73
1 Delhi Tourism & Transportation Development Corporation Limited. (Engineering Wing) Name of Work : Construction and Development of Dilli Haat at Janakpuri, New Delhi. (SH: Design, Supply, Erection, Testing and Commissioning of 150 KLD Capacity Sewage Treatment Plant Based on MBR Technology and Running, Maintenance & Operations.) NOTICE INVITING TENDER NIT No. : 17/SE(MB)/DTTDC/Engg./2012-13 Estimated Cost: Rs. 85,25,066 /- Certified that this NIT contains 01 to 72 pages including this page. SUPERINTENDING ENGINEER (MB) DTTDC Ltd. 1 st Floor, Engineering Division Building, Aruna Nagar, Majnu Ka Tilla, Outer Ring Road, Delhi 110054. Free tenders for Sewage Treatment Plant by Delhi Tourism And Transportation Development Corporation Limited-7069130214

NOTICE INVITING TENDER - 3.imimg.com3.imimg.com/data3/KT/SX/HTT-1302/1302_2012-12-01_1354343403.pdf · 3 INDEX Name of Work : Construction and Development of Dilli Haat at Janakpuri,

  • Upload
    hatuong

  • View
    224

  • Download
    0

Embed Size (px)

Citation preview

1

Delhi Tourism & Transportation Development Corporation Limited. (Engineering Wing)

Name of Work : Construction and Development of Dilli Haat at Janakpuri, New Delhi. (SH: Design, Supply, Erection, Testing and Commissioning of 150 KLD Capacity Sewage Treatment Plant Based on MBR Technology and Running, Maintenance & Operations.)

NOTICE INVITING TENDER

NIT No. : 17/SE(MB)/DTTDC/Engg./2012-13

Estimated Cost: Rs. 85,25,066 /-

Certified that this NIT contains 01 to 72 pages including this page.

SUPERINTENDING ENGINEER (MB) DTTDC Ltd.

1st

Floor, Engineering Division Building, Aruna Nagar, Majnu Ka Tilla, Outer Ring Road,

Delhi – 110054.

Free tenders for Sewage Treatment Plant by Delhi Tourism And Transportation Development Corporation Limited-7069130214

2

Blank

Free tenders for Sewage Treatment Plant by Delhi Tourism And Transportation Development Corporation Limited-7069130214

3

INDEX

Name of Work : Construction and Development of Dilli Haat at Janakpuri, New Delhi. (SH: Design, Supply, Erection, Testing and Commissioning of 150 KLD Capacity Sewage Treatment Plant Based on MBR Technology and Running, Maintenance & Operations.)

S. No. Description Page No.

1 Cover Page 1

2 Index 3

3 Information and Instructions for Bidders for E-tendering forming part of the bid document and to be uploaded on the website

4-6

4 Instructions to Tenderers for submission of tenders

7

5 Notice Inviting Tender CPWD – 6 8-11

6 Integrity Pact DTTDC 12-18

7 Item Rate Tender Form CPWD – 8 19-26

8 Conditions: 27

I) General Conditions 28-30

II) Special conditions of Contract 31-33

III) Conditions for Operation and maintenance 34

IV) Technical Specifications for Sewage Treatment Plant 35-53

9 Annexure: 54

Annexure – I Form of Performance Guarantee 55-56

Annexure – II Form of Bank Guarantee Bond for Security Deposit 57-58

Annexure – III Form of Supplementary Agreemen 59-60

10 List of Approved makes and manufacturers 61

11 Drawings 62-64

12 Schedule / Bill of Quantities 65-72

Free tenders for Sewage Treatment Plant by Delhi Tourism And Transportation Development Corporation Limited-7069130214

4

Information and Instructions for Bidders for E-tendering

forming part of the bid document and to be uploaded on the website

1. The Executive Engineer (Electrical), DTTDC Ltd., Dilli Haat Janakpuri Project Site, Behind DTC Bus Depot, Hari Nagar, Opposite Virender Nagar, Janakpuri, New Delhi-110058, on behalf of MD&CEO, DTTDC Ltd. invites item rate tenders through e-procurement solution from specialized agencies/firms including OEM/OEA of repute who fulfill the eligibility criteria for the following work :-

1 Name of Work : Construction and Development of Dilli Haat at Janakpuri, New Delhi. (SH: Design, Supply, Erection, Testing and Commissioning of 150 KLD Capacity Sewage Treatment Plant Based on MBR Technology and Running, Maintenance & Operations.)

2 Estimated cost Rs 85,25,066 /-

3 Earnest Money Rs 1,70,501 /-

4 Cost of the Bid Document & Tender Processing Fee

Rs.1552/-

6 Period of Completion 05 Months

7 Pre-bid meeting

03.12.2012 at 11.00AM in the O/o SE(MB)DTTDC Ltd., 1

st Floor, Engineering

Division Building, Aruna Nagar, Majnu ka Tilla, Outer Ring Road, Delhi – 110054.

8 Last Date and Time for submission of bid on line :

08.12.2012 up to 3.00 PM

9 Period during which EMD & Other Document‟s submission in Physical form

From 11.00 AM to 3.00 PM on 10.12.12

10 Opening of Technical / Financial Bid Technical bid on 10.12.12At 3.30PM/ Financial Bid on 12.12.12at 11AM

2. The following documents, as part of bid documents, shall be scanned & uploaded by the bidder on website http://www.govtprocurement.delhi.gov.in who wish to participate in the bid. Original copies and certified copies of the documents to be submitted in the O/o the Executive Engineer (E) for verification in a separate envelope marked as “ Other Documents” during the period mentioned above. In case of failure to produce documents for verification, will make the firm ineligible for participation

(i) Earnest Money(EMD) : Treasury Challan or Demand draft or Pay order or Bankers Cheque or Deposit at call receipt or Fixed Deposit Receipt issued in favour of DTTDC Ltd, against EMD.

