instructions to tenderers for submission …delhigovt.nic.in/upload/057-2008-04250.doc · web...

83
INDEX PRESS NOTICE…………………………………………………………………………… 3 INSTRUCTIONS TO TENDERERS FOR SUBMISSION OF TENDER…………. ….4 CPWD-6 …………………………………………………………………………………….7 C.P.W.D. 8 ………………………………………………………………………………….10 SCHEDULES ………………………………………………………………………………12 GENERAL CONDITIONS AND SALIENT POINTS…………………………………..17 SPECIAL CONDITIONS FOR SPECIALISED JOB …………………………………..20 SPECIAL CONDITIONS FOR CIVIL WORKS……………………………………… .23 SPECIAL CONDITIONS FOR CEMENT & STEEL ………………………………….25 ADDITIONAL CONDITIONS ……………………………………………………………31 SCOPE OF WORK………………………………………………………………………. .34 GENERAL SPECIFICATIONS…………………………………………………………. 42 PARTICULAR SPECIFICATIONS…………………………………………………….. 43 LIST OF APPROVED MAKES FOR CIVIL WORKS………………………………… 44 Approved makes and brands of Mechanical & Electrical Equipments for ETP …… 45 GUARANTEE BONDS…………………………………………………………………… 47 SCHEDULE OF QUANTITIES …………………………………………………………..48 document.doc Page 1 of 83

Upload: others

Post on 11-Mar-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04250.doc · Web viewRating Amps Type of starter 1. 0-10 HP 16 63 DOL 2 12.5 to 15 HP 25 63 Star/delta

INDEX

PRESS NOTICE…………………………………………………………………………… 3

INSTRUCTIONS TO TENDERERS FOR SUBMISSION OF TENDER…………. ….4

CPWD-6 …………………………………………………………………………………….7

C.P.W.D. 8 ………………………………………………………………………………….10

SCHEDULES ………………………………………………………………………………12

GENERAL CONDITIONS AND SALIENT POINTS…………………………………..17

SPECIAL CONDITIONS FOR SPECIALISED JOB …………………………………..20

SPECIAL CONDITIONS FOR CIVIL WORKS……………………………………… .23

SPECIAL CONDITIONS FOR CEMENT & STEEL ………………………………….25

ADDITIONAL CONDITIONS ……………………………………………………………31

SCOPE OF WORK………………………………………………………………………. .34

GENERAL SPECIFICATIONS…………………………………………………………. 42

PARTICULAR SPECIFICATIONS…………………………………………………….. 43

LIST OF APPROVED MAKES FOR CIVIL WORKS………………………………… 44

Approved makes and brands of Mechanical & Electrical Equipments for ETP …… 45

GUARANTEE BONDS…………………………………………………………………… 47

SCHEDULE OF QUANTITIES …………………………………………………………..48

document.doc Page 1 of 57

Page 2: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04250.doc · Web viewRating Amps Type of starter 1. 0-10 HP 16 63 DOL 2 12.5 to 15 HP 25 63 Star/delta

PUBLIC WORKS DEPARTMENT

(GOVT. OF DELHI)

N. I. T.

Name of work:-Construction of Orthopaedic Block at L.N.J.P. Hospital, New Delhi.

SH: C/o Effluent / Sewage Treatment Plant of capacity 600 KLD based on SBR Technology.

Estimated Cost : Rs.8467246/-

Earnest Money : Rs.169345/-

Security Deposit : 5% of Tendered amount

Performance guarantee : 5% of Tendered amount

Time allowed : 3 (Three) Months

Certified that N.I.T. contains 1 to 57 pages with correction slips

Assistant Engineer Executive Engineer PWD, Div.B-212 PWD, Div. B-212 New Delhi New Delhi

N.I.T. approved for Rs. 8467246/-(Rupees Eighty four lacs sixty seven thousand two hundred forty six only)

Project Manager,Circle B-21, PWD

Sukhdev Vihar, N.Delhi-25

document.doc Page 2 of 57

Page 3: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04250.doc · Web viewRating Amps Type of starter 1. 0-10 HP 16 63 DOL 2 12.5 to 15 HP 25 63 Star/delta

PRESS NOTICEThe Executive Engineer, Division –B-212, PWD (DS), Visvesvarayya Setu, Sukhdev

Vihar, Mathura Road, New Delhi. 110025 on behalf of ‘President of India’ invites Item Rates Tenders in sealed cover for the under mentioned work from specialized firms upto 3:00 PM on--------- which will be opened at 3.30 pm on the ----------------

Last Date of Receipt of Application. : -------------Date of Issue of Tender : -------------

Sl. No.

Name of work Estimated cost(In Rs.)

Earnest Money(In Rs.)

Cost of Tender

Time Allowed

1. Construction of Orthopaedic Block at L.N.J.P. Hospital, New Delhi. SH: C/o Effluent / Sewage Treatment Plant of capacity 600 KLD based on SBR Technology.

Rs. 8467246/- Rs. 169345/- 1000.00 3(Three) Months

Tenders shall be issued only to those applicants who fulfill the following criterion.

The applicant should have satisfactorily completed three works related to Sewage Treatment (at least one of them in Central Government/Central Autonomous Bodies/Central PSU) each costing not less than Rs. 34 lakhs or two similar works costing not less than Rs. 51 lakhs or one similar work costing not less than Rs. 68 lakhs during last seven years.

1. The applicants should have an expertise in Sequencing Batch Reactor Technology or they should have technical tie up with SBR technology provider.

The applicants shall submit the proof of above eligibility criteria with their application. All contractors should submit a Certificate that upto date returns have been

filed along with the copies of return submitted to the department of trade & Taxes.

The earnest money should be deposited along with the application in Receipt Treasure Challan / Fixed Deposit Receipt of a Scheduled Bank / Demand Draft of a Scheduled Bank / Pay Order or Bankers Cheque of a Scheduled Bank guaranteed by the Reserve Bank of India issued in favour of Executive Engineer, PWD Division B-211 The Fixed Deposit Receipt shall be accepted only if it is valid for six months or more after the last date of receipt of tender and is pledged in favour of Executive Engineer, PWD Division B-211.

Tenders details are also available on web site www.delhigovt.nic.in

Sd/- Executive Engineer

document.doc Page 3 of 57

Page 4: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04250.doc · Web viewRating Amps Type of starter 1. 0-10 HP 16 63 DOL 2 12.5 to 15 HP 25 63 Star/delta

INSTRUCTIONS TO TENDERERS FOR SUBMISSION OF TENDER

1. The tenderer should read all the instructions, terms & conditions, contract clauses, nomenclature of items, specifications etc. contained in the tender document very carefully, before quoting the rates. The tenderer should also read the General conditions of contract for CPWD works 2008 which form a part of the Agreement with upto date correction slips issued till date of receipt of tenders.

2. Tender should be signed and witnessed indicating full address of witnesses and the names of signatories.

3. Rates must be filled both in words and figures, indicating percentage above/ below.

4. The contractor shall quote his rates keeping in mind the specifications, terms & conditions, additional and special conditions etc. and nothing shall be payable extra whatsoever unless otherwise specified.

5. Letter of recommendation for exemption of octroi shall be issued by the department on demand. However, the department is not liable to reimburse the octroi duty in case such exemption certificates are not honoured by the concerned authorities.

6. The tender which is not duly signed by authorised signatory or is conditional shall be treated as non responsive and shall be summarily rejected.

7. In the event of the tender being submitted by a firm, it must be signed separately by each partner thereof or in the event of the absence of any partner, it must be signed on his behalf by a person holding a power of attorney authorised him to do so, such power of attorney to be produced with the tender, and it must disclose that the firm is duly registered under the Indian Partnership Act, 1952.

8. Receipts for payment made on account of work, when executed by a firm, must also be signed by all the partners, except where contractors are described in their tender as a firm, in which case the receipts must be signed in the name of the firm by one of the partners, or by some other person having due authority to given effectual receipts for the firm.

9. Any person who submits a tender shall fill up the usual printed form, stating at what rate he is willing to undertake each item of the work. Tenders, which propose any alteration in the work specified in the said form of invitation to tender, or in the time allowed for carrying out the work, or which contain any other conditions of any sort, including conditional rebates, will be summarily rejected. No single tender shall include more than one work, but contractors who wish to tender for two or more works shall submit separate tender for each. Tender shall have the name and number of the works to which they refer, written on the envelopes.

The rate(s) must be quoted in decimal coinage. Amounts must be quoted in full rupees by ignoring fifty paise and considering more than fifty paise as rupee one.

10. In case of Percentage Rate Tenders, tenderer shall fill up the usual printed form, stating at what percentage below/ above (in figures as well as in words) the total estimated cost given in Schedule of Quantities as Schedule-A, he will be willing to execute the work. Tenders, which propose any alteration in the work specified in the said form of invitation to tender, or in time allowed for carrying out the work, or which contain any other conditions of any sort including conditional rebates, will be summarily rejected. No single tender shall include more than one work, but contractors who wish to tender for two or more works shall submit separate tender for each. Tender shall have the name and number of the works to which they refer, written on the envelopes.

11. The officer inviting tender or his duly authorised assistant will open tenders in the presence of any intending contractors who may be present at the time, and will enter the amounts of the several tenders in a comparative statement in a suitable form. In the event of a tender being accepted, a receipt for the earnest money forwarded therewith shall thereupon be given to the contractor who shall thereupon for the purpose of identification sign copies of the specifications and other documents mentioned in Rule-I. In the event of a tender being rejected, the earnest money forwarded with such unaccepted tender shall thereupon be returned to the contractor remitting the same, without any interest.

document.doc Page 4 of 57

Page 5: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04250.doc · Web viewRating Amps Type of starter 1. 0-10 HP 16 63 DOL 2 12.5 to 15 HP 25 63 Star/delta

12. The officer inviting tenders shall have the right of rejecting all or any of the tenders and will not be bound to accept the lowest or any other tender.

13. The receipt of an accountant or clerk for any money paid by the contractor will not be considered as any acknowledgment or payment to the officer inviting tender and the contractor shall be responsible for seeing that the procures a receipt signed by the officer inviting tender or a duly authorised Cashier.

14. The memorandum of work tendered for and the schedule of materials to be supplied by the department an their issue-rates, shall be filled and completed in the office of the officer inviting tender before the tender form is issued. If a form is issued to an intending tenderer without having been so filled and incomplete, he shall request the officer to have this done before he completes and delivers his tender.

15. The tenders shall sign a declaration under the officials Secret Act 1923, for maintaining secrecy of the tender documents drawings or other records connected with the work given to them. The unsuccessful tenderers shall return all the drawings given to them.

16. In the case of Item Rate Tenders, only rates quoted shall be considered. Any tender containing percentage below/ above the rates quoted is liable to be rejected. Rates quoted by the contractor in item rate tender in figures and words shall be accurately filled in so that there is no discrepancy in the rates written in figures and words. However, if a discrepancy is found, the rates which correspond with the amount worked out by the contractor shall unless otherwise proved be taken as correct. If the amount of an item is not worked out by the contractor or it does not correspond with the rates written either in figures or in words, then the rates quoted by the contractor in words shall be taken as correct. Where the rates quoted by the contractor in figures and in words tally but the amount is not worked out correctly, the rates quoted by the contractor will unless otherwise proved be taken as correct an not the amount.

17. In case of Percentage Rate Tenders only percentage quoted shall be considered. Any tender containing item rates is liable to be rejected. Percentage quoted by the contractor in percentage rate tender shall be accurately filled in figures and words, so that there is no discrepancy. However if the contractor has worked out the amount of the tender and if any discrepancy is found in the percentage quoted in words and figures, the percentage which corresponds with the amount worked out by the contractor shall, unless otherwise proved, be taken as correct. If the amount of the tender is not worked out by the contractor or it does not correspond with the percentage written either in figures or in words, then the percentage quoted by the contractor in words shall be taken as correct. Where the percentage quoted by the contractor in figures and in words tally but the amount is not worked out correctly, the percentage quoted by the contractor will, unless otherwise proved, be taken as correct and not the amount.

18. In the case of any tender where unit rate of any item/ items appear unrealistic, such tender will be considered as unbalanced and in case the tenderer is unable to provide satisfactory explanation, such a tender is liable to be disqualified and rejected.

19. All rates shall be quoted on the tender form. The amount for each item should be worked out and requisite totals given. Special care should be taken to write the rates in figures as well as in words and the amount in figures only, in such a way that interpolation is not possible. The total amount should be written both in figures and in words. In case of figures, the word ‘Rs.’ should be written before the figure of rupees and word ‘P’ after the decimal figures, e.g. ‘Rs. 2.15P’ and in case of words, the word, ‘Rupees’ should precede and the word ‘Paise’ should be written at the end. Unless the rate is in whole rupees and followed by the word ‘only’ it should invariably be upto two decimal places. While quoting the rate in schedule of quantities, the word ‘only’ should be written closely following the amount and it should not be written in the next line.

20. In Percentage Rate Tender, the tenderer shall quote percentage below/above (in figures as well as in words) at which he will be willing to execute the work. He shall also work out the total amount of his offer and the same should be written in figures as well as in words in such a way that no interpolation is possible. In case of figures, the word ‘Rs.’ should be written before the figure of

document.doc Page 5 of 57

Page 6: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04250.doc · Web viewRating Amps Type of starter 1. 0-10 HP 16 63 DOL 2 12.5 to 15 HP 25 63 Star/delta

rupees and word ‘P’ after the decimal figures, e.g. ‘Rs. 2.15P’ and in case of words, the word, ‘Rupees’ should precede and the word ‘Paise’ should be written at the end.

21. The contractor whose tender is accepted, will be required to furnish performance guarantee of 5% (Five Percentage) of the tendered amount within specified period. This guarantee shall be in the form of Govt. Securities of fixed deposit receipt of any scheduled bank, guarantee bonds of any scheduled bank or State Bank of India.

The contractor, whose tender is accepted, will also be required to furnish by way of Security Deposit for the fulfilment of his contract, an amount equal to 5% of the tendered value of the work. The security deposit will be collected by deductions from the running bills of the contractor at the rates mentioned above and the earnest money if deposited in cash at the time of tenders, will be treated as a part of the Security deposit. The Security amount will also be accepted in cash or in the shape of Government Securities. Fixed Deposit Receipt of a Scheduled Bank or State Bank of India will also be accepted for this purpose provided confirmatory advice is enclosed.

22. On acceptance of the tender, the name of the accredited representative(s) of the contractor who would be responsible for taking instructions from the Engineer-in-Charge shall be communicated in writing to the Engineer-in-Charge.

23. Sales-tax/Vat, purchase tax, turnover tax or any other tax on material in respect of this contract shall be payable by the Contractor and Government will not entertain any claim whatsoever in respect of the same.

24. The contractor shall give a list of both gazatted and non-gazatted CPWD employees related to him.

25. The tender for the work shall not be witnessed by a contractor or contractors who himself themselves has/have tendered or who may and has/have tendered for the same work. Failure to observe this condition would render, tenders of the contractors tendering, as well as witnessing the tender, liable to summary rejection.

26. The tender for composite work includes in addition to building work all other works such as sanitary and water supply installations drainage installation, electrical work, horticulture work, roads and paths etc. The tenderer apart from being a registered contractor (B&R) of appropriate class, must associate himself with agencies of appropriate class which are eligible to tender for sanitary and water supply drainage, electrical and horticulture works in the composite tender.

27. The contractor shall submit list of works which are in hand (progress) in the following form:-

Name of work

Name of particulars of Divn where work is being executed

Value of work

Position of works in progress

Remarks

1 2 3 4 5

28. The contractor shall comply with the provisions of the Apprentices Act 1961, and the rules and orders issued there under from time to time. If he fails to do so, his failure will be a breach of the contract and the Superintending Engineer/Executive Engineer may in his discretion, without prejudice to any other right or remedy available in law, cancel the contract. The contractor shall also be liable for any pecuniary liability arising on account of any violation by him of the provisions of the said Act.

document.doc Page 6 of 57

Page 7: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04250.doc · Web viewRating Amps Type of starter 1. 0-10 HP 16 63 DOL 2 12.5 to 15 HP 25 63 Star/delta

CPWD-6GOVERNMENT OF INDIA

CENTRAL PUBLIC WORKS DEPARTMENTNOTICE INVITING TENDER

Item Rate tenders are invited on behalf of the President of India and specialized firms for the work of Construction of Orthopaedic Block at L.N.J.P. Hospital, New Delhi. SH: C/o Effluent / Sewage Treatment Plant of capacity 600 KLD based on SBR Technology.

1. The work is estimated to cost Rs- 8467246/- This estimate, however, is given merely as a rough guide.

2. The authority competent to approve NIT for the combined cost and belonging to the major discipline will consolidate NITs for calling the tenders. He will also nominate Division which will deal with all matters relating to the invitation of tender.

3. For composite tender, besides indicating the combined estimated cost put to tender, should clearly indicate the estimate cost of each component separately. The eligibility of tenderer will correspond to the combined estimated cost of different components put to tender.

