evaluation. The procurement Officer Openers shall sign on each page of the documents downloaded and furnish a certificate that the documents as available in the portal for the tender have been down loaded. b. The Procurement Officer Evaluators shall take up evaluation of bids with respect to the qualification information and other information furnished subject to confirmation of the bid security by the issuing institutions. c. After receipt of confirmation of the bid security, the bidder may be asked in writing to clarify on the documents provided in the Technical Bid, if necessary, with respect to any doubts or illegible documents. The Officer Inviting Tender may ask for any other document of historical nature during Technical evaluation of the tender. Provided in all such cases, furnishing of any document in no way alters the Bidders price bid. Non submission of legible documents may render the bid non-responsive. d. The bidders will respond in not more than 7 days of issue of the clarification letter, failing which the bid of the bidder will be evaluated on its own merit. e. Technical evaluation of all bids shall be carried out as per information furnished by Bidders. But evaluation of bids does not exonerate bidders from checking their original documents at later date. If the bidder is found to have misled the evaluation through wrong information, action as per relevant clause of DTCN / ITB shall be taken against the bidder/ contractor. f. The procurement Officer- Evaluators; will evaluate bids and finalise list of responsive bidders. g. The financial bids of the technically responsive bidders shall be opened on the due date of opening. The Procurement Officer Openers shall log on to the system in sequence and open the financial bids. i. The Price bid will be opened on the notified date & time in the presence of bidders or their authorised representative who wish to be present. ii. At the time of opening of Financial Bid, bidders whose technical bids were found responsive will be opened. The responsive bidders name, bid prices, item wise rates, total iii. amount of each item in case of item rate tender and percentage above or less in case of percentage rate tenders will be announced.

199

iv. v.

Procurement Officer- Openers shall sign on each page of the downloaded BOQ and the comparative statement and furnish a certificate to that respect. Bidder can witness principal activities and view the documents/ summary reports for that particular work by logging on to the portal with his DSC from any where.

20.

NEGOTIATION OF BIDS: a. For examination, evaluation, and comparison of bids, the officer inviting the bid may, at his discretion, ask the lowest bidder for clarification of his rates including reduction of rate on negotiation and breakdown of unit rates. NOTIFICATION OF AWARD AND SIGNING OF AGREEMENT: a. The Employer/ Engineer-in-charge shall notify acceptance of the work prior to expiry of the validity period by cable, telex or facsimile or e-mail confirmed by registered letter. This Letter of Acceptance will state the sum that the Engineer-in-charge will pay the contractor in consideration of the execution & completion of the Works by the Contractor as prescribed by the contract & the amount of performance security and additional performance security required to be furnished. The issue of the letter of acceptance shall be treated as closure of the Bid process and commencement of the contract. b. The Contractor after furnishing the required acceptable performance security and additional performance security, Letter to Proceed or Work Order shall be issued by the Engineer-in-Charge with copy thereof to the Procurement Officer Publisher. The Procurement Officer Publisher shall up load the summary and declare the process as complete. Sd/-24.01.2009 EIC-CUM-SECRETARY TO GOVERNMENT

21.

You might also like