(ii) Cost of Bid Document and Tender Processing fee is to be submitted in the form of Demand Draft/Pay Order/Banker‟s Cheque in favour of „DTTDC Ltd.‟

Free tenders for Sewage Treatment Plant by Delhi Tourism And Transportation Development Corporation Limited-7069130214

5

(iii) Eligibility criteria: Experience of having successfully completed works during last seven years ending last day of the month of October,2012.

Two similar completed works each of value not less than Rs. 51.6 Lac for Sewage

Treatment Plant based on MBR Technology of capacity not less than 120 KLD of individual unit. OR

One similar completed work of value not less than Rs. 68.2 Lac for Sewage Treatment Plant based on MBR Technology of capacity not less than 120 KLD of individual unit.

Similar work shall mean works of SITC of Sewage Treatment Plant based on MBR Technology. The value of executed works shall be brought to current costing level by enhancing the actual value of work at simple rate of 7% per annum; calculated from the date of completion to last date of receipt of applications for bids. Certificates of satisfactory completion of similar works by an authority not below the rank of Executive Engineer. Scanned copy of Certificates of originals to be uploaded.

(iv) Certification of Registration for Sales Tax / VAT Department along with proof of having submitted the Latest DVAT / CST returns etc.

(v) Valid EPF registration with EPFO along with proof of having submitted the latest returns etc.

2. The earnest money “In original” shall be placed in a sealed envelope marked as “Earnest

Money” with Name of work and Due date of opening of bid also mentioned there on. The certified copy of other documents (as mentioned from ii to v) shall be placed in a

separate sealed envelope marked as “Other documents” with name of work and due

date of opening of bid also mentioned thereon.

Both the envelopes shall be placed in another envelope with due mention of Name of

work, Date and time of opening of bids and to be submitted in the office of Executive

Engineer (Electrical), DHJP, DTTDC,

3. The bidders can view / download the tender documents, from the

https://govtprocurement.delhi.gov.in. The bid document consisting of plans, specifications, the schedule of quantities of various types of items to be executed and the set of terms and conditions of the contract to be complied with and other necessary documents can be seen and downloaded from the website free of cost.

4. The intending bidder must read the terms and conditions of CPWD-6 carefully. He should

only submit his bid if he considers himself eligible and he is in possession of all the documents required.

5. Information and Instructions for bidders posted on website shall form part of bid document.

6. Submission of Bids: The bid can only be submitted after uploading mandatory

scanned documents as mentioned above. The bidder shall sign on all the statements,

documents, certificates uploaded by him, owning responsibility for their correctness/ authenticity. Those contractors not registered on the website mentioned above, are required to get registered beforehand. The intending bidder must have valid digital signature to submit the bid.

7. Payment of Bid Security (Earnest Money Deposit): The EMD shall be deposited in the

form of Treasury Challan or Demand draft or Pay order or Banker‟s Cheque or Deposit at Call receipt or Fixed Deposit Receipt or Bank Guarantee of any scheduled bank issued in favour

Free tenders for Sewage Treatment Plant by Delhi Tourism And Transportation Development Corporation Limited-7069130214

6

of DTTDC, against EMD. 50% of earnest money or Rs.20 lakh, whichever is less, shall be deposited in the shape prescribed above and the balance amount of earnest money, if any, can be accepted in the form of Bank Guarantee issued by a scheduled bank.

8. Contractor can upload documents in the form of JPG format and PDF format.

9. The Technical bid shall be opened first on due date and time as mentioned above. The

financial bid of contractors qualifying the technical bid shall be opened on-line only.

10. The department reserves the right to reject any/all prospective application without assigning any reason.

11. List of Documents to be scanned and uploaded within the period of bid submission:

i) Demand Draft/Pay order or Banker‟s Cheque /Deposit at Call Receipt/FDR/ Bank Guarantee

of any Scheduled Bank as per the Rule against EMD.

ii) Demand Draft/Pay order or Banker‟s Cheque of any Scheduled Bank towards cost of Bid

Document & Processing Fee.

iii) Certificates of Work Experience.

iv) Certificate of Registration for Sales Tax / VAT and EPF and acknowledgement of up to date

filed return.

v) Any other Document as specified in the press notice

12. Contractor must ensure to quote rate of each item. If any cell is left blank and no rate is quoted by the bidder, rate of such item shall be treated as "0" (ZERO).

13. Processing of Tenders: The concerned officer/officers will evaluate and process the tenders as

done in the conventional tenders and will communicate the decision to the bidder online.

14. Participation of Bidders at the time of opening of bids: Bidders have two options to participate in tendering process at the time of opening of Bids:

a. Bidders can come at the place of opening of bids (electronically) as done in the conventional

tender process. b. Bidders can see the process online.

15. Participation Financial Rules for e–procurement: The e-procurement system would be

applicable for purchase of goods, outsourcing of services and execution of work as prescribed in GFRs /CPWD Manual.