4. Tenders shall be issued only to those applicants who fulfill the following criterion.

Criteria of eligibility for issue of tender document (i) The applicant should have satisfactorily completed three works related to Sewage

Treatment (at least one of them in Central Government/Central Autonomous Bodies/Central PSU) each costing not less than Rs. 34 lakhs or two similar works costing not less than Rs. 51 lakhs or one similar work costing not less than Rs. 68 lakhs during last seven years.

(ii) The applicants should have an expertise in Sequencing Batch Reactor Technology or they should have technical tie up with SBR technology provider.

The applicants shall submit the proof of above eligibility criteria with their application.

5. Agreement shall be drawn with the successful tenderer on prescribed Form No. CPWD-8 which is available as a Govt. of India Publication. Tenderer shall quote his rates as per various terms and conditions of the said form which will form part of the agreement.

6. The time allowed for carrying out the work will be Three month from the date of start as defined in schedule ‘F’ or from the first date of handing over of the site, whichever is later, in accordance with the phasing, if any, indicated in the tender documents.

7. The site for the work is available.

8 Application for issue of forms shall be received by EE B-212 on -------- (4 PM) and tender documents shall be issued by EE B-212 on ----------- (4 PM). [

Tender documents consisting of plans, specifications the schedule of quantities of the various classes of work to be done and the set of terms & conditions of contract to be complied with by the contractor whose tender may be accepted and other necessary documents can be seen in the office of the Executive Engineer, Div. B-212, PWD Sukhdev Vihar, New Delhi-25 between hours of 11.00 A.M. & 04.00 PM.from -------- to ------------ everyday except on Sundays and Public Holidays. Tender documents, excluding standard form, will be issued from his office, during the hours specified above, on payment of the following:-

i) Rs. 1000/- in cash as cost of tender and ii) Earnest Money of Rs.169345/-in cash (upto Rs. 10,000/-)/ Receipt, Treasury

Challan/Deposit at Call receipt of a scheduled bank/fixed deposit receipt of a scheduled bank/demand draft of a scheduled bank issued in favour of The Executive Engineer, Div. B-211, PWD, New Delhi , 50% of earnest money or Rs. 20 lakh, , whichever is less, will have to be deposited in the shape prescribed above.and balance amount of earnest money can be accepted in the form of Bank Guarantee issued by a Scheduled Bank.

document.doc Page 7 of 57

Page 8: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04250.doc · Web viewRating Amps Type of starter 1. 0-10 HP 16 63 DOL 2 12.5 to 15 HP 25 63 Star/delta

9. Tenders, which should always be placed in sealed envelope, with the name of work and due date written on the envelopes, will be received by the EE B-212 upto 03.00 P.M. on ----------- and will be opened by him or his authorised. representative in his office on the same day at 03.30 P.M.

10. The contractor whose tender is accepted, will be required to furnish performance guarantee of 5% (Five Percent) of the tendered amount within the period specified in Schedule F. This guarantee shall be in the form of cash (in case guarantee amount is less than Rs. 10,000/-) or Deposit at call receipt of any schedule bank/Banker’s cheque of any scheduled bank/Demand Draft of any scheduled bank/Pay order of any scheduled bank (in case guarantee amount is less than Rs. 1,00,000/-) or Government Securities or Fixed Deposit Receipts or Guarantee Bonds of any Scheduled Bank or the State Bank of India in accordance with the prescribed form.

11. The description of the work is given in schedule of quantities which is the part of tender Copies of drawings and documents pertaining to the works will be open for inspection by the

tenderers at the office of the above mentioned officer.

Tenderers are advised to inspect and examine the site and its surroundings and satisfy themselves before submitting their tenders as to the nature of the ground and sub-soil (so far as is practicable), the form and nature of the site, the means of access to the site, the accommodation they may require and in general shall themselves obtain all necessary information as to risks, contingencies and other circumstances which may influence or affect their tender. A tenderer shall be deemed to have full knowledge of the site whether he inspects it or not and no extra charges consequent on any misunderstanding or otherwise shall be allowed. The tenderer shall be responsible for arranging and maintaining at his own cost all materials, tools & plants, water, electricity access, facilities for workers and all other services required for executing the work unless otherwise specifically provided for in the contract documents. Submission of a tender by a tenderer implies that he has read this notice and all other contract documents and has made himself aware of the scope and specifications of the work to be done and of conditions and rates at which stores, tools and plant, etc. will be issued to him by the Government and local conditions and other factors having a bearing on the execution of the work.

12. The competent authority on behalf of the President of India does not bind itself to accept the lowest or any other tender and reserves to itself the authority to reject any or all the tenders received without the assignment of any reason. All tenders in which any of the prescribed condition is not fulfilled or any condition including that of conditional rebate is put forth by the tenderer shall be summarily rejected.

13 .Canvassing whether directly or indirectly, in connection with tenders is strictly prohibited and the tenders submitted by the contractors who resort to canvassing will be liable to rejection.

14. The competent authority on behalf of President of India reserves to himself the right of accepting the whole or any part of the tender and the tenderer shall be bound to perform the same at the rate quoted.

15. The contractor shall not be permitted to tender for works in the CPWD Circle (responsible for award and execution of contracts) in which his near relative is posted as Divisional Accountant or as an officer in any capacity between the grades of Superintending Engineer and Junior Engineer (both inclusive). He shall also intimate the names of persons who are working with him in any capacity or are subsequently employed by him and who are near relatives to any gazetted officer in the Central Public Works Department or in the Ministry of Urban Development. Any breach of this condition by the contractor would render him liable to be removed from the approved list of contractors of this Department.

16. No Engineer of gazetted rank or other Gazetted officer employed in Engineering or Administrative duties in an Engineering Department of the Government of India is allowed to work as a contractor for a period of one year after his retirement from Government service, without the previous permission of the Government of India in writing. This contract is liable to be cancelled if either the contractor or any of his employees is found any time to be such a person who had not obtained the permission of the Government of India as aforesaid before submission of the tender or engagement in the contractor’s service.

17. The tender for the works shall remain open for acceptance for a period of sixty days from the date of opening of tenders. If any tenderer withdraws his tender before the said period or issue of letter of acceptance, whichever is earlier, or makes any modifications in the terms and

document.doc Page 8 of 57

Page 9: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04250.doc · Web viewRating Amps Type of starter 1. 0-10 HP 16 63 DOL 2 12.5 to 15 HP 25 63 Star/delta

conditions of the tender which are not acceptable to the department, then the Government shall, without prejudice to any other right or remedy, be at liberty to forfeit 50% of the said earnest money as aforesaid. Further the tenderer shall not be allowed to participate in the re-tendering process of the work.

18. This Notice Inviting Tender shall form a part of the contract document. The successful tenderer/contractor, on acceptance of his tender by the Accepting Authority, shall, within 15 days from the stipulated date of start of the work, sign the contract consisting of:-a) The notice inviting tender, all the documents including additional conditions, specifications

and drawings, if any, forming the tender as issued at the time of invitation of tender and acceptance thereof together with any correspondence leading thereto.

b) Standard C.PW.D. Form 8

19. For Composite Tenders19.1.1 The tenderer must associate with himself agencies of the appropriate class eligible to tender

for the other components individually.19.1.2 It will be obligatory on the part of the tenderer to sign the tender document for all the

components. (The schedule of quantities conditions and special conditions etc)19.1.3 After the work is awarded, the contractor will have to enter into separate agreements for

each component with the Officer concerned.19.1.4 Executive Engineer in charge of minor component shall make interim payments in respect

of minor component of work. Executive Engineer in charge of the major component shall make the payment against final bill of the composite contract.

20 The Executive Engineer Incharge of the major component will call tenders for the composite work.. The cost of tender document and Earnest Money will be fixed with respect to the combined estimated cost put to tender for the composite tender. Security Deposit will be worked out separately for each component corresponding to the estimated cost of the respective component of works. The Earnest Money will become part of the security deposit of the major component of work.

21 On acceptance of the composite tender by the competent authority, the letter of award will be issued by the Executive Engineer Incharge of the major component on behalf of the President of India, making it clear in the letter of award that the contractor will have to execute separate agreements for different components of work with the concerned officers of the respective discipline (Designation to be given).

Signature of Divisional Officer/ Sub Divisional Officer………………………

For & on behalf of President of India

document.doc Page 9 of 57

Page 10: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04250.doc · Web viewRating Amps Type of starter 1. 0-10 HP 16 63 DOL 2 12.5 to 15 HP 25 63 Star/delta

C.P.W.D. 8GOVERNMENT OF INDIA

CENTRAL PUBLIC WORKS DEPARTMENT

STATE : DELHI CIRCLE : B-21

BRANCH : B&R DIVISION : B-212

ZONE : B-2 SUB-DIVISION : B-2121

Item Rate Tender & Contract for Works

(A) Tender for the work of:- Construction of Orthopaedic Block at L.N.J.P. Hospital, New Delhi (SH: C/o Effluent / Sewage Treatment Plant of capacity 600 KLD based on SBR Technology).

(I) To be submitted by 3:00 PM on --------- to EE B-212, PWD(time) (date)

(ii) To be opened in presence of tenderers who may be present at 3:30 PM on --------- in the office of The Executive Engineer, Div. B-212, PWD, New Delhi.

Issued to:_________________________________________

(contractor)

Signature of officer issuing the documents_____________________________________________

Designation EE, PWD Div. B-212

Date of Issue:------------

TENDER

I/We have read and examined the notice inviting tender, schedule, A, B, C, D, E & F Specifications applicable, Drawings & Designs, General Rules and Directions, Conditions of Contract, clauses of contract, Special conditions, Schedule of Rate & other documents and Rules referred to in the conditions of contract and all other contents in the tender document for the work.

l/we hereby tender for the execution of the work specified for the President of India within the time specified in Schedule ‘F’, viz., schedule of quantities and in accordance in all respects with the specifications, designs, drawings and instructions in writing referred to in Rule-1 of General Rules and Directions and in Clause- 11 of the Conditions of contract and with such materials as are provided for, by, and in respects in accordance with, such conditions so far as applicable.

We agree to keep the tender open for sixty (60) days from the due date of its opening and not to make any modifications in its terms and conditions.

A sum of Rs.169345/- has been deposited in cash/receipt treasury challan/ deposit at call receipt of a scheduled bank/fixed deposit receipt of scheduled bank/demand draft of a scheduled bank/bank guarantee issued by a scheduled bank as earnest money. If I/we, fail to furnish the prescribed performance guarantee within prescribed period, I/we agree that the said President of India or his successors in office shall without prejudice to any other right or remedy, be at liberty to forfeit the said earnest money absolutely. Further, if I/we fail to commence work as specified, I/we agree that President of India or his successors in office shall without prejudice to any other right or remedy available in law, be at liberty to forfeit the said earnest money and the performance guarantee absolutely, otherwise the said earnest money shall be retained by him towards security deposit to execute all the works referred to in the tender documents upon the terms and conditions contained or referred to therein and to carry out such deviations as may be ordered, upto maximum of the percentage mentioned in Schedule ‘F’ and those in excess of that limit at the rates to be determined in accordance with the provision contained in Clause 12.2 and 12.3 of the tender form.

document.doc Page 10 of 57

Page 11: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04250.doc · Web viewRating Amps Type of starter 1. 0-10 HP 16 63 DOL 2 12.5 to 15 HP 25 63 Star/delta

Further, I/We agree that in case of forfeiture of earnest money or both Earnest Money & Performance Guarantee as aforesaid, I/We shall be debarred for participation in the re-tendering process of the work.

I/We hereby declare that I/we shall treat the tender documents drawings and other records connected with the work as secret/confidential documents and shall not communicate information /derived therefrom to any person other than a person to whom I/we am/are authorised to communicate the same or use the information in any manner prejudicial to the safety of the State.

Dated…………………. Signature of ContractorPostal Address

Witness: -

Address:

Occupation: -

ACCEPTANCEThe above tender (as modified by you as provided in the letters mentioned hereunder) is accepted by me for and on behalf of the President of India for a sum of Rs._______________ Rupees_______________________________________

The letters referred to below shall form part of this contract Agreement:-

(i)

(ii)

(iii)

For & on behalf of the President of India.

Signature_________________________

Dated…………………

Designation_____________________

document.doc Page 11 of 57

Page 12: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04250.doc · Web viewRating Amps Type of starter 1. 0-10 HP 16 63 DOL 2 12.5 to 15 HP 25 63 Star/delta

SCHEDULES

SCHEDULE `A’

Schedule of quantities (Enclosed)

SCHEDULE `B’

Schedule of materials to be issued to the contractor:-

S. NO.

Description of item Quantity Rates in figures & words at which the material will be charged to the

contractor

Place of issue

1 2 3 4 5

--------------------------------------------------NIL------------------------------------------------------------------

Note:- Contractor shall arrange the materials only from reputed manufactures / dealers and supply corporation as per approved by Engineer-in-Charge without defect the each challan submitted by contractor.

SCHEDULE `C’

Tools and plants to be hired to the contractor

Sl. No Description Hire charges per day Place of Issue1 2 3 4

Blank

SCHEDULE `D’

Extra schedule for specific requirements/documents for the work, if any. : Not applicable

SCHEDULE `E’[[[

Schedule of component of Cement, Steel, Other Materials, Labour etc. : Not applicablefor price escalation.

CLAUSE 10 CC Not applicable

Component of cement- expressed as percent of total value of work Xc Not applicable %

Component of steel- expressed as percent of total value of work Xs Not applicable %

document.doc Page 12 of 57

Page 13: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04250.doc · Web viewRating Amps Type of starter 1. 0-10 HP 16 63 DOL 2 12.5 to 15 HP 25 63 Star/delta

Component of civil ( except cement & steel)/Electrical construction Materials- expressed as percent of total value of work

Xm Not applicable %

Component of labours- expressed as percent of total value of work Y Not applicable %

Component of P.O.L.- expressed as percent of total value of work[[[[[[[[[[

Z Not applicable %

SCHEDUEL `F’

Reference to General Conditions of Contract.

Name of work: Construction of Orthopaedic Block at L.N.J.P. Hospital, New Delhi. SH: SH: C/o Effluent / Sewage Treatment Plant of capacity 600 KLD based on SBR

Technology.

Estimated cost of work : Rs. 8467246/-

Earnest Money : Rs.169345/-

(a) Performance Guarantee

5% of tendered value

(b) Security Deposit Shall be recovered from each R/A Bills @ 5% of Gross amount of bill subjected to maximum 5% of tendered amount.

General Rules & Directions: CPWD, General conditions of contract for Central PWD works 2008 with up to date correction slips upto receipt of tender.

Office Inviting tender

Maximum percentage for quantity of items of work to be executed beyond which rates are to be determined in accordance with clauses 12.2 & 12.3.

Definitions :2 (v) Engineer-in-charge E.E.

2 (viii) Accepting Authority S.E.

2 (x) Percentage on cost of material and labour to cover all overheads and profits 15 %

2 (xi) Standard Schedule of Rates DSR 2007 with correction slips up-to the date of receipt of tender

2 (xii) Department PWD (NCTD)

9 (ii) Standard CPWD contract form CPWD 8 as modified & corrected up-to date of receipt of tender.

document.doc Page 13 of 57

Page 14: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04250.doc · Web viewRating Amps Type of starter 1. 0-10 HP 16 63 DOL 2 12.5 to 15 HP 25 63 Star/delta

(i)

Clause 1

Time allowed for submission of performance guarantee from the date of issue of letter of acceptance

7 days.

(ii) Maximum allowable extension beyond the period

provided in I) above 3 days.

Clause 2:Authority for fixing compensation under clause 2.

Project Manager

Clause 2A:

Whether Clause 2 A shall be applicable NO

Authority to give fair and reasonable extension of time for Executive Engineercompletion of work.

Clause-5:Number of days from the date of issue of letter of acceptance 10 days or actualfor reckoning date of start handing over of site

whichever is later

Table of Mile Stone (s)S. No. Description of Milestone

(Financial)Time allowed (from date of Start)

Amount to be with held in case of Non achievement of milestone

1. 1/8th (of whole work) 1/4th (of whole work) In the event of not achieving the necessary progress as assessed from the running payments, 1% of the tendered value of work will be withheld for failure of each mile stone.

2. 3/8th (of whole work) 1/2th (of whole work)

3. 3/4th (of whole work) 3/4th (of whole work)

4. Full Full

Time allowed for execution of work 3(Three) month.

Clause-6, 6AClause applicable (6 or 6 A) Clause-6

Authority to give fair and reasonable extension of time for Project Manager-B-21 completion of work.

Clause 7:Gross work to be done together with net payment/adjustment of advances for material collected, if any, since the last such payment for being eligible to interim payment.

N.A.

Clause 10 A List of testing equipment to be provided by the contractor at site lab.1.2.3.4.5.6.

N.A.

Clause 10-B( ii) Whether Clause 10 B (ii) shall be applicable No

document.doc Page 14 of 57

Page 15: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04250.doc · Web viewRating Amps Type of starter 1. 0-10 HP 16 63 DOL 2 12.5 to 15 HP 25 63 Star/delta

Clause 10 CA Materials Covered under this clause Nearest material for which All India Wholesale Price Index is to be followed.1.2.3.4.5.6.

N.A.

