View
4
Download
0
Category
Preview:
Citation preview
LUCKNOW SMART CITYREQUEST FOR PROPOSALFOR
Design Engineering, Construction, Supply, Installation, Testing, Erection& Commissioning of Fully Automated Compact Sewage Treatment PlantBased on Sequencing Batch Reactor (SBR) Technology with successiveOperation and Maintenance for the period of 10 years at 2 locations inLucknow
CLIENT
Lucknow Smart City LimitedLucknow Municipal Corporation, Trilok Nath Marg, Lal Bagh
Lucknow 226001, Contact No:-0522-2625886Email Id:-lkosmartcity@gmail.com
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | a
Table of Contents
LIST OF TABLES ............................................................................................................................................................ I
LIST OF ABBREVIATIONS..............................................................................................................................................J
1 NOTICE INVITING TENDERS ....................................................................................................................... 1
2 QUALIFICATIONS OF TENDERERS ....................................................................................................................... 3
2.1 GENERAL..............................................................................................................................................................3
2.1.1 Technical.......................................................................................................................................................3
2.1.2 Financial .......................................................................................................................................................3
2.2 SUBMISSION OF TENDER..........................................................................................................................................6
2.3 DETAILS TO BE SUBMITTED IN QUALIFICATION BID (PART –A) ........................................................................................7
2.4 DOCUMENTS TO BE SUBMITTED IN HARD COPY............................................................... ERROR! BOOKMARK NOT DEFINED.
2.4.1 Important points to be brought to tenderer’s notice....................................................................................7
3 BID SYNOPSIS..................................................................................................................................................... 9
4 PROJECT SPECIFIC CONDITIONS ....................................................................................................................... 15
4.1 SCOPE OF WORK ..................................................................................................................................................15
4.1.1 The scope of the tender covers .................................................................................................................15
4.1.2 Major Works to be carried out by Contractor-Broad Scope of work ..........................................................16
5 OPERATION & MAINTENANCE (O&M) ............................................................................................................. 16
5.1 INTRODUCTION....................................................................................................................................................16
5.2 POWER SUPPLY ...................................................................................................................................................18
5.3 SPECIFICATIONS ...................................................................................................................................................18
5.4 PROCESS DESIGNS ................................................................................................................................................19
5.5 DRAWINGS .........................................................................................................................................................19
5.6 OTHER SUBMITTALS .............................................................................................................................................19
5.7 EXECUTION OF WORK............................................................................................................................................20
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | b
5.8 TESTING AND HANDING OVER ................................................................................................................................20
5.9 STATUTORY PERMISSIONS......................................................................................................................................21
5.10 COMPLETION DOCUMENTS ....................................................................................................................................21
6 DESIGN SPECIFIC CONDITIONS ......................................................................................................................... 21
6.1 BASIS OF DESIGN..................................................................................................................................................21
6.2 DESIGN CONSIDERATION .......................................................................................................................................22
6.3 INFLUENT SEWAGE CHARACTERISTICS ......................................................................................................................22
6.4 FINAL TREATED EFFLUENT CHARACTERISTICS .............................................................................................................23
6.5 PROCESS DESIGN DATASHEET* (TO BE FILLED BY BIDDER)...........................................................................................23
6.6 SALIENT FEATURES ...............................................................................................................................................25
6.7 PROJECT COMPONENTS/ UNITS..............................................................................................................................26
7 SPECIAL CONDITIONS....................................................................................................................................... 27
7.1 GENERAL............................................................................................................................................................27
7.2 SCOPE OF SUPPLY OF MATERIALS .............................................................................................................................28
8 SPECIFICATIONS FOR CIVIL AND STRUCTURAL WORK ...................................................................................... 33
8.1 GENERAL............................................................................................................................................................33
8.1.1 Scope ..........................................................................................................................................................33
8.1.2 Design .........................................................................................................................................................34
8.1.3 Construction ...............................................................................................................................................34
8.2 DESIGN SPECIFICATIONS ........................................................................................................................................34
8.2.1 Scope ..........................................................................................................................................................34
8.2.2 Codes and Standards ..................................................................................................................................34
8.2.3 Concrete Structures ....................................................................................................................................34
8.2.4 Steel Structures...........................................................................................................................................34
9 GENERAL TECHNICAL SPECIFICATIONS ............................................................................................................. 35
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | c
9.1 GENERAL............................................................................................................................................................35
9.2 DESCRIPTION OF WORK .........................................................................................................................................36
9.2.1 Cement & Steel ...........................................................................................................................................37
9.2.2 Classification of strata ................................................................................................................................37
9.2.3 Soil & Hard Murrum....................................................................................................................................37
9.2.4 Soft- Rock & Hard Rock...............................................................................................................................37
10 GENERAL MECHANICAL SPECIFICATIONS ......................................................................................................... 37
10.1 GENERAL MECHANICAL REQUIREMENTS...................................................................................................................37
10.1.1 List of Standards.....................................................................................................................................38
10.1.2 Materials ................................................................................................................................................39
10.2 DESIGN AND CONSTRUCTION .........................................................................................................................40
10.3 DESCRIPTION ......................................................................................................................................................40
10.4 QUALITY ASSURANCE............................................................................................................................................41
10.4.1 Standards ...............................................................................................................................................41
10.4.2 Extra work ..............................................................................................................................................41
10.4.3 Quality Standards...................................................................................................................................41
10.4.4 Data........................................................................................................................................................41
10.4.5 Tagging ..................................................................................................................................................42
10.5 DRAWINGS .........................................................................................................................................................42
10.5.1 Project Drawings ....................................................................................................................................42
10.5.2 Shop Drawings .......................................................................................................................................43
10.5.3 Record Drawings ....................................................................................................................................43
11 ITEM-WISE MECHANICAL SPECIFICATIONS....................................................................................................... 44
11.1 MSEP TANK (IN CASE OF SKID MOUNTED SBR BASED SEWAGE TREATMENT PLANT ...........................................................44
11.2 FLOATING TYPE DECANTER.....................................................................................................................................44
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | d
11.3 SUBMERSIBLE MIXER ............................................................................................................................................44
11.4 FINE BAR SCREEN .................................................................................................................................................45
11.5 DIFFUSED AIR AERATION SYSTEM............................................................................................................................46
11.5.1 Air Blower...............................................................................................................................................46
11.5.2 Aeration Diffusers...................................................................................................................................46
11.6 SLUDGE HANDLING ..............................................................................................................................................48
11.7 SUBMERSIBLE PUMP.............................................................................................................................................48
11.8 CHEMICAL DOSING PUMP .....................................................................................................................................50
11.9 CHEMICAL DOSING TANK AND MIXTURE ....................................................................................................................50
12 SPECIFICATIONS OF ELECTRICAL WORKS.......................................................................................................... 51
12.1 GENERAL............................................................................................................................................................51
12.1.1 Provisions ...............................................................................................................................................51
12.1.2 Work Included ........................................................................................................................................51
12.1.3 Regulations.............................................................................................................................................51
12.1.4 Variance .................................................................................................................................................51
12.1.5 Extra Work .............................................................................................................................................52
12.2 EQUIPMENT AND MATERIALS .................................................................................................................................52
13 GENERAL CONDITIONS FOR EQUIPMENTS ....................................................................................................... 54
13.1 ERECTION AND COMMISSIONING ............................................................................................................................54
14 SPECIFICATIONS FOR ERECTION, TESTING & COMMISSIONING OF ELECTRICAL EQUIPMENTS AND ACCESSORIES56
14.1 SCOPE ...............................................................................................................................................................56
15 SPECIFICATIONS FOR PLC AND INSTRUMENTATION......................................................................................... 63
15.1 SCOPE OF WORK FOR INSTRUMENTATION..................................................................................................................63
15.1.1 General...................................................................................................................................................63
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | e
16 ITEMWISE SPECIFICATIONS FOR PLC AND INSTRUMENTATIONS ...................................................................... 66
16.1 LEVEL MEASURING SYSTEM: ULTRASONIC TYPE LEVEL MEASURING SYSTEM....................................................................66
16.2 DISSOLVED OXYGEN MEASUREMENT SYSTEM............................................................................................................66
16.3 PLC-HMI BASED INSTRUMENTATION CONTROL PANEL ...............................................................................................72
16.3.1 Control features .....................................................................................................................................72
16.3.2 Interlocks/loops......................................................................................................................................72
16.3.3 Receiving Indicators/Controller ..............................................................................................................72
16.4 PROGRAMMABLE LOGIC GATE................................................................................................................................73
16.5 HUMAN MACHINE INTERFACE/OPERATOR INTERFACE UNIT ........................................................................................76
17 VENDOR LIST.................................................................................................................................................... 77
17.1 APPROVED VENDOR LIST FOR MECHANICAL EQUIPMENT .............................................................................77
17.2 APPROVED VENDOR LIST-ELECTRICAL EQUIPMENT/ COMPONENT..................................................................................80
17.3 LIST OF APPROVED VENDORS FOR INSTRUMENTATION SYSTEM.......................................................................................83
18 EVALUATION OF TENDER ................................................................................................................................. 85
19 PRICE BID ......................................................................................................................................................... 88
19.1 CAPITAL AND OPERATION & MAINTENANCE COSTS ....................................................................................................89
19.1.1 Total Cost ...............................................................................................................................................89
19.1.2 Operation and Maintenance charges for 10 years.................................................................................91
20 GENERAL CONDITION OF CONTRACT ............................................................................................................... 95
20.1 DEFINITION OF TERMS...........................................................................................................................................95
20.1.1 Co-ordination of work ............................................................................................................................97
20.1.2 Interpretation of Contract Document.....................................................................................................97
20.1.3 Materials and Workmanship..................................................................................................................97
20.1.4 Contractor to obtain his own information..............................................................................................97
20.1.5 Time of performance ..............................................................................................................................98
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | f
20.1.6 Force Majeure ........................................................................................................................................99
20.1.7 Penalty on delay of completion of work.................................................................................................99
20.1.8 Subletting of work ..................................................................................................................................99
20.1.9 Drawings, Designs Etc., Property of Owner .....................................................................................101
20.1.10 Non Waiver of Defaults ......................................................................................................................101
20.1.11 Execution of Works .............................................................................................................................101
2 0 . 1 . 1 2 Work in Monsoon and D e w a t e r i n g ...........................................................................................102
20.1.13 Work on Holidays & After Dusk Time ................................................................................................102
20.1.14 General Conditions for Construction and Erection Work ....................................................................102
20.1.15 Drawings to Be Supplied By the Owner ..............................................................................................102
20.1.16 Drawings to Be Supplied By the Contractor.....................................................................................103
20.1.17 Setting out Works................................................................................................................................103
20.1.18 Responsibility for Level and Alignment...............................................................................................103
20.1.19 Materials to be supplied by the contractor ..........................................................................................103
20.1.20 Discrepancies between Instructions ....................................................................................................104
20.1.21 Abnormal Rates....................................................................................................................................104
20.1.22 Inspection of Works..............................................................................................................................104
20.1.23 Assistance to the Engineer-In-Charge ..................................................................................................105
20.1.24 Tests for Quality of W o r k s ................................................................................................................105
20.1.25 Samples ................................................................................................................................................105
20.1.26 Action and Compensation In Case of Bad Work.................................................................................106
20.1.27 Period of Liability .................................................................................................................................106
20.1.28 Care of Works ................................................................................................................................107
20.1.29 Schedule of Costs and Payments ......................................................................................................107
20.1.30 Procedure of Measurement/Billing of Work In Progress ...............................................................111
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | g
20.1.31 Running Account Payment to Be Regarded As Advances ................................................................111
20.1.32 Completion Certificate ........................................................................................................................112
20.1.33 Final Decision and Final Certificate ...................................................................................................112
20.1.34 Certificate and Payments on Evidence of C o m p l e t i o n ...............................................................112
20.1.35 Taxes, Duties, Octroi & Provident Fund Compensations etc. ...........................................................113
20.1.36 Insurance .............................................................................................................................................113
20.1.37 Damage to Property............................................................................................................................113
20.1.38 Precedence Order In Case Of Variances/Discrepancies: ..............................................................114
20.1.39 Abandoning the Work by C o n t r a c t o r .........................................................................................114
20.1.40 Back charging the contractor ...........................................................................................................115
20.1.41 Addressing of dispute .........................................................................................................................115
21 SPECIAL CONDITIONS OF CONTRACT.............................................................................................................. 115
21.1.1 Interests................................................................................................................................................115
21.1.2 Levies & Taxes .....................................................................................................................................115
21.1.3 Escalation............................................................................................................................................115
21.1.4 Time of Completion..............................................................................................................................116
21.1.5 Extension of time of completion: .........................................................................................................116
21.1.6 Extension of completion time due to unavoidable causalities:.........................................................116
21.1.7 Penalty for Delay .................................................................................................................................117
21.1.8 Defects Liability Period .......................................................................................................................117
21.1.9 Watch & Ward...................................................................................................................................118
21.1.10 Contractor’s Site Office .......................................................................................................................118
21.1.11 Other Contractors at Site...................................................................................................................118
21.1.12 Contract Labour .................................................................................................................................118
21.1.13 Objects of Value ..................................................................................................................................119
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | h
21.1.14 Work At Night.....................................................................................................................................119
21.1.15 Suspension of Works...........................................................................................................................119
21.1.16 Design & Engineering...........................................................................................................................119
21.1.17 Approval / Review of Technical Documents.....................................................................................120
21.1.18 Procurement ......................................................................................................................................121
FORMATS ............................................................................................................................................................... 122
1. COVER LETTER .................................................................................................................................................... 123
2. DESCRIPTION OF WORK...................................................................................................................................... 124
3. DEVIATIONS FROM TECHNICAL SPECIFICATIONS NIL .......................................................................................... 125
4. PROCESS DESIGN ................................................................................................................................................ 126
5. PERFORMANCE GURANTEE ................................................................................................................................ 128
6. DETAILS OF MANPOWER DEPLOYED................................................................................................................... 129
7. DETAILS OF POWER CONSUMPTION................................................................................................................... 130
8. DETAILS OF CONSUMABLE.................................................................................................................................. 131
9. PROJECT REFERENCES FOR ELIGIBILITY ............................................................................................................... 132
10. OTHER PROJECT REFERENCES ........................................................................................................................... 133
11. TURNOVER DETAILS.......................................................................................................................................... 134
12. BANK SOLVENCY............................................................................................................................................... 135
13. FORM OF MOBILIZATION ADVANCE SECURITY (BANK GUARANTEE) ................................................................ 136
14. FORMAT OF PERFORMANCE SECURITY – BANK GUARANTEE............................................................................ 137
15. FORMAT OF CONTRACT AGREEMENT ............................................................................................................... 138
16. AFFIDAVIT ........................................................................................................................................................ 141
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | i
LIST OF TABLES
Table 6-1 : Design Consideration .............................................................................................................. 22
Table 6-2 : Influent Wastewater Characteristics ........................................................................................ 22
Table 6-3: Final treated effluent characteristics....................................................................................... 23
Table 6-4: Process design datasheet........................................................................................................ 23
Table 10-1: list of standards ....................................................................................................................... 38
Table 15-1: Indian Standards .......................................................................................................................... 63
Table 15-2 Instrument Society of American Standards and Recommended Practices: ................................. 65
Table 16-1 Specification for Online Dissolved Oxygen.................................................................................... 66
Table 16-2: Type of measure and its unit........................................................................................................ 73
Table 16-3: General Specifications for controller ........................................................................................... 74
Table 17-1: Approved Vendor list for Mechanical Equipment ............................................................... 77
Table 17-2: Approved vendor list-Electrical Equipment/ Component............................................................ 80
Table 17-3: List of approved vendors for instrumentation system................................................................. 83
Table 18-1: Performance Guaranteed Statement ..................................................................................... 86
Table 19-1: Monthly basis as quoted in the tender ................................................................................ 89
Table 19-2 O & M Charges for 10 yrs. ............................................................................................................. 91
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | j
LIST OF ABBREVIATIONS
LSCL : Lucknow Smart City Limited
BIS : Bureau of Indian Standards
CPHEEO : Central Public Health and Environmental Engineering Organization
DPR : Detailed Project Report
SCADA : Supervisory control and data acquisition
PLC : Programmable Logic Controller
GIS : Geographic Information System
GOUP : Government of Uttar Pradesh
GOI : Government of India
JNNURM : Jawaharlal Nehru National Urban Renewal Mission
Km : Kilo Meter
LNN : Lucknow Nagar Nigam
LPCD : Liters per Capita per Day
MLD : Million Liters per Day
mm / hr : Millimeters per hour
NH : National Highway
PWD : Public Works Department
SH : State Highway
STP : Sewage Treatment Plant
TOR : Terms of Reference
TW : Tube Well
ULB : Urban Local Body
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 1
1 NOTICE INVITING TENDERS
Tender Receiving Authority: Lucknow Smart City Limited (Lucknow Municipal Corporation)
Bid No: LSCL-Waste Water-RFP-006/17
Phone: 0522-2625886
Lucknow 226001
Email Id:-lkosmartcity@gmail.com
Dead line for submission of Bids: 22/11/2017 up-to 3:00 PM
Lucknow Smart City Limited (LSCL) Invites proposals in shape of Tenders from eligible Bidders
who are Registered in Companies Act and in appropriate class in any Central Govt. Dept./State
Govt. Dept./Local Bodies/Railways for below mentioned work on Turnkey Lump Sum FixedCost Basis.
Tender No. LSCL-Waste Water-RFP-006/17
Name of the Work Design, Engineering, Construction, Supply, Installation, Testing,
Erection & Commissioning of Fully Automated Sewage Treatment
Plant Based on Sequencing Batch Reactor (SBR) Technology
with successive Operation and Maintenance for the period of 10
years at 2 locations
1. Avanti Bai Women Hospital Lucknow – 10 KLD.2. Balrampur Hospital Lucknow - 760 KLD.
Invitee Chief Executive OfficerLucknow Smart City LimitedO/o Lucknow Municipal CorporationTrilok Nath Marg, Lal BaghLucknow 226001Contact No:-0522-2625886Email Id:-lkosmartcity@gmail.com
Tender Document Shallbe available
24/10/2017, at www.tenderwizard.com/LMC
Approx. Value of Work Rs.- 6,12,00,000/-
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 2
Cost of Bid Document Rs.5000/-
EMD Rs.6,00,000/-
Time for CompletionIncluding Trial Run
08 months plus 1 month for Trial Run, followed by O&M for 10
years.
Last date of Submissionof Technical Bid online
22/11/2017 up to 3.00 PM at http://www.tenderwizard.com/LMC
Last date of Submissionof Financial bid onlineonly
22/11/2107 up to 3.00 PM at http://www.tenderwizard.com/LMC
Last date of Submissionof Hard copy of theTechnical Bid (PhysicalSubmission)
22/11/2017 up to 3.00 PM. hrs. at following address:
Chief Executive Officer
Lucknow Smart City Limited O/o
Lucknow Municipal Corporation
Trilok Nath Marg, Lal Bagh
Lucknow 226001
Contact No:-0522-2625886 Email Id:-lkosmartcity@gmail.com
Date of bid opening 23/11/2017, at 4.00 PM at following address:
Lucknow Smart City Limited O/o
Lucknow Municipal Corporation
Trilok Nath Marg, Lal Bagh
Lucknow 226001
Contact No:-0522-2625886 Email Id:-lkosmartcity@gmail.com
Contact Details for theCorrespondence
Lucknow Smart City Limited O/oLucknow Municipal CorporationTrilok Nath Marg, Lal BaghLucknow 226001Contact No:-0522-2625886 Email Id:-lkosmartcity@gmail.com
Queries/ Clarification Bidders can send Queries/ Clarification on:
Email Id:-lkosmartcity@gmail.com
Last Date of queries 13-11-2107
Selection Criteria: Contractor shall be selected on least cost basis (L-1 basis).
Joint Venture Joint Venture is not allowed.
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 3
2 QUALIFICATIONS OF TENDERERS
2.1 General
I. The Bidder in the same name and style shall be a well-established Civil Engineering
firm/company registered under Companies Act of 1956/2013 in India with at least 5 (Five)
years’ experience and capability for construction of all types of Civil / Mechanical /
Electrical Engineering works.
II. The Bidder can claim Technical and or Financial Credentials of its own100% subsidiary
Company duly registered in India and Vice-Versa.
III. The Bidder should not have been Terminated/Black Listed or Debarred in any State
Govt./Board/Municipal Corporations/ Central Govt./ Any state Govt. Organization, Urban
Local body and/or its undertaking company or its SPV, Asian Development Bank/ World
Bank or similar international funding agencies organizations due to delay in projects during
last five years.
IV. Work done for Central Govt. / State Govt. / Govt. undertaking substantiated with valid proof
will be considered for experiences. Work done for private / non Govt. companies will not be
considered.
2.1.1 Technical
I. Bidder must have experience in Design & Engineering of Sequencing Batch Reactor (SBR)
based Sewage Treatment Plant, including Supervision Services & Process during
Construction and Erection including PLC System, for at least ONE Sewage Treatment Plantof minimum capacity of 560 KLD in India in last 5 years, complying following Out-Put
Parameters BOD<10, COD<50, TSS<10, TP<2, Ammonical Nitrogen (as N) <10.
II. The Bidder must have experience of Operation and Maintenance of STP of 50 KLD capacity,
for continuous period of 5 years.
2.1.2 Financial
I. Bidder must have achieved Minimum Average Annual financial turnover from contract
receipt of works (in all classes of Civil Engineering construction works only) of Rs. 1.5 Cr.
in last three financial years i.e. from 2014-15, 2015-16, and 2016-17.
II. Bidder must have Average Minimum Net worth of Rs.75 lac in last 3 financial years i.e.
from 2014-15 to 2016-17.
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 4
III. Bidder should not have incurred losses in past 3 years and need to submit the Duly
Certified and Attested Certificate by CA substantiated by Audited Balance Sheet for past 3
years (2014-15, 2015-16, 2016-17)
The Tenderer should submit the list of the works already completed in last 5 years in
prescribed Performa and attested copies of certificates issued by head of the office
concerned for completed work.
The Tenderer shall submit declaration regarding the work on hand with the Tenderer in
prescribed Performa. Attested copies of work orders, interim certificate if any shall also be attach
as supporting documents for above.
Even though the Tenderer meets the above criteria, they are subject to be disqualified if they
have
I. Made misleading or false presentations in the forms, statements and attachments
submitted in proof of the qualification requirements; and / or
II. During verification if it is found from client that of poor performance such as
abandoning the works, not properly completing the contract and penalized for the same,
litigation history, or financial failure etc.
The Tenderer shall note that in case the Tenderer is blacklisted / stated as defaulter / penalized /
barred participating in tenders by any of government agencies / semi government agencies in
India during last 7 years then in that case, the Tenderer will be disqualified though the Tenderer
satisfies all the prequalification conditions mentioned above.
The tenderer will be sent the Addendum if any before 48 hours of tender submission date and time.
The tenderer who quotes the tender without attaching the addendum will be rejected.
The Tenderers shall have to furnish Rs. 25,000/- as tender fee online for downloading the
tender document at http://www.tenderwizard.com/LMC.
The Earnest Money Deposit of all the Tenderers except first lowest, second lowest and third
lowest will be returned af ter 90 days. Tenders received without Tender Fee and EMD will be
considered as Non-Responsive and will be rejected outright.
Earnest Money is to be depos i ted on l ine on ly at ht tp: / /www. tenderwizard.com/
LMC.
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 5
One copy of tender documents duly stamped & signed and completed in all respects shall be
submitted as described further, so as to reach at the following address on or before the date and
time mentioned in tender notice.
Lucknow Smart City Limited
O/o Lucknow Municipal Corporation
Trilok Nath Marg, Lal Bagh
Lucknow 226001
Contact No:-0522-2625886
Email Id:-lkosmartcity@gmail.com
The tender will be opened physically in the presence of representatives; who choose to attend
at the time, date and at the address to be advised by the LSCL at a later date.
The date of opening of the financial bid will be communicated to technically responsive/qualified
tenderers at a later date.
Incomplete tender, who does not full fill any of the above conditions, will be liable for rejection.
Tender will also be liable to be rejected if –
The tenderer proposes any alteration in the work specified or in the time allowed in carrying
out the works or make corrections in Schedule of Quantities.
Any of the page or pages in the tender is / are removed or replaced.
The rate of each item is not entered in ink, in figures in Price Bid. Also the rate of subtotal
of each item and grand total is not written in word and figure and signed.
All corrections, additions or pasted slips are not initialed by the tenderer.
Any eraser is made in the tender.
The tenderer returns the tender document without signing relevant pages of the bid and
amendments, if any.
Tender submitted is conditional.
Acceptance of the tenders will rest with the LSCL, who does not bind himself to accept the
lowest tender and reserves the right to reject any or all tenders without assigning any reason
thereof.
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 6
The quoted rates in the Price Bid shall be inclusive of all taxes, duties, octroi, etc. and no claim in
this context shall be entertained. Bidding agencies shall not be paid any extra amount due to
increase in any type of Government Taxes including excise duty during implementation of contract
however Service Tax will be paid as per prevailing rates. Any variations in taxes etc. shall be
borne by the agencies.
The Tenderer shall be considered to have fully acquainted himself with the local situations
regarding materials, labour and other factors pertaining to work and studied the plans and
estimates before submitting the tender.
In the event of a discrepancy between description in words and figures in total offered amount by
the tenderer, the description in words shall prevail.
In the event of any calculation error found in the bid of submission, the rate will be considered
as final and accordingly the amount will be corrected.
The tender for the work shall remain valid for a period of 180 days from the date of opening of
the tender and the tenderer shall not be allowed to withdraw or modify the offer on his own during
this period any modifications or additions in terms and conditions of his tender not acceptable to
LSCL.
LSCL reserves the right to reject all the tenders of the lowest or any other tender which is the
judgment of the LSCL and also does not appear to be in its best interest and the tenderers shall
have no cause of action or claim against the LSCL of its officers, employees, successors for
assignees for rejection of its tender.
LSCL does not bind himself to accept the lowest or any tender. If the tenderer wishes to offer
discount in the event of this entire work being awarded to him, he shall state so in the tender.
Tender documents are not transferable.
The tenderer shall strictly observe all the requirements laid down in the Contract Labor
(Regulation and abolition) Act, 1970 and the Contract Labor (Regulation and Abolition) Rules,
1972 and other acts as amended from time to time so far as applicable.
2.2 Submission of tender
The documents as mentioned in section 2.3 below shall be submitted in hard copy and also
uploaded on www.tenderwizard.com/LMC by due date as mentioned elsewhere.