16. Signing of Agreement: After the award of the contract, an agreement shall be signed as done in

conventional Tenders. Executive Engineer (E),

DHJP,DTTDC

Free tenders for Sewage Treatment Plant by Delhi Tourism And Transportation Development Corporation Limited-7069130214

7

INSTRUCTIONS TO TENDERERS FOR SUBMISSION OF TENDERS

1. The tenderers should read all the instructions, terms & conditions, contract clauses, nomenclature of items, specifications etc. contained in the tender documents very carefully, before quoting the rates. The tenderer should also read the general conditions of contract for CPWD Works 2010 with correction slips issued up to the date of receipt of tenders, which will form a part of the Agreement.

2. Successful tenderer would be required to sign and witness on CPWD Form 8 of tender

documents indicating full address of witnesses and the names of signatories.

3. Any person who submits a tender shall fill up the uploaded format for schedule of quantity, stating at what rate he is willing to execute each item of the work. Tender, which proposes any alteration in the work as specified in the notice inviting tender or which contains any other condition of any sort including conditional rebates, will be summarily rejected.

4. The contractor shall quote his rates keeping in mind the specifications, terms & conditions

and special conditions, contract clauses etc. and nothing shall be payable extra whatsoever unless otherwise specified in the contract clauses.

5. In the event of the tender being submitted by a firm, it must be signed separately by each

partner thereof or in the event of the absence of any partner, it must be signed on his behalf by a person holding a power of attorney authorizing him to do so. Such power of attorney should be produced with the tender and it must be disclosed that the firm is duly registered under the Indian Partnership Act, 1952. In case of private or public limited company, the tender must be signed by person holding power of attorney duly authorised by company‟s board of management.

6. Work contract tax, Sales Tax, Excise duty, DVAT, labour Cess, local taxes etc. as applicable

shall be paid by the contractor himself directly. The department shall deduct the TDS/WCT / Labour Cess etc. as applicable from the R /A bills. The contractor shall quote his rates considering all such Taxes.

Executive Engineer (E), DHJP DTTDC

Free tenders for Sewage Treatment Plant by Delhi Tourism And Transportation Development Corporation Limited-7069130214

8

CPWD-6

DELHI TOURISM & TRANSPORTATION DEVELOPMENT CORPORATION

NOTICE INVITING TENDER

1. The Executive Engineer (Electrical), DTTDC Ltd., Dilli Haat Janakpuri Project Site, Behind DTC Bus Depot, Hari Nagar, Opposite Virender Nagar, Janakpuri, New Delhi-110058, on behalf of MD&CEO, DTTDC Ltd. invites item rate tenders through e-procurement solution from specialized agencies/firms including OEM/OEA of repute who fulfill the eligibility criteria for the following work :-

Name of Work : Construction and Development of Dilli Haat at Janakpuri, New Delhi. (SH:

Design, Supply, Erection, Testing and Commissioning of 150 KLD Capacity Sewage Treatment Plant Based on MBR Technology and Running, Maintenance & Operations.)

1.1 The work is estimated to cost Rs.85,25,066 /- Only. The estimate is however, is given

merely as a rough guide.

2. Eligibility criteria: Experience of having successfully completed works during last seven years ending last day of the month of October,2012.

Two similar completed works each of value not less than Rs. 51.6 Lac for Sewage Treatment Plant based on MBR Technology of capacity not less than 120 KLD of

individual unit. OR One similar completed work of value not less than Rs. 68.2 Lac for Sewage Treatment Plant based on MBR Technology of capacity not less than 120 KLD of individual unit.

Similar work shall mean works of SITC of Sewage Treatment Plant based on MBR Technology. The value of executed works shall be brought to current costing level by enhancing the actual value of work at simple rate of 7% per annum; calculated from the date of completion to last date of receipt of applications for bids. Certificates of satisfactory completion of similar works by an authority not below the rank of Executive Engineer. Scanned copy of Certificates of originals to be uploaded.

3. The earnest money “In original” shall be placed in a sealed envelope marked as “Earnest Money” with Name of work and Due date of opening of bid also mentioned there on.

The certified copy of other documents (as mentioned from ii to V) shall be placed in

a separate sealed envelope marked as “Other documents” with name of work and due

date of opening of bid also mentioned thereon.

Both the envelopes shall be placed in another envelope with due mention of Name of

work, Date and time of opening of bids and to be submitted in the office of Executive

Engineer (Electrical), DHJP, DTTDC,

4. Agreement shall be drawn with the successful bidder on prescribed Form No. CPWD-8

which is available as a Govt. of India publication and also available on website

www.cpwd.gov.in. Bidder shall quote his rates as per various terms and conditions of the

said form which will form part of the agreement.

Free tenders for Sewage Treatment Plant by Delhi Tourism And Transportation Development Corporation Limited-7069130214

9

5. The time allowed for carrying out the work will be 05 Months from the date of start as

defined in Schedule 'F' or from the first date of handing over of the site, whichever is

later, in accordance with the phasing, if any, indicated in the bid documents.

6. The site for the work is available.

7. The bid documents consisting of plans, specifications, schedule of quantities of the

various types of items to be executed and the set of terms and conditions of contract to

be complied and other necessary documents except standard general conditions of

contract form can be seen on website http://www.govtprocurement.delhi.gov.in.

8. After submission of the bid the contractor can re-submit revised bid any number of times

but before last time and date of submission of bid online as notified.