Clause 10CC:Clause 10 CC to be applicable in contracts with stipulated period of completion exceeding the period shown in next column.

N.A.

Clause 11:Specification to be followed for execution of work CPWD specifications

Vol-I to VI – 1996 With upto date correction slips and General specifications for electrical works, Part-1 & Part-II for internal & external works respectively with upto date correction slip.

Clause 12:

12.2 & 12.3 Deviation limit beyond which clause 12.2 & 12.3 shall apply for the work above plinth level. 30%

12.5 Deviation limit beyond which clause 12.2 & 12.3 shall apply for foundation work 100%

Clause 16: Competent Authority for deciding reduced rates PM up-to 5% of the contract

value C.E. beyond 5% of the contract value.

Clause 18: List of mandatory machinery, tools & plants to be Whatever is required, shall be arranged deployed by the contractor at site by the contractor

Clause 36 i):Sl No.

Minimum Qualification of Technical Representative

Dis

cipl

ine Designation ( Principal Technical/ Technical representative) M

inim

um

Expe

rienc

e

Num

ber

Rate at which recovery shall be made from the contractor in the event of not fulfilling provision of clause 36(i)

Figures Words

1. Graduate Engineer Civil Principal technical representative

5 1 10,000/- Ten Thousand

Assistant Engineers retired from Government services that are holding diploma will be treated at par with Graduate Engineers.

document.doc Page 15 of 57

Page 16: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04250.doc · Web viewRating Amps Type of starter 1. 0-10 HP 16 63 DOL 2 12.5 to 15 HP 25 63 Star/delta

i) (a)

Clause 42 :Schedule/statement for determining theoretical quantity of cement & bitumen on the basis of Delhi Schedule of Rates 2007 printed by C.P.W.D. with upto day correction slips of receipt of tender.

ii) Variations permissible of theoretical quantities

a) Cement for works with estimated cost put to tender not less than Rs. 5 lakh

3% plus/minus.

For works with estimated cost put to tender more than Rs. 5 lakh

2% plus/minus.

b) Bitumen for all works.2.5% plus only & nil on minus

side.

c) Steel Reinforcement and structural steel sections for each diameter, section and category

2% plus/minus.

d) All other materialsNil

RECOVERY RATES FOR QUANTITIES BEYOND PREMISSIBLE VARIATION

Sl.No.

Description Of item

Rates in figures and words at which recovery shall be made from the contractorRate in Schedule “B” Plus 10% in case materials issued by departmentExcess beyond permissible variation

Less use beyondthe permissible variation

1. Cement

2. Steel reinforcement

3. Structural Sections NIL

4. Bitumen of specified grade

5. Bitumen issued at stipulated

fixed price

document.doc Page 16 of 57

Page 17: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04250.doc · Web viewRating Amps Type of starter 1. 0-10 HP 16 63 DOL 2 12.5 to 15 HP 25 63 Star/delta

document.doc Page 17 of 57

Page 18: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04250.doc · Web viewRating Amps Type of starter 1. 0-10 HP 16 63 DOL 2 12.5 to 15 HP 25 63 Star/delta

GENERAL CONDITIONS AND SALIENT POINTS1. The contractor shall make his own arrangements for electricity for the execution of the work and

nothing extra shall be paid for the same. However, for electrical connection, Engineer-In- Charge shall recommend the application to concerned local authorities. Necessary payment shall be made by the contractor directly to the department concerned. In case the authorities fail to sanction the electric connection or delay the sanction of electric connection, the contractor shall make his own arrangements by providing diesel generators of adequate capacity at his own cost.

2. For water supply, contractor shall make his own arrangement including boring of tube well, if necessary, and nothing extra shall be paid by the Department for arrangement of water or on its treatment to meet the requirements laid down in IS: 456 /2000, para 4.3 or CPWD Specifications 1996 Volume-I to VI with correction slips 1 to 17 and Revised CPWD Specifications 2002 for Cement Mortar, Cement Concrete and RCC Works. In case of contractor making his own arrangements of water supply 1% water charges shall not be recovered from him.

3. All the materials except the material stipulated in Schedule ‘B’ will be arranged by the contractor himself at his own expense.

4. If for any reason, any part of the site is not available temporarily for some time for part of the work under the contract. The agreed construction schedule (mile stones) shall be suitably modified and contractor shall diligently divert his men & materials to utilize them profitably and no claim of damages whatsoever shall be entertained on this account, this shall be without prejudiced to his right for claim of E.O.T. on this account.

5. Samples of Material

6. Samples including brand / quality of materials and fittings to be used in the work shall be got approved from the Engineer-In-Charge, well in advance of actual execution and shall be preserved till the completion of the work. All the materials procured by the contractor shall be in conformity with the sample approved by the Engineer-in-charge for the same. Any material, even though approved by Engineer-In-Charge if found defective subsequently shall be replaced / removed by the contractor at his own risk & cost.

7. BIS marked materials except otherwise specified shall be subjected to quality test besides testing of other materials as per the specifications described for the item/material. Wherever BIS marked materials are brought to the site of work, the contractor shall furnish manufacturer’s test certificate or test certificate from approved testing laboratory to establish that the material produced by the contractor for incorporation in the work satisfies the provisions of BIS codes relevant to the material and / or the work done. BIS marked items (except cement & steel) required on the work shall be got tested. Only important tests, which govern the quality of the product, shall be carried out. The frequency of such tests shall be 25% of the frequency specified in the CPWD Specifications 1996 Vol.I to VI with upto date correction slips and Revised CPWD Specifications 2002 for Cement Mortar, Cement Concrete and RCC Works superseding chapter 3,4 and 5 of CPWD Specifications 1996 Vol.II.

For certain items, if frequency of tests is not mentioned in the CPWD Specifications then relevant IS code shall be followed and tests shall be carried out @ 25% of the frequency specified therein..

8. List of approved makes and brands of materials for civil works, are annexed on Page 45 Makes & brands of materials specified there in shall only be used on work. The contractor shall submit brand/make of various materials to be used for the approval of Engineer-in-charge along with samples and once approved, he shall stick to it.

9. Samples of Testing: -

9.1 The cost of tests shall be borne by the contractor/department in the manner indicated below:-(a) By the contractor, if the results show that the material does not conform to relevant

specification.(b) By the department, if the results show that the material conforms to relevant specification.

9..2 However, if any load testing or special testing is to be done for concrete whose strength is doubtful, the cost of the same shall be borne by the contractor.

document.doc Page 18 of 57

Page 19: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04250.doc · Web viewRating Amps Type of starter 1. 0-10 HP 16 63 DOL 2 12.5 to 15 HP 25 63 Star/delta

9..3 In case, there is any discrepancy in frequency of testing as given in list of mandatory tests provided in CPWD Specifications and that in individual sub-heads of work as per CPWD Specifications, higher of the two frequencies of testing shall be followed and nothing extra shall be payable on this account.

10. The contractor shall ensure quality control measures on different aspects of construction i/c materials, workmanship and correct construction methodologies to be adopted.

11. All material shall only be brought at site as per programme finalised with the Engineer-in- Charge. Any pre-delivery of the material, not required for immediate consumption shall not be accepted and thus not paid for.

12. Contractor shall engage well experienced skilled labour and deploy modern T & P and other equipments to execute the work

13. Except for the items, for which particular specifications are given or where it is specifically mentioned otherwise in the description of the items in the schedule of quantities, the work shall generally be carried out in accordance with the “CPWD Specifications 1996 VoI.I to VI with correction slips No. 1 to 17 and Revised CPWD Specifications 2002 for Cement Mortar, Cement Concrete and RCC Works superseding chapter 3, 4 and 5 of CPWD Specifications 1996 Vol.II (Hereinafter to be referred to as CPWD Specifications) and instructions of Engineer-In-Charge. Wherever CPWD Specifications are silent, the latest IS Codes / Specifications shall be followed. In case I.S. specifications are also not available, the decision of the Engineer-in-charge, given in writing based on acceptable sound engineering practices and local usage shall be final.

14. A reference made to any Indian Standard Specifications in these documents, shall imply to the latest version of that standard, including such revisions / amendments as issued by the Bureau of Indian Standards upto last date of receipt of tenders. The Contractor shall keep at his own cost all such publications of relevant Indian Standard applicable to the work at site.

15. Unless otherwise specified in the schedule of quantities, the rates tendered by the contractor shall be inclusive of all lifts, heights & depths, floors including terrace, and nothing extra shall be payable on this account.

16. The rates for all items of work shall, unless clearly specified otherwise, include cost of all labour, material, tools and plants and other inputs involved in the execution of the item. Nothing extra shall be paid either on this account or on account of any conditions and specifications mentioned in the tender documents, unless specifically specified otherwise.

17. The work shall be executed and measured as per metric dimensions given in the schedule of quantities, drawings etc. (FPS units wherever indicated are for guidelines only)

18. The contractor shall indemnify the Govt. against any claims or obligations arising out of any damage to adjacent property, structure or to building work done by him.

19. Contractor shall take all precautionary measures to avoid any damage to adjoining property./structure. All necessary arrangement shall be made at his own cost.

20. The contractor shall take all precautions to avoid accidents by exhibiting necessary caution boards day and night, speed limit boards, red flags, red lights and providing barriers. He shall be responsible for all damages and accidents caused to existing / new work adjacent properties/structures due to negligence on his part. No hindrances shall be caused to traffic as well as running of hospital services during the execution of the work.

21. The contractor shall act in close co-ordination with client department so as to ensure unhindered construction activity as well as smooth functioning of hospital/school/institute/office/residence. The contractor shall honour the existing instructions of the security guard & other relevant instructions/restrictions imposed for the safe secure & proper functioning of the hospital services, and plan the movement of material & labour accordingly for the purpose of execution of the work without making any claim for the same.

document.doc Page 19 of 57

Page 20: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04250.doc · Web viewRating Amps Type of starter 1. 0-10 HP 16 63 DOL 2 12.5 to 15 HP 25 63 Star/delta

22. The contractor shall conduct his work, so as not to interfere with or hinder the progress or completion of the work being performed by other contractor(s) or by the Engineer-In-Charge and shall as far as possible arrange his work and shall place and dispose off the materials being used or removed so as not to interfere with the operations of other contractor and he shall arrange his work with that of the others in an acceptable manner and in proper sequence and co-ordination with others.

23. Normally contractors shall not be allowed to work at night. Work at night shall, however, be allowed if the site conditions/circumstances so demand. However, if the work is carried out in more than one shift or at night, no claim on this account shall be entertained. In such situations the contractor shall make available to the department proper means of transport such as vehicle at his own cost.

24. Licences

25. The contractor shall pay to the municipal, police or other authorities all the fees etc. that may be required by law and obtain requisite licences for temporary constructions, enclosures required in the course of execution of the contract and pay all fees taxes and charges which shall be leviable on that account. No extra claim will be entertained on this account.

26. All licencing fees, royalty charges for property rights etc. shall be paid by the contractor direct to the authorities concerned. No extra claim will be entertained on this account.

27. No payment shall be made to the contractor for any damage caused by rain, floods, earthquake or any other natural causes whatsoever during execution of work. The contractor at his own cost will make the damages to the work good and no claim on this account shall be entertained.

28. Existing cables, pipe cables, overhead wires, sewer lines, water lines and similar services encountered in the course of execution of work shall be protected against the damages by the contractor at his own cost. The contractor shall not store materials or otherwise occupy any part of the site in a manner likely to hinder the operation of such services. In no case such services should be stopped to the existing buildings.

29. The building work will be carried out in the manner complying in all respects with the requirements of relevant bylaws of the local body under the jurisdiction of which the work is to be executed or as directed by the Engineer-in-Charge and nothing extra shall be paid on this account.

document.doc Page 20 of 57

Page 21: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04250.doc · Web viewRating Amps Type of starter 1. 0-10 HP 16 63 DOL 2 12.5 to 15 HP 25 63 Star/delta

SPECIAL CONDITIONS FOR SPECIALISED JOB

1. The proposed layout plan and hydraulic flow diagram are attached here with forming part of the tender document.

2. The plant shall be based on SBR.

3. No Alternate proposal/scheme will be considered.

4. Designs of various units of the plants like Pump sump, Grit removal unit, SBR, Pressure filter, Activated Carbon filter column, Collection tanks, U.V. dis-infection unit etc. shall be submitted by the tenderer along with their bid.NOTE : The make of mechanical & electrical equipments shall be strictly as per the make mentioned in the tender on Page No 46. All the bidders have to give an affidavit that the make of equipments selected are as per tender conditions. In the absence of which there offer will be rejected.

5. Structural design of the various units shall be got checked/approved by registered structural designers of the GNCTD/Govt. of India, before submitting the same to the accepting authority for approval.

6. Correctness of the design, drawings, civil structural drawings, electrical, mechanical shop drawings and the execution of the works according to the drawings shall be the responsibility of the contractor. Approval of the design and drawing by the Engineer-in-Charge does not absolve the contractor from any of his responsibilities to the soundness & satisfactory performance of the structure & plant.

7. The plant shall be complete with all civil/Electrical & mechanical components including necessary pumps motors drives, controls, instruments, electrical connections, piping and valves etc.

8. Major components of the plant process shall be driven by independent drive system withstand by arrangement.

9. The department shall provide 3 phase 440 volts electric supply upto the point of Electric panel installed by the Contractor. The electric consumption during the O & M shall however be borne by the Department.

10. The compensation penalty, if any, imposed & levied on the Department, under any regulation related to pollution Control by the pollution Control board or any other regulatory authority for failing the general standards as laid down and modified under environment (Protection) Act 1986 for treated effluent, shall be recovered from the agency.

11. The officers/officials of the Department as well as the officials of pollution control board/ Central Pollution Control Board shall have free access to the plant for the purpose of inspection and monitoring the working of the plant. They will have the authority to collect the treated effluent as & when they so desire.

12. The agency shall carryout the O & M for 12 months after successful commissioning of ETP.

13. During maintenance all consumables, lubricants, chemicals tools & plants required for O & M shall be arranged by the contractor at has own cost.

14. Staff required for operations and maintenance like chemist, operators, helpers and electricians etc. shall be engaged by the contractor at his own cost.

15. Operators & helpers for the operation & maintenance shall be engaged round the clock by the contractor.

16. The staff engaged for maintenance shall have the minimum qualification as prescribeddocument.doc Page 21 of 57

Page 22: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04250.doc · Web viewRating Amps Type of starter 1. 0-10 HP 16 63 DOL 2 12.5 to 15 HP 25 63 Star/delta

herein belowChemist - M.Sc.Operator - I.T.I. in the relevant tradeElectrician - I.T.I. in the relevant tradeHelper - High School.

17. The employees of the contractor shall be provided with the identity card/badges and they will display it during their working hours.

18. The agency shall submit to the Department the E.P.F account No & other details of theemployees engaged by the agency at the plant issued by the Regional provident fundcommissioner.

19. The cost of chemicals & consumables required for the treatment during commissioning as well as to check the guaranteed effluent characteristics in lab shall be borne by the contractor.

20. After successful commissioning of the plant, the Engineer-in-Charge at his discretion shall close the main contract and draw the Supplement agreement with the agency of the main contract for operation & maintenance of the plant at his quoted rate in the main contract for the job.

21. After the completion of O & M of One years, another agreement for O & M for the next five years may be drawn with the same agency.

22. The plant shall be taken over by the Department after the successful commissioning of the Plant, though the contractor shall be responsible for its operations & maintenance during the guarantee/maintenance period.

23. The periodicity of test of the effluent during maintenance shall be as per standard practice or as decided by the Engineer-in-Charge.

24. The contractor shall have to execute the Guarantee bond for the entire plant & equipments against the manufacturing defects & poor workmanship for the period of two years after the successful commissioning of the Plant.

25. The contractor shall rectify the defects & replace the defective parts and complete equipment, if the situation so demands, during the guarantee/maintenance period, free of cost. The decision of the Engineer-in-charge in this matter shall be final & binding.

26. Any defect or damage to any part of the plant & machinery resulting in either unsatisfactory performance of the plant or inefficient treatment of waste generating effluent not conforming to laid down standard shall be got rectified and repaired by the agency at his risk & cost during commissioning as well as guarantee period.

27. Defective parts of mechanical & electrical equipments such as pumps, motors, pressure gauges, pipelines, valves, starters & other equipments, shall be replaced with spare parts of approved make conforming to relevant I.S. code during guarantee period.

28. The agency shall be fully responsible for watch & ward, upkeep safety of the plants,equipments etc from pilferage, theft and misuse in any manner till the handing over the same to the department.

29. The contractor shall be fully responsible for any act of trespass and consequential damage to the plant.

30. For different materials brought at site for the execution of various items as per schedule

document.doc Page 22 of 57

Page 23: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04250.doc · Web viewRating Amps Type of starter 1. 0-10 HP 16 63 DOL 2 12.5 to 15 HP 25 63 Star/delta

attached, the secured advance @ 70% of the market rate of that material can be paid, if desired by the contractor. However secured advance shall be paid only after indemnifying Government through an insurance cover as per direction of the Engineer-in-Charge.