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 7
Financial bid shall be submitted online only on www.tenderwizard.com/LMC by due date as
mentioned in RFP document.
Data including data sheets of motors and pump, drawings, experience details, etc. shall
be submitted along with tender .
2.3 Details to be submitted in qualification bid (PART –A)
The following details are required to be submitted in copies along with tender
1. Income Tax Return of last three years.
2. GST number.
3. Balance Sheet for the last 3 years along with the duly signed and stamped CA certificate.
4. List of equipment’s proposed to be deployed for this job.
5. Company organization chart
6. Proof of submission of Tender Fees and EMD as prescribed elsewhere.
7. All necessary documents mentioned in Technical bid
8. Addendum, Corrigendum (if any) duly signed by applicant
9. RFP document signed and stamped
10. Power of attorney to sign the RFP.
2.3.1 Important points to be brought to tenderer’s notice
The tender may be rejected outright if the tenderer
I. Stipulates the validity period less than what is stated in the form or tender.
II. Stipulates his own conditions.
III. Does not fill in and sign the tender form as well as the bill of quantities and rates, annexure,
specifications etc.
IV. Does not pay the Document fee and Earnest Money Deposit.
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 8
V. Does not submit the tender before the stipulated time on the specified date as directed.
VI. Financial bid is submitted with technical bid in hard copy.
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 9
3 BID SYNOPSIS
Name of Work Design, Engineering, Construction, Supply, Installation,
Testing, Erection & Commissioning of Fully Automated
Sewage Treatment Plant Based on Sequencing Batch Reactor
(SBR) Technology with successive Operation and
Maintenance for the period of 10 years at 2 locations
1. Avanti bai Women Hospital Lucknow – 10 KLD.2. Balrampur Hospital Lucknow – 760 KLD.
Operation andMaintenance (O&M) Period
10 Years
Period of completion Time is the essence of this contract the overall construction
period shall be 8 months. Date of starting of work will be
considered as f i f t e e n days from the date of i s s u e o f
L e t t e r o f I n t e n t ( L O I ) or from the date of signing of
contract whichever is earlier. The contractor shall submit
within a fort night from the date of issue of work order, bar
chart and PERT for the execution of the work and a
programme for procurement of material and deployment of
labour and other procurement of mechanical works for
completing the project as per schedule.
Estimated Cost : Rs. 6,12,00,000/-
Earnest Money (BidSecurity)
: Rs. 6,00,000/-
Validity Period of Tenderoffered
: 180 days from the last date of receiving of the Tender.
Security deposit 5% of Contract amount in the form of Bank Guarantee from a
Scheduled/ Nationalized Bank, to be made within seven days
from the date of receipt of work order.
Refund of Security
The successful bidder on receipt of the letter of
intimation/ work order will deposit an amount equal to 5%
of the quoted amount as Security Deport in the form of Bank
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 10
Deposit Guarantee from a Scheduled / Nationalized Bank in the
format as prescribed in this RFP and execute the contract
agreement within seven days from the date of the letter of
acceptance. The EMD furnished by him shall be refunded on
execution of the agreement.
The validity of Bank Guarantee for security deposit shall be
up to the period of completion of work / the extended period
of completion of work with an additional claim period of three
months.
The Security Deposit will be refunded to the Contractor on
commissioning of the work as certified by the Engineer – In –
Charge.
Performance Guarantee The successful bidder shall submit a performance bank
guarantee of equivalent to 5% of Contract amount from a
Scheduled/ Nationalized Bank, in the prescribed format to be
made within seven days from the date of receipt of work
order and before executing the Agreement for the work.
Refund & PerformanceGuarantee Period
This Performance Guarantee shall be valid for a period of 27
months (24 months performance guarantee + 3 months claim
period) from the date of completion of work / the extended
period of completion of work.
If the plant do not work satisfactorily, the Contractor should
make good the same, as otherwise the Performance
Guarantee will be enchased to rectify the defects in theplant.
The Performance Guarantee will be released and refunded to
the Contractor after ensuring satisfactory performance of the
plant and after the completion of defect liability period as
certified by the Engineer – In – Charge.
Performance Guarantee forO&M
10% of Contract amount in the form of Bank Guarantee from
a Scheduled/ Nationalized Bank, to be made from initiation of
trail run of STPs or completion certificate of EIC.
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 11
This Bank Guarantee shall be valid for a period of 120 (One
hundred months) months from the date of completion of work
till the end of O&M period.
Mobilization Advance 10% against the Bank Guarantee of equal amount
Mobilization shall be recovered from the RA bill by deducting
equal amount in 8 running bills.
Time allowed forcompletion of the workfrom the date of writtenorder to commence
8 (Eight) months period & one month trial run
Interests All the deposits like EMD, security deposit, performance
guarantee and retention money will not bear any interest
whatsoever.
Defect Liability Period 2 Year after the date of commissioning of plant
All equipment and the entire installation shall be guaranteed
against defective materials and workmanship for a period of 24
months. During the defects liability period, the contractor shall
replace defective parts and components free of cost.
General or pre-schedule shutdown of plant for maintenance &
service will be allowed for maximum (48 Hr.)
In case of any break down maximum redressal and
replacement time allowed is 48 hr. from the date and time of
complaint registered. After 48 Hr. contractor is liable for
penalty.
If STP shutdown is for more than 48 Hr. fee for the entire day
operation will be deducted till the plant become operational
again.
Payment Terms &Completion deadlines
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 12
Part II Operation and Maintenance:
Payment towards operation and maintenance works will be
made on monthly basis (at end of month) with effect from the
date of issuance of completion certificate from EIC.
Part I Construction Fees:
Time
lines
Deliverables Payment
Within 4
weeks
from
issuance
of WO
After submission & approval ofall requisite details asquantification of wastewater,Detail design & drawings(layout, GA, P&ID’s, etc.) of allplants
5%
Within
12th
weeks
from
issuance
of WO
After completion of Civil works
for installations of Plant and
Machinery of all plants/sites
5%
Within
20th
weeks
from
issuance
of WO
After receipt of Plant and
Machinery at respective sites of
all plants
30%
Within
32nd
weeks
from
issuance
of WO
After installation, erection &
commissioning of Plant and
Machinery, pipe, valves, all
electrical & mechanical
components at respective sites
50%
After successful trial & run 10%
Cost of water & electricityduring execution
Water, Electricity
The contractor shall make his own arrangement for water
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 13
and electricity required for the work. The Engineer - In -
Charge take no responsibility for the supply of either
electricity or water during the construction period.
Cost of O&M Consumables required for Operation and Maintenance
All the consumables required for the operation of the plant
including electricity charges, during the 10 years operation
and maintenance period will be met by benef ic iar ies.
However, in case charge for O&M exceeded as
committed/guaranteed in the proposal, contractor/bidder is
liable for penalty.
Liquidated damages
1. Execution Period (8Months)
If the Contractor fails to complete the work within the
specified period of completion or within any extended time
allowed, as given in the relevant clause, the Contractor shall
pay the owner as penalty an amount equivalent to 0.5%
(point five percentage) of the value of unfinished portion of
work (as per original agreement and supplementary
agreements) for every week of delay subject to a maximum of
10% (ten percentage) of the contract value of the work. Such
amounts may be deducted by the owner from any amount
due or that may become due to the Contractor.
This amount of penalty so levied on the Contractor will not be
refunded, unless and otherwise the Project Implementation
Committee so decides.
The penalty for delay in completion of work shall not exceed
10% of the total contract value at any point of time.
2. O&M Period (10 Years)
If the contractor fail to produce the desired wastewater quality
as mention in the tender document any day penalty @50% of
the fee of that particular day will be deducted.
Contractor’s store and
site office
Suitable area for construction of temporary sheds for storing
his tools and plants; materials at site office and cement
godown should be found out and maintained by the
contractor. These structures will be provided by the contractor
at his own expense and he will be solely responsible for
guarding his property with requisite insurance against theft,
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 14
fire, etc., The contractor will also have to dismantle the sheds
and vacate the land of all debris, etc., at his own expense
after completion of work, The contractor shall make his own
arrangements for stacking pipes and for conveyance to site of
work. The contact rates for shall include such charges and
no separate payment will be m a d e .
Mode of submittingthe filled up tender
On line www.tenderwizard.com/LMC
Hard copy of Tender can be send by ordinary post / Hand
Delivery / Couriered.
Tender opening Technical bid shall be open on 22-11-2107
Financial Bids of qualified Tenderers satisfying eligibility
criteria having submitted substantially responsive technical
proposal, in stage wise manner will be opened.
Execution of work Work shall start immediately as directed by Engineer- in-
charge.
EMD (Bid security) &Tender Fee
To be submitted online only at
http://www.tenderwizard.com/LMC
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 15
4 PROJECT SPECIFIC CONDITIONS
4.1 Scope of work
Work under this contract consists of:
LSCL propose to construct a Sewage Treatment Plant (STP) based on sequential batch
reactor at below mention locations.
1. Avanti bai Women Hospital Lucknow – 10 KLD.2. Balrampur Hospital Lucknow – 760 KLD.
4.1.1 The scope of the tender covers
a. Quantification of wastewater generation at all 2 locations as mention in NIT. Design and
lying of network from different sources (different building in one premises) of
wastewater to STP till discharge points.
b. Detail design and drawing (layout, GA, P&ID’s etc.)
c. Design, Supply, Fabrication, Construction, Erection, and commissioning of STP
d. All the civil works and structural steel fabrication for the STP as per the approved layout,
hydraulic profile, individual unit drawings.
e. Complete inter connecting piping between units including supply of all materials like CI,
HDPE, GI pipes, fittings, valves, flanges, gaskets, nuts & bolts and necessary materials
required for pipe supports and associated civil.
f. Design supply, erection and commissioning of all equipment required for the STP as per
the specifications given in the tender document. The scope also includes all necessary civil
works, foundations etc. complete including the commissioning of all equipment.
g. Collection Sump to collect the treated sewage to all 2 locations. The collection sump shall
be designed for the storage capacity of 1 day with and 2 nos. (1W + 1S) pumps. The
collection sump shall be completely below the ground level.
h. All the electrical & Instrumentation works including supply, erection & commissioning of
MCC panel, PLC control panel, Field Instruments, Transformers, DG sets, with suitable for
outgoing feeder, automatic power factor controlling panel and power factor improving
capacitors, local push buttons stations, etc. as per standard. The scope also includes all
necessary civil works like construction of foundation for panels, cable trenches, cable
supports, yard lighting poles, earth pits, fencing around the transformer yard, lighting
fixtures and required number of sockets in indoor areas in and around the building as
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 16
required.
i. Construction of interconnecting roads, pathways and landscaping within the STP areas.
j. All temporary sheds, MCC room, security room, toilet etc. required for storage of materials
and for Contractor’s supervisor personnel at site.
k. The execution of the all works (from intake to discharge point) shall be done by
contractor as per approved plan, section & details submitted by contractor.
l. Supply of essential tools & equipment for minor repairs and maintenance of the plant and
other consumables for three years.
m. Commissioning of STP (Phase-I) and conducting Guarantee Trial Runs.
n. Supply of As-Built Drawings.
o. Supply of spares required for the operation of the Plant (Phase-I) for three years.
p. Operation and maintenance of the plant (Phase-I) for three years after commissioning of
the plant.
The work also includes:
I. Mechanical, Electrical & Automation works
II. Piping as specified.
III. Testing, commissioning and operation of plant
4.1.2 Major Works to be carried out by Contractor-Broad Scope of work
I. Construction/Fabrication of all architectural, civil, mechanical and structural works related tothe construction/fabrication of the treatment plant
II. All Mechanical, Electrical and Automation work
III. All necessary electrification work of the STP.
IV. All STP units including civil, mechanical, electrical and automation works.
V. Collection tank to collect the final treated sewage and pumps to transmit the treatedsewage to desired garden for gardening.
5 OPERATION & MAINTENANCE (O&M)
5.1 Introduction
Operation and maintenance of the treatment plant is very much essential for sustainability of the
treatment plant and to achieve discharge standards. The operational aspects include regular
checking of the performance of the units including the electrical and mechanical equipment’s,
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 17
to identify any non-functionality of the units to evolve the strategic measures to be taken to make
the plant fully functional to meet the stipulated standards. Plant shall be operated as per design criteria.
Variance in input value of design criteria should be recorded.
I. The contract includes operation and maintenance of entire Sewage Treatment Plant on round
the clock basis for a period of 120 Calendar Months (Ten Years) on terms and conditions
described under this tender. However, the same contract may be extended for another on
mutually agreed upon basis between LSCL and the Contractor.
II. The sewage Treatment Plant set up on turnkey basis shall be operated and maintained by the
contractor including all Electrical and Mechanical works.
Contractor has to incur all the costs, taxes, vat, duties, transportation, labor,machining, welding, repairing, replacing and making good any and all parts/plantequipment, consumables, motors, pumps, aerators, gear unit, capacitor, HT/LTswitchgear, PLC panel, lighting system, cables, battery charger, battery, instruments,meters, chemicals for laboratory, power and disposal of sludge at LNM landfill etc.
Note: For the selection of contractor, contractor has to quote the early O&M charges forthe 10 years (including power, consumable, man power, repair maintenance etc.). Leastcost quoted for O&M shall be selected.
The Contractor will be held responsible for O & M and satisfactory performance by all means.
Major components and works shall include the following but not limited to:
The contractor shall hand over the plant back to LSCL on expiry of his contract in fully
working condition satisfying the requirement of treated sewage. All the electrical,
mechanical and instrumentation including standby shall be in perfect working condition.
Contractor shall provide manpower as per requirement.
III. The Contractor shall provide the details of power consumption on each and every unit of the
treatment plant, consumable, man power deployment etc. on monthly basis and provide
guarantee the same shall not exceed during operations. In case the amount exceeded same
shall be deducted for the Performance security / BG/ Retention amount etc.
IV. The Contractor will comply with all safety rules and regulations and all inter-disciplinary measures
as followed by the LSCL. The LSCL will not be responsible for any accident / injury to the staff or
any person of the Contractor or loss or damage to any property.
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 18
V. All Central / State Government / Semi-Government / Local Body’s rules and regulation
pertaining to this contract, all legal formalities pertaining to provident fund, factory act, all legal
formalities shall be followed and observed by the Contractor without any extra cost to the
(LSCL/beneficiaries). Please note that failure in complying so, all liabilities arising as per laws will
be to the Contractor’s account.
VI. The quoted rate shall remain firm and valid for throughout O&M contract period. No price
variation / escalation shall be paid.
VII. First Aid Box
The Contractor shall at his own cost provide and maintain at the Site of Works standard first aid
boxes as directed and approved by the (LSCL) for the use of his own as well as the (LSCL)'s
staff on Site as stipulated by local regulations.
VIII. Measurement And Analysis
The LSCL has the right to perform any analysis or inspection he deems necessary. The
Contractor shall be responsible for the security and protection of flow meters at the
designed point. If there is any malfunctioning of the meters, action will be initiated.
“Contractor has to provide the Performance guarantee for achieving out let(treated water parameter as given in DESIGN SPECIFIC CONDITIONS -FinalTreated Effluent Characteristics)”
5.2 Power Supply
Power will be available at 410/220 V, 3/single phase, 4 wire 50 cycles earthed neutral system.
All equipment shall be suitable for a variation of ±10%. Any equipment / component operating
at other than the above power supply shall be provided with necessary transformers and
related accessories.
The power supply shall be provided by LSCL/Beneficiary at one point / energy meter from
Power Supply Company. From there onwards, all the works shall be in contractor's scope. It
shall be bidder's responsibility to carry forward power to MCC panel through cable.
5.3 Specifications
The specifications lay down minimum standards of equipment and workmanship. Should the
tenderer wish to depart from the specifications either on account of manufacturing practices,
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 19
their own patented process or for any other reasons, he should submit a deviation statement
to clearly draw attention to the proposed departures and submit such complete information,
drawings and specifications to enable the relative merits of the deviations to be fully understand
on a separate annexure.
In the absence of any deviations, it will be deemed that the tenderer accepts the tender
specifications and accept the compliance with all statutory provisions and local codes.
5.4 Process designs
The LSCL considers Sequencing Batch Reactor (SBR) as a process of sewage treatment as
broadly specified in this tender document. The same shall be implemented efficiently with low
energy consumption; able to handle wider variation in influent load, can be located on space
available and simple to operate.
The implemented plant process must meet the basic design criteria of the flow as well as
Influent and effluent characteristics specified in this tender elsewhere.
5.5 Drawings
The contractor shall submit the drawings as follows:
I. On award of the work, the contractor shall submit detailed process design plant layout,
hydraulic diagram, P & I diagrams, GA drawing with basic dimensions, Structural drawings,
and flow diagram with levels of elements.
II. Fabrication and equipment layout piping, valves and all other information required for
installation.
III. Electrical layouts, detail of all MCC, cable sizing and system diagrams and earthing
system.
IV. Piping layout with pipe dia. slopes, fixing arrangements.
Three copies of the drawings shall be submitted for initial scrutiny. On approval of the same
contractor shall submit six copies of the same incorporating corrections etc. Two sets will be
stamped by the (LSCL) and returned to the contractor.
5.6 Other Submittals
Contractor shall furnish four sets of folders giving:
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 20
I. Catalogues and technical information sheets of equipment to be installed.
II. Performance curves, foundation details and fixing arrangements.
Contractor’s proposal for testing procedures for individual equipment and for overall testing of
the plant.
Submittals shall be separate for:
I. Mechanical and Piping works
II. Electrical Works
All drawings and submittals mentioned above shall be approved by (LSCL) and two sets duly
stamped shall be returned to the contractor for execution of the works.
5.7 Execution of work
All work shall be executed only in accordance with the approved drawings and other
submittals. Contractor shall ensure that all inserts, support plates, puddle flanges and other
items required to be incorporated during execution shall be placed in position as per his own
requirements during execution of the works.
All special tools and tackle required for erection and assembly of the equipment covered by the
contract shall be obtained by the contractor himself. All other materials such as foundation bolt
nuts, etc. required for the installation of the plant and equipment shall be supplied by the contractor
and are part of the contract.
The surplus excavated stuff shall have to be disposed off within 5 km radius from the site, as
directed by engineer-in-charge.
5.8 Testing and Handing Over
The contractor shall carryout tests on different equipment as in order to enable him to determine
whether the plant, equipment and installation comply with the specifications, local codes and in
accordance with the letter and intents of the specifications.
The installation shall be handed over to the Engineer in Charge only on successful completion,
operational tests and acceptance of the effluent quality.
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 21
5.9 Statutory Permissions
Contractor shall submit a write-up of process of the plant, drawings, design parameters flow and
P&I diagrams as necessary and required for submission to the State pollution control authority.
Contractor shall perform all testing and operation of the plant in presence of the Pollution Control
Board if so stipulated by them.
5.10 Completion Documents
On successful completion of the entire work, the contractor shall submit 4 sets of following
documents to Engineer in charge.
I. A brief write-up of process, day to day operating and maintenance instructions.
II. List of approved chemicals and procedure for storage and safety norms.
III. Completion drawing and data, catalogues, performance charts, technical data sheets and
equipment’s installed.
IV. Manufacturer’s maintenance and operating instructions for mechanical and electrical
equipment.
V. Test readings of Influent & Effluent parameters taken at final handing over time.
6 DESIGN SPECIFIC CONDITIONS
6.1 Basis of design
The process design, capacity/ rating of pumps and equipment etc. shall hold good for the capacity
of 940 KLD and shall be good for meeting the treated parameters as provided in the tender
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 22
elsewhere. The various acts and guidelines provided hereunder shall be followed strictly as
applicable.
I. Permissible limit as prescribed in IS: 2490 (Part-I)-1974 and environment (Protection)
Rules 1986.
II. Water (Prevention and Control of Pollution) Act, 1977 & 1978.
III. Environment (Protection) Act, 1986.
IV. Environment (Protection) Rules, 1986.
V. Hazardous Wastes (Management & Handling) Rules, 1989.
VI. Manufacturer, Storage and Import of Hazardous Chemicals Rules, 1989.
VII. Manufacturer, use import and storage and hazardous
VIII. Micro-Organizers, Genetically Engineered organizations or Cell Rules, 1989.
IX. Manual on sewage & sewage treatment - CPHEEO
X. The Public Liability Insurance Act, 1991.
XI. All standards as laid down by Central Pollution Control Board and any other relevant
statutory authority.
6.2 Design Consideration
Table 6-1 : Design ConsiderationNet Output Capacity
Treatment Technology Sequencing Batch Reactor
Peak Factor 2.25
Operation Sewage (round the clock)
6.3 Influent Sewage Characteristics
The influent wastewater characteristics to be used as the basis of design are provided below:
Table 6-2 : Influent Wastewater CharacteristicsInfluent Wastewater Characteristics*
Parameters Units 90%tile ValuesPh 6.5-7.5
BOD5 at 200C mg/L < 250COD mg/L < 500TSS mg/L < 350
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 23
TKN mg/L < 50Total Phosphorus mg/l < 10Total coliform MPN/100 mL 107 – 108
* Please note that above values are indicative. The Tenderers are advised to obtain the actual
data from site. Moreover, the inlet parameters other than mentioned in the tender, shall have to
be measured and verified by the bidder at its own. No arguments / objection shall be entertained
later on for any parameters. It shall be solely contractor's responsibility to take care of it to achieve
the desired treatment standards as mentioned in the tender.
6.4 Final treated Effluent Characteristics
Table 6-3: Final treated effluent characteristicsTreated Effluent Quality Requirements
Parameter Units ValuespH - instantaneous range 6.5 - 8.0BOD (3 days at 27 deg C) mg/L ≤ 10COD mg/L ≤ 50TSS mg/L ≤ 10Total Nitrogen mg/L ≤ 10Total Phosphorus mg/L ≤ 2Odor - Odorless
Note: All other parameters as per present CPCB/GPCB norms for on land for irrigation or whicheveris stringent. The dewatered sludge shall have minimus sludge TSS as dry solids as 20% w/w.
6.5 Process Design Datasheet* (To Be filled By Bidder)
Table 6-4: Process design datasheet
Design Parameter
Influent BOD
Influent COD
Influent TSS
Influent TKN
Influent TP
Effluent BOD
Effluent COD
Effluent TSS
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 24
Effluent TN
Effluent TP
SBR Basin Design
F/M Ratio
MLSS
Volume Required
No. Of Basin Provided
Volume of Each Basin
Depth of Each Basin
Dia
Say
Size of the Tank
Free Board
HRT
No. of Cycles
Cycle Structure
Mix Fill
React Fill
React
Settle
Decant
Total Time
Air Requirement
Total Oxygen Required
Oxygen Required Per Basin
Oxygen Required Per Hour
Safety Factor
Air Requirement Per Hour
No. of Blowers
Air Per Blower
Blower Efficiency
Blower Provided
Say
Sludge Calculation
Total Sludge Generated
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 25
Sludge Concentration
Volume of Sludge Per Day
Sludge Per Basin
No. of cycle
Sludge Wasted in each cycle
Sludge Wasting Time
Pump Required
Head
Provided Pump
Sludge Handling Unit : Bag Filtration
Capacity of Each Bags
No. of Bags Required Per Day
Provide Standby
Total Bags per Unit
*In case of confusion, the tenderer shall have to strictly follow the design criteria / norms as
specified in the CPHEEO manual on Sewerage and Sewage Treatment. Authority may verify the
same for tender acceptance and evaluation.
6.6 Salient Features
I. The plant should be suitable for low/peak flow in line with usage.
II. The plant should not create any noise, with no nuisance on fly or mosquito and no foul
odors.
III. The plant should work without the use of in-organic chemical additives (except for P
removal and sludge dewatering).
IV. The plant should be provided with territory treatment to provide zero bacteriological
standard for reuse on:
a. Gardening
b. Irrigation system
V. Treatment Objectives: Considering the raw sewage quality and the required treated
effluent quality, the Contractor shall furnish a process train to achieve the following
objectives:
a. To achieve guaranteed treated effluent quality to reuse it in gardening / irrigation /
farming, as defined in the tender elsewhere.
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 26
b. To ensure that the offered treatment process is the most appropriate and state of
the art in terms of both efficiency of treatment and cost (the Tenderer shall have
to produce the performance records with the same treatment systems applied
elsewhere.)
c. To ensure that the process is cost effective from both capital and O&M costs
consideration.
d. To ensure that the sludge produced is dewatered to a “spade able” or “open
body truck able” consistency – so that it can be easily disposed off.
e. The process preferably should be free from utilization of chemical/any organic
chemicals except for sludge removal process. No toxic chemical shall be used by
the Contractor. He shall submit the toxicity test report from any govt. recognized
laboratory at his own cost before using such chemical.
f. Oils/lubes/fuels/media/chemicals etc. to be used will be defined by Tenderer.
6.7 Project Components/ Units
The total units covered under scope of work are:
I. Sewage Intake arrangement.
II. Sewage treatment: It shall be based on Sequencing Batch Reactor technology including
Preliminary, Primary, and Biological, (PSF-Pressure sand filter & ACF- Activated Carbon
Filter), Disinfection and Bag Filter based Sludge Treatment.
III. The final treated effluent is to be disinfected compulsorily with UV before its further use.
IV. The contractor shall have to make sure that there shall not be any formation of odor or foul
gases during the treatment.
V. Collection Sump to collect the treated sewage to all 2 locations. The collection sump shall
be designed for the storage capacity of 1 day with and 2 nos. (1W + 1S) pumps. The
collection sump shall be completely below the ground level.
VI. Sludge shall be dewatered through bag filters, as applicable and disposal shall be done in
safe and hygienic manner. The dewatered sludge shall be disposed off as directed by
engineer-in-charge.
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 27
7 SPECIAL CONDITIONS
7.1 General
The sewage treatment plant (STP) system outlined in this section specifies the special
conditions for the system design, manufacture, supply and installation of a STP.
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 28
The work shall be carried out in a manner consistent with good practice in the local market. A
qualified and experienced Engineer shall be engaged for site supervision.
The Contractor shall submit analytical test reports of effluent water samples after the
commissioning or after the system is put into operation or as required by the Engineer in
charge. The report shall contain analysis of all data related to those requirements laid down
by the (LSCL) in the tender.
The effluent from the Sewage Treatment Plant shall be suitably treated and the effluent water
recovered shall be used for gardening / irrigation purposes etc.
7.2 Scope of supply of materials
1. Supply of Material :
All materials, testing appliances, tools, tackles & spares etc. necessary for the successful
execution & completion and till plant handing over to (beneficiaries) shall be procured and
provided by the tenderer. No material will be supplied to the contractor, either free of cost or at
issue rate by the LSCL/beneficiaries for this complete work.