9. While submitting the revised bid, contractor can revise the rate of one or more item(s)

any number of times (he need not re-enter rate of all the items) but before last time and

date of submission of online as notified.

10. The description of the work as follows: -

Construction and Development of Dilli Haat at Janakpuri, New Delhi. (SH: Design,

Supply, Erection, Testing and Commissioning of 150 KLD Capacity Sewage

Treatment Plant based on MBR Technology and Running, Maintenance &

Operations.)

The above scope is tentative and the necessary inclusion and exclusions may be

decided by the DTTDC. during execution of the work and the contractor shall abide by that.

11. Earnest Money can be paid in the form of Treasury Challan or Demand Draft or Pay order

or Banker`s Cheque or Deposit at Call Receipt or Fixed Deposit Receipt (drawn in favour of

DTTDC) along with the bank guarantee of any scheduled bank wherever applicable. A

part of earnest money is acceptable in the form of bank guarantee also. In such case, 50%

of earnest money or Rs.20 lac, whichever is less, will have to be deposited in shape

prescribed above and balance in shape of Bank Guarantee of any scheduled bank. The

bank guarantee shall be valid for a period of 6 months or more from the date of submission

of the bid.

The intending bidder shall scan and upload the EMD on the e-Tendering website.

Treasury Challan or Demand Draft or Pay Order or Banker‟s Cheque or Deposit at Call

Receipt or FDR or Bank Guarantee against EMD shall be placed in single sealed envelope

superscripted as “Earnest Money” with name of work and date of opening of the bid also

mentioned there on.

12. Copy of completion certificate and other documents as specified in “Information‟s and

instructions for Bidders” shall be scanned and uploaded to the e-Tendering website within

the period of bid submission and certified copy of each shall be deposited in a separate

sealed envelope marked as “Other Documents”

Both the envelopes shall be placed in another envelope with due mention of Name of

work, Date and time of opening of bids and to be submitted in the office of Executive

Engineer (Electrical), DHJP, DTTDC.

13. The bid submitted shall become invalid if:

(i) The bidder is found ineligible.

Free tenders for Sewage Treatment Plant by Delhi Tourism And Transportation Development Corporation Limited-7069130214

10

(ii) The bidder do not upload all the documents (including Sales Tax Registration / VAT ) as stipulated in the bid document.

(iii) If any discrepancy is noticed between the documents as uploaded at the time of submission of tender and hard copies as submitted physically in the office of tender opening authority

14. The contractor whose tender is accepted will be required to furnish performance

guarantee of 5% (Five Percent) of the tendered amount within the period specified in Schedule F. This guarantee shall be in the form of cash (in case guarantee amount is less than Rs. 10,000/-) or Deposit at call receipt of any schedule bank/Banker‟s Cheque of any scheduled bank/Demand Draft of any scheduled bank/Pay order of any scheduled bank (in case guarantee amount is less than Rs. 1, 00,000/-) or Government Securities or Fixed Deposit Receipts or Guarantee Bonds of any Scheduled Bank or the State Bank of India in accordance with the prescribed form. In case the contractor fails to deposit the said performance guarantee within the period as indicated in Schedule „F‟ including the extended period if any, the Earnest Money deposited by the contractor shall be forfeited automatically without any notice to the contractor.

15. The intending bidders are advised to inspect and examine the site and its surroundings and

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

16. The competent authority on behalf of the MD & CEO, DTTDC does not bind himself to

accept the lowest or any other tender and reserves to himself the authority to reject any or all the tenders received without the assignment of any reason. All tenders in which any of the prescribed condition is not fulfilled or any condition including that of conditional rebate is put forth by the tenderer shall be summarily rejected.

17. Canvassing whether directly or indirectly, in connection with tender is strictly prohibited

and the tenders submitted by the contractors who resort to canvassing will be liable to rejection.

18. The competent authority on behalf of MD & CEO, DTTDC reserves to himself the right of

accepting the whole or any part of the tender and the tenderer shall be bound to perform the same at the rate quoted.

19. The contractor shall not be permitted to tender for works in the DTTDC. (responsible for

award and execution of contracts) in which his near relative is posted as Accounts Officer or as an officer in any capacity between the grades of Superintending Engineer and Junior Engineer (both inclusive). He shall also intimate the names of persons who are working with him in any capacity or are subsequently employed by him and who are near relatives to any gazetted officer in the DTTDC. Any breach of this condition by the contractor would render him liable to be removed from the approved list of contractors.

Free tenders for Sewage Treatment Plant by Delhi Tourism And Transportation Development Corporation Limited-7069130214

11

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

21. The bid for the works shall remain open for acceptance for a period of Ninety (90) days

from the date of opening of financial bids. If any bidder withdraws his bid before the said period or issue of letter of acceptance, whichever is earlier, or makes any modifications in the terms and conditions of the bid which are not acceptable to the department, then the Government shall, without prejudice to any other right or remedy, be at liberty to forfeit 50% of the said earnest money as aforesaid. Further the bidders shall not be allowed to participate in the rebidding process of the work.

22. This Notice Inviting bid shall form a part of the contract document. The successful tenderer/

contractor, on acceptance of his tender by the Accepting Authority, shall, within 15 days from the stipulated date of start of the work sign the contract consisting of:- a. The Notice Inviting Tender, all the documents including additional conditions,

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

b. Standard C.P.W.D. Form-8 applicable on the date of submission of the tender.