31. The contractor shall submit the detailed programme in the form of CPM/PERT/Bar chart to the Engineer-in-Charge within 15 days of the award of the work and shall get it approved from the Engineer-in-Charge

32. Net work CPM/PERT/Bar chart shall show various events/activities to be carried out including program for procurement of materials, mobilization of machinery/equipment etc.

33. The program will have to be updated on fortnightly basis in consultation with Engineer-in- Charge.

34. Equipment shall be provided with suitable bracings / stiffeners to avoid any damage during transportation and erection.

35. All vessels & unit shall be provided with M.S. covered opening of minimum dia of 500mm for inspection etc.

36. Connection of gasket flanges shall be done with stud bolts and nuts.

37. Threads of Bolts and nuts shall be coated before installation with lubricant to prevent galling of threads.

38. All equipments shall be open to inspection of Engineer-in-Charge during various stages of manufacturing starting from identification of raw material to completion and all the observations of the Engineer-in-charge shall be complied with during manufacturing.

39. All equipment shall be got tested hydrostatically as per the requirements of specification/ codes in presence of the Engineer-in-charge.

40. The whole E.T.P. unit shall be guaranteed for two years to be reckoned from the date ofCommissioning of E.T.P. through Guarantee bond on non-judicial stamp paper of Rs. 10 as per Annexure - I

document.doc Page 23 of 57

Page 24: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04250.doc · Web viewRating Amps Type of starter 1. 0-10 HP 16 63 DOL 2 12.5 to 15 HP 25 63 Star/delta

SPECIAL CONDITIONS FOR CIVIL WORKS

1. The contractor(s) shall satisfy himself about the availability of materials from kiln or approved quarries for collection and conveyance of materials required for construction.

2. The contractor(s) shall satisfy himself about complete characteristics of soil and otherparameters at site and no claim on the alleged inadequacy or incorrectness of the soil data supplied by the department shall be entertained.

.3. If required, the tenderer shall provide approach to the site of work or improve the existing approach for cartage of materials at site. No extra payment shall be made on this account.

.4. Unless otherwise specified in the schedule of quantities the rates for all items except for sub soil water, shall be considered as inclusive of pumping / bailing out water, wherever necessary, for which no extra payment shall be made.

.5. The rate for all items, in which the use of cement is involved is inclusive of charges for curing.

.6. Any Royalty levied as result of central/state legislation or by local body on the boulders, metal, shingle, sand and bajri etc. or any other material in respect of this contract shall be paid by the contractor directly to revenue authorities and no claim whatsoever in respect of the same shall be entertained.

.7. The contractor shall provide at his own cost suitable weighing, surveying and levelling and measuring arrangements as may be necessary at site for checking. All such equipment shall be got calibrated in advance from laboratory, approved by the Engineer-In-Charge. Nothing extra shall be payable on this account.

.8. The contractor shall take instructions from the Engineer-In-Charge regarding collection and stacking of materials at any place. No excavated earth or building rubbish shall be stacked on areas where other buildings, roads, services and compound walls are to be constructed.

.9. Contractor shall provide permanent benchmarks, flag tops and other reference points for the proper execution of work and these shall be preserved till the end of work. All such reference points shall be in relation to the levels and locations, given in the Architectural and plumbing drawings.

10. Water tanks, taps, sanitary, water supply and drainage pipes, fittings and accessories should conform to bylaws and specification of municipal body / corporation where CPWD Specifications are not available. The contractor should engage licensed plumbers for the work and get the materials (fixtures/fittings) tested by the Municipal Body / Corporation authorities wherever required at his own cost.

11. The contractor shall give performance test of the entire installation(s) as per the standing specifications before the work is finally accepted and nothing extra whatsoever shall be payable to the contractor for the test,

12. (a) Any cement slurry added over base surface (or) for continuation of concreting for better bond is deemed to have been included in the items and nothing extra shall be payable (or) extra cement considered in consumption on this account. For RCC work, only factory made round type cover block shall be used. For Brickwork unless otherwise specified FPS bricks shall be used in all items of work.

(b) The contractor shall get the water tested with regard to its suitability and conformity to the relevant IS Code. The contractor shall obtain written approval from the Engineer-in-Charge before using the same for execution of work.

13 The contractor shall bear all incidental charges for cartage storage and safe custody of materials brought to site.

14 The work shall be carried out in accordance with the Architectural drawings and structural drawings, to be issued from time to time, by the Engineer-in-Charge. Before commencement of any item of work, the contractor shall correlate all the relevant architectural and structural drawings issued for the work and satisfy himself that the information available therefrom is complete and unambiguous. The discrepancy, if any, shall be brought to the notice of the Engineer-In-Charge before execution of the work. The contractor alone shall be responsible for any loss or damage occurring by the commencement of work on the basis of any erroneous and or incomplete information.

15 Other agencies will also simultaneously execute and install the works of internal electrical installations, sub-station / generating sets, air-conditioning, lifts, etc. for the work and the contractor shall afford necessary facilities for the same. The contractor shall leave such recesses, holes, openings trenches etc. as may be required for such related works (for which inserts, sleeves, brackets, conduits, base plates, clamps etc. shall be supplied free of cost by the department unless otherwise specifically mentioned) and the contractor shall fix the same at the time of casting of concrete, stone work and brick work, if required, and nothing extra shall be payable on this account.

16 i) All materials obtained from Govt. Stores or otherwise shall be got checked by the Engineer- In Charge or his any authorised supervisory staff on receipt of the same at site before use.

ii) All material shall only be brought at site as per programme finalised with the Engineer-In- Charge. Any predelivery of the material not required for immediate consumption shall not be accepted and thus not paid for.

17 Any legal or financial implications resulting out of disposal of earth shall be the sole responsibility of the contractor. Nothing extra shall be paid on this account.

document.doc Page 24 of 57

Page 25: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04250.doc · Web viewRating Amps Type of starter 1. 0-10 HP 16 63 DOL 2 12.5 to 15 HP 25 63 Star/delta

18 The Architectural drawings given in the tender other than those indicated in nomenclature of items are only indicative of the nature of the work and materials/fixings involved unless otherwise specifically mentioned. However, the work shall be executed in accordance with the drawings duly approved by the Engineer-In-Charge.

19 All the hidden items such as water supply lines, drainage pipes, conduits, sewers etc. are to be properly tested as per the design conditions before covering.

.20 In case services are encountered during excavation / earthwork and such services are required to be shifted, the contractor is bound to carryout the shifting operation as per guidance / instructions and with the approval of the Engineer-In-Charge. However, necessary payments shall be made in this regard as per provision of the agreement.

.21 The contractor shall be responsible for safety of all fittings and fixtures including sanitary and water supply fittings and fixtures provided by him against pilferage and breakage during the period of installations and thereafter till the building is physically handed over to the department. No extra payment shall be made on this account.

.22 The day to day receipt and issue accounts of different grade/brand of cement shall be maintained separately in the standard Performa by the Jr. Engineer-in-charge of work and which shall be duly signed by the contractor or his authorised representative.

.23 The contractor shall be fully responsible for the safe custody of materials brought by him/ issued to him even though the materials are under double lock key system.

24 The contractor shall procure the required materials in advance so that there is sufficient time for testing of the materials and clearance of the same before use in the work.

25 For construction works which are likely to generate malba / rubbish to the tune of more than a truck load, contractor shall dispose of malba, rubbish & other unserviceable materials and wastes at his own cost to the notified specified dumping ground and under no circumstances these shall be stacked / dumped even temporarily, outside the construction premises.

26 In case of concrete work, the contractor shall make arrangement for carrying out compressive strength test at his own cost. He shall provide all assistance in the preparation of cubes, safe custody of the same, proper curing etc. and cartage of the same to the laboratory for tests.

27 Payment for items of RCC work brick work & concrete work above different floor shall be made at rates provided for these items. For operation of these rates, the floor level shall be considered as top of the main structural slab in that floor viz. Top of RCC slab in main room and not top of any sunk or depressed floor for toilet slabs.

28 All the chase cutting in walls for G.I.pipe line shall be carried out by chase cutting machine only.

document.doc Page 25 of 57

Page 26: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04250.doc · Web viewRating Amps Type of starter 1. 0-10 HP 16 63 DOL 2 12.5 to 15 HP 25 63 Star/delta

SPECIAL CONDITIONS FOR CEMENT & STEEL1. The contractor shall at his own expense procure and provide all materials including cement and steel required

for the work. 2. The contractor shall produce all the materials in advance so that there is sufficient time to testing and

approving of the materials and clearance of the same before use in work. 3. All materials brought by the contractor for use in the work shall be got checked from the Engineer-in-charge

or his authorized representative of the work on receipt of the same at site before use. 4. The contractor shall also employ necessary watch and ward establishments for the safe custody of materials at

his own cost. 5. Contractor has to produce manufacturers test certificate for each lot of cement & steel procured at site.

6. CONDITIONS FOR CEMENT

6.1 The contractor shall procure 43 grade (confirming to IS: 8112 1989) ordinary Portland cement as required in the work, from reputed manufacturers of cement, having a production capacity of one million tonnes per annum or more, such as A.C.C. , L&T , J.K. cement , Vikram , Shri Cement , Birla Jute etc. as approved by Ministry of Industry, Government of India and holding licence to use ISI certification mark for their product whose name shall be got approved from Engineer-in-charge for RCC work in foundation/basement etc. upto plinth level, Portland slag cement confirming to IS:455 shall be used and the rates shall be quoted accordingly , Supply of cement shall be taken in 50 kg bags bearing manufacturer's name manufacturing date and ISI marking Samples of cement arranged by the contractor shall be taken by the Engineer-in-charge and got tested in accordance with provisions of relevant BIS codes . In case test results indicate that the cement arranged by the contractor does not conform to the relevant BIS codes the same shall stand rejected and shall be removed from the site by the contractor at his own cost within a week's time of written order from the Engineer-in-charge to do so.

6.2 The cement shall be brought at site in bulk supply or approximately 20 tonnes or as decided by the Engineer-in-charge.

6.3 The contractor at site of work for which no extra payment shall be made shall construct the cement godown of the capacity to store a minimum of 500 bags of cement. Double lock provision shall be made to the door of the cement godown. The Keys of one lock shall remain with the Engineer-in- charge or his authorised representative and the Key of the other lock shall remain with the contractor. The contractor shall be responsible for the watch & ward and safety of the cement godown. The contractor shall facilitate the inspection of the cement godown by the Engineer-in- charge at any time.

6.4 The contractor shall supply free of charge the cement or structural steel required for testing.The cost of tests shall be borne by the contractor/Department in the manner indicated below:

(i) By the contractor if the result show that cement &structural steel sample does not conform to relevant BIS a code.

(ii) By the Department if the result show that the cement or structural steel conforms to relevant BIS codes.

6.5 The actual issues and consumption of cement on work shall be regulated and proper accounts maintained as provided in clause 10 of the contract. The theoretical consumption of cement shall be worked out as per procedure prescribed in clause 42 of the contract and shall be governed by conditions laid therein

.6.6 Cement brought to site and cement remaining unused after completion of work shall not be removed from site

without permission of the Engineer-in- charge.

7 CONDITION FOR STEEL

7.1 The contractor shall procure steel reinforcement bars confirming to relevant BIS codes from main producers as approved by the ministry of steel viz. SAIL, TISCO, IISCO & RINL. The contractor shall have to obtain and furnish test certificates to the Engineer-in-charge in respect of all supplies of steel brought by him to the site of work. Samples shall also be taken and got tested by the Engineer-in-charge as per the provision in this regard in relevant BIS codes. In case the test results indicate that steel arranged by the contractor does not conform to relevant BIS codes, the same shall rejected and shall be removed from the site of the work by the contractor at his own cost within a week's time from the written orders from the Engineer -in-charge to do so.

7.2 The steel reinforcement shall be brought to the site in bulk supply of 10 tonnes or more or as decided by the Engineer-in-charge.

7.3 The steel reinforcement shall be stored by the contractor at site of work in such a way so as to prevent distortion and corrosion and nothing extra shall be paid on this account. Bars of different sizes and length shall be stored separately to facilitate easy counting and checking.

document.doc Page 26 of 57

Page 27: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04250.doc · Web viewRating Amps Type of starter 1. 0-10 HP 16 63 DOL 2 12.5 to 15 HP 25 63 Star/delta

7.4 For checking nominal mass,tensile strength, bend, rebend test etc. specimen of sufficient length shall be cut from each size of the bar at random of frequency not less than that specified below:-

Size of bar For consignment below 100 For consignment above 100 Tonnes tonnesUnder 10 mm dia One sample for each 25 One sample for each 40 Tonnes or part thereof. Tonnes or part thereof10 mm to16 mm dia One sample for each 35 One sample for each 45 Tonnes or part thereof Tonnes or part thereof.Over 16mm dia One sample for each 45 One sample for each 50 Tonnes or part thereof. Tonnes or part thereof

7.5 The contractor shall supply free of charge the steel required for testing. The cost of tests shall be borne by the Department/Department in the following manner indicated below:

(i) By the contractor, if the results show that the steel does not conform to relevant BIS codes.(ii) By the contractor, if the results show that the steel conform to relevant BIS codes.

7.6 The actual issue and consumption of steel on work site shall be calculated and proper accounts maintained as provided in clause 10 of the contract. The theoretical consumption of steel shall be worked out as per procedure prescribed in clause 42 of the contract and shall be governed by conditions laid therein.

7.7 Steel brought to site and steel remaining unused shall not remove from site without the written permission of the Engineer-in –charge.

PARTICULAR SPECIFICATION

1.0 BITUMINOUS WORK

1.1 The contractor shall have to necessarily deploy self-propelled mechanical paver with suitable screeds capable of spreading, tamping and finishing the mix true to the specified lines, grades and cross sections of the road. The paver finisher shall have the following essential features:

a) Loading hoppers and suitable distributing mechanism.b) All drives having hydrostatic drive/control.c) The machine shall have a hydraulically extendable screed for appropriate width requirement.d) The screed shall have tamping and vibrating arrangement for initial compaction to the layer as it is spread

without rutting or otherwise marring the surface. It shall have adjustable amplitude and variable frequency.e) The paver shall be equipped with necessary control mechanism so as to ensure that the finished surface is free

from surface blemishes.f) The paver shall be fitted with automatic leveling and profile control within the specified tolerances.g) The screed shall have the internal heating arrangement.h) The paver shall be capable of laying either 2.5 to 4.0m width or 4.0 to 7.0m width as stipulated in the

contract.i) The paver shall be so designed as to eliminate skidding/slippage of the tyres during operation.

1.1.2. The contractor shall have to necessarily deploy the road rollers, for BM,DBM & DBC for their compaction as per relevant MORTH specifications, as described below :-

CONDITION FOR PROCUREMENT AND ACCOUNTONG OF BITUMEN:-

2. The contractor shall procure bitumen of required grade as specified confirming to IS:73- 1992 with upto date amendments and other relevant codes from the manufactures of repute like Indian Oil Corporation Ltd.,Hindustan Petroleum,Govt. of India and holding license to use ISI certificate mark for their products.

2. MODE OF PROCUREMENT:

2.1 Bitumen/Bitumen emlusion for tack coat shall be brought at site in sealed drums only bearing following marking (legible)

(i) Name of Manufacturers.(ii) Gross Wt.,Net Wt. And Tare Weight.(iii) Month and year of Manufacture.(iv) Use before___________________________________(date)(v) Type and Grade.(vi) Batch Number.(vii) “ISI” Certification and Standard Mark.

document.doc Page 27 of 57

Page 28: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04250.doc · Web viewRating Amps Type of starter 1. 0-10 HP 16 63 DOL 2 12.5 to 15 HP 25 63 Star/delta

(viii) Name of Contractor/Supplier.(ix) Serial No. & Total Nos. of drums in each batch.

2.2 For providing bituminous surface like BM, DBM, etc., the bitumen shall be procured either in sealed drums or in bulk and stored at the hot mix plant site. The drums/container shall bear the marking as mentioned in para-2.1 above.

2.3 The contractor will produce original challan/voucher for purchase of bitumen and emulsion from IOCL/HPCL/BP/HINCOL as a proof of having purchased the material form manufacturer. The voucher/challan shall be returned to the contractor after verification and making necessary endorsement.

2.4 Bitumen of specified grade shall be brought to plant site in one lot for theoretical requirement upto 100 tonnes and in lots of 100 tonnes or more for theoretical requirement of more than 100 tonnes. The day to day receipt and issue accounts of bitumen shall be maintained by the junior Engineer in charge and signed daily by the contractor or his authorised agent on the following proforma:-

PROFORMA FOR THE BITUMEN REGISTER RECEIPT

________________________________________________________________________________________

Date of Qty. Progressive Date of Qty. Total Balance Cont.’s JE’s

Receipt Received. Total. Issue Issued. Issued in hand initial initial

1 2 3 4 5 6 7 8 9

_________________________________________________________________________________________

_________________________________________________________________________________________

Item of Appx. Qty. Theoretical requirment Remarks Work for of work of bitumen for work of AE/AEE/EE Ex.Eng. Which issued done on each day done on each day 10 11 12 13 14__________________________________________________________________________________________ 2.5 When bitumen is issued /brought in drums, the same shall be stacked in fenced enclosures to be provided by the

contractor at his own cost, as directed by the Engineer-in-Charge on one side of the roadway. The contractor shall be responsible for the watch & ward and safety of bitumen. The contractor shall facilitate the inspection of bitumen stockyard by the Engineer-in-Charge or his representative at any time.