2. Water :
Contractor shall have to make his own arrangement for water required for construction, testing and
for his labour/employees too.
3. Power :
Power required for the construction, erection and other allied job shall be arranged by the
contractor at his own cost.
4. Cement :
Cement required for the construction, erection works shall be procured by the contractor at his
own cost. All the cement to be used for the proposed work for any civil engineering activity shall be
Portland Pozzolana Cement (Fly Ash based), confirming to IS: 1489, Part-I (Latest Edition) and
from the specified contractors/manufacturers only.
5. Steel :
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 29
All reinforcement and structural steel required for construction, erection and other allied job shall
be procured by the contractor at his own cost. All the reinforcement steel to be used for the RCC
work for the proposed sewage treatment plant at all levels, shall be CRS (Corrosion Resistant
Steel) type of Fe 500 Grade confirming to IS:1786 and from the specified
contractors/manufacturers only.
6. Chemical and Consumables :
Only necessary electrical power will be supplied free of charge by (Beneficiaries) during testing,
commissioning. All other consumable items including chemicals and all other arrangements shall
have to be made by the contractor at his own cost.
7. Safety :
All the safety and factory rules shall be strictly followed. The contractor is fully responsible for the
safety of his staff and workmen and must equip them with safety appliances and tools.
The Contractor shall be responsible for provision of safety arrangements & protective clothing for
all persons/employees on the site whether or not engaged in actual operation or supervision. The
Contractor shall also be responsible for safety arrangements of all equipment used for construction
and shall employ trained workmen conversant with safety regulation. The contractor shall use only
tested equipment and tools and shall periodically renew tests to the satisfaction of the Engineer.
All test certificates shall be made available to the Engineer at the site of the work. If at any time, in
the opinion of the Engineer, this provision is not complied with, the contractor shall forthwith
replace such equipment and tools.
The contractor shall display notices and arrange proper fencing at such places where hazardous
work is being carried out. The contractor shall provide at his own expense on the works to the
satisfaction of the Engineer at such places, proper and sufficient firefighting, first aid appliances
etc. which shall at all times be available for use.
8. Time Schedule :
The work shall be executed strictly as per the time schedule/bar chart submitted and as
agreed upon. The entire job/project has to be completed within a period of 8 (Eight) months
[Excluding monsoon] from the date of placement of order. The time limit includes the time required
for testing, rectification, if any, retesting and completion in all respect to the entire
satisfaction of the Engineer-in-charge. The timely completion of this project is very important and
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 30
hence weightage will be given on strict compliance of work as per the sanctioned schedule of
work/bar chart. The time limit of this project is 8 (Eight) months [Excluding monsoon] is exclusive
of commissioning and trial run period. The commissioning shall be 1 month from the date of
completion and the trial run shall be 1 months from the date of successful commissioning. The
time period of completion shall be reckoned from the date of notification of award of work.
9. Penalty for delay :
The Contractor is bound to do the work as per the sanctioned schedule of work/bar chart. The
contractor shall have to submit the progress report with physical achievement at every first of
calendar month. The Engineer-in-charge will review the same and if the contractor fails to achieve
the target set as per the sanctioned bar chart, he shall pay penalty for delay at 0.2% (Zero point
two percent) of contract value per day delay in completion.
If the contractor fails to complete the work within the stipulated completion date for the work, he
shall pay penalty for delay at 0.2% (Zero point two percent) of contract value per day of delay in
completion and handing over the work or part thereof as the case may be to The (LSCL). The
amount of penalty for delay shall, however, is subjected to a maximum of 10% (ten percent) of the
contract value. Delays in excess of one hundred days will be a cause for termination of the
contract and forfeiture of all security for performance.
10. Signing Of The Contract
The successful tenderer shall be required to execute a within ten days of the receipt by him of the
notification of acceptance of tender. In the event of failure on the part of the successful tenderer
to sign the agreement within the above stipulated period, the acceptance of the tender shall be
considered as cancelled and Earnest Money Deposit amount will be forfeited.
11. Forfeiture Of Retention Money
Whenever any claim against the contractor for the payment of a sum of money arises out of or
under the contract, the (LSCL) shall be entitled to recover such sum by appropriating in part or
whole of the retention money of the contractor. In case, the retention money is insufficient or if
no retention money has been taken from the contractor, then the balance or the total sum
recoverable, as the case may be, be deducted from any sum then due or which at any time
thereafter may become due to the contractor. The contractor shall pay on demand any balance
remaining due.
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 31
12. No Compensation For Alteration In Or Restriction Of Work
If at any time after the commencement of the work, the shall for any reason whatsoever not
require the whole or part thereof as specified in the tender to be carried out, the Engineer-in-
charge shall give notice in writing of the fact to the contractor, who shall have no claim to any
payment or compensation whatsoever on account of any profit or advantage which he might
have derived from the execution of the work in full, but which he did not derive in consequence of
the full amount of the work not having been by reason of any alterations having been made in
the original specifications, drawings, designs and instruction which shall not involve any
curtailment of the works as originally contemplated.
13. Right Of The Inviting Authority To Determine/Terminate Contract
I. The LSCL shall, at any time, be entitled to determine and terminate the contract, if in the opinion of
the LSCL the cessation of the work becomes necessary owing to paucity of funds or for any
other cause whatsoever, in which case the cost of approved materials at the site as verified
and approved by the Engineer-in-charge and of the value of the work done to date by the
contractor shall be paid for in full at the rate specified in the contract. A notice in writing from the
LSCL to the Contractor of such determination and the reason, thereof shall be the conclusive
proof of the fact that the contract has been so determined and terminated by the LSCL.
14. Collection Of Data Tenderers' Responsibility
The tenderer shall visit the site and acquaint himself fully of the site and no claims whatsoever will
be entertained on the plea of ignorance or difficulties involved in execution of work or carriage of
materials.
15. Royalties :
Royalties for the construction materials i.e. Sand, Stone, aggregates, Rubble, murrum, gravel as
specified from time to time by the State Government shall be paid by the contractor. All ruling
regulations have to be strictly adhered to.
16. Following must be specifically noted;
I. Rates quoted must be inclusive of all taxes, octroi, work contract tax and no
dispute at later date will be entertained.
II. Applicable taxes and surcharge as per Rules, will be deducted from all the
payments made to the contractor as a TDS.
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 32
III. Completion period will remain 08 months.
IV. Extension in completion period is not accepted. Further, it is ensured that
comments will be offered on the drawings submitted for approval within 15 days
of submission of drawing.
V. EMD & SD shall be furnished as per tender terms and conditions only
VI. Tenderer to specifically note that he has to select the vender from the vender
List only given in the tender documents. However, for any of the items for which
no vender is mentioned, he must seek prior consent from LSCL while selecting the
particular vender out of vender List.
VII. The defect liability period of 24 months shall be considered only after the
successful completion of three month trial run and commissioning of the plant.
VIII. It is to note that, it is the responsibility of contractor to watch and ward and
make keep security arrangement.
IX. Price Escalation shall not be paid to the contractor by the LSCL in any case.
X. All the applicable taxes as per the Government Rules and Regulations shall
have to borne by the Contractor only, no compensation shall be paid on this
account.
XI. Interest of any kind what so ever shall never be paid/entertained in any case
including delayed payment of Running bills or final bill etc.
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 33
8 SPECIFICATIONS FOR CIVIL AND STRUCTURAL WORK
8.1 General
8.1.1 Scope
I. This specification gives the general design requirements and manners of
construction of all civil and structural works, the scope of which is given separately.
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 34
II. Placing in position and fixing of all mechanical items, insert plates, sleeves,
anchor bolts are also part of work covered by this specification.
III. Contractor shall be responsible for the designs and construction of all RCC works,
structural steel and other relevant civil works.
8.1.2 Design
I. The design shall generally be on the basis of standard design specifications.
II. All structures/part of structures in contract with water shall be designed as water
retaining structures as per IS 3370 parts I to IV [latest revision].
8.1.3 Construction
I. The construction shall be done as per latest relevant Indian standards.
8.2 Design Specifications
8.2.1 Scope
The design criteria given herein establish the minimum basic requirements for design of reinforced
concrete, structures and structural steel works.
8.2.2 Codes and Standards
Design loads in building - IS : 875.
8.2.3 Concrete Structures
General Purpose : IS : 456
Raft foundations : IS : 2950
Machine foundations : IS : 2974
Water retaining Structures. : IS : 3370
8.2.4 Steel Structures
Structural steel in General building construction : IS : 800
Steel tubes in general building construction : IS : 806
Metal arc welding for general building construction : IS : 816
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 35
All other relevant codes specified or referred in the above codes and wherever the reference is
made it shall be with latest revisions.
Any exceptions or additions to these specifications, including any mandatory rules or regulations
which are to apply, will be indicated on the design drawings/ calculations.
9 GENERAL TECHNICAL SPECIFICATIONS
9.1 General
All the items occurring in the work and as found necessary during actual execution shall be carried
out in the best workman-like manner as per specifications and the written orders of the Engineer-
in-charge.
Extra claim in respect of extra work shall be allowed only if such work is ordered to be carried out
in writing by the Engineer-in-charge as extra
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 36
The contractor shall engage a qualified Engineer for the Execution of work who will remain present
for all the time on site and will receive instructions and orders from the Engineer- in- charge or
his authorized representative. The instructions and orders given to the Contractor's
representative on site shall be considered as if given to the contractor himself.
Quantities specified in the tender may vary at the time of actual execution and the contractor shall
have no claim for compensation on account of such variation.
Diversion of road, if necessary, shall be provided and maintained during the currency of the
contract by the contractor at his cost. Figured dimensions of drawings shall superseded
measurements by scale.
All levels are given on drawings and the contractor shall be responsible to take regular level on the
approved alignment before actually starting the work. The levels shall be connected to the G.T.S
levels and shall be got approved from the Engineer-in-charge.
All electro-mechanical items such as Air Blowers, Submersible Pumps shall be provided in 1
working & 1 standby configuration with necessary electrical requirements.
9.2 Description of work
The work under the contract consists of providing and executing civil, mechanical, electrical,
instrumentation, PLC works. Services to be executed for sewage treatment plant which includes
the necessary items to be executed. The work also includes providing necessary inserts, brackets
supports in walls are required for installing any other facilities to be provided by other agencies.
Painting and coloring operating platforms, leaders, hand railing, rungs etc. with one coat of red
oxide primer and two coats of approved enamel.
It is not the intention of this tender to give detailed description and specifications of each and every
item. The successful tenderer shall execute each item so as to ensure smooth and efficient
working of the total system of which an item is a part. The successful tenderer shall not refuse to
carry out any additional items of construction if the same are required for smooth and efficient
working of the total system in the opinion of the (LSCL) or the Engineer-in-charge.
All the items specified in the tender shall be carried out by the successful tenderer as per the
practices set out in the relevant latest editions of Indian Standard specifications and IRC
specifications.
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 37
9.2.1 Cement & Steel
Contractor shall make his own arrangement to get cement and steel of the approved quality from
any of the approved agencies at his own cost and delay in getting cement and steel from these
agencies shall not be taken as a reason for delay in execution of the various item of work.
9.2.2 Classification of strata
All materials encountered in excavation will be classified in the following ground irrespective of
mode of excavating the materials and decision of the Engineer-in-charge in this regard shall be
final and binding to the contractor.
9.2.3 Soil & Hard Murrum
Soils of all sorts, silt, sand, gravel, soft murrum, stiff clay, kunkar and other excavation not covered
in the item mentioned hereunder.
9.2.4 Soft- Rock & Hard Rock
This shall include all materials which is rock but which does not need blasting and can be removed
with a pick-bar, wedges, pavements breakers, pneumatic etc.
10 GENERAL MECHANICAL SPECIFICATIONS
10.1 General Mechanical Requirements
The following clauses specify general mechanical requirements and standards of workmanship for
equipment and installation and must be read in conjunction with the particular requirements for
Contract. These general specification clauses shall apply where appropriate except where
redefined in the particular required sections of the Specification which shall be applicable.
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 38
10.1.1 List of Standards
Titles of various standards referred to in the specifications are indicated below. This list does not
necessarily cover all the standards referred to:
Table 10-1: list of standardsBS 5135 Specification for are welding of carbon manganese steels
BS 5316 Part-2 Specification for acceptance test for centrifugal, mixed flow and axial
pumps – Test for performance and efficiency
BS 6072 Method for magnetic particle flow detectionBS 6405 Specification for non-calibrated short link steel chain (Grade 30) for
general engineering purposes : Class 1 & 2
BS 6443 Method for penetrate flow detection
ASTM A-36 Specification for Structural Steel
ASTM A-216 Specification for Steel Castings, Carbon suitable for fusion
welding for high temperature serviceASTM A-276 Specification or stainless steel and heat resisting steel bars and
shapesASTM A-351 Specification for castings, Austenitic – Ferric (Duplex), for
Pressure containing partsASTM A-743 Specification for castings, Iron – Chromium, Iron – Chromium–
Nickel and Nickel Base Corrosion Resistant for general
ApplicationASTM A-744 Specification for castings, Iron Chromium – Nickel, Corrosion–
ResistantIEC – 189
Part 1 & 2
Low frequency cables and wires with PVC insulation and PVC
Sheath
AWWA C 501 Cast Iron Sluice Gates
IS 5 Colors for ready mixed paints and enamelsIS 210 Grey Iron Castings
IS 318 Leaded Tin Bronze Ingots and Castings
IS 325 Three Phase Induction Motors
IS 807 Code of Practice for Design, manufacture, erection and testing
(Structural Portion) of cranes and hoistsIS 1239 Mild Steel tubes, tubular and other wrought steel fittings
IS 1536 Centrifugally Cast (Spun) iron pressure pipe for water gas and
sewageIS 1537 Vertically cast iron pressure pipes for water, gas and sewage
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 39
IS 1538 Specification for cast iron fittings for pressure pipes for water, gas
and sewageIS 1554 PVC insulated (Heavy duty) electric cables
IS 2062 Steel for general structural purposes
IS 2147 Degrees of protection provided by enclosures for low voltage switch
gear and control gearIS 3177 Code of practice of electric overhead traveling cranes and
gantry cranes other than steel work cranesIS 3624 Vacuum and Pressure gaugesIS 3815 Point hooks with shank for general engineering purposesBS 2910 Methods for radiographic examination of fusion welded
circumferential butt joints in steel pipesBS 3017 Specification for mild steel forged ram shorn hooksBS 3100 Specification for steel castings for general engineering purposesBS 3923 Methods for ultrasonic examination of weldsBS 4360 Specification for weldable structural steelsBS 4772 Specification for ductile iron pipes and fittingsBS 4870 Specification for approval testing of welding proceduresBS 4871 Specification for approval the sting of welders working to
approved welding proceduresBS 4942 Short chain link for lifting purposesIS 5120 Technical requirements of roto dynamic special purpose pumpsIS 5600 Horizontal / vertical non clog type centrifugal pump for sludge
handlingIS 7090 Guide lines for rapid mixing devicesIS 7208 Guide lines for flocculator devicesIS 10261 Requirements for clarifier equipment for waste water treatmentIS 8413 Requirements for biological treatment and equipmentPart-II Activated sludge process and its modificationsIS 10037 Requirements for sludge dewatering equipment, sludgePart-I Drying beds, sand, gravel and under drainsIS 6280 Specification for Sewage ScreensIS 3938 Electric Wire rope hoists
10.1.2 Materials
All materials incorporated in the works shall be the most suitable for the duty concerned and shall
be new and of first class commercial quality, free from imperfection and selected for long life and
minimum maintenance.
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 40
10.2 DESIGN AND CONSTRUCTION
I. The plant design, workmanship and general finish shall be of sound quality in accordance
with good engineering practice, Design shall be robust and rated for continuous service, at
the specified duties, under the prevailing operational site conditions.
II. The general design of mechanical and electrical Plant, particularly which of wearing
parts, shall be governed by the need for long periods of service without frequent attention
but shall afford ready access for any necessary maintenance.
III. Similarly items of Plant and their component parts shall be completely interchangeable.
IV. Spare parts shall be manufactured from the same material specification as the originals.
V. No welding, filling or plugging of defective work will be permitted without the written
permission of the Engineer. All welding spatter shall be removed.
VI. It shall be the responsibility of the contractor to ensure that all the equipment selected is
fully compatible, mechanically, electrically and also with respect to instrumentation,
control and automation.
VII. It shall be the responsibility of the contractor to ensure his equipment interfaces with
other equipment correctly. Any interfaces must not affect the integrity of the equipment, or
invalidate any warranties or guarantees.
VIII. Each component or assembly shall have been proven in service in a similar application
and under conditions no less than those specified therein.
IX. The equipment shall be compatible with the civil structure, when installed, with sufficient
space for operator access and maintenance procedures.
X. All materials shall be of the best commercial quality and free from any flaws, defects or
imperfections.
XI. Materials shall be selected to eradicate or reduce corrosion to a minimum.
10.3 Description
I. The requirements of this Section are subject to the General Conditions of Contract. Other
applicable sections of the Specifications shall be constructed to form a part of this Section
where the context so requires. Specific characteristics, dimensions and other details
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 41
applicable to any particular equipment shall be given in the Schedule to Technical data
provided at the end of the relevant Section.
II. The Contractor shall provide all the required labour, permanent equipment and materials,
tools, construction plant and equipment, safety equipment, transportation and
test equipment for supplying, installing, adjusting and fully testing all the mechanical
work shown General Assembly Drawings, in detail included in these Schedules.
10.4 Quality Assurance
10.4.1 Standards
All mechanical equipment and the materials used therewith shall comply with the relevant Indian
Standards unless a more rigorous requirement is specifically stipulated. If no applicable Indian
Standard is available for any item of equipment or materials, the corresponding British Standards
laid down by the regulating Authority in the United States dealing with the subject in question
shall be adopted. In every situation the latest specifications, standards etc. shall apply unless
otherwise stated. In instances where there is a conflict between two codes (the Indian Standards
excepted), the more restrictive of the two shall apply.
10.4.2 Extra work
Any item of equipment or materials not shown in the Drawings or specified elsewhere, but is
clearly essential to make the system operable, shall be supplied and installed by the
Contractor as if it had been shown or specified therein. Subject, however, to the above
requirement, work that is not included in the Contract Documents shall not be performed except
when approved in writing by the Engineer-in-charge/(LSCL)
10.4.3 Quality Standards
Any item of equipment or materials not mentioned or specified elsewhere, but is clearly essential
to make the system operable, shall be supplied and installed by the Contractor as if it had
been shown or specified therein. Subject, however, to the above requirement, work that is not
included in the Contract Documents shall not be performed except when approved in writing by
the Engineer-in-charge/(LSCL)
10.4.4 Data
All equipment furnished shall have a data plate fabricated out of 316 Stainless steel with a
minimum thickness of 1.6 mm with embossed or preprinted lettering, and fastened to the frame
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 42
with corrosion-resistant pins. Name plates shall have stamped on them the name of the
manufacturer, serial number, model number, type operating and performance data and other
pertinent information. Letters and numerals shall not be smaller than 4.75 mm. high.
10.4.5 Tagging
Name tags shall be provided and attached to each item of equipment and device to identify it. The
name tags shall be of rectangular shape and shall be approximately 37 mm x 76 mm in size. They
shall be made from brass or stainless steel sheet etc. and have a minimum thickness of 0.75 mm.
Letters and numerals shall be less than 4.75 mm high. The name and number of each item of
equipment or device, as shown on the drawings, shall be shown on each name tag. A 4.75 mm
diameter hole shall be provided in the upper left hand corner of each tag and shall be used to
attach the name tag to the equipment and devices, with 3.2 mm stainless steel chain.
10.5 Drawings
10.5.1 Project Drawings
I. The mechanical drawings are diagrammatic and indicate the general layout of the complete
construction work.
II. Locations of equipment, inserts, anchors, motors, panels, conduits, stub-ups, fittings,
fixtures, air, water and process inlets, unless specifically dimensioned on the
drawings, shall be determined to suit site conditions encountered and the Contractor shall
be responsible for ensuring clearances between pipes, equipment and similar
appurtenances, without extra cost to the (LSCL).
III. The contractor shall review the Drawings and specifications of other trades and shall
include the mechanical work shown thereon that shall be required for the installations.
IV. Should there be a need to deviate from the Mechanical Drawings and Specifications,
the Contractor shall submit written details and reasons for all changes to the Engineer-
in-charge for approval before making such changes, Any extra cost to make such
changes must be borne by the Contractor unless such changes are discussed,
negotiated and finalized at the tender stage and included in the letter of Award of the
Contract.
In the event of conflicting interpretations of the construction drawings, the Engineer- in-charge
interpretation shall prevail.
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 43
10.5.2 Shop Drawings
1. Prior to fabrication of custom-made equipment or placingorders for available
manufactured equipment, the Contractor shall obtain from the manufacturer and
submit to the Consultation for his approval five copies of shop drawings for showing
details of fabrication, assembly, foundation drawings, installations and data covering
materials used, power drive assembly, parts, devices and other accessories forming a
part of the equipment to be furnished. Unless otherwise specified, these shall
constitute data covering materials used, power drive assembly, parts, devices and other
accessories forming a part of the equipment to be furnished. Unless otherwise
specified, these shall constitute the initial submittals.
2. The Contractor will submit six (6) copies of certified performance or certified test curves
as specified for all pumps, blowers or com-pressers furnished, unless otherwise specified
with the tender. The Contractor shall notify the Engineer-in-charge three (3) weeks prior
to any testing, should the Engineer-in-charge elect to witness the tests or have the tests
witness by an authorized representative on his behalf.
10.5.3 Record Drawings
I. The Contractor shall maintain a complete and accurate record set of drawings for the
mechanical installation and construction work.
II. Record all work that in installed differently that shown on the project drawings.
III. Upon completion of the work, the contractor shall submit to the Engineer-in-charge in
triplicate complete set of "Record Drawings". These shall be a clean, legible and
unambiguous set of drawings with all changes from the approved project drawings
distinctly shown in these two descriptions shall be used throughout the Contract.
IV. All underground piping shall be located by the dimensions, baseline stationing,
approximate elevation and other pertinent data required to facilitate the relocation of the
pipes or fittings when later necessary.
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 44
11 ITEM-WISE MECHANICAL SPECIFICATIONS
11.1 MSEP Tank (In case of skid mounted SBR based sewage treatment plant
Side wall thickness: 10 mm
Partition thickness: 10 mm
Bottom thickness: 12 mm
Side Support “C” Channels for the Side Wall: ISMC 150
First support: At the 30% height from the bottom
Second & Afterwards supports: In the steps of 20 % height after the first support
Paint & Coat: 2 coat of primer each of 100 micron thickness and 2 coat of epoxy each of
100 micron thickness
All Welding type: Full welding
All Welding test: Ultrasound
Stairs and drain points shall be provided
11.2 Floating type Decanter
Each SBR tank shall be provided with one no. of Floating Decanters along with Guide rail andlifting arrangement.
Discharge bore: 40 – 80 mm
Solid passage: 15 mm
Sludge surface monitoring system shall be given interlocked with the submersible pump toensure discharge of only supernatant liquid.
Sludge sensors of the Sludge Surface Monitoring System shall be Light emitter based andwith sensor cleaning system.
Float MOC shall be fiber reinforced plastic and shall be filled with polystyrene foam
Submersible pump impeller MOC: Gray CI
Submersible pump casing MOC: Gray CI
Submersible pump shaft seal MOC: Silicon Carbide
11.3 Submersible Mixer
The submersible mixer shall be installed in the Anaerobic and anoxic zones, and they shall
be capable of providing a velocity gradient in the range of 500 to 1000 mm/sec.
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 45
The mixer shall have a self-cleaning propeller optimized for effective mixing and vibration-
free running, and required power shall be at least 10Watt/m3 of tank volume.
The mixer shall be driven by a high efficiency 3 phase motors IP68 Class F. Motor shaft
and rotor shall be dynamically balanced.
Bearings shall be lubricated-for-life with a calculated life of more than 100,000 operating
hours.
The mixers shall have the flexibility to be located at different depths and thereby avoiding
dead zones.
The mixer shall be provided with the following :
o Lifting frame with a winch which can be dismantled, fee standing with adjustableboom length.
o Mounting socket for free standing hoist suitable for wall mounting.
o Guide for floor fixing components and support brackets for wall mounting.
o Stainless steel rope for raising and lowering the mixer.
o Rope block for holding the stainless steel rope where the lighting frame is used indifferent locations.
o Support rope for reliable support and guidance of power supply cable.
o Support clamps and hooks to support the power supply cable in such a manner thatit is not under strain.
The propeller, propeller shaft and motor housing shall all be of SS 316.
11.4 Fine bar screen
Mechanical screens should be suitable for installation in Sewage treatment plant for removal of
floating wastes coming along with sewage. These screens should be capable to screen out most
of the medium and large floating material such as plastic bags, floating debris, weeds, paper
wastes, clothes and rags etc. Which are generally clogging the impellers of the pumps installed
downstream of the screens.
The screen shall be of the front raking type with aperture size of 60 mm and pore size of 10 mm.
All the materials and sub-assemblies used shall be suitable for outdoor application. They shall be
constructed so that maintenance is kept to a minimum. There shall not be any moving part,
sprocket, bearing, etc. Continuously immersed in sewage.
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 46
Contractor shall furnish and install mechanically cleaned bar screens with multiple rake blades.
Each screen shall be manufactured from SS 316 stainless steel shapes. Fabrication and assembly
shall be in conformance with this specification.
11.5 Diffused Air Aeration System
This section of the specification sets out the minimum requirements of the design and selection of
diffused air aeration system equipment.
The pipe works, instrumentation and the diffusers shall be correctly sized to deliver the required
quantity of air at the available pressure to meet all operating conditions.
The Blowers shall be provided for providing adequate oxygen into the reactor tank for aeration.
The blowers shall be capable of developing the required total pressure at the process unit rated
capacity for continuous operation. The blowers shall be Twin Lobe type preferably.
11.5.1 Air Blower
Compressor blowers shall be of the Roots type, each provided with inlet filter, automatic load-
unload valves, pressure gauges, pressure relief valve, drain and air flow indicator. Bearings and
gear boxes shall be separated from the blower housing by air spaces. The units shall be complete
with a self-contained cooling system.
The Bearing shall be generously designed to give long operational life. Bearing at the drive end
may be oil or grease lubricated. The gears and bearings at the non-drive end shall be oil
lubricated. Bearings shall be provided with oil throwers to prevent leakage of oil. The delivery
velocity not exceeding 25 m/s and each blower shall be provided with adequate components as
per the system requirement.