Executive Engineer (E),DHJP For & on behalf MD&CEO,DTTDC Ltd

Free tenders for Sewage Treatment Plant by Delhi Tourism And Transportation Development Corporation Limited-7069130214

12

INTEGRITY PACT To ……………………

…………………… ……………………

Sub: Construction and Development of Dilli Haat at Janakpuri, New Delhi. (SH: Design, Supply, Erection, Testing and Commissioning of 150 KLD Capacity Sewage Treatment Plant based on MBR Technology and Running, Maintenance & Operations.)

Dear Sir,

It is here by declared that DTTDC Ltd. is committed to follow the principle of transparency, equity and competitiveness in public procurement.

The subject Notice Inviting Tender (NIT) is an invitation to offer made on the condition that the

Bidder will sign the integrity Agreement, which is an integral part of tender/bid documents, failing which the tenderer/ bidder will stand disqualified from the tendering process and the bid of the bidder would be summarily rejected.

This declaration shall form part and parcel of the Integrity Agreement and signing of the same

shall be deemed as acceptance and signing of the Integrity Agreement on behalf of the MD&CEO, DTTDC Ltd.

Yours faithfully

Executive Engineer (E), DHJP For & on behalf MD&CEO,DTTDCLtd.

Free tenders for Sewage Treatment Plant by Delhi Tourism And Transportation Development Corporation Limited-7069130214

13

INTEGRITY PACT ANNEXURE “A”

To,

The Executive Engineer (E),DHJP DTTDC, Ltd, Dilli Haat, Janakpuri, Site Office, Janakpuri, New Delhi.

Sub: Construction and Development of Dilli Haat at Janakpuri, New Delhi.

(SH: Design, Supply, Erection, Testing and Commissioning of 150 KLD Capacity Sewage Treatment Plant based on MBR Technology and Running, Maintenance & Operations.)

Dear Sir,

I/We acknowledge that DTTDC Ltd. is committed to follow the principles thereof as enumerated in the Integrity Agreement enclosed with the tender/bid document.

I/We agree that the Notice Inviting Tender (NIT) is an invitation to offer made on the condition

that I/We will sign the enclosed integrity Agreement, which is an integral part of tender documents, failing which I/We will stand disqualified from the tendering process. I/We acknowledge that THE MAKING OF THE BID SHALL BE REGARDED AS AN UNCONDITIONAL AND ABSOLUTE ACCEPTANCE of this condition of the NIT.

I/We confirm acceptance and compliance with the Integrity Agreement in letter and spirit and

further agree that execution of the said Integrity Agreement shall be separate and distinct from the main contract, which will come into existence when tender/bid is finally accepted by DTTDC. I/We acknowledge and accept the duration of the Integrity Agreement, which shall be in the line with Article 1 of the enclosed Integrity Agreement.

I/We acknowledge that in the event of my/our failure to sign and accept the Integrity

Agreement, while submitting the tender/bid, DTTDC shall have unqualified, absolute and unfettered right to disqualify the tenderer/ bidder and reject the tender/bid is accordance with terms and conditions of the tender/bid.

Yours faithfully (Duly authorized signatory of the Bidder)

Free tenders for Sewage Treatment Plant by Delhi Tourism And Transportation Development Corporation Limited-7069130214

14

INTEGRITY PACT

To be signed by the bidder and same signatory competent / authorised to sign the relevant contract on behalf of DTTDC.

INTEGRITY AGREEMENT

This Integrity Agreement is made at ............... on this ........... day of ...........

20......

BETWEEN

M.D.,CEO,DTTDC Ltd. represented through Executive Engineer (E)/DHJP, DTTDC (Hereinafter referred as the Principal/Owner‟, which expression shall unless repugnant to the meaning or context hereof include its successors and permitted assigns)

AND

............................................................................................................. (Name and Address of the Individual/firm/Company)

through…….................................................................... (Hereinafter referred to as the (Details of duly authorized signatory)

“Bidder/Contractor” and which expression shall unless repugnant to the meaning or context hereof include its successors and permitted assigns)

Preamble WHEREAS the Principal / Owner has floated the Tender NIT No. : __/SE(MB)

/DTTDC/Engg./2012-13 ;(hereinafter referred to as “Tender/Bid”) and intends to award, under laid

down organizational procedure, contract for Construction and Development of Dilli Haat at Janakpuri, New Delhi. (SH: Design, Supply, Erection, Testing and Commissioning of 150 KLD Capacity Sewage Treatment Plant based on MBR Technology and Running, Maintenance & Operations.)‟ hereinafter referred to as the “Contract”.

AND WHEREAS the Principal/Owner values full compliance with all relevant laws of the land,

rules, regulations, economic use of resources and of fairness/transparency in its relation with its Bidder(s) and Contractor(s).

AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter into this

Integrity Agreement (hereinafter referred to as “Integrity Pact” or “Pact”), the terms and conditions of which shall also be read as integral part and parcel of the Tender/Bid documents and Contract between the parties.

NOW, THEREFORE, in consideration of mutual covenants contained in this Pact, the parties hereby agree as follows and this Pact witnesses as under:

Article 1: Commitment of the Principal/Owner

1) The Principal/Owner commits itself to take all measures necessary to prevent corruption and to observe the following principles:

a) No employee of the Principal/Owner, personally or through any of his/her family members,

will in connection with the Tender, or the execution of the Contract, demand, take a promise for or accept, for self or third person, any material or immaterial benefit which the person is not legally entitled to.