2.6 Material shall be kept in the joint custody of the contractor and the representative of the Engineer-in-charge. The empty containers shall not be removed from the site of work till the relevant item of work has been completed and permission obtained from the Engineer-in-Charge. No heating of bitumen in drums for any purpose whatsoever shall be allowed.

3. SAMPLING AND TESTING

The contractor shall have to obtain and furnish test certificate issued by manufacturer to the Engineer-in-Charge in respect of bitumen procured by him. The samples shall be collected at discretion of Engineer-in-Charge and got tested as per provisions of IS:73/MORTH/CPWD specification from the laboratories approved by him.

4. The contractor shall supply free of charge, the bitumen required for testing. The cost of specimen sample shall be borne by contractor/department in the manner described below:-

(i) The contractor ,if the test results show that the bitumen does not conform to the relevant, BIS codes /specification.

(ii) By the department, if the test results show that the bitumen conform to the relevant, BIS codes /specification.

5. In case the test result indicate that the bitumen procured by the contractor does not Conform to the relevant BIS codes/specification, the same lot shall rejected and shall be removed from the site of work by the contractor at his own cost within a week’s time of written order from Engineer-in-Charge to do so.

document.doc Page 28 of 57

Page 29: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04250.doc · Web viewRating Amps Type of starter 1. 0-10 HP 16 63 DOL 2 12.5 to 15 HP 25 63 Star/delta

6. The bitumen content in bituminous mix shall be checked by conducting the bitumen extraction test Conforming to IRCII at regular interval on the completion of work ,the actual consumption of bitumen shall be worked out based on such test results. The theoretical consumption shall be worked out based on the design mix formula and the actual consumption (based on extraction test as well as MAS account) if found less than theoretical one, the recovery shall be made from contractor for less use of bitumen. However, nothing extra shall be paid if actual consumption so worked out is higher than theoretical consumption. This is without prejudice to action under relevant clause of the agreement.

7. Bitumen brought to site/Hot Mix Plant and bitumen remaining unused after completion of work shall not be

removed from site without written permission of the Engineer-in-charge.

NOTE:- Nothing extra shall be paid for cartage of bitumen to the site of work.

PARTICULAR SPECIFICATION

1.0 BITUMINOUS WORK

1.1 GENERAL

1.1 The contractor shall have to necessarily deploy self-propelled mechanical paver with suitable screeds capable of spreading, tamping and finishing the mix true to the specified lines, grades and cross sections of the road. The paver finisher shall have the following essential features:

j) Loading hoppers and suitable distributing mechanism.k) All drives having hydrostatic drive/control.l) The machine shall have a hydraulically extendable screed for appropriate width requirement.m) The screed shall have tamping and vibrating arrangement for initial compaction to the layer as it is spread

without rutting or otherwise marring the surface. It shall have adjustable amplitude and variable frequency.n) The paver shall be equipped with necessary control mechanism so as to ensure that the finished surface is free

from surface blemishes.o) The paver shall be fitted with automatic levelling and profile control within the specified tolerances.p) The screed shall have the internal heating arrangement.q) The paver shall be capable of laying either 2.5 to 4.0m width or 4.0 to 7.0m width as stipulated in the

contract.r) The paver shall be so designed as to eliminate skidding/slippage of the tyres during operation.

1.1.2 The contractor shall have to necessarily deploy the road rollers, for BM,DBM&DBC for their compaction as per relevant MORTH specifications, as described below :-

(i) For Initial Rolling :- 80 to 100 KN static weight smooth wheel roller (3

wheels or tandem)(ii) For Intermediate Rolling :- Vibratory roller of 80 to 100 KN static weight or

pneumatic tyred roller of 150 to 250 KN weight with minimum 7 wheels and minimum tyre pressure of 0.7 Mpa.

(iii) For Final Rolling :- 60 to 80 KN tandem roller. The joints and edges shall be rolled with 80 to 100 KN static roller.

1.1.3 Mix shall be prepared in hot mix plant of adequate capacity and capable of yielding a mix of proper and uniform quality with thoroughly coated aggregate. Hot Mix Plant shall be preferable of batch mix type with electronic load sensor device. The requirement of clause 504.3.4 of MORTH specification shall be strictly adhered to.

1.1.4 The job mix shall be got designed by the contractor form Laboratory of PWD(NCTD) or as directed by Engineer-in-Charge and its cost shall be borne by the contractor if any. The mix shall be designed in such a proportion that laboratory density of 2.2 gm/cum for Bituminous Macadam, 2.3 gm/cum for Dense Bituminous Macadam and 2.36gm/cucum for Dense Bituminous Concrete is achieved. The contractor shall follow the instructions contained in clause 507.3.3 and 507.3.4 for DBM and clause 512.3.3 & 512.3.4 for DBC & clause 515 for Mastic Asphalt of MORTH specifications strictly and provide all necessary details as specified there in.

1.1 TACK COATThe work shall consist of application of single coat of low viscosity liquid bituminous material to an existing road surface preparatory to another bituminous construction over it. The binder used for tack coat shall be bituminous of suitable grade as specified in nomenclature of item.

document.doc Page 29 of 57

Page 30: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04250.doc · Web viewRating Amps Type of starter 1. 0-10 HP 16 63 DOL 2 12.5 to 15 HP 25 63 Star/delta

1.2.1 The emulsified bitumen for tack coat on road shall be medium setting (MS) type conforming to IS: 8887-1995. The bitumen emulsion shall be brought at site in one lot in sealed drums and shall be got verified and checked by the representative of Engineer-in-Charge before its use. The work shall be done strictly in accordance with clause 503 and sub-clauses thereto of MORTH specification for Roads & Bridges work (Forth revision), 2001.

1.3 BITUMINOUS MACADAM The work shall consist of construction, in single course, of compacted crushed stone aggregates mixed with bituminous binder, to serve as base/binder course, laid immediately after mixing, on a previously prepared base in accordance with the requirement as per the specification as laid down in clause 504 and sub-clause thereto of MORTH specification for Road & Bridge works 2001(Forth revision) and as directed by Engineer-in-charge.

1.3.1 MATERIAL

1.3.1.1 BITUMEN Bitumen shall conform to grade and quantity as specified in nomenclature of the item.

1.3.1.2 AGGREGATEAggregate shall consist of crushed stone aggregate confirming to grading specifications as laid in paras 504.2.2 to 504.2.4 of MORTH specification 2001.No natural aggregate or sand shall be allowed.

1.3.2 RATE

The contract unit for the Bituminous Macadam shall be payment in full for carrying out all the required operations including full compensation for all components listed in clause 504.8 (i) to (vi) of MORTH specification 2001. The rate shall cover the provision of bitumen in the mix design @ of weight of total mix with provision that variation of quantity on minus side shall be recovered @ Rs.** per M.T of bitumen. However, no extra payment would be admissible for use of bitumen if the variation is on higher side i.e. beyond of weight of total mix.

1.4 DENSE BITUMINOUS MACADAMThe work shall consist of construction, in single course of compacted crushed stone aggregates mixed with bituminous binder, to serve as base/binder course, laid immediately after mixing on a previously prepared base in accordance with the requirement as per the specification as laid down in clause 507 and sub-clause there to of MORTH specifications for Roads & Bridges works 2001 (Forth revision) or as directed by Engineer-in-Charge.

1.4.1 MATERIAL

1.4.1.1 BITUMEN Bitumen shall conform to grade and quantity as specified in nomenclature of the item.

1.4.1.2 AGGREGATEAggregate shall consist of crushed stone aggregate conforming to grading & specification as laid down in paras 507.2.2 to 507.2.5 of MORTH specification 2001. No natural aggregate or sand shall be allowed.

1.4.1.3 FILLER Filler shall consist of hydrated lime confirming to specification & grade as specified in clause 507.2.4 of MORTH specifications 2001.

1.4.2 RATEThe contract unit rate for the Dense Bituminous Macadam shall be payment in full all for carrying out all the required operations including full compensation for components listed in clause 504.8(I) to (vi) of MORTH specification 2001.The rate shall cover the provision of bitumen in the mix design @ of weight of total mix with provision that variation of quantity on minus side shall be recovered @ Rs. ** per M.T of bitumen. However, no extra payment would be admissible for use of bitumen if the variation is on higher side i.e. beyond of weight of total mix.

1.5 DENSE BITUMINOUS CONCRETEThe work shall consist of constructing a single layer of specified compacted thickness of dense bituminous concrete consisting of crushed stone aggregate mixed with bituminous binder, to serve as wearing course, laid immediately after mixing on a previously prepared base in accordance with the requirement of specification as

document.doc Page 30 of 57

Page 31: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04250.doc · Web viewRating Amps Type of starter 1. 0-10 HP 16 63 DOL 2 12.5 to 15 HP 25 63 Star/delta

laid down in clause 512 and sub-clause thereto of MORTH specifications for Roads & Bridges works (Forth revision) 2001 and as directed by Engineer-in-Charge.

1.5.1 MATERIAL

1.5.1.1 BITUMEN

Bitumen shall conform to grade and quantity as specified in nomenclature of the item.

1.5.1.2 AGGREGATEAggregate shall consist of crushed stone aggregate conforming to grading & specification as laid down in sub clause 512.2.2 to 512.2.5 of MORTH specification 2001 for Roads & Bridges works (Forth revision) 2001. No natural aggregate or sand shall be allowed.

FILLER Filler shall consist of hydrated lime of grade & specification conforming to clause 512.2.4 of MORTH specifications 2001.

1.5.2 RATEThe contract unit rate for the Dense Bituminous concrete shall be payment in full all for carrying out all the required operations including full compensation for components listed in clause 504.8(i) to (vi) of MORTH specification 2001.The rate shall cover the provision of bitumen in the mix design @ of weight of total mix with provision that variation of quantity on minus side shall be recovered @ Rs. ** per M.T of bitumen. However, no extra payment would be admissible for use of bitumen if the variation is on higher side i.e. beyond of weight of total mix.

1.6 BITUMEN MASTIC WEARING COURSEThe work shall consist of constructing in a single layer of 25mm and 40mm thick bitumen mastic wearing course for road and bridge deck. The bitumen mastic shall be laid over a density bituminous macadam base in case of road pavement and over a cement concrete base in case of bridge deck. The work is to be done as per IS5317-1987 &IS 1195-1978 and clause 515of MORTH specification for Roads &Bridges 2001. The rate shall cover the provision of bitumen in the mix design as per clause 515 of MORTH specification. If the quantity of bitumen in job mix is lesser than the minimum of MORTH specification than the difference between actual quantity as per job mix and minimum shall be recovered @Rs. ** per MT of bitumen. However no extra payment would be admissible for use of bitumen if the variation is on higher side of MORTH Specification.

document.doc Page 31 of 57

Page 32: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04250.doc · Web viewRating Amps Type of starter 1. 0-10 HP 16 63 DOL 2 12.5 to 15 HP 25 63 Star/delta

ADDITIONAL CONDITIONS

1. Before tendering, the tenderer shall inspect the site of work and shall fully acquaint about the conditions with regard to site, nature of soil, availability of materials suitable location for construction of godowns, stores and labour huts, the extend of leads and lifts involved in the work (over the entire duration of the contract) including local conditions, traffic restrictions, obstructions and other conditions, as required for satisfactory execution of the work. His rates should take into consideration all such factors and contingencies. No claim whatsoever shall be entertained by the Department on this account.

2. The contractor must study the specifications & conditions carefully before tendering.

3. Before start of the work, the contractor shall submit the program of execution of work, get it approved from the Engineer-in-Charge and strictly adhere the same for the timely completion of the project work.

4. The contractor shall have to make approaches to the site, if so required and keep them in good condition for transportation of labour and materials as well as inspection of works by the Engineer-in-Charge. Nothing extra shall be paid on this account.

5. The contractor shall at all times carry out work on the Busy Road sites in a manner creating minimum hindrances in the flow of traffic as per direction of Engineer-in-Charge.

6. All arrangements for traffic diversion during construction including maintenance of diversion roads shall be considered as incidental to the work and contractor’s responsibility and nothing shall be payable to him in this respect. However, if any new diversion road is constructed by the contractor, the same will be paid separately.

7. Any damage done by the contractor to any existing work shall be made good by him at his own cost.

8. The work shall be carried out in the manner complying with the requirement of relevant bye-laws of the local bodies under the jurisdiction of which the work is to be executed and nothing extra shall be paid in all respects on this account.

9. The contractor shall make his own arrangements for obtaining electric connection(s), if required, and make necessary payment directly to the Department concerned. The Department will however make all reasonable recommendations to the authority concerned in this regard.

10. The contractor or his authorised representative should always be available at the site of work to take instructions from Departmental Officers, and ensure proper execution of work. No work should be done in the absence of such authorised representative.

11. The structural and other drawings for the work, shall at all times, be properly correlated before executing any work and no claim whatsoever shall be entertained in this respect.

12. The contractor shall maintain in good condition all works executed till the completion of entire work allotted to the contractor.

13. No payment will be made to the contractor for damaged caused by rains, or other natural calamities during the execution of works and no such claims on this account will be entertained.

14. Royalty at the prevalent rates and all other incidental expenditure shall have to be paid by the contractor on all the boulders, metal, shingle, earth, sand, bajri etc. collected by him for the execution of the work directly to the concerned Revenue Authority of the State or Central Government. His rates are deemed to include all such expenditure and nothing extra shall be paid.

15. The contractor shall take all necessary measures for the safety of traffic during construction and provide, erect and maintain such barricades, including sinages, markings, flags, lights and flagman, as necessary at either end of the excavation embankment and at such intermediate points as directed by the Engineer-in-Charge for the proper identification of construction area. He shall be responsible for all damages and accidents caused due to negligence on his part.

16. The contractor shall provide suitable barricading with suitably painted single row of GI sheets about 3-0" wide (90cms) nailed or bolted with wooden poles spaced 2 to 3 metre apart and each pole 1.6m to 2m long, 8cm to 10cm dia. The poles will be embedded in mobile iron pedestal/ rings suitably framed for giving stable support without hindering the traffic as per direction of the Engineer-in-Charge. All management (including watch and

document.doc Page 32 of 57

Page 33: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04250.doc · Web viewRating Amps Type of starter 1. 0-10 HP 16 63 DOL 2 12.5 to 15 HP 25 63 Star/delta

ward) of barricades shall be the full responsibility of the contractor. The barricades shall be removed only after the completion of the work or part of work. The contractor’s rate shall include all above items of work and nothing extra shall be paid to the contractor over and above his quoted rates.

17. The temporary warning lamps shall be installed at all barricades during the hours of darkness and kept lit at all times during these hours.

18. All works and materials brought and left upon the ground 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 President of India and the same are not to be removed or taken away by the contractor or any other person without special licence and consent in writing of the Engineer-in-Charge, but the President of India is not be in any way responsible 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 damaged by weather or otherwise.

19. The contractor will be responsible to provide deep safe drinking water to labour engaged in execution of work.

20. The rates for all items of work, unless clearly specified otherwise, shall include the cost of all labour, materials de-watering and other inputs involved in the execution of the items.

21. The materials to be issued to the contractor and the place of delivered shall be as mentioned elsewhere in the tender documents. If these are delivered at any other site, the difference in cost due to cartage will be adjusted accordingly. The contractor shall have to cart at his cost the materials to the site of work as soon as these are issued. The materials will be issued during the working hours and as per rules of the Central Stores of CPWD or the store of the PWD(NCTD) from time to time.

22. The contractor shall construct suitable godown at site of work for storing the materials safe against damage due to sun, rain, dampness, fire, theft etc. He shall also employ necessary watch and ward establishment for the purpose and no extra claim whatsoever shall be entertained on this account.

23. In the tender papers the works “CPWD” shall include PWD(NCTD) where applicable.

24. Existing drains, pipes, cables, overhead wires, sewer lines, water line and similar services encountered in the course of the execution of the work shall be protected against the damage by the contractor. The contractor shall not store materials or otherwise occupy any part of the site in a manner likely to hinder the operation of such services.

25. The contractor will not have any claim in case of any delay by the Engineer-in-Charge in removal of trees or shifting, removing of telegraph, telephone or electric lines ( overhead or underground), water and sewer lines and other structure etc. if any, which may come in the way of the work. However, suitable extension of time can be granted to cover such delays.

26. Contractor may be required to execute this work under foul position. The decision of the Engineer-in-charge whether the position is foul or not shall be final and the binding on the contractor and nothing extra for executing the work in foul position is payable, beyond what is provided in the schedule of quantities.

27. For completing the work in time, the contractor might be required to work in two or more shifts, including night shift and no claims what so ever shall be entertained on this account, not with standing the fact that the contractor will have to pay to the laborers and other staff engaged directly or indirectly on the work according to provisions of labour regulation and the agreement entered upon and / or extra amount for any other reasons.