The air blowers shall be such design as to achieve energy efficient operation continuously over the
range of design airflow rates at the discharge pressure that shall remain practically constant.
The blower shall be capable of supplying the design “mass flow” rate at maximum ambient inlet
temperature of 5 degree C.
11.5.2 Aeration Diffusers
Air diffuser system consist of tube type porous membrane of Acid resistant silicon based
rubber with diameter not exceeding 65 mm size, single piece injection moulded PP support
tube, SS clams.
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 47
Entire diffuser has to be manufactured, assembled, tested in factory premises & no site
work is permitted.
Flat surface facing upwards as membrane shall not be accepted.
The aeration tank is used to remove oxygen consuming organic matter from the effluent by
biological treatment. Diffused aeration is used for air supply.
The bubbles produced from the diffuser are of extremely small size between 0.5-0.8 mm,
thus the total surface area that interacts is large and the contact time of bubble is large due
to slow rise of bubbles. The system is thus extremely power efficient in terms of oxygen
transfer efficiency. The flow of fine bubble of 0.8 mm in size provides a gentle mixing,
which prevents flock shear.
Fine Bubble diffuser consists of a porous membrane made of acid resistant silicon based
rubber. Each diffuser is fully supported over the length and circumference on the single
piece injection molded polypropylene (PP) tube with a RIDGE on the top to hold the
membrane in position against the velocity generated in the wastewater.
No drilled holes on the supports tubes are permitted and only channel type of arrangement
for entry of air into membrane is desired. Air opening on the membrane should be 0.8-1
mm with staggered perforation.
The diffuser will be retained in place by two clamps. It is fitted to the pipe lateral by CLIPIN
arrangement. The Laterals are connected to a pipe header. The wetted parts of the system
shall be made of Non-corrosive material specifically SS 316. During power shutdown at the
STP the membrane will contract and lose around the PP support pipe and means shall be
provided to prevent any back flow.
Each diffuser shall consist of the following: Minimum 65 m OD PP injection moulded
support pipe.
o Porous membrane made of silicon based rubber lateral.
o RCC support block with SS 316 clamping.
o Flexible hose pipe (Drop pipe for each diffuser assembly)
o PP ropes for lifting and guide position.
o Hose clamp
o pipe connector
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 48
o GI barrel nipple with connector for connection with pipe
Complete diffuser shall be assembled at original factory level and site fabrication of diffuser
is not acceptable.
All hardware accessories including clamps, fasteners, fan-hooks, eye bolts, should be of
SS 316 material only.
11.6 Sludge Handling
As sludge generated from different process units, the bag filter based sludge dewatering unit (Min
6 bags along with 100 spare bags) shall be used.
11.7 Submersible Pump
Submersible pumps shall be of the single entry design supplied complete with boltless self-aligning
duck-foot assemblies giving automatic connection to the discharge pipe work.
The total head capacity curve shall be continuously rising towards the shutoff with the highest at
shutoff. Pumps shall be suitable for single as well as parallel efficient operation at any point in
between the maximum and minimum system resistances.
The pumps shall be designed to handle solid sizes of up to 40 mm. Pumps shall run smooth
without undue noise and vibration. The pump set shall be suitable for starting with discharge valve
open and/or closed. The pump set shall be capable of withstanding the accidental rotation in
reverse direction.
Construction Features
Pump shall be centrifugal, vertical spindle, non-clog, wear resisting, single stage type.
Pump casing shall be of robust construction. Liquid passages shall be finished smooth and
designed as to allow free passage of solids. The volute tongue shall be filed to a smooth
rounded edge.
Double mechanical seal shall be provided to protect the motor from ingress of liquid along
the shaft. The preliminary and secondary seals shall be oil lubricated with tungsten carbide
or silicon carbide faces.
Double mechanical seals shall be provided to protect the motor from ingress of sewage
along the shaft. The preliminary and secondary seals shall be oil lubricated with tungsten
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 49
carbide or silicon carbide faces and they shall be equipped with an electrical monitoring
system for seal failure detection.
Impeller shall be non-clog open/semi open type for raw sewage and sludge application and
enclosed type for clear water/treated sewage / filter rate pumping application with smooth
blunt edges and large water ways so as to allow free passage of the large size solids. It
shall be free from sharp corners and projections likely to catch and hold rags and stringy
materials.
The critical speed of the rotor shall be at least 30% above the operating speed.
Pump sets shall have double bearings. The bearing life shall be minimum 40,000 hrs of
operation.
Each pump shall be complete with a CI delivery connection arrangement for fixing to the
concrete floor of the suction well. All necessary SS fixtures required for guiding the pumps
during lifting/lowering shall be provided. The installation shall facilitate automatic
installation and removal of pump without a person entering the wet well. Each pump shall
be provided with a SS-316 lifting chain with suitable provision for engaging the hook of the
crane at 1 m interval.
Each pump shall be provided with an automatic coupling device for attaching the crane
hook to the pump at low level, even whilst the pump is submerged, without the need for
personnel to enter the wet well. This automatic coupling devise shall easily and
automatically couple and uncouple the hoist hook and be complete with necessary
accessories. All links and cables shall be multistranded SS.
The submersible pumps shall be suitable for operation with or without submergence.
The pump shall start and stop automatically based on the level in the wet well.
The synchronous speed shall not exceed 1500 rpm at 50 Hz supply.
The material of construction for submersible pumps shall be as follows:
o Impeller SS : ASTM A 743 CF8M
o Casing: CI, IS: 210 Gr FG 260 with 1.5 to 2 % Nickel
o Shaft SS : BS:970 AISI Gr 316
o Bush Bronze IS 318 Gr LT B2
o Guide Rail Pipe SS : BS 970 AISI Gr 316
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 50
o Fasteners and Foundation Bolts: SS BS:970 AISI Gr 316
The submerged cable shall be a multi-core flexible cord, Vulcanized rubber insulated with
tough rubber sheath and outer PCP sheath to BS 6500.
11.8 Chemical Dosing Pump
Chemical dosing pumps shall be piston diaphragm or mechanical diaphragm type as specified.
Pump may be simplex or duplex arrangements to suit the capacity or process requirements. The
pump design shall incorporate positive stroke return. The maximum stroking speed shall not
exceed 100 strokes per minute. Pump, motor and driving arrangement shall be mounted on a
robust combined base plate.
Pump liquid ends shall be selected for compatibility with the pumped liquid. Suction and discharge
valves shall be the single ball type allowing a free flow self-cleaning action. Ball and seat materials
shall be resistant to abrasion.
Material shall be selected to suit the chemical being pumped. Liquid end shall be polypropylene,
AISI 316 SS, Glass or Hastelloy C. Diaphragm material shall be butyl rubber, PTEE, or Hypalon
and glans shall be PTEE or Neoprene.
11.9 Chemical dosing tank and mixture
This tank shall be used to dissolve the alum or polymer to a constant concentration and feed the
solution to the outlet channel of the aeration tank or the dewatering equipment. It shall be a vertical
tank and shall be composed of tank main body, mixer, manhole, etc.
The tank shall be made of corrosion resistant material.
The tank shall be provided with a removable cover to prevent chemical scattering, and also with a
vent pipe.
The tank shall be provided with necessary mounting seats for overflow pipe, etc.
The motor-driven mixer shall be vertical speed reducer, direct-coupled type of 2-stage propeller
type, as a rule and shall be constructed to endure continuous operation free from vibration, etc.
The mixer shall be at the center or at a position off the center according as the tank being angular
or circular.
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 51
12 SPECIFICATIONS OF ELECTRICAL WORKS
12.1 General
12.1.1 Provisions
I. Other applicable sections including the General and part of electrical requirements as if
repeated in this Section.
12.1.2 Work Included
I. The Contractor shall provide all the required labour, project equipment and materials,
tools, construction equipment, safety equipment, transportation, test equipment and
satisfactorily complete all the electrical work included in these Specifications. Provide and
install wiring for equipment that will be furnished and installed by other Sections of these
Specifications.
II. All works shall be executed strictly in accordance with the latest National Electrical
Code.
12.1.3 Regulations
All the electrical equipments and materials including their installation shall conform to the following
applicable latest codes and standards.
I. Indian Electricity Rules 1956.
II. The Indian Electricity Act 1910.
III. Fire Insurance Regulations.
IV. Regulations laid down by the Electrical Inspector
V. Regulations laid down by Factory Inspector of Gujarat.
VI. Indian Standards Institution's Specifications.
VII. Factory Act.
12.1.4 Variance
I. In instances where two codes are at variance, the more restrictive requirements shallapply.
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 52
12.1.5 Extra Work
Work that is not included in the tender documents shall not be performed, except when
approved in writing by LSCL.
12.2 Equipment and Materials
I. Contractor shall provide the equipment’s and materials that are required to complete all the
electrical work outlined in this Section.
II. Incidental items, not included in the tender drawings and Specifications, that can
legitimately and reasonably be inferred to belong to the electrical work shall be
provided by the Contractor at no additional cost to the LSCL. The decision of the
Engineer-in-charge in this matter shall be final.
III. All equipment’s and materials shall be new, of latest design and standard products of
established manufacturers. For uniformity, only one manufacturer shall be accepted for
each type of product.
IV. Contractor shall provide adequate and protective storage for all equipment’s and
materials during the construction work. The contractor is responsible for its safe
custody for his materials at site.
V. All equipment’s shall be procured from reputed manufacturers and shall bear ISI
Certification mark wherever applicable. The equipment shall conform to the latest I.S.
Standard Specification. A list of the Preferable Manufacturers is attached along with the
Tender.
VI. The following site tests are to be conducted (over and above the equipment to be tested at
manufacturer's work) on equipment complete job in presence of Corporation's
representative prior to commissioning.
LT Switch Board:
o All site tests as per Indian Standards and high voltage test of busbars after erectionand as per detail specification including site test for relay etc.
o Earth Resistant Test
VII. The materials supplied and installed shall be genuine only and as per the specifications.
VIII. If the same are not found satisfactory the same shall have to be replaced "Free of Cost".
Manufacturer's certificate towards genuineness of material shall have to be supplied (if
required by the department) otherwise the material shall be rejected. In case of
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 53
doubt/dispute the LSCL shall ask the contractor to send the material/equipment to the
manufacturer's work for testing genuineness. The decision/report received from the
manufacturer shall be conclusive and binding on both the parties i.e. the LSCL and the
contractor. If the material / equipment sent for testing is not found to be genuine then the
whole expenses for testing shall be borne by the contractor and the contractor shall
replace the whole lot of materials/ equipment’s supplied by him free of cost.
IX. The responsible authorized person of the contractor should be available at site daily
when work is in progress. The LSCL/beneficiaries shall not be responsible for any accident
or damage done to the workman/staff of the contractor. No compensation of any kind
shall be paid by the LSCL/beneficiaries. The contractor shall observe Govt. Rules
regarding labour, etc.
X. L.T. switch gear shall be painted with final coat of paint using spray machine at site
before commissioning without any extra cost, if required.
XI. All the equipments shall be tested for tests as per latest relevant IS in presence of
LSCL’s representative prior to dispatch and certificate thereof shall be supplied.
XII. If required by the LSCL, the equipment shall be sent to recognized test lab for
ascertaining the guaranteed parameters. The Contractor should agree to the same. The
test results so obtained shall be binding to the LSCL and to the Contractor.
XIII. All motors should be with duty S1, Totally Enclosed Fan Cooled type only. Unless
otherwise specified, motors shall be provided with class ‘F’ insulation as a minimum. In
case of motors with class ‘F’ insulation the permissible temperature rise above the
specified ambient temperature shall be limited to class ‘B’.
However, for motors operating with Variable Frequency Drive, winding shall bevacuum impregnated and Class H insulation only and with forced coolingarrangement.
XIV. Efficiency of equipment and energy saving is one of the important aspect of
consideration of tender. Hence, LSCL hereby reserves its right to decide final selection of
make upon the energy saving aspect. In this regard the decision of Sr. Engineer will be
final and no dispute of the contractors will be entertained at a later date for the same.
XV. The successful Tenderer shall have to submit CPRI test certificate for minimum 2000
Amp. busbar with 50 KA short circuit capacity for 1 sec. from the L.T. panel contractor
selected by him. Otherwise L.T. panel shall not be accepted.
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 54
XVI. All power cables shall be Copper Armoured Cables only.
13 GENERAL CONDITIONS FOR EQUIPMENTS
13.1 Erection and Commissioning
In accordance with the specific installation instructions, as shown on manufacturer's drawings
or as directed by the L S C L ’s Representative, the Contractor shall unload, erect, install, site
test and place into commercial use all the electrical equipment included in the contract.
Equipment shall be installed in a neat, workman like manner so that it is level, plumb, square
and properly aligned and oriented. Tolerances shall be as established in manufacturer's drawings
or as stipulated by the LSCL. No equipment shall be permanently bolted down to the foundation
or structure until the alignment has been checked and found acceptable to the Corporation.
The Contractor shall furnish all supervision, labour, tools, equipment, rigging materials and
incidental materials, such as bolts, wedges, anchors, concrete inserts etc. required to completely
install, test and adjust the equipment.
Manufacturer's drawings, instructions and recommendations shall be correctly followed in
handling, setting, testing and commissioning of all equipment.
The Engineer may engage the manufacturer's erection Engineers to supervise the erection of
the relevant equipment referred to in the Technical Specification. The Contractor shall erect and
commission the equipment as per the instructions of the Erection Engineer(s) and shall extend
full co-operation to him.
In case of any doubt / misunderstanding as to correct interpretation of a manufacturer's drawings of
instruction, necessary clarifications shall be obtained from the LSCL. The Contractor shall be
held responsible for any damage to the equipment consequent to not following a
manufacturer's instructions correctly.
The Contractor shall move all equipment into the respective building through the regular doors
or f loor opening provided specif ical ly for the equipment . The Contractor shall move the
equipment from the storage site to the crane, attach to the crane hook and install in f inal
locat ion. The Contractor shall make his own arrangements for the listing of equipment.
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 55
Where assemblies are supplied in more than one section, the Contractor shall make all the
necessary mechanical and electrical connections between sections including the connections
between busbars/ wires. The Contractor shall also carry out the necessary adjustments /alignments
isolators and their operating mechanisms. All insulators and bushings shall be protected against
damage during installation. Insulators or bushings chipped, cracked or damaged due to
negligence or carelessness shall be replaced by the Contractor at his own expense.
The Contractor shall take utmost care in handling instruments, relays and other delicate
mechanisms. Wherever the instruments and relays are supplied separately, they shall be
mounted only after the associated control panels/desks have been erected and aligned. The
blocking materials/mechanism employed for the safe transit of the instruments and relays shall be
removed after ensuring that the panels/desks have been completely installed and no further
movements of the same would be necessary. Any damage to relays and instruments shall be
immediately reported to the LSCL.
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 56
14 SPECIFICATIONS FOR ERECTION, TESTING &COMMISSIONING OF ELECTRICAL EQUIPMENTS ANDACCESSORIES
14.1 Scope
This specification is intended to cover complete installation, testing and commissioning of electrical
equipment’s i.e. motor control centres, control panels/ switchgears, motors, push button stations
out door sub -station etc. complete.
Codes and Standards:
I. The installation, testing and commissioning of all electrical equipment’s shall comply with all
currently applicable statutory regulations, fire insurance and safety codes in the locality
where the work will be carried out. Nothing in this specification shall be construed to
relieve the Contractor of his responsibility.
II. Unless otherwise specified, the work, material and accessories shall conform to the latest
applicable Indian, British or IEC Standards, some of which are listed below :
IS : 3072 Installation and maintenance of switchgear.
IS : 900 Installation and maintenance of Induction motors.
IS : 3106 Selection, installation and maintenance of fuses.
IS : 1886 Installation & maintenance of transformers.
IS : 1180 Distribution Transformers.
IS : 4029 Guide for testing three phase induction motors.
IS : 335 Insulating oil for transformers & Switch-gears.
IS : 5124 Installation & maintenance of A.C.Induction Motor starters upto 1.1 KW.
IS : 226 Specification for structural steel.
IS : 5216 Guide for safety procedure and practices in electric work.
IS : 3202 Climate proofing of electrical equipment.
IS : 2274 Code of practice for electrical wiring installations.
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 57
IS : 6665 Code of practice for industrial lighting.
IS : 1866 Code of practice for maintenance of insulating oil.
IS : 1653 Rigid steel conduits for electrical wiring.
IS : 2667 Fittings for rigid steel conduits for electrical wiring.
III. Good workmanship shall be in accordance with best engineering practice to ensure
satisfactory performance and service life.
Detailed Requirement of Installations:
Switchgear, Control Panel etc.:
All alignment, levelling, grouting, anchoring adjustments shall be carried out in
accordance with manufacturer’s instructions and/or as directed by the purchaser.
All modules shall be taken out and internals shall be cleaned preferably with vacuum
cleaner.
All connections and fixing of equipment’s in switch-gear.
In some cases, minor modifications may have to be carried out at site in the wiring and
mounting of the equipment to meet the requirements of the desired control scheme and
the contractor shall have to do the same at no extra cost.
Motors:
The installation of Motors shall be carried out in accordance with manufacturer's
instructions and/or as directed by the purchaser.
Checking and cleaning of bearings and charging/filling of lubricants, wherever necessary.
Cleaning of core the winding, varnishing out the windings and measurement of air gap for
motor assembly at site if demanded.
Motors shall be run on un-coupled condition for few hours before coupling them with the
drive equipment.
Motors shall be coupled with drive, adjusted and shall be tested on load.
Miscellaneous Items:
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 58
The contractor shall install miscellaneous items such as motor starters, local start/stoppush bottom stations etc.
The equipment will be generally wall, column or stand mounted. The exact location will be
as shown in the final drawings.
All supports or brackets needed for installation shall be fabricated and painted by the
Contractor.
All welding, cutting, chipping and grinding as & when necessary shall be carried out by the
Contractor.
Installation of Cables:
Cables shall be laid in accordance with layout drawings and cable schedule etc. to be
supplied by Contractor and approved by the SMSS High voltage, medium voltage and
control cables shall be separated from each other by adequate spacing or running
through independent pipes.
Cables shall be laid directly buried in earth, on cable racks, on cable trays, in conduits,
on walls etc. as per the requirements.
All cables routes shall be carefully measured and cables cut to required lengths, leaving
sufficient length for the final connection of the cable to the terminals of the equipment.
The various cable lengths cut from the cable reels shall be carefully selected to prevent
undue wastage of cables.
Cables shall be laid in trenches at requisite depths. Before cables are placed, the trench
bottom shall be filled with a layer of sand. This sand shall be covered with 150 mm of
sand, on top of the largest diameter cables, the sand shall be lightly pressed. A
protective covering of approved type of brick shall be laid. The remainder of the trench shall
then be back filled with soil, rammed and levelled.
As each row of cables is laid in place and before covering with sand every cable shall be
given an insulation test in the presence of Engineer-in-charge. Any cable which proves
defective shall be marked and replaced with a new cable and the end of defective cable
sealed to avoid leakage of water, if it is not feasible to remove the defective cable
altogether.
When cable rises from trenches to motor, push button, lighting panels etc. it shall be
taken in GI pipes for mechanical protection upto a minimum of 150 mm above grade etc.
The top of the pipe shall be filled with PUTTI after pulling of cable for sealing purpose.
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 59
Straight through joints if required shall be made by using epoxy resin type torpplain or M-
seal.
Cables shall be neatly arranged and dressed in the trenches in such a manner so that
cris-crossing is avoided and final take off to the motor/switchgear is facilitated.
All cables will be identified close to their termination points by cable numbers as per cable
schedule. Cable numbers will be punched on AL strips [2 mm thick] securely fastened to
the cable wrapped round it.
Each underground cable shall be provided with identifying tags of lead securely
fastened every 20 m of its underground length with at least one tag at each end before
the cable enters the ground, at each bend or turning and the road crossing.
In unpaved area, cable trenches shall be identified by means of cable marker. These
posts shall be placed at location changes, in the direction of cables and at interval of not
more than 50 m.
A minimum clearance of 300 mm shall be maintained between cable trench and parallel runs
of underground piping. Cables which enter building below ground level shall pass through
the building foundation in G.I. pipes. Space between the cable and pipe shall be sealed so
as to be liquid tight. Sealing compound used shall be impervious to liquids that may be in
the ground.
Following guide shall be used for sizing the pipe size :
1 cable in pipe 53% full
2 cable in pipe 31% full
3 or more cables 43% full
Multiple cable 40% full
At road crossing and other places where cables enter pipe sleeves adequate bed of sand
shall be given so that the cables do not slack and get damaged by pipe ends. All cable
entry places to the buildings shall be suitably sealed as instructed by the
Engineer-in-charge.
Drum number of each cable from which it is taken shall be recorded along with the
cable number in the cable schedules. As proper register to indicate the drum No., type of
cables, size of cable, length cut and laid, the points between which the lengths are laid
and corresponding dates etc. shall be prepared and maintained in consultation with the
Engineer-in -charge.
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 60
A similar register for cable termination and jointing work shall also be prepared and
maintained.
Tray and Supports for Cables:
Armoured cables which run exposed above ground shall generally be run in cable racks or
cables trays except individual cables or groups of upto two or three running along
structures may be attached directly to the structures. In the cable trenches below the
switchgears, cable racks and trays shall be used for supporting cables. Cable trays shall
be ladder type of steel construction with ladder runs of 450 mm centres or the trays may be
perforated type. Lengths shall preferably be 6 meters [approx. depending on
fabrication facilities] in widths of 150, 300 and 450 mm as per design requirements for
greater width, trays may be bolted togehter.Side heights shall be sufficient to provide
mechanical protection for the cables.
Cable trays shall be supported at every 300 mm or less longitudinal run [based on
maximum uniform leading of 35 kg.per meter length for 3 meter span] shall be so fouted
that there is no danger of mechanical damage.
They shall be kept separate as far as possible from major piping and where practicable at
elevation above the top level. Routings shall follow the major structure axes.
Where more than one level of cable trays is required, levels shall have a minimum of 450
mm clear space between top of cable layer and bottom of next higher load tray.Top level
shall also have 450 mm clearance to any overhead construction running
immediately over and parallel to it. This is to allow adequate access to all cables. A 300 mm
clearance is satisfactory for short obstruction of 300 mm or less.
Cable trays and inaccessible portion of supporting steel shall be painted if necessary,
before laying of cables. The painting shall be done with one coat of red lead paint and two
coats of aluminium white paint.
Cable laid in horizontal trays shall be fixed to the tray at intervals not exceeding 1 meter
where cables are run individually or structures strapping intervals shall not exceed 600
mm. Vertical runs shall have strapping at intervals.
Outdoor cable trays shall be galvanised and the cable fixing straps, bolts, nuts, washers
etc. shall also be galvanised.
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 61
Cable Termination:
Cable termination shall include the following:
I. Making necessary holes in the bottom/top plates for fixing cable gland/box.
II. Fixing double compress cable gland/box, connecting armour clamp to cable armour. c.
Dressing of cables, pouring compound etc. wherever necessary to make termination
complete.
III. Putting cable lugs, crimping them on to cores of cables, taping bare conductors upto lugs,
wherever necessary.
IV. Terminating to equipment terminals.
V. Supply and fixing of cable and core identification ferrules.
Wherever purchaser has not provided M.S. plates for fixing cable tray supports, contractor
shall install approved concrete fasteners for fixing cable tray supports.
Conduits & Pipes:
Contractor shall supply and install conduits, pipes as specified and as shown in
drawings prepared by him and approved by purchaser. All accessories/fittings required for
making installation complete shall be supplied by contactor.
Flexible metallic conduits shall be used fo termination to equipment which are likely to be
disconnected at periodic intervals.
Conduits or pipes shall run along walls, floors and ceilings on steel supports embedded in
soil, floor, wall or foundation, in accordance with relevant layout drawings. Under ground
position of conduit installation to be embedded in the foundation or structural concrete
shall be installed in close coordination with co-lateral work. Exposed conduit shall be neatly
run and evenly spaced.
Exposed conduit shall be adequately supported by racks, clamps, straps or by other
approved m eans. These fittings shall be of same material as conduits.
Each conduit run shall be marked with its designation as indicated on the
drawings. Identification shall be made where possible
When one or more cables are drawn through a conduit, cables shall fill not more than
50% of the internal cross sectional area of the conduit.
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 62
The entire system of conduit after installation shall be tested for mechanical and
electrical continuity throughout and permanently connected to earth by means of
earthing clamp efficiently fastened to the conduit.
For jointing purpose, contractor shall have available at site, dies for threading, pipe or
conduit. All such threaded ends shall be cleaned after threading and anticorrosive paint
applied.
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 63
15 SPECIFICATIONS FOR PLC AND INSTRUMENTATION
This section outlines the Instrumentation System. The Scope of Instrumentation, Control and
Automation works for STP under this contract shall comprise of design, manufacture,
programming, configuration, supply, installation and erection, testing and commissioning of the
entire system as per the scope of work. The scope of work also includes the O&M of
Instrumentation System.
15.1 Scope of work for instrumentation
15.1.1 General
A complete instrumentation and control system shall be provided for semi-automatic operation of
the Sewage treatment plant as specified. The Tenderer shall take into consideration the
following aspects:
Wherever Civil, Electrical or Mechanical inputs are required, the same can be provided by
the respective disciplines as per the Automation system integrator’s requirement.
The Equipment Cabinets, system Cabinets, Panels, Power distribution Cabinets, etc. in the
complete Project shall be sourced from reputed & approved Enclosure Supplier and shall be
assembled & wired by one Approved Control Panel Contractor thus providing uniform
documentation and uniform Look & Feel for Operation and Maintenance.
The Tenderer to provide documentary evidence of undertaking given by their identified
Automation system integrator for comprehensive support (Warranty) including all
services, spares and consumables for a period of 120 months after taking over the
system.
All SBR tank shall be provided with Dissolve Oxygen Measurement system.
Reference Standards:
Unless otherwise approved, instrumentation shall comply with relevant quality standards test
procedures and codes of practice collectively referred to as Reference Standards including
those listed below in accordance with the requirements detailed elsewhere in this specification.
Table 15-1: Indian Standards
IEC -1:1982 Analogue signals for process control systems. Specification fordirect current signals.
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 64
IEC 60947-4-1:2000 Specification for low-voltage switchgear and control gear.Contactors and motor starters. Electromechanical contactorsand motor starters.
IEC 60947-4-2:1999 Specification for low-voltage switchgear and control gear.Contactors and motor-starters. AC semiconductor motorcontrollers and starters.