Free tenders for Sewage Treatment Plant by Delhi Tourism And Transportation Development Corporation Limited-7069130214

15

b) The Principal/Owner will, during the Tender process, treat all Bidder(s) with equity and reason. The Principal/Owner will, in particular, before and during the Tender process, provide to all Bidder(s) the same information and will not provide to any Bidder(s) confidential / additional information through which the Bidder(s) could obtain an advantage in relation to the Tender process or the Contract execution.

c) The Principal/Owner shall endeavor to exclude from the Tender process any person,

whose conduct in the past has been of biased nature.

d) If the Principal/Owner obtains information on the conduct of any of its employees which is

a criminal offence under the Indian Penal code (IPC)/Prevention of Corruption Act, 1988 (PC Act) or is in violation of the principles herein mentioned or if there be a substantive suspicion in this regard, the Principal/Owner will inform the Chief Vigilance Officer and in addition can also initiate disciplinary actions as per its internal laid down policies and procedures.

Article 2: Commitment of the Bidder(s)/Contractor(s)

1) It is required that each Bidder/Contractor (including their respective officers, employees and agents) adhere to the highest ethical standards, and report to the Government / Department all suspected acts of fraud or corruption or Coercion or Collusion of which it has

knowledge or becomes aware, during the tendering process and throughout the negotiation or award of a contract.

2) The Bidder(s)/Contractor(s) commits himself to take all measures necessary to prevent

corruption. He commits himself to observe the following principles during his participation in the Tender process and during the Contract execution:

a) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm, offer,

promise or give to any of the Principal/Owner‟s employees involved in the Tender process or execution of the Contract or to any third person any material or other benefit which he/she is not legally entitled to, in order to obtain in exchange any advantage of any kind whatsoever during the Tender process or during the execution of the Contract.

b) The Bidder(s)/Contractor(s) will not enter with other Bidder(s) into any undisclosed

agreement or understanding, whether formal or informal. This applies in particular to prices, specifications, certifications, subsidiary contracts, submission or non-submission of bids or any other actions to restrict competitiveness or to cartelize in the bidding process.

c) The Bidder(s)/Contractor(s) will not commit any offence under the relevant IPC/PC Act.

Further the Bidder(s)/Contract(s) will not use improperly, (for the purpose of competition or personal gain), or pass on to others, any information or documents provided by the Principal/Owner as part of the business relationship, regarding plans, technical proposals and business details, including information contained or transmitted electronically.

d) The Bidder(s)/Contractor(s) of foreign origin shall disclose the names and addresses of

agents/representatives in India, if any. Similarly Bidder(s)/Contractor(s) of Indian Nationality shall disclose names and addresses of foreign agents/representatives, if any. Either the Indian agent on behalf of the foreign principal or the foreign principal directly could bid in a tender but not both. Further, in cases where an agent participate in a tender on behalf of one manufacturer, he shall not be allowed to quote on behalf of another manufacturer along with the first manufacturer in a subsequent/parallel tender for the same item.

Free tenders for Sewage Treatment Plant by Delhi Tourism And Transportation Development Corporation Limited-7069130214

16

e) The Bidder(s)/Contractor(s) will, when presenting his bid, disclose any and all payments he has made, is committed to or intends to make to agents, brokers or any other intermediaries in connection with the award of the Contract.

3) The Bidder(s)/Contractor(s) will not instigate third persons to commit offences outlined above

or be an accessory to such offences.

4) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm indulge in fraudulent practice means a willful misrepresentation or omission of facts or submission of fake/forged documents in order to induce public official to act in reliance thereof, with the purpose of obtaining unjust advantage by or causing damage to justified interest of others and/or to influence the procurement process to the detriment of the Government interests.

5) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm use Coercive

Practices (means the act of obtaining something, compelling an action or influencing a decision through intimidation, threat or the use of force directly or indirectly, where potential or actual injury may befall upon a person, his/ her reputation or property to influence their participation in the tendering process).

Article 3: Consequences of Breach

Without prejudice to any rights that may be available to the Principal/Owner under law or the Contract or its established policies and laid down procedures, the Principal/Owner shall have the following rights in case of breach of this Integrity Pact by the Bidder(s)/Contractor(s) and the Bidder/ Contractor accepts and undertakes to respect and uphold the Principal/Owner‟s absolute right:

1) If the Bidder(s)/Contractor(s), either before award or during execution of Contract has

committed a transgression through a violation of Article 2 above or in any other form, such as to put his reliability or credibility in question, the Principal/Owner after giving 14 days notice to the contractor shall have powers to disqualify the Bidder(s)/Contractor(s) from the Tender process or terminate/determine the Contract, if already executed or exclude the Bidder/Contractor from future contract award processes. The imposition and duration of the exclusion will be determined by the severity of transgression and determined by the Principal/Owner. Such exclusion may be forever or for a limited period as decided by the Principal/Owner.

2) Forfeiture of EMD/Performance Guarantee/Security Deposit: If the Principal/Owner has

disqualified the Bidder(s) from the Tender process prior to the award of the Contract or terminated/determined the Contract or has accrued the right to terminate/determine the Contract according to Article 3(1), the Principal/Owner apart from exercising any legal rights that may have accrued to the Principal/Owner, may in its considered opinion forfeit the entire amount of Earnest Money Deposit, Performance Guarantee and Security Deposit of the Bidder/Contractor.