28. The rates for all the items of the of work unless otherwise specified shall include cost of all labour, materials, dewatering and removal of silt, mud, vegetation etc. and other inputs required for the execution of the work. Only the material stated in the schedule of quantities and in schedule “B” shall be issued by the department. In case any material supplied free of cost by the department is lost/damaged after issue while in transit or from the custody of the contractor recovery shall be made at the current replacement cost of the material plus ten percent.

29. Unless otherwise specified the rates are applicable for all heights depths, lead & lifts involved and the execution of work in or under water and or liquid mud including making diversion channels if necessary

30. No claim for the idle labour, machinery and establishment on account of suspension/stoppage of work for any reason whatsoever shall be admissible under any circumstances.

31. The contractor shall take all precautions to avoid accident by exhibiting necessary caution boards by providing red flags, red lights & barriers. The contractor shall be responsible for any accident at the site of work and consequences thereof.

document.doc Page 33 of 57

Page 34: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04250.doc · Web viewRating Amps Type of starter 1. 0-10 HP 16 63 DOL 2 12.5 to 15 HP 25 63 Star/delta

32. The work shall be carried out in such a manner so as not to adversely effect or disturb other works being executed by other agencies near the site of work.

33. The site shall be cleared & all the surplus and unserviceable material shall be disposed off as directed by the Engineer-in-Charge.

34. Stipulated material shall be issued for use at site on works, all the items where such materials are required. For factory made product like pre-cast cement tiles, pre-cast hollow concrete blocks, pre-cast foam concrete blocks, pre-cast RCC pipes etc. stipulated material shall not be issued.

35. The work of approach road in the entire stretch shall be completed to safe level in one Working season if it lies in the Khadir width of river.

36. The work shall be carried out in such a manner so as not to interfere or effect or disturb other works being executed by other agency if any.

37. The Malba/garbage, removed from the site shall be disposed off by the contractor at any Suitable places as directly Engineer-in-charge.

38. The contractor shall have to mention the detail of Hot Mix Plant from where he intends to bring the bituminous mix. The plant including all material to used in the bituminous mix shall be open to inspection by Engineer-in-charge or his authorised representative, wherever required.

39. The work shall be carried out by the contractor on different roads under this division. Before the work is taken up on any particular road, the contractor shall mark various patches to be repaired on the road in paint in consultation with site staff and shall record them in tabular form as below and shall get them authenticated from E.E before starting main repair work

S. No. Name of Road RD Size of Patch Area of repair

40. The nature of work is such that contractor may have to carry out a part of work amounting to not less than Rs.50,000/-(Fifty Thousand) or full work on short notice of 48 hours from the instruction of Engineer-in-Charge in writing on site order book or through special messenger. Failure to comply with the instruction or delay in taking up the work as per schedule issued by Engineer-in-Charge shall attract penalty clause as mentioned in the agreement. In addition a fine of Rs.1, 000/- per day for each day of default shall be recovered from contractor and decision of Engineer-in-charge shall be final, binding and not open to arbitration.

document.doc Page 34 of 57

Page 35: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04250.doc · Web viewRating Amps Type of starter 1. 0-10 HP 16 63 DOL 2 12.5 to 15 HP 25 63 Star/delta

SCOPE OF WORK1. The scope of work comprises of the design, fabrication, supply, erection, installation, testing,

commissioning and operations & maintenance of packaged effluent treatment plant with design hydraulic and organic loading of influent sewage as under:-

Average flow 25 cum per hour.Estimated peak flow 2.5 times the average flow.PH 7.5Total suspended solids 500 mg/l.BOD (5 days at 200 C) 300 mg/l.COD 500 mg/l.Oil & grease 15 mg/l

2. The treatment plant shall be guaranteed to produce effluent with following characteristics.PH 7.5Total suspended solids < 50 mg/l.BOD (5 days at 200 C) <30 mg/l.COD <250 mg/l.Oil & grease <1 mg/lBio assay test 90% survival of fish after 96 hrs in 100% effluent.

3. The treatment scheme/sizing of equipment as given in the tender are minimum requirement.

4. The agency, if deems it fit, can add additional units/equipment to meet the requirement of guaranteed treated effluent Characteristic as mentioned at 8.2. However the rates quoted by him shall be for the compact and packaged treatment plant and nothing extra over and above it shall be payable.

5. The contractor shall stand guarantee for the efficient performance of the plant and for the treated effluent conforming to the standard laid down herein above.

6. The plant shall be deemed to have been commissioned when analysis & test result of composite samples on seven consecutive days shall be found to be within prescribed limit.

7. Composite sample for the purpose of this article shall mean the sample prepared by mixing the samples of treated effluent collected at regular interval during the day. Testing of the sample shall be carried out in the reputed lab as approved by the Department.

8. If the plant is not running on full load during commissioning due to generations of less influent or less organic loading, the E.T.P. shall be taken to have been commissioned subject to the condition that it meets the requirement laid down at S.No.8. 6 above.

9. Tenderer shall incorporate all the necessary provisions in their design to ensure the plant tohandle an excess flow of 20% (provided the total organic loading remains the same) satisfactorily without and hiccup and compromise with the quality of the treated effluent.

10. All water retaining structure shall be designed with M 20 concrete and as per relevant I.S.code.

11. The contractor shall submit the detailed structural drawings to the Department for the approval of the accepting authority. Any improvement or change suggested by the Department shall be incorporated in the drawings and the same shall be strictly adhered to during execution at site.

12. The Department shall provide the following.(i) Inlet to Pump sump.(ii) Incoming cable to MCC panel.(iii) Outgoing drain from E.T.P.

(iv) General lightning of the site for ETP.(v) Approach to the site for ETP.(vi) Disposal of sludge Generated in ETP.

document.doc Page 35 of 57

Page 36: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04250.doc · Web viewRating Amps Type of starter 1. 0-10 HP 16 63 DOL 2 12.5 to 15 HP 25 63 Star/delta

13. The completion certificate shall be issued after successful commissioning. The contractor shall apply for Completion Certificate along with 3 sets of completion drawings the soft copy of the same. The contractor shall also furnish 3 copies of operations & maintenance manual along with the soft copy of the same.

14. The contractor shall furnish spare parts details for each component of the equipment the details shall include complete list of parts, as recommended by the manufacturers their specifications and authorized dealers.

15. The Electrical & mechanical equipment shall be got approved from the Executive Engineer,PWD E.D.–I if required by the Executive Engineer, PWD II i.e. Engineer-in-charge for thework.

16. The contractor shall arrange at his own cost the approval of the regulatory authorities/pollution Control Board/Local bodies, before the plant is deemed to have been commissioned.

17. Treatment scheme:-

18. The invert level of the last manhole is 4.5 mt below G.L. The treatment scheme has to be designed for an average flow of 21 cum per hour. The design criteria and scheme are elaborated below :

TREATMENT SCHEME:

TREATMENT CONCEPTThe sequencing batch reactor (SBR) process is a cyclic activated sludge treatment process. Multiple reactors are provided to treat the wastewater in batches. Sequencing batch reactors will be and operated to oxidize the carbonaceous BOD, nitrify the ammonia, and denitrify to reduce the total nitrogen to a level that meets the permit limits. All treatment processes including equalization, aeration, denitrification, and sedimentation, and decanting occur in the SBRs eliminating the need for separate clarification and return activated sludge systems.

 The typical SBR treatment sequence for nitrification-denitrification systems is as follows:

1. The reactor is allowed to fill with raw wastewater. The filling phase is often divided into stages that include aeration to reduce BOD and to nitrify ammonia and then mixing without aeration to promote denitrification (removal of nitrogen).

2. A reaction phase is generally provided to promote additional treatment.3. A settling or quiescent phase then follows to allow the biological solids to settle.4. A decanting phase is provided to draw off the clarified effluent from the upper portion of the reactor. 5. Often a small idle phase is provided to allow time for miscellaneous operations that may need to occur to

keep the reactors in sequence. 

Wasting of the biological solids that are produced by converting BOD to bacteria needs to occur periodically to maintain the design mixed liquor concentration and sludge age. Wasting can occur at anytime in the process sequence. Frequently, wasting is performed following the decant phase when the sludge concentration is highest.

 The SBRs will be equipped with diffused aeration, and decanting facilities. The discharge from SBR systems is higher than the inflow because the same volume of water that entered the SBR is discharged over a shorter time period. The treated water from SBR is pumped through the Pressure Filter and Activated carbon column for removal of suspended solids, final polishing and removal of any traces of colour. The effluent is then passed through the UV system to disinfect the treated sewage. The treated sewage can be used for horticulture or in tolites for flushing purposes. Excess sludge from the SBR tank is pumped out periodically automatically to the Filter Press for dewatering and drying during decanting phase

document.doc Page 36 of 57

Page 37: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04250.doc · Web viewRating Amps Type of starter 1. 0-10 HP 16 63 DOL 2 12.5 to 15 HP 25 63 Star/delta

UNIT SIZES & CALCULATIONS

SCREEN CHAMBER

Flow Through The Unit 600 M3 / dayNo. of Unit oneStructure RCCOverall Size 1 x 1 x 0.5m Water Depth below invert level of drainBAR SCREENBar Size 50 x 10 mm Flat BarSpacing between Bars 20mmAngle of inclination 60 degree

COLLECTION CUM EQUALIZATION TANK WITH PUMPS

DESIGN FLOW 600 KLDCONSTRUCTION RCCNO. OF UNIT ONEDetention 4 HrsSize 5.0 M x 5.0 M x 4.0 SWD+ 0.5 M FB Cover RCC Slab / MS grating to avoid odour problemPUMPSTYPE Non Clog Horizontal Centrifugal PumpsMOC CINo.s 2 Total No of Cycle 12 operation in a dayVolume handled in one operation

600/12 = 50.0 Cu.M

Time required for filling the SBR chamber

1-2 Hr.

Capacity 50 / 1 = 50 or say 60 Cu.M / Hr at 8 M HeadMake Kirloskar / Jhonson / KSB /

FLOW MEASUREMENT SYSTEMType Electromagnetic Flow Measurement SystemRange 0-1500 Cu.M / Day

AccessoriesLocal Indicator with Transmitter, totalizer and power back-up

SEQUECHING BATCH REACTOR

No. of unit One Material of Construction

RCC

Flow Rate600 KL/Day

Inlet BOD 300 Mg/lInlet COD 600 Mg/lVolumetric Loading 2000 gm of BOD / Cu.m / DayVolume required 600 x 300/2000 = 90 Cu. MVolume Provided 144 Cu. mNo of Chambers 3Size of Each Chamber 4.0 x 4.0 x 3.0 SWD + 0.5 FB

AccessoriesDecanting deviceNo of Decanting device

3 one in each SBR

document.doc Page 37 of 57

Page 38: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04250.doc · Web viewRating Amps Type of starter 1. 0-10 HP 16 63 DOL 2 12.5 to 15 HP 25 63 Star/delta

Control Pneumatic Valves with PLC systemMake Enviro / Micro / WTAInfluent Distribution SystemNo of Decanting device

3 one in each SBR

Control Pneumatic Valves in Loop with Decanting device operated through with PLC system

Make Enviro / Micro / WTADiffused aeration System complete with membrane diffuserNo of Decanting device

3 one in each SBR

Control Pneumatic Valves with PLC systemMake Enviro / Micro / WTA

AIR BLOWER

Type Twin LobeBOD removed Per Day

600 x 300 / 1000 = 180 Kg /Day

Air Required 60 Nm3 / Kg of BOD removedTotal Air Required 180 x 60 / 24 = 450 NM3 / Hr at 3500MMWCNo of Blower 2 ( 1 W + 1 S )Capacity of blower Provided

500 NM3 / Hr at 4000 MMWC

Make Everest / Kay / Beta Maschinenfabrik

PRESSURE FILTER SUMP

No. of unit One Material of Construction

RCC

Detention 1 HrVolume 25 Cu.MSize 4.0 x 2.0 x 3.2 SWD + 0.3 FB

High Head Pump

NO. OF PUMPS 2 ( 1W + 1 S) Capacity 60 Cu.M / Hr at 40 M HeadMake Kirloskar / Jhonson / KSB /

PRESSURE FILTER

Flow 25 M3/Hr.

No. of Filter/Type one

Working Pressure 2.5 Kg/cm2

Maximum Pressure Drop 1.5 Kg/cm2

Media Depth 1.25 M

Filteration Rate 7.5 M3 / M2 / Hr

Size Dia 2.1 x 1.5 HOS

ACTIVATED CARBON FILTER

Flow 25 M3/Hr.

No. of Filter/Type One Vertical

Working Pressure 2.5 Kg/cm2

Maximum Pressure Drop 1.5 Kg/cm2

Media Depth 1.25 M

Filteration Rate 10 M3 / M2 / Hr

document.doc Page 38 of 57

Page 39: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04250.doc · Web viewRating Amps Type of starter 1. 0-10 HP 16 63 DOL 2 12.5 to 15 HP 25 63 Star/delta

Size Dia 1.8 x 1.5 HOS

SLUDGE DEWATERING SYSTEM WITH PUMPS

No of Units OneCapacity 3 Cu.M / hrMAKE Pennwalt , Humboldt Wedag , Micro

TransmissionNO. OF PUMPS Two ( 1 W + 1 S )TYPE Screw Pump MOC CIMAKE ROTOMAC / CHEMECHCAPCITY OF PUMPS 3 Cu.M / hr

SPECIFICATION FOR PRESSURE FILTERS & ACTIVATED CARBON COLUMN

i. All non destructive testing like radiography, dye penetration test etc shall be conducted as per IS-803 / IS 2825 to the extent applicable.

ii. All equipment shall preferably be transported to site in a single piece.

iii. All carbon steel equipment shall be cleaned by sand / shot blasting to grade SA 2.5 and shall be applied with coats of epoxy primer and final epoxy paint internally and externally both.

iv. All welding joint jobs shall be carried out relevant I.S. codes / standards and shall be got approved from the Engineer-in-Charge.

v. Nozzles and attachment shall be located clear of weld joints.

TECHNICAL SPECIFICATION FOR MECHANICAL EQUIPMENTS 1. PUMPS:

The CENTRIFUGAL PUMPS shall conform to the latest version of following I.S. codes:

IS 1520 : Horizontal Centrifugal Pump for clear, cold fresh water.IS 5120 : Technical requirement for roto-dynamic special purpose pumps.IS 5600 : Sewage and Drainage Pumps.IS 9137 : Code for acceptance tests for centrifugal mixed flow and axial flow

Pumps – class “C”2 DESIGN REQUIREMENTS:

2.1 The equipment shall be capable of developing the required total head at rated capacity and shall continuously maintain it during running & operation.

2.2 The total head capacity curve shall be continuously rising towards the shut off with the highest head at shut off.

2.3 Pumps of particular category shall be identical pumps and shall be suitable for parallel operation with equal load division.

2.4 Impellers shall preferably be of non-over-loading type2.5 Pumps shall run smooth without undue noise and vibration. The rubber sheet

shall be provided below the base frame of pumps to absorb vibrations.

3 SPECIFICATION FOR PIPELINES:3.1 Sizes of pipe line shall be such as to produce the following velocity for

various sections of pipe line

(a) PUMP SUCTION CONDUIT 0.8 – 1.2 m/sec(b) PUMP DISCHARGE CONDUIT 1.2 – 2.4 m/sec

document.doc Page 39 of 57

Page 40: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04250.doc · Web viewRating Amps Type of starter 1. 0-10 HP 16 63 DOL 2 12.5 to 15 HP 25 63 Star/delta

(c) HEADER 1.5 – 2.0 m/sec(d) GRAVITY LINES 0.8 – 1.0 m/sec

3.2 MATERIAL OF CONSTRUCTION OF PIPES3.2.1 EFFLUENT:- GI / HDPE / M.S.3.2.2 HDPE pipe, Pipe fittings etc shall conform to IS-4984, IS 8008 and other

relevant IS codes listed in the list of applicable codes and standards.3.2.3 The gaskets in HDPE lines should be natural rubber of 3mm thickness.3.2.4 All GI pipes shall conform to IS-1239 (GI ) Part-I or equivalent international

standards.3.2.5 All gun metal valves shall conform to IS-778 Class-II or equivalent standards.3.2.6 All GI fittings shall conform to IS-1239 ( GI ) Part-II or equivalent standards.3.2.7 All pipes & fittings shall be of Class B type.

4 Specification for Electrical Equipments and accessoriesM.C.C. PANEL

4.1 Construction(a) Compartmentalized non draw out single front, vermiproof / dustproof(b) Cable entry from bottom rear side.

5. Fabrication(a) Fabricated from CRCA sheet of 2 mm Thk.(b) Doors & covers : CRCA sheet of 2mm thk.(c) Base ISMC 75/10 SWG

6. PaintingAll metal surfaces shall be thoroughly cleaned and degreased to remove all scales, rust, grease and dirt. Fabricated structures shall be pickled and treated to remove any trace of acid. The under surface shall be prepared by applying a coat of phosphate paint and a coat of yellow zinc chromate primer. The nder surface shall be freed from all imperfections before undertaking the final coat. After preparation of the under surface, the panel shall be powder coated with two coats of paint of approved shade. The finished panel shall be dried in staving ovens in dust free atmosphere. Panel finish shall be free from imperfections like pin holes, orange peels, run-off paint etc. All unpainted steel parts shall be cadmium plated or suitably treated to prevent rust, corrosion etc.