IEC 60947-4-3:1999 Specification for low-voltage switchgear and control gear.Contactors and motor-starters. AC semiconductor controllersand contactors for non-motor loads.
IEC 60770-1:1999 Transmitters for use in industrial process control system.Methods for performance evaluation.
IEO 6817:1997 Measurement of conductive liquid flow in closed conduits.Method using electromagnetic flow meters.
BS EN 837-1:1998 Pressure gauges. Bourdon tube pressure gauges. Dimensions,metrology, requirements and testing.
BS EN 60529:1992 Specification for degrees of protection provided by enclosures(IP code).
BS EN 60546-1:1993 Controllers with analogue signals for use in industrial-processcontrol system. Methods for evaluating performance.
BS EN 60584-2:1993 Thermocouples. Tolerances.BS EN 60654 : 1998 Operating conditions for industrial –process measurement and
control equipment. All relevant parts.BS EN 61000-6:2001 Electromagnetic compatibility (EMC). Generic standards.
Emission standard for industrial environments.BS 89:1990 Direct acting indicating analogue electrical measuring
instruments and their accessories. All parts.BS 90:1975 Specification for direct-acting electrical recording instruments
and their accessories.BS 1042-1.4:1992 Measurement of fluid flow in closed conduits. Pressure
differential devices. Guide to the use of devices specified insections 1.1 and 1.2.
BS 1041-2.1 :1985 Code for temperature measurement. Expansion thermometers.Guide to selection and use of liquid-in-glass thermometers.
BS 1041-2.2 :1989 Code for temperature measurement. Expansion thermometers.Guide to selection and use of dial-type expansion thermometers.
BS 1041-3 :1989 Temperature measurement. Guide to selection and use ofindustrial resistance thermometers.
BS 1042-1.4 :1992 Measurement of fluid flow in closed conduits. Pressuredifferential devices. Guide to the use of devices specified insections 1.1 and 1.2.
BS 1553-1:1977 Specification for graphical symbols for general engineering.Piping systems and plant.
BS 1646-1 :1979 Symbolic representation for process measurement controlfunction and instrumentation. Basic requirements.
BS 1646-2:1983 Symbolic representation for process measurement controlfunctions and instrumentation. Specification for additional basisrequirements.
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 65
BS 1646-3 :1984 Symbolic representation for process measurement controlfunctions and instrumentation. Specification for detailed symbolsfor instrument interconnection diagrams.
BS 1646-4:1984 Symbolic representation for process measurement controlfunctions and instrumentation. Specification for basis symbolsfor process computer, interface and shared display/controlfunctions.BS 2765:1969 Specification for dimensions of temperature detecting elementsand corresponding pockets.
BS 3680 Measurement of liquid flow in open channels. All relevant parts.BS 3693:1992 Recommendations for design of scales and indexes on analogue
indicating instruments.BS 4675-2:1978 Mechanical vibration in rotating machinery. Requirements for
instruments for measuring vibration severity.BS 4999-142:1987 General requirements for rotating electrical machines.
Specification for mechanical performance vibration.BS 6739:1986 Code of practice for instrumentation in process control systems
installation design and practice.
Table 15-2 Instrument Society of American Standards and Recommended Practices:
S 5.1 Instrumentation symbols and identification.S 5.4 Instrumentation loop diagrams.S 7.3 Quality standard for instrument air.RP 16.1 Terminology, dimensions and safety practices for indicating
variable 2, 3 area meters.RP 16.4 Nomenclature and terminology for extension type variable area
meters (Rota meters)
RP 16.5 Installation, operation, maintenance instructions for glass tubevariable area meters (Rota meters)
RP 16.6 Methods and equipment for calibration of variable area meters(Rota meters)
RP 18.1 Specifications and guides for the use of general purpose
annunciators.S 26 Dynamic response testing of process control instrumentation.S 37.1 Electrical transducer nomenclature and terminology.S 37.3 Specifications and test for strain gauge pressure transducers.S 50.1 Compatibility of analog signals for electronic industrial process
instruments.S 51.1 Process instrumentation terminology.RP 60.08 Electrical Guide for Control Centers.
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 66
16 ITEMWISE SPECIFICATIONS FOR PLC ANDINSTRUMENTATIONS
16.1 Level Measuring System: Ultrasonic Type Level Measuring System
Ultrasonic type level measuring devices will comprise a transducer, a transmitter, remote level
indicator and all other items required to complete the control system.
The level sensor and the field-mounted transmitter should be separate and interconnected by
integral cable of sufficient length.
The transducer should be suitable for flange or bracket mounting as required and should be
environmentally protected as per IP65. It should have ambient temperature compensation and
adjustable datum setting facilities.
The design and application of this ultrasonic level meters should take into account the
vessel or channel construction, the material size, shape, environment, process fluid or
material, the presence of foam, granules, size etc.
The installation should avoid any degradation of performance from spurious reflections,
absorption, sound velocity variations, sensor detection area, temperature fluctuations,
specific gravity changes and condensation. For application where spurious reflections are
unavoidable the control unit should be provided with facilities for spurious reflection rejection.
The transmitter will provide an isolated 4-20mA 2 wire o/p.
To remove the effect of water turbulence in reservoirs averaging facility should be provided in the
transmitter unit.
16.2 Dissolved Oxygen Measurement System
Table 16-1 Specification for Online Dissolved Oxygen
Specification For Online Dissolved Oxygen
A GENERAL
1 Location of measurement SBR Basins and whereverapplicable as per designrequirement
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 67
2 Service Sewage / Sewage SludgeApplication
3 Function To measure & indicate the DO /Transmit
4 Operating Temperature Ambient, 50 °C Max.
5 Operating Pressure Atm., Max. 1 Bar
6 Installation Outdoor
B. Electrodes & ElectrodeHolder
1 Type of Sensor Optical / LuminescentTechnology
2 Measurement(Calibration) Range
0-20 mg/ltr
3 Sensor DesignPhilosophy
Shall offer long / extended lifefor sewage / sewage sludgeapplication, with minimummaintenance
4 Sensor Cable Integral Cable or with WaterTight Connector (IP-68) ofspecified length with or withoutjunction box
5 TemperatureCompensation
Required, Automatic, In-built
6 Measuring Elements:
A Measuring Electrode Probe / ShaftMOC
SS 316 / Foamed Noryl equi.suitable as per mfr. Std.
Sensor / otherwetted
parts
POM / Polybutyl Methachlorateor equi.
Coating Luminescent / Fluorescent layer
7 Protection Class IP-68
8 Cable Length Min. 10 Mtrs. (withoutjunction box or after junctionbox)
9 Process Connection
(Mounting)
Type Suitable for immersion (opentank / sump) type mountingwith Ball Float Assembly
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 68
Formeasurement on
Basin
Measurement of DO shall bethrough suitable immersionmounting assembly along withBall Float Assembly.
Size 1" NPT or equi. thread as permfr. Std. for immersionmounting.
10 Mounting Accessories(Complete with adaptor,Orings, etc. of suitableMOC as required) :
a Immersion Fitting MOC- Pipe /Fittings
PP / CPVC / SS304 or suitableequi. MOC Pipe mountimmersion assembly, with pipeof required length. Swivel / Pivot/ Pipe Clamp Assembly suitablefor hand rail mounting inSS/equi. Non- corrosivematerial. Shall be with BallFloat Assembly.
B Ball Float Assembly(along with ImmersionMount Assembly)
MOC PP / CPVC / SS or Equi.Material
11 Calibration Certificate Required
C. TRANSMITTER
1 Function Transmit and Indicate
2 No. of Inputs Channels Single / Dual / As perrequirement
3 Transmitter Type Microprocessor based,User Programmable, 2- Wireor 4- Wire type as per mfr.
4 Location Field Mounting
5 DO Measurement:
A DO Measurement Range 0-20 mg/l, programmable(Normal measurementrange shall be 0 - 3 mg/l)
B Accuracy + 1% of Measuring Range /Span or better
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 69
C Resolution 0.01 mg/l
D Repeatability + 0.25% of Measuring Range
/ Span or better6 Temperature
A Temperature
Measurement Range
0 to 50 °C or other suitable
B Temperature Sensor Pt 100 / Pt 1000 / NTC 300Ohm Thermistor / 3 K Balco, asper mfr. Std. with TemperatureElement integral with DOSensor
C Temp. Compensation Automatic / Manual
D Accuracy + 1.5% of Measuring Range
E Resolution 0.1 °C
F Repeatability ±0.5% of span
7 Sensor Calibration Single Point Calibration in air orother suitable as per mfr. Std.
8 Output Signal For DO, 4-20 mA analog / throughsuitable communication port –open protocol/ Profibus orEthernet or Modbus withrequired connectivity with- Two nos. per tank eitherthrough two separatetransmitters for two sensors pertank or with multiple channeltransmitter
A Resolution 0.01 mg/l
B Repeatability + 0.25% of Measuring Range /Span or better
9 Temperature
A TemperatureMeasurement Range
0 to 50 °C or other suitable
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 70
B Temperature Sensor Pt 100 / Pt 1000 / NTC 300Ohm Thermister / 3 K Balco, asper mfr. Std. with TemperatureElement integral with DOSensor
C Temp. Compensation Automatic / ManualD Accuracy + 1.5% of Measuring Range
E Resolution 0.1 °C
F Repeatability ±0.5% of span
10 Sensor Calibration Single Point Calibration in air orother suitable as per mfr. Std.
11 Output Signal For DO, 4 -20 mA analog / throughsuitable communication port –open protocol/ Profibus orEthernet or Modbus withrequired connectivity with PLC
- Two nos. per tank eitherthrough two separatetransmitters for two sensors
per tank or with multiple
channel transmitter
12 Communication Port Forcommunicationwith PLC
Open protocol/ Profibus/Ethernet / Modbus as per mfr.Std. Necessary coupler,converter card & accessories asrequired for network connectivityshall be included.
Process ValueInput to PLC
Through Communication Portas above to PLC
Diagnostic DataTransfer to PLC
Through Communication Portas above to PLC
13 Instrument Power Supply 100 to 240 VAC + 10%, 50 Hz +5%
14 Cable / Conduit Entry 1/2" NPT or M20 or equi. As permfr. Std.
15 Local Indicator / Display DO & Temp. Backlit LCD Display
16 Scale Graduation /Measuring Units
Engg. Units
17 Security Access Code Required
18 Protection:
A Elec. Area Classification Safe
B Enclosure Type &Protection Class
Weather Proof to IP-65 as aminimum
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 71
MOC Cast Alu. / Polycarbonate orequi. as per mfr. Std. suitable forwithstanding harsh environment
Paint Chemical Resistant / EpoxyCoating
19 Mounting Wall mounting / Pipe mounting
20 Operating Temperature 0 to 55 °C
21 Humidity 10 to 90% RH @40 °C (Non-condensing)
D. Options / Accessories:
c1 Mounting Accessories Required, Universal 2" Pipeand / or Wall Mounting kit
2 Tag Plate Required, SS 304
3 Cable Glands Required, IP-65/66 as a min.,Ni-Plated Brass / Polyamide
4 Plugs for addl.Cableentries
Close up Plugs shall beprovided for all unused cableentries, Ni-Plated Brass /Polyamide
5 Canopy y for Analyzer /Transmitter
To prevent fromdirect sun andrain
Required. MOC: FRP - min.4mm thick / G.I. - min. 2mmthick
E. UTILITIES:
1 For Cleaning Mechanismof Sensor
Water or Air/Water Jet, ifrequired / provided by bidder
F. Consumables Bidder to Specify, if required, forproper running of the instrumentincluding Calibration Kit, etc.
G1 Guaranteed life of sensor Bidder to Specify
G2 Expected life of sensor forspecified
Bidder to Specify
DO sensors have been provided with sufficient length to allow flexibility in changing the location of
sensor immersion in the tank. Location of DO meter shall be adjustable along the hand railings
and shall be as directed by engineer-in-charge. Decided bidder based on process requirement
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 72
and mounting arrangements shall be finalized in consultation with instrument manufacturer for
effective working of the instrument.
16.3 PLC-HMI Based Instrumentation Control panel
16.3.1 Control features
One nos. Of HMI with latest configuration stated in technical specification. All field instruments
and electro-mechanical equipment’s shall be monitored and controlled from electrical panel as
well as by HMI.
In case of HMI failure, the local control shall be able to control all the field instruments.
Spare I/O modules shall be made available for future use. HMI and PLC based control system
complete with cabinets, processor modules, I/O modules, power supply modules,
communication modules and networks and other associated hardware as well as software. HMI
and PLC based automation system shall be designed using adequate redundancy features.
16.3.2 Interlocks/loops
Sewage treatment plant interlocks shall be carried out using electromagnetic relays to be
supplied by vendor for fail safe and reliable operation. Vendor to indicate all process interlock
requirements on the P&IDs.
Loop integrity must be maintained for each loop. No component of any loop shall be shared by
other loop. The system shall be designed fail safe and shall meet the following
requirements, as a minimum:-
All initiating contacts shall be close under normal conditions and shall open
under abnormal conditions.
All relays and solenoid valves shall be energized under normal conditions and shall de
energize under abnormal conditions.
16.3.3 Receiving Indicators/Controller
All indicators/controllers shall be electronic (microprocessor based) programmable indicator
and shall be mounted on the control panel located in the control rooms.
Notes: Indicating instruments s h a l l indicate v a r i o u s process parameters as per
following measuring units, in general:
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 73
Final Indicating meters requirement shall be finalized during detailed engineering.
Table 16-2: Type of measure and its unit
Type of Measuring
Instrument
Unit Description of unit
Flow M3/Hr or MLD or LPS As per processrequirement
Level M Meters
Pressure Mt. head of water or As per process req.
Concentration PPM or Mg/l Parts per million or
Milligram per liter.Current A Ampere
Voltage V Volts
Power W Watts
Electrical Energy Whr Watt-hours
Frequency Hz Hertz
Speed R.P.M. Revolutions Per Minute
Multiplying factors for flow scales shall be specified on manufacturer’s name plate.
16.4 Programmable Logic Gate
PLC (referred to as controller) shall be provided at sewage treatment plant with required
number of I/Os. It shall be selected considering the envisaged upgrade and it’s capability to
integrate proposed process instruments.
As per over view the controller should have inbuilt minimum 20 Digital Inputs, 12 Digital
Outputs, 4 Analog Inputs & 2 Analog Outputs as a minimum and other than inbuilt IOs it can
support expandable I/Os more than 150. If the requirement of I/Os will be more in some
pumping stations, PLC selection and I/O module Quantity shall be contractor’s responsibility.
Further to these controller should have facility to cater IO’s to monitor Pump status, Total
Flow, Pressure, Level, Electrical parameters etc.
The controller shall have two nos. of serial ports and Embedded 10/100 Mbps Ethernet port.
The Controller shall have Ethernet/IP port for peer to-peer messaging – offers users high
speed connectivity between controllers, with the ability to access, monitor and program
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 74
from any location where an Ethernet connection is available.
The Controller having embedded LCD screen shall be preferred which allows user to monitor
data w i t h i n the controller. It shall display status of embedded digital I/O and controller
functions as a minimum. The controller shall have capability to take data from soft starter
directly.
The general specifications for controller shall be as under:
Table 16-3: General Specifications for controller
Minimum Memory Sizeand Type
Minimum 10K words User program memory and10K words User data memory
Data Logging Minimum 128KB Data Logging and 64KB for Recipe
Battery Backup Yes
Embedded I/O Min. 08 Digital I/O & Min.6 Analog I/OI/O Expansion As per system requirementInputs and Outputs Discrete Input Card: Solid-state input circuits rated
for 10-30VDC operation, available in 8 or 16 or 32point configurations and shall source current to thefield device. Each input point shall have a status LEDwhich indicates the ON or CLOSED condition forthat field sensor or switch. Cards must haveremovable terminal strips so that module can beeasily replaced without disturbing the field wiring.
Discrete Output Cards: Solid-state output circuitsrated for 24VDC operation, available in 8 or 16or 32 point configurations and shall be able tooperate a control relay. Each output point shall have astatus LED which indicates the ON condition of theoutput. Cards must have removable terminalstrips so that module can be easily replacedwithout disturbing the field wiring. The controlRelay-contact shall be rated for 5A at 240VAC or5A at 125VDC. The control relay shall have a LEDindication to show the status of the controlrelay.
Analog Input / Output Cards: Shall capable ofreading in 0 to 20mA or 4 to 20mA signal.
Data Access Tool Inbuilt / Embedded LCD Display Preferred
Communication Port Required 2 number of ports of RS 232/485/Modbus configurable. 1 No. Ethernet Port asminimum.
Operating Power 24VDC
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 75
Operating temperature -20…+60 °C
Relative humidity 5…95% non-condensing
Certificate UL, CE, C-Tick
Type 32 bit-Microprocessor based
Operating temperature -05….60° C
Storage temperature -40….85° C
Relative Humidity 5……95%
Vibration Operating:10….500Hz, 5g,0.0.15 in max peakto peak(Relay operation:1.5g)
Shock Operating 30g;3 pulses each direction, each axis(Relayoperation:10g)
Shock Non-Operating 50g panel mounted(40g din rail mounted);3 pulseseach direction, each axis
Certifications UL listing Industrial Equipment for use inclass
1,Division2,hazardous locations, Groups A,B,C,DCE marking
Input Power 24V DC / 230 V AC
Memory Non Volatile battery backed RAM
User Program Memory Minimum 1000 KB
Battery-Backup Required
Backup Memory Module Required
Supported Data types Minimum Requirement: Real, Double integer,Integer, Messaging, Timer, Counter, string, PID,Filter, Boolean, etc.
Spare I/O 20% Spare IO’s to given in the present systemto cater future expansion
Future Expansion Capability 100% of existing I/O count
Output Fail safe provision Required
Extra memory space 25 % for existing I/O count.
Fuse Protection and Fusefailure
detection
Fuse type terminal provided for all digital outputs
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 76
16.5 Human Machine Interface/Operator Interface Unit
The HMI / OIU shall consist of panel mounted industrial grade unit with minimum 6” Colored
LCD screen, tactile key pad/touch screen. It shall be environmentally protected and designed
for plant room use with a ‘wipe clean’ finish.
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 77
17 VENDOR LIST
17.1 Approved Vendor list for Mechanical Equipment
Table 17-1: Approved Vendor list for Mechanical Equipment1. Centrifugal / Centrifugal Non-
Clog Pumps- Beacon Weir / Jyoti / Kirloskar / KSB / Mather
& Platt (Wilo) / Worthington / Flowmore /Grundfoss / Ebara / ABS
2. Submersible CentrifugalVertical / Non-clog Pumps
- Aqua / Kirloskar / Kishor / KSB / ABS / ITT-Flyght / Grundfoss / Xylem / Mather & Platt /Ebara
3. Drain / DewateringPumps (Submersible /Horizontal)
- Aqua / Kirloskar / Kishor / KSB / ABS / ITT-Flyght / MBH / Wilo (M&P) / SU / Pullen / JaiPumps / Grundfoss / Ebara
4 Screw (ProgressiveCavity) Pumps
- Roto/Netzsch/Tushaco/Seepex/UTPump
5. Metering / Dosing Pumps - Swellore / V.K.Pumps / Shapotools/ Milton/Roy/ S.R.Metering
6. Sluice Valves - Kirloskar/IVC/IVI/Audco/R&DMultiple/ Kejriwal/ Keystone/Fouress/ Vag/ Durga
7. Non Return Valves (Single /Multi door) / Dual Plate CheckValves
Kirloskar/IVC/IVI/Audco/R&DMultiple/ Kejriwal/ Keystone/Fouress
8. Butterfly Valves - Kirloskar/IVC/IVI/Audco/R&DMultiple/ Kejriwal/ Fouress / Audco/ Veg/ Durga/ Advance
9. Knife Gate Valve - Jash / Fouress / Vass (Dezurick) / Vag /Orbinox
10.
Sluice Gates / OpenChannel Gates
- Jash / IVC / IVI / R&D Multiple / BIC / Orient
11.
Ball Valves - Audco / Intervalve / Kitloskar / Saunders /Saturn / Virgo
12.
HOT/EOT Crane and Pulleyblock.
- Morris / Indef / Safex / W H Brady / JAPS /Meeka / Hitech/ Anker
13.
Air Diffuser - EDI / OTT / Rehau/ Xylem-Sanitaire /SCOGEM
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 78
14.
Air Blower - Kay / Swam / Everest / UshaCompressors/ Garden-Dever/ Hibon (IngersollRand)
15.
Turbo/ Centrifugal (Integrally
Geared) Air Blower (Energy
Efficient)
- Godrej (K Turbo) / Roots- GE/ Siemens/Sulzer –ABS / Turbomax / Usha compressor
(Neuros) / Howden16.
Agitator / Mixer - Remi / Schurtek / Fibre&Fibre / Milton Roy /Shivpad
17.
Gear Boxes - Greaves / Elecon / CPEC / PEPL / Bonfiglioli
18.
D.I. Pipes & fittings. - Electro Steel / Kejriwal / Lanco / Kiswok /Jindal / Electrotherrm
19.
C.I. Pipes & fittings. - Electro Steel / Kejriwal / Upadhaya Valves /NJMW / Eskay (Howrah) / Oriental Castings /BIC
20.
HDPE Pipes - Astral / Dutron / Duraline / Narmada / RIL (PIL)/ Penwalt / Anjney / Jain Irrigation / Sangir
21.
PVC / uPVC / CPVC Pipes - Astral / Supreme / Prince / Dutron
22.
M.S. / C.S. / G.I. Pipes - Jindal / Zenith / Tata / Welspun / Samshi /Asian / SAIL
23.
Air Compressor - Ingersoll-Rand / Khosla / Kirloskar / CPE
24.
Bearing for all equipments - SKF / FAG / NBC
25.
Fasteners - Precision / Darukhanawala / Echjay / Tata /Sundaram
26.
Mechanical Seals - Eagle Seals (Sealol) / Durametallic / Burgman
27.
Electric Actuator - Auma, /Rotork
28.
Anaerobic / Anoxic /Equalization Tank Mixers andFloating Aerators
Hitachi / ABS / Aire-O2 / Aqua Aerobics /ITT_Flyght
30.
UF Membrane - Dow / Toray / Ovivo / Norris / Hydranautics /Koch / Hyflux / Inge (BASF) / GE
31.
RO Membrane - Dow / Toray / CSM / Hydranautics / GE
32.
MS Steel Plate Sheet - Essar / Tata / Jindal / SAIL / Zenith / Asian
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 79
33.
Expansion Bellows - Dhruv / Beloflex (B.D. Engineers) / D. Wren /Precision / Precise Engg. / Sur Ind. / Athulya
34.
Paint - Asian Paints / Shalimar / Berger / Dulux
35.
UV System - Alfa UV / Hi Tech / Sukrut / Arklite / Xylem
36.
Mechanical Fine Screens–Step(Mat)Type/Drum/Perforated /BandType
- Jash / Huber / Johnson / Bilfinger / Ekoton /Savi,Italy
37.
Manual Bar Screen - Jash / Japs / HDO / Triveni / Auric / Prachure /Shivpad
38.
Grit Mechanism, Clarifier,Gravity Sludge Thickener
- Eimco-KCP / HDO / Prachure / Shivpad /Triveni / Voltas
39.
Centrifuge - Humboldt/ Alpha Lavel / Hiller
40.
Belt Filter Press - Teknofanghi / Emo / Ekoton
41.
MBR Membrane GE/Siemens/Koch
42.
Air Conditioner ‐ Blustar / Crrier /Daikin / Hitachi / Mitsubishi /Samsung/ Voltas/LG/O-General
43.
Turbo / Centrifugal blowers ‐ Godrej (K Turbo) / Roots-GE /Siemens/Sulzer-ABS / Turbomax / Usha
Compressor (Neuros).44.
Submersible Mixer ‐ ABS / Flyght / Xylem / Grundofss / KSB / Wilo
45.
Belt Conveyor ‐ Jash / J.K. Engineering / MconConveyors/Shrijala Engineers / Fab-Tech Engineers
46.
Disc Filter ‐ Aqua Aerobic Systems/ Johnson
47.
Self‐cleaning Basket Strainers ‐ Filter Concept Pvt Ltd / GopaniProductSystems / Amiad Filtration system / 3M Electro& Communication India Pvt. Ltd / FlowtechEngineers
48.
Cartridge Filter ‐ Filter Concept Pvt Ltd / 3M Electro &Communication India Pvt Ltd. / AmiadFitration System/ Pall
49.
D.G. Set ‐Engine ‐ Kiloskar oil engine /Greaves/ caterpillar/Cummins
50.
D.G. set ‐alternator ‐ NGEF /KEC/ Crompton /Jyoti / Standard
51.
Bag Filter - Teknobag
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 80
The contractor shall distinctly understand that it will not be their prerogative to insist on a
particular brand from the list, final selection will be done with the approval of Engineer in
charge.
17.2 Approved vendor list-Electrical Equipment/ Component
Table 17-2: Approved vendor list-Electrical Equipment/ Component1. 11KV Switchgear / HT VCB
Panel- GEC / Siemens / Crompton / ECE / Areva
(Alstom) / ABB / GE / Bicco Lawrie / Jyoti/BHEL / Schneider / L&T / Stelmec
2. Transformer - CGL / Voltamp / Kirloskar Elec. / BHEL /Areva/ Transformers & Rectifiers (I) Ltd. / GEC
3. LT Panels
(PMCC / MCC / PCC/APFC)
- L&T / Siemens / Schneider / Alstom / SwatiSwitchgear / Patel Brothers / Alpha Nippon /Jyoti/Industrial Control/ Positronics /Elecmech/Sun/ Elembica/Power & Instrumentation (Guj)Ltd. / Horizon Micro Tech/ CGL / C&S / ABB /Pyrotech/ Shivshakti
4. Lighting & Power Panels(DBs)
- Controls & Switchgear / Havells / Indo Asian/MDS Switchgear / Standard Electricals / C&S/ Anchor
5. Cables (HT / LT) - Universal / CCI / Fort Gloster / Torrent /NikkoFinolex / Universal / Havell’s / Nicco /Polycab / Primecab / RPG / Avocab
6. MV Motors - Siemens / BBL / ABB / Marathon(Alstom) /KEC / Jyoti / CGL / BHEL
7. Air Circuit Breaker - L&T/Siemens/Schneider/ABB/Areva(Alstom)/C&S / Legrand
8. HRC / Control Fuses - L&T / Siemens / GE Power / Schneider / ABBC&S
9. Contactor - L&T / Siemens / Schneider / GE Power / ABB/C&S / ABB / Crompton
10.
Protection Relays - L&T / ABB / Easun Reyrolle / Alstom / GEC /Areva / GE / CSPC / C&S / Siemens
11.