3) Criminal Liability: If the Principal/Owner obtains knowledge of conduct of a Bidder or

Contractor, or of an employee or a representative or an associate of a Bidder or Contractor which constitutes corruption within the meaning of IPC Act, or if the Principal/Owner has substantive suspicion in this regard, the Principal/Owner will inform the same to law enforcing agencies for further investigation.

Article 4: Previous Transgression

1) The Bidder declares that no previous transgressions occurred in the last 5 years with any other Company in any country confirming to the anticorruption approach or with Central

Free tenders for Sewage Treatment Plant by Delhi Tourism And Transportation Development Corporation Limited-7069130214

17

Government or State Government or any other Central/State Public Sector Enterprises in India that could justify his exclusion from the Tender process.

2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the

Tender process or action can be taken for banning of business dealings/ holiday listing of the Bidder/Contractor as deemed fit by the Principal/ Owner.

3) If the Bidder/Contractor can prove that he has resorted / recouped the damage caused by him and has installed a suitable corruption prevention system, the Principal/Owner may, at its own discretion, revoke the exclusion prematurely.

Article 5: Equal Treatment of all Bidders/Contractors/Subcontractors

1) The Bidder(s)/Contractor(s) undertake(s) to demand from all subcontractors a commitment in conformity with this Integrity Pact. The Bidder/Contractor shall be responsible for any violation(s) of the principles laid down in this agreement/Pact by any of its Subcontractors/ sub-vendors.

2) The Principal/Owner will enter into Pacts on identical terms as this one with all Bidders and

Contractors.

3) The Principal/Owner will disqualify Bidders, who do not submit, the duly signed Pact between the Principal/Owner and the bidder, along with the Tender or violate its provisions at any stage of the Tender process, from the Tender process.

Article 6- Duration of the Pact

This Pact begins when both the parties have legally signed it. It expires for the Contractor/Vendor 12 months after the completion of work under the contract or till the continuation of defect liability period, whichever is more and for all other bidders, till the Contract has been awarded.

If any claim is made/lodged during the time, the same shall be binding and continue to be

valid despite the lapse of this Pacts as specified above, unless it is discharged/determined by the Competent Authority, DTTDC.

Article 7- Other Provisions

1) This Pact is subject to Indian Law, place of performance and jurisdiction is the Head quarters

of the Division of the Principal/Owner, who has floated the Tender.

2) Changes and supplements need to be made in writing. Side agreements have not been

made.

3) If the Contractor is a partnership or a consortium, this Pact must be signed by all the partners or by one or more partner holding power of attorney signed by all partners and consortium members. In case of a Company, the Pact must be signed by a representative duly authorized by board resolution.

4) Should one or several provisions of this Pact turn out to be invalid; the remainder of this Pact

remains valid. In this case, the parties will strive to come to an agreement to their original intensions.

5) It is agreed term and condition that any dispute or difference arising between the parties with

regard to the terms of this Integrity Agreement / Pact, any action taken by the Owner/Principal

Free tenders for Sewage Treatment Plant by Delhi Tourism And Transportation Development Corporation Limited-7069130214

18

in accordance with this Integrity Agreement/ Pact or interpretation thereof shall not be subject to arbitration.

Article 8- LEGAL AND PRIOR RIGHTS

All rights and remedies of the parties hereto shall be in addition to all the other legal rights and remedies belonging to such parties under the Contract and/or law and the same shall be deemed to be cumulative and not alternative to such legal rights and remedies aforesaid. For the sake of brevity, both the Parties agree that this Integrity Pact will have precedence over the Tender/Contact documents with regard any of the provisions covered under this Integrity Pact.

IN WITNESS WHEREOF the parties have signed and executed this Integrity Pact at the

place and date first above mentioned in the presence of following witnesses: ............................................................... (For and on behalf of Principal / Owner) ................................................................. (For and on behalf of Bidder/Contractor) WITNESSES:

1. .............................................. (Signature, name and address)

2. ............................................... (Signature, name and address)

Place:

Date :

Free tenders for Sewage Treatment Plant by Delhi Tourism And Transportation Development Corporation Limited-7069130214

19

Form No: CPWD-8 DELHI TOURISM & TRANSPORTATION DEVELOPMENT CORPN. (Engineering Wing)

Item Rate Tender & Contract for Works

To be opened in presence of bidders who may be present at 11AM on *_.11.12 in the office of Executive Engineer (E), DHJP, DTTDC, Ltd. at the Site Office, of Dilli Haat, Janakpuri, New Delhi.

Issued to: …………………………………………………………………………………… (Contractor) Signature of officer issuing the documents …………………………………………………… Designation: Executive Engineer (E)/DHJP, DTTDC Date of Issue: ……………………………..

T E N D E R I/We have read and examined the notice inviting tender, schedule, A,B,C,D,E & F. Specifications

applicable, Drawings & Designs, General Rules and Directions, Conditions of -Rules referred to in the conditions of contract and all other contents in the tender document for the work.

I/We hereby tender for the execution of the work specified for the MD & CEO, DTTDC within the time specified in Schedule „F‟ viz., and schedule of quantities and in accordance in all respects with the specifications, designs, drawings and instructions in writing referred to in Rule-1 of General Rules and Directions and in Clause 11 of the Conditions of contract and with such materials as are provided for, by, and in respects in accordance with, such conditions so far as applicable.