7. Busbar(a) The Bus bar shall be made from high conductivity electrolytic aluminium

conforming to grade E91E of IS 5082. The Busbars and supports shall be capable of withstanding the rated & short circuit current stated in the approved single line diagram / feeder details. Maximum Current density permissible for aluminium bus bars shall be 1.0 Amps / Sq.mm for busbar area below 500 sq.mm. An earthing busbar of minimum 150 sq.mm section aluminium shall be provided outside panel at bottom throughout the length of the panel.

(b) The busbar shall be provided with heat shrinkable insulating sleeve. Supports for busbars shall be made of suitable size hylem sheets / epoxy compound blocks and these should be adequate in number so as to avoid any sag in the busbars.

(c) Minimum Clearance between phase to phase shall be 25mm and that between phase to neutral / earth shall be 20mm.

8 Name Plates :

(a) Name plates for all incoming and outgoing feeders shall be provided on doors of each compartments of MCC and distribution board. Name plates shall be engraved on metallic plates and fixed by screws / rivets only and not by adhesives. Special Danger plates shall be provided as per requirement.

document.doc Page 40 of 57

Page 41: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04250.doc · Web viewRating Amps Type of starter 1. 0-10 HP 16 63 DOL 2 12.5 to 15 HP 25 63 Star/delta

(b) Inside the panels, stickers/ferrules should be provided for all components giving identification no. as per detailed wiring diagram

8.1 Installation : Indoor type having floor mounted type

8.2 INCOMER

8.3 Incomer with MCCB of suitable rating

8.4 Energy meter – Electronic digital type suitable to measure unbalanced loads of 3 phase 4 wire system

8.5 Metering Ammeter, Voltmeter with Selector Switches CT’s with shorting link and fuses.

8.6 Voltmeter shall be suitable for direct line connection. Voltmeter shall be connected through fuses only. All voltmeter shall be provided with selector switches.

8.7 Ammeter provided for feeders units shall be with rotary selector switches and those for motor shall be without selector switches. Ammeters for 20 amps and above shall be CT operated.

8.8 RYB Indication Lamp ( LED TYPE ) with control fuses.8.9 CT shall be cast resin insulated type. Primary and secondary terminals shall

be marked indelibly. CTs shall preferably be mounted on stationary parts. CT rating and ratios shall be as per feeder ratings. These shall be capable of withstanding momentary short circuit and symmetrical short current for 1 Second. Neutral side of CT shall be earthed. Protection CT shall be below reactance, accuracy class “SP” and accuracy limit factor greater than “10”. Instrument CTs shall be of accuracy class “1.0” and accuracy limit factor less than “5.0”

9. Outgoing feeder of rating :

(a) Each outgoing feeder shall have 1no. SFU with HRC fuse link, 1no. contactor ( DOL starter for < 10 HP and Star Delta Starter for unit >10 HP ) of suitable rating, 1 overload relay, 2no.s push button, 2 no.s indicating lights, 1 no Neutral link and 1 set of terminal blocks.

(b) Special Requirements:All motor feeders above 7.5 KW shall have automatic Star-Delta starters and 7.5 KW & below shall have DOL starters unless specified otherwise. All the power contactors of Star – Delta starters shall have same current rating. The following selection table shall be followed for starters of motor feeders unlessotherwise specified:

S.NO 415 V Motor

HP

Contactors

Rating.Amps

Switch/MCCB

Rating Amps

Type of

starter

1. 0-10 HP 16 63 DOL

2 12.5 to 15 HP 25 63 Star/delta

3. 20 to 25 Hp 32 63 ”

4. 30 HP 32 100 ”document.doc Page 41 of 57

Page 42: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04250.doc · Web viewRating Amps Type of starter 1. 0-10 HP 16 63 DOL 2 12.5 to 15 HP 25 63 Star/delta

5. 40 to 45 HP 40 100 ”

6. 50-60 HP 70 100 ”

For incoming feeder MCCB shall be provided unless otherwise stated in the feeder details. Motor starters shall be suitable for AC3 duty unless specified otherwise.

All incoming and outgoing feeder above 10 HP shall be provided with Ammeter.

10. Wiring & Terminals

Power and control wiring shall be done with PVC insulated copper conductors and shall be terminated with

adequately sized compression type lugs for connections to the equipment terminals and terminals strips. Each

wire shall be identified both ends by ferrules. Not more than two wires to be terminated at one terminal and

size of terminal should be used keeping in view the components for which they are used, so that sufficient

surface contact can be achieved. Incoming and outgoing to be made at terminals only. Control wiring shall be

done with 1.5 sq mm only. Wire shall be of ISI mark only.

11. Earthing

Two no.s of earthing terminals shall be provided for connecting the earth. All non current carrying metallic

parts of the equipments shall be earthed.. The entire earthing of equipments to be supplied and erected shall

be carried out strictly in accordance with latest IS-3043/IER. A suitable pit of 200mm diameter shall be dug.

The pit shall be filled with alternate layer of coal or charcoal and salt in 150mm thk. Layers upto the entire

length of main electrode. In the pit main earth electrode having 12 mm dia through holes at 150 mm intervals

staggered along the full length is provided. The main electrode shall be provided with funnel with wire mesh,

GI check nuts, GI nuts washers etc.

12. Power Cables

Power cables for use on 415 V shall be of 1100 volt Grade, Aluminium Conductor, PVC insulated, PVC

sheathed, armoured and overall PVC sheathed strictly as per IS : 1554 (Part- I)- 1976. The 4 core armoured

aluminium electrical cable of suitable rating from MCC Panel to units, shall be laid 1m below ground level

covered with sand and bricks. For laying of cables above ground, upto equipments, GI pipe or cable tray shall

be used.

13. The scope of work includes submission of detailed architectural drawings of the entire scheme for efficient treatment of effluent as per the given parameters and structural design of various units/components. The scope of work also includes getting the architectural drawings and structural drawings/designs proof checked by reputed institution as decided by Engineer-in-charge. The recommendations as a result of proof checking will have to be incorporated in the architectural/structural design. The contractor shall depute his designer/consultant to attend the office of proof consultant as & when required. No extra payment/claim shall be admissible for this. The time period for submission of design/drawing includes proof checking. The proof consultant charges shall be borne by the department.

document.doc Page 42 of 57

Page 43: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04250.doc · Web viewRating Amps Type of starter 1. 0-10 HP 16 63 DOL 2 12.5 to 15 HP 25 63 Star/delta

GENERAL SPECIFICATIONS1. The work in general shall be executed as per the description of the item, specification attached, MORTH

specifications for road and bridge works 2001 (4th revision), CPWD Specifications 1991-1992 Vol. I, II,III and 1996 Vol. IV,V and VI and general specifications for electrical works 2007 Part-1 & II with correction slips up to date of tender notice.

2. In case of any variation between different applicable specifications, the following order of precedence be followed:

i) Nomenclature of item

ii) Particular specifications attached with the tender document.

iii) MORTH specifications 2001 (4th revision). The word "MORTH specifications" or "MORTH Specifications 2001" appearing anywhere means the same as above.

iv) CPWD specifications 1991-1992 Vol. I, II, III and 1996 Vol IV, V and VI with correction slips upto the date of tender notice.

3. The contractor shall be required to produce samples of all road materials sufficiently in advance to obtain approval of the Engineer-in-Charge. Subsequently the materials to be used in the actual execution; of the work shall strictly conform to the quality of samples approved. In case of variation, such materials shall be liable to rejection.

4. All the materials obtained from Government stores or otherwise shall be got checked by the Junior Engineer/ Assistant Engineer in-charge of the work, on receipt of the same at site before use.

5. All the materials used in the work shall comply with the requirements of Engineer-in-charge and shall pass all the test and analysis required by him as per particular specifications as applicable or such recognised specifications as acceptable to the Engineer-in-charge.

6. The contractor shall be required to provide appliances at site, such as weighing scale, graduated cylinder, standard sieves, thermometer, slump cones, electric oven Proctor moulds etc. in order to enable the Engineer-in-charge to conduct field tests to ensure that the quality is consistent with the prescribed specifications and nothing extra shall be paid on this account.

7. The contractor shall at his cost, make all arrangements and shall provide such facilities as the Engineer-in-charge may require for collecting, preparing and forwarding the required number of samples for tests and for analysis at such time and to such places as directed by the Engineer-in-charge. Nothing extra shall be paid for the above, including the cost of material to be tested.

8. The necessary tests shall be conducted in the laboratory of PWD (NCTD), CPWD, Central Road Research Institute or IIT, Delhi, or any other laboratory approved by the Engineer-in-charge. The sample for carrying out all or any of the tests shall be collected by the Engineer-in-charge or on the behalf of the Officer-in-charge of the quality control wing of Central Design Office, CPWD and his authorised subordinate or by the officer-in-charge, PWD (NCTD) laboratory and his authorised subordinate for carrying out the independent quality control tests and the results will be binding on the contractor. The testing charges, if any, shall be borne by the department.

9. The contractor or his authorised representative shall associate in collection, preparation, forwarding and testing of such samples. In case he or his authorised representative is not present or does not associates himself, the results of such tests and consequences thereon shall be binding on the contractor.

10 The contractor shall get the water tested with regard to its suitability for use on the works and get approval from the Engineer-in-charge before he proceeds with the use of same for execution of works.

11. Wherever any reference to any Indian Standard specifications and/or IRC codes occur in the documents relating to this contract same shall be inclusive of all amendments issued there to or revision thereof if any, up to date of the tender notice.

12. The contractor must take adequate precautions to ensure that no spillage of construction materials takes place on the carriageway. The spillage of construction material should be removed with in 24 hour notice. Failure to which, the material will be removed by the Engineer-in Charge and the cost of removal shall be recovered from the Contractor.

document.doc Page 43 of 57

Page 44: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04250.doc · Web viewRating Amps Type of starter 1. 0-10 HP 16 63 DOL 2 12.5 to 15 HP 25 63 Star/delta

PARTICULAR SPECIFICATIONS1 Finishing:-

All painting material shall be brought to the site of work in the original sealed containers. The material brought to the site of work shall be sufficient for at least 30 days of work. The material shall be kept under the joint custody of contractor and representative of the Engineer-in-charge. The empty containers shall not be removed from the site till the completion of the work without permission of the Engineer-in-charge.

2 Sanitary Installation/Water Supply/Drainage:-

2.1 The tender rates shall include the cost of cutting holes in walls, floors, RCC slabs etc. wherever required and making good the same for which nothing extra shall be paid.

3 Dismantling & Demolition:-3.1 The malba and building rubbish generated through dismantling and demolition is to be removed continuously.

Piling and stacking the same will not be allowed. If Engineer-in-charge feels that the suspended particles or hazardous dust is becoming more in the area due to demolition then in such case contractor has to arrange suitable sprinkler system to mitigate the level of suspended particles. Since the demolition work shall be carried out in building, necessary curtain/canvas or suitable material shall be provided so as to avoid inconvenience to the hospital staff and patients in the nearby buildings.

3.2 The malba obtained from dismantling will have to be disposed off at places as allowed by the MCD or NDMC or/and as directed by the Engineer-in-charge. Charges for dumping malba, if any, shall be borne by the contractor.

3.3 The contractor shall abide by all the rules and regulations as laid down by the local bodies e.g. MCD/NDMC/DJB etc. from time to time and in this connection shall make necessary arrangements in this context or as directed by the Engineer-in-charge without claiming anything extra on this account.

document.doc Page 44 of 57

Page 45: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04250.doc · Web viewRating Amps Type of starter 1. 0-10 HP 16 63 DOL 2 12.5 to 15 HP 25 63 Star/delta

LIST OF APPROVED MAKES FOR CIVIL WORKS

1. Synthetic Enamel Paints : Burger (Luxol gold), Asian(Apcolite), ICI Dulux (Gloss), Nerolac (Full gloss hard drying)

2. Oil Bound Distemper : Asian (Tractor), Berger (Bison), Nerolac Super Acrylic).

3. Cement Paint : Snowcem Plus, Berger (Durocem Extra), Nerolac (Nerocem with titanium)

4. M.S. Pipe : G.S.F., Jindal Hisar, Prakash Surya

5. Admixture for concrete : Cico, Sika, Pidilite, Asian

6. Epoxy Paint : Nerolac or equivalent

NOTE:- Refer para 9.5.3 of chapter 9.0 regarding approval of materials by the Engineer- In-Charge.

document.doc Page 45 of 57

Page 46: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04250.doc · Web viewRating Amps Type of starter 1. 0-10 HP 16 63 DOL 2 12.5 to 15 HP 25 63 Star/delta

Approved makes and brands of Mechanical & Electrical Equipments for ETP

Sewage / Sump Pumps Kirloskar Brothers Ltd. KSB / Kishore

SCREW PUMP Rotomac / Chemech

SBR Decanter Enviro / WTA /Micro Transmission,

SBR Influent distribution Enviro / WTA /Micro Transmission,

SBR diffused Aeration System Enviro / WTA /Micro Transmission,

PLC for SBR Enviro / WTA /Micro Transmission,

Blower Beta Maschinen Fabrik / Kay

Diffuser OTT , Rheau , SMR

Hypo dosing system Toshcon Jescon, Asia LMI,

Flow Meter E&H/ /Forbes Marshal / Eureka / Siemens

Motors Crompton / Kirloskar / Siemens/

Pressure Filter Micro Transmission / Envirosys / Paramount

Activated Carbon Filter Micro Transmission / Envirosys Projects

/Paramount

UV disinfection Unit ITT wood USA, Flow chem

Valves Kirloskar / Kartar / AIP /ISI

Gates Orient Casting / BCI /ISI

Bio FILL MM Aqua Technologies Ltd. / Cooldeck

Sludge Dewatering Arrangement Pennwalt, Humboldt Wedag, Micro Transmission

GI Pipe Jindal, Tata, Surya

CI Pipes & Fittings Oriental Casting, BIC

HDPE Dutron, Trustlene, Hasti

MCCB L&T / Siemens/Alstom/Crompton

SSU L&T / Siemens/Alstom/Crompton

document.doc Page 46 of 57

Page 47: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04250.doc · Web viewRating Amps Type of starter 1. 0-10 HP 16 63 DOL 2 12.5 to 15 HP 25 63 Star/delta

ACB L&T/ Siemens/Alstom/Crompton

Contactors / thermal overload relays L&T/ Siemens/Alstom/Crompton

Metres L&T/AE/MECO/IMP

Selector switch L&T / Kaycee

MCB L&T

CTs & PTs MEI/AE/Kappa Electricals/ ABB

Push Button Siemens/Teknic/ L&T/ CONCORD

Cables CCI/Unistar/Gloster/Incab

LT Panels Control & Switchgear / Agarwal Engineers / SEB

Engineers

document.doc Page 47 of 57

Page 48: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04250.doc · Web viewRating Amps Type of starter 1. 0-10 HP 16 63 DOL 2 12.5 to 15 HP 25 63 Star/delta

ANNEXURE-I

GUARANTEE BONDS

GUARANTEE TO BE EXECUTED BY THE CONTRACTOR FOR REMOVAL OF DEFECTS AFTER COMMISSIONING OF THE COMPLETE ETP.

The agreement made this.................... day of ................. (Two Thousand ……….. only) between ....................................S/o ...............................................(hereinafter called the GUARANTOR of the one part) and the PRESIDENT OF INDIA (hereinafter called the Government of the other part)

WHEREAS THIS agreement is supplementary to the contract (Hereinafter called the Contract) dated .................................. made between the GUARANTOR OF THE ONE PART AND Government of the other part, whereby the contractor inter alia, undertook to render the work in the said contract recited structurally stable, leak proof and of sound material, with proper workmanship yielding desired guaranteed outcome/result in regard to treated effluent.

AND WHEREAS THE GUARANTOR agreed to give a guarantee to the affect that the said work will remain structurally stable, leak proof and guaranteed against faulty material and workmanship, as well as shall function steadily & satisfactorily to treat the effluent to the desired guaranteed paramaters One years to be reckoned from the date of the commissioning of the ETP unit.

NOW THE GUARANTOR hereby guarantee that work executed by him will be free from any leakage, seepage, cracks in pipes and guaranteed against faulty material and workmanship, defective galvanising for One years to be reckoned from the date of the commissioning of the ETP unit.

The decision of the Engineer-In-Charge with regard to nature and cause of defect shall be final.

During this period of guarantee, the guarantor shall make good all defects and in case of any defect being found, rectify the same to the satisfaction of Engineer-in-charge at his cost and shall commence the work for such rectification within seven days from the date of issue of the notice from the Engineer-in-charge calling upon him to rectify the defects failing which the work shall be got done by the Department by some other contractor at the guarantor’s cost and risk and in the later case the decision of the Engineer-in-Charge as to the cost payable by the Guarantor shall be final and binding. That if the guarantor fails to make good all defects or commits breach thereunder, then the guarantor will indemnify the principal and his successor against all loss, damage, cost expense or otherwise which may be incurred by him by reason of any default on the part of the GUARANTOR in performance and observance of this supplementary agreement. As to the amount of loss and/or damage and/or cost incurred by the Government, the decision of the Engineer-in-charge will be final and binding on both the parties.