Bi-metal Relays - Siemens / L&T / Schneider / ABB / C&S / GE
12.
Meters - GEC / SIMCO / Conzerv/AE /Procom
13.
Earth Leakage Circuit Breaker - Indo-Asian / GEC / S&S / Datar / MDS / Elcon/Anchor
14.
Miniature Circuit Breaker
(MCBs)
- Siemens / MDS / Indo Asian / L&T / ABB /Schneider / Siemens / Legrand / C&S / Anchor
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 81
15.
MCCB - L&T / GE Power / Schneider / ABB / Siemens /C&S / Legrand
16.
Lighting Fixtures / Luminaires - Philips / Crompton / Wipro / Bajaj / Havells /Surya
17.
Lighting Transformer - Voltamp / Automatic Electric / Indcoil
18.
Power Capacitor - Crompton / Universal / Asian / Meher (L&T) /Yesha / GEC / Khatau Junker / ABB / MadhavBHEL / Neptune / Havells / Schneider/ Prabodhan/Epcos
19.
APFC Panel - L&T / CGL / Asian / ABB / Schneider / Datar /All approved vendors for LT Panel
20.
Energy Meter (Analog) - Jaipur / BHEL / G.E.C / I.I.T. / Universal /IMP/Simco
21.
Digital Energy Meter / MFM - Enercon / Secure / Schnieder / Krykard / L&T/Procom
22.
Control / Selector Switches - Siemens / L&T / Alstom / Havells / Kaycee /BCH/MKAY
23.
Push Button & Indicating
Lamps
- Siemens / L&T / Raas / Teknic /Schneider/Vaishno / IEC / EE / BCH/ MKEY
24.
Timers - Siemens / L&T / BCH / Teknic
25.
Instrument Transformer
(CT/PT)
- Siemens / Kappa / AE / L&T / Control &Swgr /Gilbert & Maxwell / Silkaans / ABB / Jyoti ltd.Ashmor / Areva / Bhel / AEP / Precise / TTPL
26.
Indicating Instrument (Meters)(Digital / Analogue)
- Automatic Electric / IMP / Meco / Alstom /Enercon / L&T / HPL / Nippen / Schneider /Trinity / Cologix
27.
Vacuum Circuit Breaker - Areva / Crompton / Siemens / Bicco Lawrie /Schneider / ABB / KEC / C&S / L&T
28.
Cable Jointing Kit - CCI / Raychem / M. Seal / Xicom / Mahindra
29 Variable Frequency Drive - ABB / Schneider / Fuji / Danfoss / Siemens
30 Soft Starter - ABB / Siemens / Schneider / L&T / Danfoss/Allen Bradeley (Rockwell)
31 Ceiling / Exhaust Fans - Bajaj / Crompton / Orient / Havells / Anchor
32 Control Station (Local PB Stn) - Baliga Lighting/ Bhartia/ Ex-Protecta /chneider Pustron (Shrenik& Co.)
33 Fuse Switch Combination - Siemens / L&T / Schneider / ABB / C&S / GE
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 82
34 Heavy Duty Switches - Siemens / Schneider / L&T / Indo Asian / C&S/ABB / GE
35 Ni-Cd Battery& BatteryChargers
- Amara Raja / (Authority)o Power / HBL Nife /Automatic Electric / Exide/MMax
36 Junction Boxes - Ex-protecta / SudhirSwgr/Sintex
37 Bus Duct (M.V.) - Control &Swgr / EnproEngg / Schneider /Swati Switchgear / Positronics / Industrial
Control38 Numerical Relays - Siemens / L&T (P&B, U.K.) / ABB / Alstom
39 Cable Glands (Double Comp.) - Braco / Ex-protecta / Comet / Connectwell/owells / HMI / Siemens
40 Accessories of wiring - Anchor / Jainex / Clipsal
41 Terminal Blocks - Phoenix / Wago / Elmex / Connectwell
42 Lugs - Dowell / Jainsons / Lotus / Joint Well / ConnectWell / Hex
43 APFC Relay - Enercon / Siemens / L&T / Asian / Datar /Ducati/ Schneider / C&S / CSPC / Asian /Epcos / Beluk
44 Cable Trays - Indiana / Sharda / M.M. Engineering/ SilverlinePower/Jacinth
45 PVC Conduits & Accessories - Precision / Clipsal
46 Flexible Wire (FRLS) - Finolex / Anchor / Havell’s / RR Kabel /Polycab /L&T
47 Miniature Relays - Omron / Phoenix / OEN
48 Module Type Plug Socket,Switches & Accessories
- Anchor / Havells / Clipsal / MK / Toyama /MDS
49 Lightining Arrestor - Elpro / Oblum / CGL / Birla NGK Insulators
50 Isolator - Sterling / SMC / Elpro / Wigmen
51 D.G. Set (with AMF Panel)
a) Engine - Kirloskar Oil Engine / Greaves / Caterpillar /Cummins
b) Alternator - NGEF/KEC/Crompton/Jyoti/Stamford
c) AMF Panel - Reputed/CPRI approved vendor
52 Computer System - HP-Compaq / Dell / Acer / IBM / Lenovo /Sony/ Samsung
53 UPS - Hirel-Hitachi, Emerson, APC
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 83
The contractor shall distinctly understand that it will not be their prerogative to insist on a
particular brand from the list, and final selection will be done with the approval of Engineer in
charge.
17.3 List of approved vendors for instrumentation system
Table 17-3: List of approved vendors for instrumentation system
1. Process Analyzers (pH, DO,Free/Residual Chlorine,Ammonium/Nitrate,Phosphate, ORP,Conductivity, TSS, MLSS,BOD/COD, etc.)
- E+H, Emerson, Hach, Polymetron,Yokogawa, Xylem (WTW), Awatech,
2. Ultrasonic Transmitter Level /Diff. Level / flow
- Endress+Hauser, Sie mens, Krohne, Vega,Emerson
3. Hydrostatic Level Transmitter - ABB, E+H, Emerson, Krohne-Marshall,Siemens
4. Displacer/Float Switches - Levcon, Nivo/Toshbro, Pune Techtrol, SBEM
5. PP Float/Buoyancy Switch - Pepprl+Fuchs, Baumer, E+H, Pune Techtrol,SBEM
6. Float & Board TypeLevel Gauge / Indicator
- Levcon, Nivo/Toshbro, Pune Techtrol,SBEM, Jayati Instrumentation
7. Electromagnetic Flow Meter - E+H, Siemens, ABB, Yokogawa, KrohneMarshall
8. Field Transmitter (P, DP, F, L,T)
- Emerson, ABB, Yokogawa, Honeywell, E+H
9. Pressure Gauge - Wika, General Instruments ConsortiumManometer (India) P. Ltd., Baumer, Pricol
10.
Panel mounted ProcessIndicator & Flow Integrator
- ABB, Yokogawa, Nishko, Nivam, Selectron,Radix, Masibus
11.
Pressure/Diff. PressureSwitch, DP Gauge
- Danfoss, Indfoss, Switzer, Orion
12.
Programmable LogicControllers (PLC) / SCADASoftware
- Rockwell (Allen Bradeley), Siemens,Schneider, ABB, Honeywell
13.
Control Panel Enclosure - Rittal, Enklotek, Bartakke, BCH, Eldon
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 84
14.
Alarm Annunciator - Aplab Ltd., Minilec, IIC
15.
Solenoid Valves - Asco, Rotex, Schrader
16.
Tube Fittings - Excel Hydropneumatic, Multimetal,Placka, Wesmec, Fluid Controls
17.
Instrument Valves, Manifolds, - Aptek, Anmol (Superlok), ExcelHydropneumatic, General, Smart
18.
Fittings - Instrument Consortium, Multimetal,Technomatic, Placka
19.
Pneum. Brass Fittings - Swagelok, Multimetal Industries, SMC, Festo
20.
Instrument Cables
(Power, Signal, Control)
- Associated Cables, Associated Flexible andWires P.Ltd., Brooks Cables, Thermo Cables,Udey Pyro, RPG Cables, Polycab
21.
Cable Glands - Ex-protecta, Braco, Sudhir, Comet,Connectwell
22.
Junction Box - Ex-protecta, CEAG, Sudhir, Baliga, FCG
23.
Cable Tray - M.M. Engineering / Globe / Jacinth / SilverlinePower
24.
Computer System - HP-Compaq / Dell / Acer / IBM – Lenovo / Sony/ Samsung
25.
UPS - Hirel-Hitachi, Emerson, APC / Schneider
26.
Control Panel Accessories /Components :
-
A Miniature Relay - Omron, Phoenix, Rockwell, Schneider
B Indication Pilot Lamps (LEDType)
- Teknic, Schneider, Siemens
C Push Button/ Selector Switch(with NO/NC Element)
- Teknic, Schneider, Siemens
D DC Power Supplies (DINRail mounted)
- Phoenix, Omron, Aplab, Schneider, Rockwell
E Terminals - Elmex, Phoenix, Wago, Connectwell
F Panel Wires - Finolex, Havell’s, R RKabel, L&T
G Panel Illumination - Philips, Crompton, GE
The contractor shall distinctly understand that it will not be their prerogative to insist on a particular
brand from the list, final selection will be done with the approval of Engineer in charge.
Seal & Signature Of The Contractor LSCL
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 85
18 EVALUATION OF TENDER
LSCL will first open the qualification bids of all the tenderer those are able to submit the hard copies
in time as per the time schedule, in the presence of the Tenderers or their authorized
representatives who choose to attend on the prescribed place, date and time in the tender for
tender opening. After opening of the qualification bid, LSCL will evaluate the various tenderers
for the qualification requirement provided in the tender.
Technical Bid will only be opened by LSCL after evaluation of Qualification-bids submitted by the
Tenderers. The technical bid of those tenderers will be opened who are qualified for the
proposed work as per the qualification criteria provided in the tender. The Technical Bid and
Price bid of the tenderer’s who are not qualified for the job, will not be opened.
Price-Bid will not be opened by LSCL until evaluation of Technical-bids submitted by the Tenderers
is completed and any conclusion is made. In the evaluation of Technical-bid, all the drawings,
details etc., submitted by the Tenderers will be scrutinized before opening of price bid.
In the process of evaluation of Technical-bid, if there are be some queries regarding the details,
data, designs, drawings etc., submitted by the Tenderers with their Technical-bid then
the same will be raised to the Tenderers and the Tenderers will have to give the answers / submit
more details etc. Accordingly LSCL may appoint a consultant or expert in the field for the
evaluation of details, data & drawings etc. submitted by the Tenderers with their Technical-
bids. After complete evaluation of Technical-bids submitted by all the Tenderers and after any
conclusion is made by LSCL to its' own discretion, Price-bids will be opened. If required, after
evaluation of Technical-bids and before opening of original Price-bids, revised Price-bid may
be invited by LSCL from any / all the Tenderers in view of changes/amendments suggested /
required during the course of evaluation of Technical-Bids / Drawings / Treatment Process etc.
The tenderer shall have to quote, the prices as per the Price Schedule given, considering the all
tender terms, conditions, specification etc. and no deviation of any kind will be entertained and
hence contractor must quote the prices strictly in line with tender stipulations, specification etc.
Deviation offered along with tender documents will become "Cause of Tender's outright rejection”,
which must be specifically noted by the Tenderers.
Evaluation of tenders will be purely on the basis of Total of Lump sum Prices quoted for (I)
Capital Cost quoted for Sewage Treatment Plants on turn-key basis and (II) Present Value of
operation & maintenance cost for 10 years for the proposed works, as quoted by the Tenderer
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 86
in the Price Schedules as per column ‘e’ of table 19-1 and will be solely at the discretion of
LSCL, without assigning any reasons thereof by tenderer.
The tenderer shall have to quote price, at the specified places in Price Schedule of the tender, cost
of O&M contract for all the 10 years, duly considering necessary price escalation. No separate
price escalation shall be paid.
The tenderer shall have to also submit the details on the electricity consumption for the entire plant
i.e. for various STP components, as per the tender. The tenderer shall have to submit the
performance guaranteed in the table furnished hereunder in this tender for evaluation purpose. It
shall be reviewed in future for actual electricity consumption also. The details in table below shall
be strictly submitted with TECHNICAL BID only.
Table 18-1: Performance Guaranteed Statement
Details / Parameter Value with Unit To be guaranteed byContractor
Flow ……………… KLDSTP
Power Consumption To be filled in byContractor in KWH/day
Land requirement Sq.mt.
For, tender submission, the rate of electricity may be considered as Rs. 7.00 per KWH.
Regarding the energy cost, it is to clarify that the electricity charges during O&M contract including
all works shall be in the scope of LSCL. However, the tenderer shall have to submit the energy
consumption details and charts for each equipment for all the modules individually STP.
Regarding the land used cost, it is to clarify that the land will be provided free of cost to the
contractor for executing the project. The details submitted on land used will be used to verify the
same during actual execution.
Information relating to the examination, clarification, evaluation and comparison of bids and
recommendations for the award of a contract shall not be disclosed to tenderers or any other
persons not officially concerned with such process until the award to successful tenderer has been
announced. Any effort by a tenderer to influence the LSCL processing of tenders or award
decisions may result in the rejection of his tender.
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 87
The LSCL reserves right to select any offer or to reject any or all offers without assigning any
reasons thereof. LSCL does not bind itself to accept the lowest offer.
Seal & Signature Of The Contractor LSCL
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 88
19 PRICE BID
I. Lucknow Smart City Limited (LSCL) proposes to construct Sewage Treatment Plant at 2
locations namely
1. Avanti bai Women Hospital Lucknow – 10 KLD.2. Balrampur Hospital Lucknow – 760 KLD.
Based on Sequencing Batch Reactor (SBR) Technology with successive Operation and
Maintenance for the period of 10 years
II. The present tender covers the following works.
III. Design, Engineering, Construction, Supply, Installation, Testing, Erection & Commissioning
of Fully Automated Sewage Treatment Plant Based on Sequencing Batch Reactor (SBR)
Technology with successive Operation and Maintenance for the period of 10 years at 2
locations
1. Avanti bai Women Hospital Lucknow – 10 KLD.2. Balrampur Hospital Lucknow - 760 KLD.
IV. The tenderer shall have to quote his lump sum price for the proposed work at the
specified places in this volume of the tender (i.e. Price-Bid). The prices quoted must be
fixed & firm for the total project period and they should be inclusive of all taxes, excise
duty, work contract tax, octroi, VAT and service tax etc. Only, If any new taxes are levied by
the Central or State Government during the period of implementation of complete
project, it shall be reimbursed at actual to the successful contractor on submission of
proof for the same.
V. The O&M period shall be 10 years under this contract. However, the same contract can be
extended for another 5 years on mutually agreed upon basis between (Beneficiaries) and
the Contractor.
VI. No Price Escalation /Variation shall be paid to the contractor
VII. Payment terms for the proposed capital works (Turn-key job) shall be as follows:
Capital Work:
Design, Engineering, Construction, Supply, Installation, Testing, Erection & Commissioning of
Fully Automated Sewage Treatment Plant Based on Sequencing Batch Reactor (SBR) Technology
with successive Operation and Maintenance for the period of 10 years at 2 locations
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 89
1. Avanti bai Women Hospital Lucknow – 10 KLD.2. Balrampur Hospital Lucknow – 760 KLD.
19.1 Capital and Operation & Maintenance Costs
19.1.1 Total Cost
Table 19-1: Cost Summary
Sr.No.
Package Project Description Amount(Rs.)
Part I Construction Fees:
Time lines Deliverables Payment
Within 4 weeks
from issuance of
WO
After submission & approval of all requisitedetails as quantification of wastewater, Detaildesign & drawings (layout, GA, P&ID’s, etc.)of all plants
5%
Within 12th
weeks from
issuance of WO
After completion of Civil works for
installations of Plant and Machinery of all
plants/sites
5%
Within 20th weeks
from issuance of
WO
After receipt of Plant and Machinery at
respective sites of all plants
30%
Within 32nd
weeks from
issuance of WO
After installation, erection & commissioning
of Plant and Machinery, pipe, valves, all
electrical & mechanical components at
respective sites
50%
After successful trial & run 10%
Part II Operation and Maintenance:
Payment towards operation and maintenance works will be made on monthly basis (at
end of month) with effect from the date of issuance of completion certificate from EIC.
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 90
1 CapitalWork
Design, Engineering, Construction, Supply, Installation,
Testing, Erection & Commissioning of Fully Automated
Sewage Treatment Plant Based on Sequencing Batch
Reactor (SBR) Technology with successive Operation and
Maintenance for the period of 10 years at 2 locations
1. Avanti bai Women Hospital Lucknow – 10 KLD.2. Balrampur Hospital Lucknow - 760 KLD.
Amount in Words:
Total - Capital Work (A) :
Amount in Words:
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 91
Year
(a)
O&M Cost including electricitycharges(for contract valuepurpose)
(b)
PV Factor @10%
(c)
Present Value (PV) of O&MCost (for evaluationpurpose)
(d)=(c*b)1 Y1 0.9092 Y1 0.8263 Y3 0.7514 Y4 0.6835 Y5 0.6216 Y6 0.5647 Y7 0.5138 Y8 0.4679 Y9 0.42410 Y10 0.386Total (e) (summation of (d)Total (f) (summation of (b)
19.1.2 Operation and Maintenance charges for 10 years
Table 19-2 O & M Charges for 10 yrs.
Year 1st
Components1st 2nd 3rd 4th 5th 6th 7th 8th 9th 10th 11th 12th
ChemicalsPower/ElectricityManpowerMaintenanceincluding all wear &tearsMiscellaneousSub TotalGrand Total (Y1)
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 92
Year 2nd
Components1st 2nd 3rd 4th 5th 6th 7th 8th 9th 10th 11th 12th
ChemicalsPower/ElectricityManpowerMaintenanceincluding all wear &tearsMiscellaneousSub TotalGrand Total (Y2)
Year 3rd
Components1st 2nd 3rd 4th 5th 6th 7th 8th 9th 10th 11th 12th
ChemicalsPower/ElectricityManpowerMaintenanceincluding all wear &tearsMiscellaneousSub TotalGrand Total (Y3)
Year 4th
Components1st 2nd 3rd 4th 5th 6th 7th 8th 9th 10th 11th 12th
ChemicalsPower/ElectricityManpowerMaintenanceincluding all wear &tearsMiscellaneousSub TotalGrand Total (Y4)
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 93
Year 5th
Components1st 2nd 3rd 4th 5th 6th 7th 8th 9th 10th 11th 12th
ChemicalsPower/ElectricityManpowerMaintenanceincluding all wear &tearsMiscellaneousSub TotalGrand Total (Y5)
Year 6th
Components1st 2nd 3rd 4th 5th 6th 7th 8th 9th 10th 11th 12th
ChemicalsPower/ElectricityManpowerMaintenanceincluding all wear &tearsMiscellaneousSub TotalGrand Total (Y6)
Year 7th
Components1st 2nd 3rd 4th 5th 6th 7th 8th 9th 10th 11th 12th
ChemicalsPower/ElectricityManpowerMaintenanceincluding all wear &tearsMiscellaneousSub TotalGrand Total (Y7)
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 94
Year 8th
Components1st 2nd 3rd 4th 5th 6th 7th 8th 9th 10th 11th 12th
ChemicalsPower/ElectricityManpowerMaintenanceincluding all wear &tearsMiscellaneousSub TotalGrand Total (Y8)
Year 9th
Components1st 2nd 3rd 4th 5th 6th 7th 8th 9th 10th 11th 12th
ChemicalsPower/ElectricityManpowerMaintenanceincluding all wear &tearsMiscellaneousSub TotalGrand Total (Y9)
Year 10th
Components1st 2nd 3rd 4th 5th 6th 7th 8th 9th 10th 11th 12th
ChemicalsPower/ElectricityManpowerMaintenanceincluding all wear &tearsMiscellaneousSub TotalGrand Total (Y10)
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 95
20 GENERAL CONDITION OF CONTRACT
20.1 Definition of terms
These contract documents as herein defined where the context so admits, the following words
and expressions will have the following meanings:
a. The “Owner”/ “Client”/ “Employer” means Lucknow Smart City Limited.
b. The Engineer - In - Charge means person designated by LSCL.
c. The ‘Engineer-in-Charge’/ ‘Engineer’/ ‘Project Manager’ shall mean the Site Manager, the
person designated as such by the Owner and shall include those who are expressly authorised
by the Owner to act for and on its behalf for completion of this contract.
d. The ‘Work’ shall mean the works to be executed in accordance with the contract or part
thereof as the case may be and shall include extra, additional, altered or substituted works as
required for purpose of the contract.
e. The ‘Site’ means the areas on which the permanent works are to be executed or carried out
and any other places provided by the Owner for purpose of the contract.
f. ‘The Contractor’ means the person or the persons, firm or company whose tender has been
accepted by the Owner and includes the Contractor’s legal representative or his successors
and permitted assignee.
g. The ‘Contract Document’ means collectively the Tender Document, Designs, Drawings,
Specifications, agreed variations, if any & any such other documents constituting the tender
and acceptance thereof.
h. The ‘Construction Equipment’ means all tools / tackles, machinery and equipment of
whatsoever nature for the use or for the execution, completion, operation or maintenance of the
work unless intended to form part of the permanent work.
i. The ‘Sub-Contractor’ means any person or firm or company (other than the Contractor) to
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 96
whom any part of the work has been entrusted by the Contractor, with the prior written consent
of the Engineer-in-Charge and the legal representatives, successors and permitted assignee of
such person, firm or company.
j. The ‘Contract’ shall mean the Agreement and subsequent additions / revisions between the
Owner and the Contractor for the execution of the works including all contract documents
therein.
k. Estimated contract value/ Total contract value shall mean the amount referred to in the
agreement.
l. Final Contract value shall mean the amount of the final bill as certified by the Engineer- In-
Charge.
m. The `Specification’ shall mean the various technical specifications attached and
referred to in the tender documents. It shall also include the latest editions, versions, including
all addenda/ corrigenda or relevant Indian Standard Specifications published before entering
into contract.
n. The ‘Drawings’ shall include maps, plans and tracings or prints thereof with modifications
approved in writing by the Engineer-in-Charge and such other drawings as may, from time to
time, be furnished or approved in writing by the Engineer-in- Charge / Project Manager.
o. The ‘Tender’/ ‘Bid’ means the ‘tender’/ ‘bid’ submitted by the Contractor for
acceptance by the Owner.
p. The ‘Completion Certificate’ shall mean the certificate to be issued by the Engineer-in- Charge
when the works have been completed in all respects to his entire sat isfact ion.
q. The ‘Final Certificate’ in relation to a work means the certificate issued by the Engineer- in-
Charge after the period of defects liability is over.
r. The ‘Period of Liability’ in relation to a work means the specified period from the date of issue
of completion certificate up to the date of issue of final certificate during which the Contractor
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 97
stands responsible for rectifying all defects that may appear in the works.
20.1.1 Co-ordination of work
The Engineer-in-Charge shall co-ordinate the works of various agencies engaged at site to
ensure minimum disruption of work carried out by different agencies. It must be the
responsibility of the Contractor to plan and execute the work strictly in accordance with site
instructions to avoid hindrance to the work being executed by all other agencies.
20.1.2 Interpretation of Contract Document
Except if and to the extent otherwise provided by the contract , the provisions of the general
conditions of contract and special conditions shall prevail over those of any other documents
forming the contract are to be taken as mutually explanatory and should there be any
discrepancy, in-consistency, error or omission in the contract, the matter may be referred to
Engineer-in-Charge who shall give his decision and issue to the Contractor instructions
directing in what manner the work is to be carried out. The decision of the Engineer-in-Charge
shall be final and conclusive and the Contractor shall carry out work in accordance with this
decision.
Works shown upon the drawing but not mentioned in the specifications or described in the
specifications without being shown on the drawings shall nevertheless be held to be included in
the same manner as if they had been specifically shown upon the drawings and described in
the specifications.
20.1.3 Materials and Workmanship
The materials, design and workmanship shall satisfy the latest revisions of relevant Indian
Standards, the job specifications contained herein and codes referred to. Where the job
specifications stipulate requirements in addition to those contained in the standard codes and
specifications, these additional requirements shall also be satisfied. In case, relevant Indian
standards are not available, it shall satisfy the equivalent British or American standards.
20.1.4 Contractor to obtain his own information
The Contractor in fixing his rates shall for all purposes whosoever is deemed to have himself
independently obtained all necessary information for the purposes of preparing this tender. The
correctness of the details given in the tender document to help the Contractor to submit the
tender is not guaranteed.
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 98
The Contractor shall be deemed to have examined the Contract Documents, to have generally
obtained his own information in all matters whatsoever that might affect the carrying out the
works at the scheduled rates and to have satisfied himself to the sufficiency of his offer. Any
error in description of quantities or omissions therefore shall not vitiate the contract or release
the Contractor from executing the work comprised in the contract according to drawings
and specifications at the scheduled rates. He is deemed to have known the scope, nature and
labour involved etc, and as to his involvement for all work he has to complete in accordance
with the contract documents whatever be the defects, omissions or errors that might have
remained inadvertently in the tender documents and deemed to have visited surroundings, to
have fully satisfied himself to the nature of all existing structures, if any and also as to
the nature and conditions of the railways, roads, bridges and culverts, all the means of
transport and communications, whether by land, water or air and as to possible interruptions
thereto and the access to and egress from the site, to have made enquiries, examined and
satisfied himself as to the sites for obtaining sand, stones, bricks and other materials, the
sites for disposal of surplus materials, the available accommodation as to whatever required,
depots and such other buildings as may be necessary for executing and satisfactorily
completing the works, to have made local independent enquiries as to the sub-soil, water and
variations thereof, storms, prevailing winds, climatic conditions, all other similar matters that
may affect these works. He is deemed to have acquainted himself as to his liability for payment
of Government taxes, Customs duty, other charges and other statutory rules and regulations
governing work at site and employment of labour in the vicinity.
Any neglect or failure on the part of the Contractor in obtaining necessary and reliable
information upon the foregoing or any other matters affecting the contract shall not relieve him
from any risks or liabilities or the entire responsibility of completion of the works at the
scheduled rates and time in strict accordance with the contract documents.
No verbal agreement or inference from conversation with any officer or employee of the Owner
either before or after the execution of the contract agreement shall in any way affect or modify
any of the terms of obligations herein contained.
20.1.5 Time of performance
The work covered by this contract shall be commenced immediately after the receipt of the
letter of acceptance of tender and be completed in stages on or before the date mentioned in
the time schedule of completion of work.
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 99
20.1.6 Force Majeure
Any delays in or failure of the performance of either party hereto shall not constitute default
hereunder or give rise to claims for damages, if any, to the extent such delays or failure of
performance is caused by occurrences such as Acts of God or the public enemy,
expropriation or confiscation of facilities by government authorities, compliance with any order
or request of any government authorities, acts of war, rebellion or sabotage or fires, floods,
explosions, riots or illegal strikes. The Contractor shall keep records of the circumstances
referred to above and bring these to the notice of Engineer- in-Charge in writing immediately on
such occurrences.
20.1.7 Penalty on delay of completion of work
If the Contractor fails to complete the work within the specified period of completion or within
any extended time allowed, as given in the relevant clause, the Contractor shall pay the
owner as penalty an amount equivalent to 0.2% (point two percentage) of the value of
unfinished portion of work (as per original agreement and supplementary agreements) per day
subject to a maximum of 10% (ten percentage) of the contract value of the work. Such amounts
may be deducted by the owner from any amount due or that may become due to the
Contractor.
This amount of penalty so levied on the Contractor will not be refunded, unless and otherwise
the Project Implementation Committee so decides.
The penalty for delay in completion of work shall not exceed 10% of the total contract value at
any point of time.
20.1.8 Subletting of work
20.1.8.1 Sub letting
No part of the contract nor any share of interest thereof shall in any manner or
degree be transferred, assigned , sublet by the Contractor directly or indirectly to any
firm or corporation whatsoever except as provided for in the succeeding sub-clause
without the consent in writing of the Owner.
20.1.8.2 Sub - Contracts for Works, etc.
For execution of any part of the work at site the Owner may give his written consent /
approval for sub-contracting such part of the work for which the main Contractor desires
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 100
to enter into provided the main Contractor submits such individual sub-contract to the
Engineer-in-Charge before being finalised for his approval.
20.1.8.3 Contractor’s Liability Not Limited by Sub-Contractors
Notwithstanding any subletting with such approval as aforesaid and notwithstanding
that the Engineer-in-Charge shall have received copies of any sub-contracts, the
Contractor shall be and shall remain solely responsible for the quality and proper and
expeditious execution of the works and the performance of all the conditions of the
contract in all respects and in such subletting or sub-contracting had not taken place
and as if such work has been done directly by the Contractor.
20.1.8.4 Owner May Terminate Sub-Contracts.
If any sub-Contractor engaged upon the works at the site executes any work which in the
opinion of the Engineer-in-Charge is not in accordance with the contract documents, the
Owner may write notice to the Contractor asking him to terminate such sub-contract
and the Contractor upon the receipt of such notice shall terminate such sub-contract
and the latter shall forthwith leave the works, failing which the Owner shall have the right
to remove such sub-Contractors from the site as deemed fit by them.
20.1.8.5 No Remedy for Action under This Clause
No action taken by the Owner under this Clause shall relieve the Contractor of any of his
liabilities under the contract or give rise to any right to compensation, extension of time or
otherwise.
20.1.8.6 Right of Owner to Determine/Terminate Contract
Owner shall, at any time, be entitled to determine and terminate the contract, if in the
opinion of the Owner the cessation of the work becomes necessary for any cause
whatsoever, in which case the cost of approved materials at the site as verified and
approved by Engineer-in-Charge and of the value of the work done to date by the
Contractor shall be paid for in full at the rates specified in the contract. A notice in
writing from the Owner to the Contractor of such determination and termination and the
reason, thereof shall be conclusive proof of the fact that the contract has been so
determined and terminated by the Owner.
Should the contract be determined under sub-clause (i) of this clause and the
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 101
Contractor claims payments of compensation for expenditure incurred by him in the
expectation of completing the whole of the work, the Owner shall consider and admit
such claim as are deemed fair and reasonable and are supported by vouchers to the
satisfaction of the Engineer-in-Charge. The Owner’s decision on the necessity and
propriety of any such expenditure shall be final and conclusive and binding on the
Contractor.
20.1.9 Drawings, Designs Etc., Property of Owner
All drawings, blue prints, tracings, reproducible, models, plans, specification and copies thereof,
furnished by the Owner as well as drawings, tracings, reproducible, plans, specifications, design
calculation, etc., prepared by the Contractor for the purposes of execution of works covered in or
connected with the contract shall be the property of the Owner and shall not be used for any
other work but are to be delivered to the Owner on completion of the contract.
Where so desired by Engineer-in-Charge, the Contractor agrees to respect the secrecy of any
document, drawing, etc., issued to him for the execution of the contract, and restricts access to
such documents, drawings, etc. to the maximum and further the Contractor agrees to maintain
an individual SECRECY having access to such documents, drawings, etc. In any event the
Contractor shall not issue drawings and documents to any other agency or individual without the
written approval of Engineer-in-Charge.
20.1.10 Non Waiver of Defaults
Any failure by the Owner or Contractor at any time, or from time to time to enforce or require the
strict keeping and performance of any of the terms or conditions of this agreement, or to exercise
a right hereunder, shall not constitute a waiver of such terms, conditions, or rights, and shall not
affect or impair the same or the right of the Owner or Contractor, as the case may be, at any time
to avail themselves of the same.
20.1.11 Execution of Works
All the works shall be executed in strict conformity with the provisions of the contract documents
and with such explanatory detailed drawings, specifications and instructions as may be furnished
from time to time to the Contractor by the Engineer-in-Charge whether mentioned in the contract
or not. The Contractor shall be responsible for ensuring that the works throughout are
executed in the most substantial, proper and workmanlike manner, with the quality of material
and workmanship in strict accordance with the specifications and to the entire satisfaction of the
Engineer-in-Charge.
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 102
Wherever it is mentioned in the specifications that the Contractor shall perform certain work or
provide certain facilities/ materials, it is understood that the Contractor shall do so at his cost.
The materials, design and workmanship shall satisfy the latest revisions of relevant Indian
standards and any other as specified, the job specifications contained herein and codes referred
to, where the job specifications stipulate requirements in addition to those contained in the
standards & codes and specifications, these additional requirements shall also be satisfied. In
case relevant Indian standards are not available it shall satisfy the equivalent British or American
standards.
2 0 . 1 . 1 2 Work in Monsoon and D e w a t e r i n g
The completion of the work may entail working in the monsoon also. The Contractor must
maintain a minimum labour force as may be required for the job and plan and execute the
construction and erection according to the prescribed schedule. No extra rate will be considered
for such work in monsoon.
During the monsoon and other period it shall be the responsibility of the Contractor to keep the
construction work site free from water logging at his own cost.
20.1.13 Work on Holidays & After Dusk Time
Under unavoidable circumstance or as per requirements of specific site conditions if it becomes
necessary to carry out work on holidays or after dusk time the Contractor will approach the
Engineer-in-Charge or his representative normally two days in advance and obtain necessary
permission in writing. The Contractor shall make all the necessary arrangements for work to
proceed in workmanlike manner solely at his risk and cost, during the aforesaid circumstance.
20.1.14 General Conditions for Construction and Erection Work
The Contractor shall submit to the Owner reports at regular intervals regarding the state and
progress of work. The details and perform of the report will mutually be agreed after the award
of contract.
20.1.15 Drawings to Be Supplied By the Owner
Where drawings are attached with tender, these shall be for the general guidance of the
Contractor to enable him to visualize the types of work contemplated and scope of work involved.
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 103
The Contractor will be deemed to have studied the drawings and acquainted himself about the
work involved.
Copies in good and readable condition of all detailed working drawings relating to the works shall
be kept at the Contractor’s office on the site and shall be made available to the Engineer-in-
Charge at any time during the contract. The drawings and other documents issued by the Owner
shall be returned to the Owner on completion of the works.
20.1.16 Drawings to Be Supplied By the Contractor
Where approval of drawings before manufacture/ construction/ fabrication has been specified, it
shall be Contractor’s responsibility to have these drawings prepared as per the directions of
Engineer-in-Charge and get them approved before proceeding with manufacture/ construction/
fabrication as the case may be. Any changes that may have become necessary in these
drawings during the execution of the work shall have to be carried out by the Contractor to the
satisfaction of Engineer-in-Charge, at no extra cost. Contractor shall prepare and get approval
from the Engineer-in-Charge on the drawings well in advance so as not to hinder the progress
of work as the case may be.
20.1.17 Setting out Works
The Engineer-in-charge shall furnish the Contractor with only the four corners of the work site
and a level bench mark and the Contractor shall set out the works and shall provide an
efficient staff for the purpose and shall be solely responsible for the accuracy of such setting out.
20.1.18 Responsibility for Level and Alignment
The Contractor shall be entirely and exclusively responsible for the horizontal and vertical
alignment, the levels and the correctness of every part of work and shall rectify any errors or
imperfections herein. Such rectifications shall be carried out by the Contractor, at his own cost,
when instructions are issued to that effect by the Engineer-in-Charge.
20.1.19 Materials to be supplied by the contractor
The Contractor shall procure and provide the whole of the materials required for the construction
including tools, tackles, construction plant and equipment for the completion and maintenance of
the work and shall make his own arrangement for procuring such materials and for the transport/
storage thereof. The Owner will insist on the procurement of all materials conforming to I.S. or
relevant standard and from reputed suppliers. Samples where applicable shall be got approved
from the Engineer-in-Charge. All equipment makers to be got approved prior to procurement.
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 104
All materials procured should meet the specifications given in the tender document. The
Engineer-in-Charge may, at his discretion, ask for samples and test certificates for any batch of
any materials procured. Before procuring, the Contractor should get the approval of Engineer-in-
Charge for any material to be used for the works.
Manufacturer’s certificates shall be submitted for all materials supplied by the Contractor. If,
however, in the opinion of the Engineer-in Charge any tests are required to be conducted on the
material supplied by the Contractor, these will be arranged by the Contractor promptly at the
laboratories recommended by the OWNER at the cost of the Contractor.
20.1.20 Discrepancies between Instructions
Should any discrepancy occur between the various instructions furnished to the Contractor, his
agents or staff or any doubt arises as to the meaning of any such instructions or should there be
any misunderstanding between the Contractor’s staff and the Engineer-in-Charge’s staff, the
Contractor shall refer the matter immediately in writing to the Engineer-in-Charge whose decision
thereon shall be final and conclusive and no claim for losses alleged to have been caused by
such discrepancies between instructions doubts or misunderstanding shall in any event be
admissible.
20.1.21 Abnormal Rates
The Contractor is expected to quote rate for each item after careful analysis of cost involved for
the performance of the completed item considering all specifications and conditions of contract.
This will avoid loss of profit or gain in case of curtailment or change of specification of any item.
In case it is noticed that the rates quoted by the tender for any item are unusually high or
unusually low it will be sufficient cause for the rejection of the tender unless the Owner is
convinced about the reasonableness of the rates on scrutiny of the analysis for such rates to
be furnished by the tender on demand.
20.1.22 Inspection of Works
The Engineer-in-Charge will have full power and authority to inspect the works at any time
wherever in progress, either in the site or at the Contractor’s premises/workshops wherever
situated, premises/ workshops of any person, firm or corporation where materials are
being made or are to be supplied, and the Contractor shall afford or procure for the Engineer-in-
Charge every facility and assistance to carry out such inspection. The Contractor shall at all time
during the usual working hours and at all other times at which reasonable notice of the intention
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 105
of the Engineer-in-Charge or his representative to visit the works shall have been given to the
Contractor, the Contractor, either himself be present to receive orders and instructions or have a
responsible agent duly accredited in writing be present for the purpose . Orders given to the
Contractor’s agent shall be considered to have the same force as if they have been given to the
Contractor himself. The Contractor shall give not less than seven days’ notice in writing to the
Engineer-in- Charge before covering up or otherwise placing beyond reach of inspection and
measurement any work in order that the same work may be inspected and measured. In the
event of breach of above the same shall be uncovered at Contractor’s expense for carrying out
such measurement or inspection.
No material shall be dispatched from the Contractor’s works before obtaining the approval in
writing of the Engineer-in-Charge. The Contractor is to provide at all times, during the progress of
the work and the maintenance period, proper means of access with ladders, gangways and
scaffoldings, etc., and the necessary attendance to move and adopt as directed for inspection or
measurement recording etc. of the works by the Engineer-in-Charge.
20.1.23 Assistance to the Engineer-In-Charge
The Contractor shall make available to the Engineer-in-Charge free of cost all necessary
instructions and assistance in checking of setting out of works and in checking of any works
made by the Contractor for the purpose of setting out and taking measurements of work.
20.1.24 Tests for Quality of W o r k s
All workmanship shall be of the best respective kinds described in the contract documents and in
accordance with the instructions of the Engineer-in-Charge and shall be subjected from time to
time to such tests at Contractor’s cost as the Engineer-in-Charge may direct at the place of
manufacture of fabrication, or on the site, or at all or any such places. The Contractor shall
provide assistance, instructions, labour and materials as are normally required for examining,
measuring and testing any workmanship as may be required and selected by the Engineer-in-
Charge.
20.1.25 Samples
The Contractor shall furnish to the Engineer-in-Charge for approval when required or if required
by the specifications, adequate samples of all materials and finished goods to be used in the
work. Such samples shall be submitted before the work is commenced and in ample time to
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 106
permit test and examinations thereof. All materials furnished and applied in actual work shall be
fully equal to the approved samples.
20.1.26 Action and Compensation In Case of Bad Work
If it shall appear to the Engineer-in-Charge that any work has been executed with unsound,
imperfect or unskilled workmanship or with materials of any inferior quality or that any materials
or articles approved by the Contractor for the execution of the work are unsound or of a quality
inferior to that contracted for, or otherwise not in accordance with the contract, the Contractor
shall on demand in writing from the Engineer-in-Charge or his authorised representative
specifying the work materials or articles complained of, notwithstanding that the same may have
been inadvertently passed, certified and paid for , forthwith rectify or remove and reconstruct the
work to specified standards and provide other proper and suitable materials or articles at his
own charge and cost, and in the event of failure to do so within a period to be specified by the
Engineer-in-Charge in his demand aforesaid, the Contractor shall be liable to pay compensation
at the rate of 0.5% (point five percentage)of the value of unfinished portion of work, for every
week of delay, limited to a maximum of 10% (ten Percentage) of the Contract value of the work,
while his failure to do so continues , and in the case of any such failure the Engineer-in-Charge
may on expiry of notice period rectify or remove and re-execute the work or remove and
replace with others, the materials or articles complained of as the case may be, at the risk
and expense in all respects of the Contractor. The decision of the Engineer-in-Charge as to any
question arising under this clause shall be final and conclusive.
20.1.27 Period of Liability
The Contractor shall guarantee the installation/ work for a period of twelve months from the date
of issue of completion certificate. Any damage or defect that may arise or lie undiscovered at the
time of issue of completion certificates, connected in any way with the equipment or materials
supplied by him or his sub-Contractors, or in the workmanship shall be rectified or replaced by
the Contractor at his own expense as deemed necessary by the Engineer-in-Charge or in
default, the Engineer-in-charge may cause the same to be made good by the other Contractor
and deduct expenses from any sums that may be then, or at any time thereafter become due
to the Contractor.
The work will not be considered as complete and taken over by the Owner until all the temporary
works, constructed by Contractor are removed and work site cleaned to the satisfaction of the
Engineer-in-Charge.
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 107
20.1.28 Care of Works
From the commencement to completion of the works, the Contractor shall take full responsibility
for the care for all works including all temporary works and in case any damage, loss or injury
shall happen to the works or to any part thereof or to any temporary works from any cause
whatsoever, shall at his own cost repair and make good the same so that at completion the
work shall be in good order and in conformity in every respect with requirements of the contract
and the Engineer-in-Charge’s instructions.
20.1.29 Schedule of Costs and Payments
20.1.29.1 Contractor’s Remunerat ion
The price to be paid by the Owner to Contractor for the whole of the work to be done
and the performance for all the obligations undertaken by the Contractor under the
contract documents shall be ascertained by the application of the respective schedule
of costs, (the inclusive nature of which is more particularly defined by way of application
but not of limitation, with the succeeding sub-clauses of this clause) and payment to be
made accordingly for the work actually executed and approved by the Engineer-in-
Charge. The sum as ascertained shall (excepting only as and to the extent expressly
provided herein) constitute the sole and inclusive remuneration of the Contractor under
the contract and no further other payment whatsoever shall be or become due or
payable to the Contractor under the contract.
20.1.29.2 Rates to be Inclusive
The prices/ rates quoted by the Contractor shall remain firm till the issue of final
certificate and shall not be subject to escalation. Schedule of costs, items shall be
deemed to include and cover all costs, expenses and liabilities of every description and
all risks of every kind to be taken in description and all risks of every kind to be taken in
executing, completing and handing over the work to the Owner by the Contractor. The
Contractor shall be deemed to have known the nature, scope, magnitude and the
extent of the works and materials required though the contract document may not fully
and precisely furnish them. He shall make such provisions in the rates as he may
consider necessary to cover the cost of such items of work and materials as may be
reasonable and necessary to complete the works. The opinion of the Engineer-in-
Charge as to the items of work shall be final and binding on the Contractor although the
same may not be shown on or described specifically in contract documents.
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 108
20.1.29.3 Rates to Cover Constructional Plant, Materials, Labour, Etc
Without in any way limiting the provisions of the preceding sub-clause the item rates
shall be deemed to include and cover the cost of all constructional plant, temporary
work (except as provided for herein), pumps, materials, labour, insurance, fuel, stores
and appliances to be supplied by the Contractor and other matters in connection with
each item in the item rates and the execution of the works or any portion thereof
furnished, completed in every respect and maintained as shown or described in the
contract documents, or may be ordered in writing during the continuance of the
contract.
20.1.29.4 Rates to Cover Royalties, Rents and Claims
The rates shall be deemed to include and cover the cost if any of all royalties and fees
for the articles and processes, protected by letters, patent or otherwise incorporated in
or used in connection with the works, also all royalties, rents and other payments in
connection with obtaining materials, or whatsoever kind for the works and shall
include an indemnity to the Owner which the Contractor hereby gives against all
actions, proceedings, claims, damages, costs and expenses arising from the
incorporation in or use of the works of any such articles, processes or materials.
Octroi or other municipal or local board charges if levied on materials, equipment or
machineries to be brought to site for use on work shall be borne by the Contractor.
20.1.29.5 To cover Taxes and Duties
No exemption or deduction of customs duty, excise duties, sales tax, any port dues,
transport charges, stamp duties or State Government or local body or Municipal taxes
or duties, taxes or charges (from or of any other body), whatsoever, will be granted or
obtained. All of the said expenses shall be deemed to be included in and covered by the
item rates. The Contractor shall also obtain and pay for all permits or other privileges
necessary to complete the work.
20.1.29.6 Rates to Cover Risks of Delay
The item rates shall be deemed to include and cover the risk of all possibilities of
delay and interference with the Contractor’s conduct of work which occur from any
cause including orders if the Owner in the exercise of his powers and on account of
extension of time granted due to various reasons and for all other possible or probable
causes of delay.
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 109
20.1.29.7 Rates cannot be altered
For work under unit rate basis, no alteration will be allowed in the schedule of rates by
reason of works or of any part of them being modified, altered, extended, diminished or
omitted. The item rates are all inclusive rates which have been fixed by the Contractor
and agreed to by the Owner and cannot be altered. For lump-sum contracts, the
payment will be made according to the work actually carried out, for which purpose an
item-wise schedule of rates shall be furnished, suitable for evaluating the value of work
done and preparing running account bills.
20.1.29.8 No Escalation to be considered.
The rates quoted shall be firm throughout the period of contract including the extended
period. There will not be any payment towards escalation in the cost of materials or
labour or any other inputs, or hike in the taxes payable by the Contractor. No escalation
on any ground will be accepted, once the bids are opened by MWCJL.
20.1.29.9 Rates for Extra Items/ Deviated Items
i. Any item of work that does not find a place in the schedule of quantities, in the
original tender or in the accepted tender or contract as has been directed by the
Engineer - In - Charge/ “MWCJL” to execute is deemed as an extra item of work. All
such works that are necessary to be carried out under the direction of the Engineer -
In - Charge/ MWCJL shall be carried out by Contractor. No such variation will violate
the contract. Change records shall be used to regulate extra i t e m s .
ii. Extra items of work thus carried out by the contractor will be paid at the rates
worked out by the Engineer - In - Charge/MWCJL in the following manner.
iii. In the case of all extra items whether additional, altered or substituted, if accepted
rates for identical items are available in the contract, such rates shall be
app l icab le .
iv. In the case of extra items whether altered or substituted, for which similar items
exist in the contract, the rates shall be derived from the original item by appropriate
adjustments of cost of affected components, on the basis of provisions of standard
data book and schedule of rates of Rajasthan PWD (Civil & Electrical) –Latest. An
allowance of 10% of rate worked out will be added towards contractor’s profit
overhead and establishment charges taken together. The percentage excess or
reduction of the contract rate for the original item with reference to the estimated
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 110
rate shall then be applied in deriving the rates for such items.
v. In the case of extra items, whether additional, altered or substituted, for which rate
can be only partly derived from similar items in the contract, PWD data and
schedule of rates and partly from market rates, the rates will be worked out as
follows:
o The contractor immediately after the execution of work shall communicate to the
Engineer of MWCJL and Engineer - In - Charge, the rate claimed for the item with
supporting documents as regards the prevailing market rates. The Engineer - In -
Charge shall examine these records and work out the rate in the following manner:
o As regards the first part involving items in the PWD data and schedule of rates, the
rate will be worked out as given in (iv) above. As regards the second part involving
market rates, the rate will be worked out as given in (vi) below.
vi. In the case of extra items, whether additional altered or substituted, for which
the rates cannot be derived from similar items of work in the contract or from the
PWD data and schedule of rates, the rates shall be worked out fully on the basis
of prevailing market rates (giving due consideration to the analysis of the rate
furnished by the Contractor with supporting documents). The contractor
immediately after execution of work as mentioned in (i) above shall
communicate to the Engineer of MWCJL/ Engineer - In - Charge, the rate which
he proposes to claim for the item, supported by analysis of the rate claimed and
the Engineer - In - Charge shall determine the rate on the basis of the market
rate giving due consideration to the rate claimed by the Contractor and forward
the same to MWCJL. In case the requirement of labour for such item is available
in the PWD Data Book, this shall be taken as the basis for working out rate. If
this is not available, observed data during actual execution of work will be taken
as the basis. An allowance of 10% will be added towards contractor’s overhead
profit and establishment charges taken together. The percentage excess or
reduction of the contract rate over the estimate rate shall not be applied in this
case.
vii. While working out the rate analysis for extra item whether derived, substituted,
additional, etc. the cost for transportation, transit insurance, all types of taxes and
duties, octroi etc. at actual shall be included.
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 111
20.1.30 Procedure of Measurement/Billing of Work In Progress
All measurements shall be in metric system as specified by IS: Code of practice unless otherwise
specified, All the works in progress will be jointly measured by the representative of the Engineer-
in-Charge and the Contractor’s authorised agents progressively in accordance with the
stipulations of IS:1200, such measurements will get recorded in the measurement book by the
Contractor or his authorised representative and signed in token of acceptance by the Engineer-
in-Charge or his authorised representative.
For the purpose of taking joint measurements, the Contractor’s representative shall be bound to
be present whenever required by the Engineer-in-Charge. If, however, he abstains for reasons
whatsoever, the measurements will be taken by the Engineer-In-Charge or his representative ex-
parte and this will be deemed to be correct and binding on the Contractor.
20.1.31 Running Account Payment to Be Regarded As Advances
All running account payments shall be regarded as payment by way of advance against the final
payment only and not as payments for work actually done and completed and shall not preclude
the requiring of bad, unsound and imperfect or unskilled work to be removed or taken away and
reconstructed or re-erected or be considered as an admission of the due performance of the
contract or any part thereof, in this respect, or of the accruing of any claim to the Contractor, nor
shall it conclude, determine or affect in any of them as to the final settlement and the
adjustments of the accounts or otherwise, in any other way vary or affect the contract. The
Contractor shall submit the final bill within one month of the date of physical completion of the
work, otherwise the Engineer-In-Charge’s certificate of the measurement and of the total amount
payable for the work accordingly shall be final and binding on all parties.
The contractor shall present not more than one bill per month except in case of final bill which
can be earlier.
The total amount of each running bill should not be less than the 10% of the accepted contract
value.
From each running bill 10% shall be deducted towards retention money subject to a maximum
of 5% of Contract value and this amount will be retained till the completion of defects liability
period.
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 112
20.1.32 Completion Certificate
Within one month of completion of the work in all respect, the Contractor shall be furnished with
a certificate by the Engineer-in-Charge of such completion, but no certificate shall be given nor
shall the work be deemed to have been executed until all scaffolding, surplus materials, debris,
set concrete and rubbish is cleaned off the site completely, nor until the work shall have
been measured by the Engineer-In-Charge whose measurements shall be binding and
conclusive. The work with measurements will not be considered complete and taken over by the
Owner until all the temporary works constructed are removed and the work site cleaned to the
satisfaction of the Engineer- In-Charge.
If the Contractor shall fail to comply with the requirements of this clause on or before the date
fixed for the completion of the work, the Engineer-in-Charge may at the expense of the
Contractor remove such scaffoldings, surplus materials and rubbish and dispose of the same
as he think fit and clean off such dirt as aforesaid except for any sum actually realised by the sale
thereof.
20.1.33 Final Decision and Final Certificate
Upon expiry of the period of liability subject to the Engineer-in-Charge being satisfied that the
works have been duly rectified by the Contractor during monsoon or such period as herein before
provided and that the Contractor has in all respect duly made up any subsidence and performed
all his obligations, under the contract, the Engineer-in-Charge shall (without prejudice to the
rights of the Owner to retain the provisions of relevant clause hereof) give a certificate herein
referred to as the final certificate to that effect and the Contractor shall not be considered to
have fulfilled the whole of his obligations under the contract until Final Certificate shall have been
given by the Engineer-in-Charge notwithstanding any previews entry upon the work and taking
possession, working or using of the same or any part thereof by the Owner.
20.1.34 Certificate and Payments on Evidence of C o m p l e t i o n
Except the final certificate, no other certificate or payments against a certificate or on general
account shall be taken to be an admission by the Owner of the due performance of the contract
or any part thereof, of occupancy, or validity of any claim by the Contractor.