IN WITNESS WHEREOF these presents have been executed by the obligator.............................................................................and by............................................................................................ for and on behalf of the PRESIDENT OF INDIA on the day, month and year first above written.

SIGNED, sealed and delivered by OBLIGATOR in the presence of :-

1. ............................................... 2. ............................................

SIGNED FOR AND ON BEHALF OF THE PRESIDENT OF INDIA BY......................... in the presence of :

1. ..................................... 2. ............................................

PERFORMA FOR QUOTING REBATE

i) I/We offer an unconditional rebate of __________% ( ______________________________________________) on my tendered rates.

(In Words)

Contractor’s Signature

document.doc Page 48 of 57

Page 49: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04250.doc · Web viewRating Amps Type of starter 1. 0-10 HP 16 63 DOL 2 12.5 to 15 HP 25 63 Star/delta

SCHEDULE OF QUANTITIES Name of Work: C/o Orthopedic Block at LNJP Hospital, New Delhi.SH: C/o Effluent /Sewage Treatment Plant of capacity 600 KLD based on SBR Technology.[S.NO. DESCRIPTON OF ITEM QTY. UNIT RATE AMOUNT

CIVIL WORK 1 Earth work in excavation by mechanical means (Hydraulic excavator )/ manual

means over areas (exceeding 30cm in depth. 1.5m in width as well as 10 sum on plan) including disposal of excavated earth, lead upto 50m and lift upto 1.5m, disposed earth to be leveled and neatly dressed.

a) All kinds of soil 2937.64 cum2 Providing and laying in position cement concrete of specified grade excluding

the cost of centering and shuttering - All work upto plinth level :a) 1:4:8 (1 Cement: 4 coarse sand : 8 graded stone aggregate 40 mm nominal

size).73.10 Cu.M

3 Providing and laying in position specified grade of reinforced cement concrete excluding the cost of centering, shuttering, finishing and reinforcement - All work upto plinth level :

a) 1:1½:3 (1 cement : 1½ coarse sand : 3 graded stone aggregate 20 mm nominal size)

71.40 Cu.M

4 Reinforced cement concrete work in walls (any thickness), including attached pilasters, buttresses, plinth and string courses, fillets, columns, pillars, piers, abutments, posts and struts etc. upto floor five level excluding cost of centering, shuttering, finishing and reinforcement :

a) 1:1½:3 (1 cement : 1½ coarse sand : 3 graded stone aggregate 20 mm nominal size)

181.60 Cu.M

5 Centering and shuttering including strutting, propping etc. and removal of form for :

a) Foundations, footings, bases of columns, etc. for mass concrete. 115 Sq.Mb) Walls (any thickness) including attached pilasters, buttresses, plinth and string

courses etc.512 Sq.M

document.doc Page 49 of 57

Page 50: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04250.doc · Web viewRating Amps Type of starter 1. 0-10 HP 16 63 DOL 2 12.5 to 15 HP 25 63 Star/delta

c) Suspended floors, roofs, landings, balconies and access platform. 400 Sq.M6 Reinforcement for R.C.C. work including straightening, cutting, bending,

placing in position and binding all complete.a) Cold twisted bars 25300.25 Kg7 Providing and fixing M.S. grills of required pattern in frames of windows etc.

with M.S. flats, square or round bars etc. all complete.a) Fixed to steel windows by welding. 500 kg.8 Providing and fixing 1mm thick M.S. sheet door with frame of 40x40x6mm

angle iron and 3mm M.S. gusset plates at the junctions and corners, all necessary fittings complete, including applying a priming coat of approved steel primer.

a) Using M.S. angels 40x40x6 mm for diagonal braces. 2.52 Sq.M9 Cement concrete flooring 1:2:4 (1 cement : 2 coarse sand : 4 graded stone

aggregate) finished with a floating coat of neat cement including cement slurry, but excluding the cost of nosing of steps etc. complete.

a) 40mm thick with 20mm nominal size stone aggregate. 12 Sq.M10 Cement plaster skirting (upto 30 cm height) with cement mortar 1:3 (1 cement :

3 coarse sand) finished with a floating coat of neat cement.a) 18 mm thick. 1.85 Sq.M11 Providing and fixing on wall face Unplasticised Rigid PVC rain water pipes

conforming to IS : 13592 Type A including jointing with seal ring conforming to IS : 5382 leaving 10 mm gap for thermal expansion. (i) Single socketed pipes

a) 110 mm diameter 3.25 Metre12 Providing and fixing on wall face Unplasticised - PVC moulded fittings/

accessories for Unplasticised Rigid PVC rain water pipes conforming to IS : 13592 Type A including jointing with seal ring conforming to IS : 5382 leaving 10 mm gap for thermal expansion.

a) Shoe ( Plain )110 mm Shoe 1 No

13 Providing and fixing Unplasticised -PVC pipe clips of approved design to Unplasticised - PVC rain water pipes by means of 50x50x50mm hard wood plugs, screwed with M.S. screws of required length including cutting brick work and fixing in cement mortar 1:4 (1 cement : 4 coarse sand) and making good

document.doc Page 50 of 57

Page 51: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04250.doc · Web viewRating Amps Type of starter 1. 0-10 HP 16 63 DOL 2 12.5 to 15 HP 25 63 Star/delta

the wall etc. complete.a) 110mm 2 Nos14 Providing and fixing to the inlet mouth of rain water pipe cast iron grating 15 cm

diameter and weighing not less than 440 grams.1 Nos.

15 12 mm cement plaster of mix :a) 1:6 (1 cement : 6 coarse sand) 73.15 Sq.M16 15 mm cement plaster on rough side of single or half brick wall of mix :a) 1:6 (1 cement : 6 coarse sand) 83.2 Sq.M17 6 mm cement plaster of mix :a) 1:3 (1 cement : 3 fine sand) 21 Sq.M18 White washing with lime to give an even shade:a) New work (three or more coats) 21 Sq.M19 Distempering with oil bound washable distemper of approved brand and

manufacture to give an even shade :a) New work (two or more coats) over and including priming coat with cement

primer.56.4 Sq.M

20 Finishing walls with water proofing cement paint of required shade :a) New work (Two or more coats applied @ 3.84 kg/10 sum). 9.95 Sq.M21 Painting with synthetic enamel paint of approved brand and manufacture of

required colour to give an even shade: a) Two or more coats on new work over an under coat of suitable shade with

ordinary paint of approved brand and manufacture.11.3 Sq.M

Mechanical Equipments22 Supply, Erection & commissioning of Manual Screen at the inlet of collection tank

suitable for screen chamber of size 1.0 x 1.0 x 0.5 M. The flat should be 10m thk x 50mm MS Flat, with spacing of 30mm. The screen should be painted with black epoxy.Make : Micro / Sombansi Enviro 1 No. Each

23 Supply Erection & commissioning of non clog Horizontal, centrifugal self primping Sewage pumps capacity 60 m3/hr. at 8 MWC Material of ConstructionCasing & End Cover CIImpeller CI

document.doc Page 51 of 57

Page 52: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04250.doc · Web viewRating Amps Type of starter 1. 0-10 HP 16 63 DOL 2 12.5 to 15 HP 25 63 Star/delta

Shaft CS Make : Kirloskar Brothers Ltd. / KSB / Jhonson 2 Nos Each

24 Supply, Erection & commissioning of Electromagnetic Flow Measuring System With local indicator and flow integrator suitable for flow of 0-1500 cu.M /Day of following specifications:Size : 80 MM Type : Sandwich Accuracy : 0.5% of measured ValueProtection Category : IP 67Converter Model : IFC 011 FConverter Type : Microprocessor BasedCurrent Output : 4-20 mAmp, galvanically isolatedDisplay Function : Actual Flow Rate, Forward, Reverse and Sum TotaliserMounting : Field Make : Rosemount / E&H/ / Pune Techtrol / Forbes Marshal / Siemens 1 No. Each

25 SBR EQUIPMENTsa. Supply, Erection & commissioning of Influent Distribution System with Pneumatic

Valves operated through PLC suitable for tank size of 4.0 x 4.0x3.0 SWD + 0.5FB.Make : Micro / Enviro / WTA 3 sets Each

b. Decanting Device with Pneumatic Valves operated through PLC suitable for tank size of 4.0 x 4.0x3.0 SWD + 0.5FB.Make : Micro / Enviro / WTA 3 sets Each

c Diffused aeration System complete with membrane diffuser with Pneumatic Valves operated through PLC suitable for tank size of 4.0 x 4.0x3.0 SWD + 0.5FB.Make : Micro / Enviro / WTA 3 sets Each

d. Supply, Erection & commissioning of Blower complete with motors of following specifications:Operation ContinuousCapacity (fad) 500M3/Hr.Differential Pressure 3500 MMWCMotor rating 20.0 HPInlet temperature Ambient

document.doc Page 52 of 57

Page 53: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04250.doc · Web viewRating Amps Type of starter 1. 0-10 HP 16 63 DOL 2 12.5 to 15 HP 25 63 Star/delta

Power transmission Through ‘V’ beltsMaterial of ConstructionCasing & End Cover C.I.FG-260, IS: 210Rotors with integral shaft S.G. iron as per IS: 1865Timing gears Alloy steel duly hardened & groundSide plats, covers & pulley C.I.FG-260, IS: 210Sealing Piston ring + Oil preventingMake : Beta, Everest, Kay 2 Nos. Each

e. Air Compressor of 1 M3/Hr at 4 Kg / Cm2 2 set Each26 Supply Erection & commissioning of High Head Pump Centrifugal Back pull out

design 30 M3 / Hr at 30 m head to feed the effluent through pressure filter and activated carbon column Material of ConstructionCasing, Impeller & End Cover CIShaft CS Make : Kirloskar Brothers Ltd. / KSB / Jhonson 2 Nos. Each

27 Supply Erection & commissioning of Pressure Filter of following specifications :Dia Of Pressure Filter: Dia 2.1 m Height of shell : 1.5 m excluding ht. of dishThickness of Disc : 12 mmThickness of Shell : 10 mmAccessories Backwash Arrangement, Air Release & air Scouring arrangement for backwash, MediaPainting Black Epoxy inside and Grey Epoxy on outer Make : Micro Transmission / Envirosys / Thermax / Geomiller 1 No. Each

28 Supply Erection & commissioning of Activated Carbon Filter of following :Dia Of Pressure Filter: Dia 1.80 m Height of shell : 1.5 m excluding ht. of dishThickness of Disc : 12 mmThickness of Shell : 10 mm

document.doc Page 53 of 57

Page 54: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04250.doc · Web viewRating Amps Type of starter 1. 0-10 HP 16 63 DOL 2 12.5 to 15 HP 25 63 Star/delta

Accessories Backwash Arrangement, Air Release & air Scouring arrangement for backwash arrangement, Activated Carbon GranulesPainting Black Epoxy inside and Grey Epoxy on outer surface Make : Micro Transmission / Envirosys / Thermax / Geomiller 1 No. Each

29 PLC PANELOn Board I/Os : 24 x 24 V DC x 16 DOOn Board DO : 8 Channel DOTimer : Min. 1 ms, max 49 daysPassword Protection : YesProgramming Languages : FBD, IL, LD, ST & SFC as per IEC 61131.3Working Environment : 0-60 deg CMounting : Din Rail, PanelQuantity : 01 No. 1 No. Each

30 Supply Erection & commissioning of Screw Pump for Sludge Dewatering Equipment of following specificationsPumping Liquid Digested Sewage SludgeSp. Gravity 1.1Flow Rate (LPH) 3000Suction Head (MWC) FloodedDischarge Head 5.0 MWCPump Speed (rpm) 480Motor Speed (rpm) 1440Suction / Delivery Position Top / EndType of Drive O/H Drive, V-Belt drivenPulley Size CI, 2A, 3”: 9”Material of Construction Pump Hsg. & Wettable Pts. CI, as per IS: 210, FG: 220Rotor SS-316 (HCP)Shaft Alloy Steel (HCPUG)Other Rotating Parts Alloy SteelStator Nitrile Rubber (11RB)Make : Rotomac / Chemech 2 Nos. Each

document.doc Page 54 of 57

Page 55: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04250.doc · Web viewRating Amps Type of starter 1. 0-10 HP 16 63 DOL 2 12.5 to 15 HP 25 63 Star/delta

31 Supply Erection & commissioning of Sludge Dewatering Equipment of following specification:Sludge Handling Capacity 3000 Litre / Hr.Structure CINozzles PP /SSOperation ContinuousMake : Humboldt Wedag, Penwalt, SMR 1 No. Each

32 Supply, Erection & Commissioning of pipe, pipe specials and fittings including paintings Make : Jindal, Tata, Surya, For MS Pipe Dutron, Pennwalt, Trustline Equivalent for HDPE pipe25 NB 40 mtr.50 NB 60 mtr.100 NB 100 mtr.150 NB 24 mtr.

33 Supply, Erection & Commissioning of CI Sluice Valves / Butterfly Valves specials and fittings like nut bolts, packings etcMake : Kartar / AIP / Audco / RD Multiples / KSB25 NB 4 Nos. Each50 NB 5 Nos. Each100 NB 14 Nos. Each

ELECTRICAL EQUIPMENTS34 Supply Erection & Commissioning installation of 1 no. MCC panel having 1 no. main

incomer, 14 outgoing feeders of following specifications:

SPECIFICATION FOR MCC1. Construction·         Compartmentalized non drawout single front, vermiproof / dustproofCable entry from bootom rear side.2. Fabrication

Fabricated from CRCA sheet of 2 mm Thk.Doors & covers : CRCA sheet of 2mm thk.

document.doc Page 55 of 57

Page 56: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04250.doc · Web viewRating Amps Type of starter 1. 0-10 HP 16 63 DOL 2 12.5 to 15 HP 25 63 Star/delta

Base ISMC 75/10 SWGPAINTINGAll metal surfaces shall be thoroughly cleaned and degreases to remove all scales, rust, grease and dirt. After preparation of the under surface, the panel shall be spray painted with two coats of approved shade of powder coating. The finished panel shall be dried in staving ovens in dust free atmosphere. Panel finish shall be free from imperfections like pin holes, orange peels, run-off paint etc.Name Plates :Name plates for all incoming and outgoing feeders shall be provided on doors of each compartments of MCC and distribution board. Special Danger plates shall be provided as per requirement. Inside the panels, stickers/ferrules should be provided for all components giving identification no. as per detailed wiring diagram INCOMER ·         Incomer with TPN SFU, MCCB of suitable rating Energy meter – Electronic digital type suitable to measure unbalanced loads of 3 phase 4 wire systemMetering Ammeter, Voltmeter with Selector Switches CT’s with shorting link and fuses.Voltmeter shall be suitable for direct line connection. Voltmeter shall be connected through fuses only. All voltmeter shall be provided with selector switches.Ammeter provided for feeders units shall be with rotary selector switches and those for motor shall be without selector switches. Ammeters for 20 amps and above shall be CT operated.RYB Indication Lamp ( LED TYPE ) with control fuses.Outgoing feeder of rating :Each outgoing feeder shall have 1no. SFU with HRC fuse link / MCB, 1no. contactor ( DOL starter for < 10 HP and Star Delta Starter for unit >10 HP ) of suitable rating, 1 overload relay, 2no.s push button, 2 no.s indicating lights, 1 no Neutral link and 1 set of terminal blocks.Special Requirements:All motor feeders above 7.5 KW shall have automatic Star-Delta starters and 7.5 KW

document.doc Page 56 of 57

Page 57: INSTRUCTIONS TO TENDERERS FOR SUBMISSION …delhigovt.nic.in/upload/057-2008-04250.doc · Web viewRating Amps Type of starter 1. 0-10 HP 16 63 DOL 2 12.5 to 15 HP 25 63 Star/delta

& below shall have DOL starters unless specified otherwise.Make: Control & Switchgear / Agarwal Engineers / Milestones Supply & installation of internal electrification of MCC room 1 No. Each

35 Supply, Erection & Commissioning of earthing electrode of suitable rating to provide double earthing to equipments, supply & installation of 2 nos earthing pits,

1 Job

36 Providing & laying Power Control Cables ( MCC TO EQUIPMENTS ) of 4 core armoured aluminium cable of suitable rating from MCC Panel to individual equipments, 1 m below ground level covered with sand & bricks, including necessary connections, excavation & refilling of trenches, supply & inatallation of GI pipe or cable tray for laying cable above ground level upto equipments,2.5mm 4 core Armoured Cable ( Aluminium Conductor ) 30 Metre4.0mm 4 core Armoured Cable ( Aluminium Conductor ) 200 Metre6.0 mm 4 core Armoured Cable ( Aluminium Conductor ) 100 MetreMake : Gloster / CCI / Capital Cable / Finolex

Total

Assistant Engineer-1, Executive Engineer, PWD Div. B-212, PWD Div. B-212, New Delhi New Delhi.

document.doc Page 57 of 57