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 113
20.1.35 Taxes, Duties, Octroi & Provident Fund Compensations etc.
The Contractor agrees to and does hereby accept full and exclusive liability for the payment of
any and all taxes, duties, octroi, etc., now or hereafter imposed, increased, modified from time to
time in respect of works and materials and all contributions and taxes for unemployment
compensation, insurance and old age pensions or annuities and statutory requirements for
provident fund compensations of the Contractor’s employees now or hereafter imposed by any
Central and State Governmental Authorities which are imposed with respect to or covered by
the wages, salaries or other compensations paid to the persons employed by the Contractor
and the Contractor shall be responsible for the compliance with all obligations and restrictions
imposed by the Labour Laws or any other law affecting employer-employee relationship and the
Contractor further agrees to comply and to secure the compliance of all sub-Contractors, with all
applicable Centre, State, Municipal and Local laws and regulations and requirements of any
Central, State or Local Government Agency or LSCL, Contractor further agrees to defend,
indemnify and hold harmless the Owner from any liability or penalty which may be imposed by
the Central, State or Local Authorities by reason of any violation by Contractor of Authorities by
reason of any violation by Contractor or sub-Contractor of such laws, regulations or requirements
and also from all claims, suits or proceedings that may be brought against the Owner arising
under, growing out of, or by reason of the work provided for by this contract by third parties, or by
Central or State Government Authorities or any administrative sub-division thereof.
20.1.36 Insurance
The Contractor shall at his own expense carry out and maintain insurance with a reputable
insurance company in accordance with various government acts like Employee’s State
Insurance Act and Workman’s Compensation Act and contractor’s all risk policy beneficial to
the Owner. etc. to the satisfaction of the Owner and indemnify and keep the Owner indemnified
against all actions, claims, proceedings, suits that may be made or filed by Contractors, their
employees, other heirs and legal representatives and against any claims, actions, proceedings,
suits filed by the government, both state or central, in this regards for any breach of current
rules, regulations etc. by the Contractor.
20.1.37 Damage to Property
Contractor shall be responsible for making good to the satisfaction of the Owner any loss of
or any damage to all structures and properties belonging to the Owner or being executed or
procured or being procured by the Owner or of other agencies within the premises of all the
works of the Owner, if such loss or damage is due to fault and / or negligence or willful acts or
omissions of the Contractor, his employees, agents, representative or sub-Contractor.
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 114
20.1.38 Precedence Order In Case Of Variances/Discrepancies:
For smooth progress of work, the order of priorities as mentioned herein below should be
followed in interpreting the true intent of the contract so far as price implications are concerned.
Special Conditions shall prevail upon General Conditions for commercial matters whereas for
technical matters Site Instructions issued from time to time shall prevail upon Drawings, BOQ,
and Specifications and finally IS & other statutory stipulations in that descending order.
20.1.39 Abandoning the Work by C o n t r a c t o r
If the Contractor has abandoned the Contract without any lawful reason, or has suspended the
progress of the works for fourteen days, or has failed to start the works after receiving from
the Engineer in Charge notice to proceed, the Employer may, notwithstanding any previous
waiver, after giving seven days’ notice in writing to the Contractor, determine the Contract, but
without thereby affecting the Powers of the Engineer in Charge or the obligations and liabilities of
the Contractor, the whole of which shall continue in force as fully as if the Contract had not been
so determined, and as if the works subsequently executed had been executed by or on behalf of
the Contractor. And further, the Employer by his agents or servants may enter upon and take
possession of the works and all plant, tools, scaffoldings, sheds, machinery steam and other
power utensils and materials lying upon the premises or the adjoining lands or roads, and use
the same as his own property or may employ the same by of his own servants and workmen in
carrying on and completing the works or by employing any other Contractor or other person or
persons to complete the works, and the Contractor shall not in any way interrupt or do any act,
matter or thing to prevent on hinder such other Contractor or other person or persons employed
for completing and finishing or using the materials and plant for the works. When the works shall
be completed or as soon thereafter as convenient the Engineer in Charge shall give a notice in
writing to the Contractor to remove his surplus materials and plant, and should the contractor
fail to do so within a period of fourteen days after receipt thereof by him, the Employer may sell
the same by public auction, and give credit to the Contractor for the net amount realised. The
Engineer in Charge shall thereafter ascertain and certify in writing (if anything) shall be due or
payable to or by the Employer, for the value of the said plant and materials so taken possession
of by the Employer and the expense or loss which the Employer shall have been put to in
procuring the works to be completed and the amount, if any, owing to the Contractor and the
amount which shall be so certified shall thereupon be paid by the Employer to the Contractor or
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 115
by the Contractor to the Employer, as the case may be, and the Certificate of the EIC shall be
final and conclusive between the parties.
20.1.40 Back charging the contractor
Extra cost and expenses incurred for completing the balance work or carrying out the rectification
of any work as mentioned above through another agency or agencies including its own
department, shall be debited to contractor’s account and shall be recovered from any money due
or that may become due to the contractor without prejudice to any other remedy that may be
available to the “MWCJL” in law. If there is any savings in cost due to re arrangement or
supplementing through other agencies the original contractor will not have any claim on this.
20.1.41 Addressing of dispute
Being a lumpsum turnkey contract no claims will be entertained. Any dispute or difference any
time arisen between the parties hereto as to the construction, meaning, content or effect of this
agreement, or any clause or item contained therein, or the rights and liabilities of the parties
hereunder which cannot be settled by the parties shall not be referred to any arbitrator and
shall be only resolved through court of law and the courts in Jaipur District will have the
jurisdiction to decide the issue.
21 SPECIAL CONDITIONS OF CONTRACT
21.1.1 Interests
All the deposits of EMD, security deposits and retention money will not bear any interest
whatsoever.
21.1.2 Levies & Taxes
No additional payments towards levies & taxes or any statutory payments to the government or
local or statutory authorities shall be made by the owner. The rate quoted shall be deemed to
include all levies & taxes, which may come in force till the successful completion of the project.
21.1.3 Escalation
It should be explicitly understood by the Contractor that the rates payable to the Contractor are
fixed and are not liable for consideration of any escalation towards any increase in prices of
building materials and labour or otherwise etc., during complete execution period ofworks.
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 116
21.1.4 Time of Completion
The entire work shall be completed within the period stated in the contract. The completion
period is inclusive of monsoons, Sundays, holidays (Public/Festival) period and no extension of
time shall be granted on this account. During inclement weather, the Contractor shall suspend
concreting for such time as the Owner/ Engineer-In-Charge may direct and shall protect from
possible damages to all works which are in progress at that time.
The Contractor shall complete the works as per the priorities laid down by the Owner during the
currency of the contract.
The BIDDER shall submit along with the Bid a Schedule of Tools, Tackles & Equipment in
working condition that he proposes to maintain at site at any stage during the Contract period to
maintain the stipulated progress. Also, the Contractor should bring to site any additional
machinery as suggested by Engineer-in-Charge for completing the work in stipulated time.
If the Contractor fails to complete the work within the specified time, he shall be liable to pay fine
for delay to the Owner.
It shall be clearly understood that the Owner will not entertain any claim from the Contractor for
any idle time compensation for any reasons whatsoever.
21.1.5 Extension of time of completion:
Should the amount of extra or additional work of any kind whatsoever which may occur, be such
as fairly to justify the contractors request for extension of time for the completion of the work the
Engineer - In - Charge shall determine the amount of such extension shall intimate the
Contractor in writing provided that the Engineer - In - Charge are not bound to take into account
any extra or additional work or other special circumstances unless the contractor has within 28
days, after such work has been commenced or such circumstances have arisen, submit to the
Engineer - In - Charge full and detailed particulars of any request for the extension of time to
which they may consider to be justified.
21.1.6 Extension of completion time due to unavoidable causalities:
If in the opinion of the Engineer - In - Charge the progress of the work has at any time been
delayed by an un avoidable causalities, etc. beyond the control of the Contractor then the time of
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 117
completion of the work may be extended for such reasonable time as the Engineer - In - Charge
may decide and this will be indicated in writing.
21.1.7 Penalty for Delay
If the Contractor fails to complete the work within the specified period of completion or within any
extended time allowed, as given in the relevant clause, the Contractor shall pay the owner as
penalty an amount equivalent to 0.5% (point five percentage) of the value of unfinished portion of
work (as per original agreement and supplementary agreements) for every week of delay subject
to a maximum of 10% (ten percentage) of the contract value of the work. Such amounts may be
deducted by the owner from any amount due or that may become due to the Contractor.
This amount of penalty so levied on the Contractor will not be refunded, unless and otherwise the
Project Implementation Committee so decides.
The penalty for delay in completion of work shall not exceed 10% of the total contract value at
any point of time.
21.1.8 Defects Liability Period
The Contractor warrants that the works or any part thereof shall be free from defects in the
design, engineering, materials and workmanship of the Plant and Equipment supplied and of the
work executed.
The Defects Liability Period shall be for a period of twenty four calendar (24) months from the
date of issue of completion certificate.
If during the Defects Liability Period any defect should be found in the design, engineering,
materials and workmanship of the Plant and Equipment supplied or of the work executed by the
Contractor, the Contractor shall promptly, in consultation and agreement with the Owner
regarding appropriate methods to be adopted for remedying of the defects, and at its cost,
repair, replace or otherwise make good (as the Contractor shall, at its discretion, determine) such
defect as well as any damage to the Facilities caused by such defect.
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 118
In addition, the Contractor shall also provide an extended warranty for any such component of
the works.
21.1.9 Watch & Ward
The Contractor shall provide his own watch and ward service for security of his materials, plant
and equipment.
21.1.10 Contractor’s Site Office
Space for the Contractor’s site office, godown, workshop and assembly yard will be allocated by
the Owner, as close to the job site as possible and given free of charge to the Contractor. The
Contractor shall construct at his cost all the above mentioned temporary structures for his use as
per standards and specifications to be approved by the Owner. The Contractor shall obtain all
statutory permissions for his temporary establishment and shall pay all necessary statutory fees,
taxes, etc. The Contractor shall dismantle these temporary establishments and clear the site at
his cost after the completion of work.
21.1.11 Other Contractors at Site
Apart from the work under this Contract, other works connected with the proposed project will
be simultaneously going on either departmentally or through other agencies. Each Contractor or
Agency shall co-operate with all the others to the fullest extent and shall allow to each other,
every facility and co-operation for execution of their works simultaneously and satisfactorily,
during the erection of machinery or execution of any other related works. The Contractor will
have to work only at places as directed by the Owner/ Engineer. He may sometimes have to
suspend his work partially or totally in the interest of the whole project. In such cases and at such
times, he will be informed from time to time and directed by the Owner/Engineer when to work.
He may also be required to dismantle/ shift his construction plant and equipment so as to cause
minimum obstructions and inconvenience for erection of machinery and/or any other construction
operations. In such cases he shall not be given any compensation on account of reduction or
stoppage of labour force or dismantling/shifting of his construction plant and equipment, etc. It
shall however be seen that the Contractor is not put to unnecessary inconvenience.
21.1.12 Contract Labour
Contractor shall comply with Contract Labour (Regulation and Abolishment) Act. The Contractor
shall keep the Owner advised of any labour disputes arising on this Contract.
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 119
21.1.13 Objects of Value
All objects of value or antiquity found on site during excavation or otherwise shall remain the
property of the Owner, and any such finding shall immediately be reported to the Owner.
21.1.14 Work At Night
If the Owner gives permission for night work if requested by the Contractor, such night work shall
not entitle the Contractor to any increase in rates.
Where night work is in progress, any excavated areas shall be barricaded and shall be provided
with red lights and shall take all such other necessary precautions etc. and also all other work
areas shall be well lighted to prevent accidental falls, etc.
21.1.15 Suspension of Works
Should work be suspended by reason of rain, strike, lockouts or any other cause, the Contractor
shall take all precautions necessary for the protection of works and at his own expense shall
make good, to the Owner’s satisfaction, any damage arising from any of these causes.
21.1.16 Design & Engineering
21.1.16.1 Specifications and Drawings
The Contractor shall execute the basic and detailed design and the engineering work in
compliance with the provisions of the Contract, or where not so specified as per
acceptable international standards, and in accordance with good engineering practice.
The Contractor shall be responsible for any discrepancies, errors or omissions in the
specifications, drawings and other technical documents that he has prepared, whether
such specifications, drawings and other documents have been approved by the Project
Manager or not, provided that such discrepancies, errors or omissions are not because
of inaccurate information furnished in writing to the Contractor by or on behalf of the
Owner.
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 120
21.1.16.2 Codes and Standards
Wherever references are made in the Contract to codes and standards in
accordance with which the Contract shall be executed, the edition or the revised version
of such codes and standards current at the date twenty-eight (28) days prior to date of
bid submission shall apply unless otherwise specified. During Contract execution, any
changes in such codes and standards shall be applied after approval by the Owner.
21.1.17 Approval / Review of Technical Documents
The Contractor shall prepare (or cause its subcontractors to prepare) and furnish to the Project
Manager the documents & drawings for approval or review, in accordance with the requirements
of the contract.
Any part of the works covered by or related to the documents to be approved by the Project
Manager shall be executed only after the Project Manger’s approval thereof.
The Project Manager shall not disapprove any documents, except on the grounds that the
document does not comply with some specified provision of the Contract or that it is contrary to
good engineering practice.
If the Project Manager disapproves the documents, the Contractor shall modify the document
and resubmit it for the Project Manager’s approval. If the Project Manager approves the
document subject to modification(s), the Contractor shall make the required modification (s),
whereupon the document shall be deemed to have been approved.
The Project Manager’s approval, with or without modification of the document furnished by the
Contractor, shall not relieve the Contractor of any responsibility or liability imposed upon it by any
provisions of the Contract.
The Contractor shall not depart from any approved document unless the Contractor has first
submitted to the Project Manager an amended document and obtained the Project Manager’s
approval thereof.
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 121
21.1.18 Procurement
21.1.18.1 Plant and Equipment
The Contractor shall manufacture or procure and transport all the Plant and Equipment
in an expeditious and orderly manner to the Site.
21.1.18.2 Transportation
The Contractor shall at its own risk and expense transport all the Plant and Equipment
and the Contractor’s Equipment to the site by the mode of transport that the
Contractor judges most suitable under all the circumstances. Loading, unloading
and shifting of equipmentshall beatContractor’s expenses.
Unless otherwise provided in the Contract, the Contractor shall be entitled to select any safe
mode of transport operated by any person to carry the Plant and Equipment and the Contractor’s
Equipment.
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 122
FORMATS
(To be submitted)
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 123
1. COVER LETTER
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 124
2. DESCRIPTION OF WORK
The bidder shall submit a detailed Description of Work i.e. Technical Write-up with Process
Calculations, Process & Instrumentation Diagramme, Layout, Hydraulic Flow Diagramme,
Electrical Load List, Power Consumption & Chemical Consumption etc.
-------------------------------------- -----------------------------------
Company Seal Signature of the
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 125
3. DEVIATIONS FROM TECHNICAL SPECIFICATIONS NIL
We undertake that our bid is strictly as per the technical specifications, where given in the bid
document.
-------------------------- -------------------------
Company Seal Signature of the
Bidder
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 126
4. PROCESS DESIGN
Design ParameterInfluent BODInfluent CODInfluent TSSInfluent TKNInfluent TP
Effluent BODEffluent CODEffluent TSSEffluent TNEffluent TPSBR Basin DesignF/M RatioMLSSVolume RequiredNo. Of Basin ProvidedVolume of Each BasinDepth of Each BasinDiaSaySize of the TankFree BoardHRTNo. of CyclesCycle StructureMix FillReact FillReactSettleDecantTotal TimeAir RequirementTotal Oxygen RequiredOxygen Required Per BasinOxygen Required Per HourSafety FactorAir Requirement Per HourNo. of BlowersAir Per Blower
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 127
Blower EfficiencyBlower ProvidedSaySludge CalculationTotal Sludge GeneratedSludge ConcentrationVolume of Sludge Per DaySludge Per BasinNo. of cycleSludge Wasted in each cycleSludge Wasting TimePump RequiredHeadProvided PumpSludge Handling Unit : Bag FiltrationCapacity of Each BagsNo. of Bags Required Per DayProvide StandbyTotal Bags per Unit
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 128
5. PERFORMANCE GURANTEE
We ……………………………….(Name of Firm) hereby confirm the treatment plant proposed by us
will achieve the desired out let parameter’s as mentioned in the tender document.
In case our treatment plant is not able to achieve the stipulated out let parameter or and per CPCB
and SPCB, we are liable for penalty.
-------------------------------------- -----------------------------------
Company Seal Signature of the
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 129
6. DETAILS OF MANPOWER DEPLOYED
S.no. Man Power Locations
-------------------------------------- -----------------------------------
Company Seal Signature of the
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 130
7. DETAILS OF POWER CONSUMPTION
S.no. Components Power consumption per month
-------------------------------------- -----------------------------------
Company Seal Signature of the
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 131
8. DETAILS OF CONSUMABLE
S.no. Items Chemicals/Consumable
-------------------------------------- -----------------------------------
Company Seal Signature of the
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 132
9. PROJECT REFERENCES FOR ELIGIBILITY
S.no. Project Name (Eligible
Projects)
STP capacity Project Cost O&M Period
* Attach the work order
* Completion Certificate
* Performance Certificate etc.
-------------------------------------- -----------------------------------
Company Seal Signature of the
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 133
10. OTHER PROJECT REFERENCES
S.no. Project Name (Eligible
Projects)
STP capacity Project Cost O&M Period
* Attach the work order
* Completion Certificate
* Performance Certificate etc.
-------------------------------------- -----------------------------------
Company Seal Signature of the
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 134
11. TURNOVER DETAILS
S.no. Financial Year Turn over
1 2016-17
2 2015-16
3 2014-15
*Attach Audited Balance sheet
-------------------------------------- -----------------------------------
Company Seal Signature of the
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 135
12. BANK SOLVENCY
(On bank Letter Head)
-------------------------------------- -----------------------------------
Company Seal Signature of the
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 136
13. FORM OF MOBILIZATION ADVANCE SECURITY (BANKGUARANTEE)
To: ………………………………………………………[name of Employer]……………………………………………………….[address of Employer]……………………………………………………….[name of Contract]
In accordance with the provisions of the Contract, Sub-Clause ……. of Volume-III Price Schedules("Mobilization Advance") of the above mentionedContract………………………………………………………………………..[name and address ofContractor] (hereinafter called "the Contractor") shall deposit with…………………………………………………..……………………………………………………….[name of Employer] a bank guarantee toguarantee its proper and faithful performance under the said clause of the Contract in an amountof
………………………………………………..[amount of guarantee]
………………………………………………..[in words].
We, the [bank or financial institution], as instructed by the Contractor, agree unconditionally andirrevocably to guarantee as primary obligator and not as Surety merely, the paymentto……………………………………………………[name of Employer] on its first demand withoutwhatsoever right of objection on our part and without its first claim to the Contractor, in the amountnot exceeding………………………………………..[amount of Guarantee] [in words].
We further agree that no change or addition to or other modification of the terms of the Contract orof Works to be performed there under or of any of the Contract documents which may be madebetween……………………………………………..[name of Employer] and the Contractor, shall inany way release us from any liability under this guarantee and we hereby waive notice of any suchchange, additions or modification.
This guarantee shall remain valid and in full effect from the date of the advance payment under thecontract until…………………………………. [name of Employer] receives full repayment of thesame amount from the Contractor. Such guaranteed amount shall be reduced by the amounts ofthe advance payment repaid to you, as evidenced by your notices issued under Sub-Clause 14.6of the Conditions of Contract. Following receipt (from the Contractor) of a copy of each purportednotice we shall promptly notify you of the revised guaranteed amount accordingly.
Yours Truly.......................................... Signature and Seal ..........................................Name of Bank/Financial Institution..........................................
Address.......................................... Date .............................
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 137
14. FORMAT OF PERFORMANCE SECURITY – BANKGUARANTEE
To: ....................................................................................... [name of Employer]
....................................................................................... [address of Employer]
WHEREAS ……………………………………[name and address of Contractor] (hereinafter called"the Contractor") has undertaken, in pursuance of Contract No. dated to execute………………………………. [name of Contract and brief description of works] (hereinafter called"the Contract").
AND WHEREAS it has been stipulated by you in the said Contract that the
Contractor shall furnish you with a Bank Guarantee by a recognized bank for the sum specifiedtherein as security for compliance with its obligations in accordance with the Contract.
AND WHEREAS we have agreed to give the contractor such a Bank Guarantee;
NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalfof the contractor, up to a total of …………………………………………. [amount ofGuarantee]……………………………………………..[in words], such sum being payable in the typesand proportion of currencies in which the Contract Price is payable, and we undertake to pay you,upon first written demand and without cavil or argument, any sum or sums within the limits of[amount of Guarantee] as aforesaid without your needing to prove or to show grounds or reasonsfor your demand for the sum specified therein.
We hereby waive the necessity of your demanding the said debt from the Contractor beforepresenting us with the demand.
We further agree that no change or addition to or other modification of the terms of the Contract orof the Works to be performed there under or of any of the Contract documents which may bemade between you and the Contractor shall in any way release us from any liability under thisguarantee, and we hereby waive notice of any such change, addition or modification.
This guarantee shall be valid until the completion of O&M period.
Signature and Seal of the
Name of Bank ..........................................Address ..........................................Date ..........................................Name of Bank ..........................................Address ..........................................Date ..........................................
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 138
15. FORMAT OF CONTRACT AGREEMENT
[On a Non-Judicial Stamp Paper of appropriate value as applicable in the State of execution and
duly Notarized & Registered as per applicable laws]
THIS CONTRACT AGREEMENT (herein the ‘Contract’) is made on this the ********* day of
**************, 2017 at Lucknow, Uttar Pradesh
by & between
1. (a) LUCKNOW SMART CITY LIMITED, having its office at Lucknow Municipal Corporation,Triloki Nath Marg, Lalbagh, Lucknow represented herein through Mr.____________________, theAuthorized Signatory, as Authorized Signatory (hereinafter, as per the terms of the Contract & for theirrespective portions of the Contract Period, referred to as "the Client", which expression shall, unlessrepugnant to or inconsistent with the context, mean and include its successors and permitted assigns); of theONE PART;
and
M/s *****************, a company incorporated by the Selected Bidder under the Companies Act, 1956and having its registered office at **************** (hereinafter called "the Contractor") representedherein through Mr./Ms._*************, the Authorized Signatory, as authorized vide Board Resolutiondated *********** of the SECOND PART;
WHEREAS
A. In pursuance of Request for proposal (RFP) No. LSCL-Waste Water-RFP-006/17 dated xx xxxxxt,2017 of the Lucknow Smart City Limited in reference of the Design, Engineering, Construction,Supply, Installation, Testing, Erection & Commissioning of Fully Automated Sewage TreatmentPlant Based on Sequencing Batch Reactor (SBR) Technology with successive Operation andMaintenance for the period of 10 years at 2 locations as mentioned (herein the ‘RFP’) for selectionof the bidder for the development of the Project including M/s.********************.
B. The Selected Bidder has complied by the following pre-conditions to execution of the Contract onbehalf of the Contractor: furnished an irrevocable, unconditional, first demand bank guaranteeissued by ************_, *******,[name & address of the issuing bank] for an amount equal to Rs********/- (Rs. ********** only), having a validity upto the expiry of Defects Notifications Periodas a guarantee for the performance by the Contractor of its obligations in relation to the Projectduring the Construction Period and Defects Notification Period (herein the ‘ConstructionSecurity’);
C. The Contractor is desirous of undertaking the Works towards implementation of the Project as perthe terms of the Contract and the Employer has agreed to grant to the Contractor the requisite rightsto commence, undertake, commission and complete the Works towards development of the Projectin accordance with the terms of the Contract, Laws, Clearances and Good Industry Practices duringthe Contract Period.
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 139
NOW THEREFORE, in consideration of the mutual covenants, terms and conditions and understandingsset forth in this Contract and other good and valuable consideration (the receipt and adequacy of which arehereby mutually acknowledged),the Employer and the Contractor with the intent to be legally bound,hereby agree as follows:
1. In this Contract words and expressions shall have the same meaning as are respectively assigned to themin the Conditions of Contract hereinafter referred to.
2. The any and all of the following documents shall be deemed to form and be read and construed as part ofthis Contract:
(a) The Letter of Acceptance dated ******;
(b) The Letter of Tender dated *****;
(c) The Addenda/Corrigendum nos. *****;
(d) The Conditions of Contract, comprising
(i) General Conditions;
(ii) Particular Conditions; &
(iii) O&M Conditions.
(e) The Employer's Requirements;
(f) The completed Schedules;
(g) The Contractor's Proposal; and
(h) Concept Drawings
3. In consideration of the payments to be made by the Employer to the Contractor as hereinafter mentioned,the Contractor hereby covenants with the employer to design, execute and complete the Works and remedyany defects therein, in conformity with the provisions of the Contract.
4. The Employer hereby covenants to pay the Contractor, in consideration of the execution and completionof the Works and remedying of defects therein, the Contract Price at the times and in the manner prescribedby the Contract.
IN WITNESS WHEREOF the Parties hereto have caused this Contract to be executed the day and yearfirst before written in accordance with their respective Laws & requisite approvals
SIGNED by : .................................. SIGNED by: ..........................
for and on behalf of the Employer for and on behalf of the Contractor
in the presence of in the presence of
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 140
Witness: ............................... Witness: ......................
Name: ............................... Name: ........................
Address: .............................. Address: .......................
Date: .............................. Date: ........................
REQUEST FOR PROPOSAL LUCKNOW SMART CITY LTD.(UTTAR PRADESH)
Page | 141
16. AFFIDAVIT
(To be submitted on 100/- Rs. Stamp paper)
I / We hereby declare that I/We have examined the site condition along with existinginfrastructure facilities like road transport facility and other utilities available etc. and pursued indetail & examined closely the specifications and intents and contents of the tenderdocuments, including annexures, reports, data etc.
I/ We have examined the conditions of the site and accordingly, I / We have quoted the price forsmooth running of the plant to achieve the desired results as provided in the tender.
I/We agree to be bound by and comply with all tender specifications, terms, conditions,stipulation etc. and confirm that offer given in this tender is strictly in line with the scope of work,specifications & Terms & Conditions of the tender.
I/We certify that I/We have inspected the location of the proposed work before quoting my/ourrates. I/We have also inspected the quarries and borrow areas and satisfied myself/ ourselvesregarding the quality, quantity, availability and transport facilities for construction materials suchas earth, stone, sand, cement, steel, plants and equipment’s etc. through the network ofavailable roads and path ways required for the work.
Further, in the event of any deviation, I understand that my/our offer will be summarily rejected.
I/We also confirm that in the event of order, I/We will furnish all required technical details, layout,and hydraulic flow diagram as per the requirement of LSCL.
Signature & seal of Tenderer
Name:
Address:
Date:
Recommended