We agree to keep the tender open for Ninety (90) days from the due date of submission thereof

and not to make any modifications in its terms and conditions. A sum of Rs. __________ has been deposited in form of FDR/Demand Draft/ Pay Order of a

Schedule Bank as earnest money. If I/we fail to furnish, the prescribed performance guarantee within the prescribed period, I/we agree that the MD&CEO, DTTDC or his successors in office shall without prejudice to any other right or remedy, be at liberty to forfeit the said earnest money absolutely otherwise the said earnest money shall be retained by him towards security deposit to execute all the works referred to in the tender documents upon the terms and conditions contained or referred to therein and to carry out such deviations as may be ordered, up to maximum of the percentage mentioned in Schedule „F‟ and those in excess of that limit at the rates to be determined in accordance with the provision contained in clause 12.2 and 12.3 of the tender form.

I/We hereby declare that I/we shall treat the tender documents drawings and other records

connected with the work as secret/confidential documents and shall not communicate information/derived there from to any person other than a person to whom I/we am/are authorized to communicate the same or use the information in any manner prejudicial to the safety of the State.

I/We agree that should I/we fail to commence the work specified in the above memorandum an

amount equal to the amount of the earnest money mentioned in the form of invitation of tender and shall be absolutely forfeited by the MD&CEO, DTTDC, New Delhi and the same may at the option of

Name of Work : Construction and Development of Dilli Haat at Janakpuri, New Delhi. (SH: Design, Supply, Erection, Testing and Commissioning of 150 KLD Capacity Sewage Treatment Plant based on MBR Technology and Running, Maintenance & Operations.)

Free tenders for Sewage Treatment Plant by Delhi Tourism And Transportation Development Corporation Limited-7069130214

20

the competent authority on behalf of the MD&CEO, DTTDC, New Delhi be recovered without prejudice to any other right or remedy available in law out of the deposit in so far as the same may extend in terms of the said bond and in the event of deficiency out of any other money due to me/us under this contract or otherwise.

Date : ---*---

Signature of Contractor

Postal Address Witness : ---*---

Address : ---*---

Telephone :--- *---

Occupation : ---*---

(*) - To be filled in by the contractor

Free tenders for Sewage Treatment Plant by Delhi Tourism And Transportation Development Corporation Limited-7069130214

21

ACCEPTANCE

The above tender (as modified by you as provided in the letters mentioned hereunder) is

accepted by me for and on behalf of the MD & CEO, DTTDC, Ltd. for a sum of Rs.-------------------------

------------------------- (Rupees--------------------------------------------------------------- ----------------------------------

-----------------------------------------------------------------------------only).

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

(i)

(ii)

For & on behalf MD & CEO, DTTDC Ltd

Executive Engineer(E)/DHJP

DTTDC Ltd.

Dated:

Free tenders for Sewage Treatment Plant by Delhi Tourism And Transportation Development Corporation Limited-7069130214

22

SCHEDULES SCHEDULE „A‟

Schedule of Quantities (Enclosed). As per separate sheet attached from Page 65 to 72 of the tender documents.

SCHEDULE „B‟ Schedule of Materials to be issued to the contractor S. No. Description of Item Quantity Rates in figures & words at which the Place of issue material will

be charged to the contractor. Issue

1. 2.

3. 4. 5.

NIL

SCHEDULE „C‟ Tools and Plants to be hired to the contractor: S. No Description of Item Hire charges per day Place of issue

1. 2. 3. 4.

NIL

SCHEDULE „D‟ Extra schedule for specific requirements/ documents - As per Tender for the work, if any. Document

SCHEDULE „E‟ Reference to General Conditions of contract: General Conditions of Contract for Central PWD

Works 2010(edition amended up to date of submission of tender)

Name of Work : Construction and Development of Dilli Haat at Janakpuri, New Delhi. (SH: Design, Supply, Erection, Testing and Commissioning of 150 KLD Capacity Sewage Treatment Plant based on MBR Technology and Running, Maintenance & Operations.)

Estimated cost : Rs. 85,25,066 /-

(i) Earnest Money : Rs. 1,70,501 /-

(ii) Performance Guarantee : 5 % of the tendered value (iii) Security Deposit : 5 % of the tendered value SCHEDULE „F‟

General Rules & Directions:- Officer inviting bid Executive Engineer(E),

DHJP, DTTDC Ltd.

Free tenders for Sewage Treatment Plant by Delhi Tourism And Transportation Development Corporation Limited-7069130214

23

Maximum percentage for Quantity of items of work to be executed beyond which rates are to be determined in accordance with Clause 12.2 & 12.3: See Below Definitions: (i) Engineer-in-Charge Executive Engineer (E),DHJP

DTTDC Ltd. (ii) Accepting Authority Superintending Engineer (MB)

DTTDC Ltd. (iii) Percentage on cost of materials and

labour to cover overheads and profits 15%

(iv) Standard Schedule of Rates:

(a) For Civil work: DSR-2012 With correction slips up to

the date of submission of bid (b) For Electrical work: DSR -2012

With correction slips up to the date of submission of bid

(v) Department DTTDC Ltd .

(vi) Standard CPWD Contract Form General Conditions of Contract for Central PWD Works 2010(edition amended up to date of submission of tender).

Clause 1 (i) Time allowed for submission of performance guarantee from the date of issue of letter of 15 days Acceptance, in days (ii) Maximum allowable extension beyond the period provided in (i)above 7 days Clause 2 Authority for fixing compensation Superintending Engineer (MB) under clause 2. DTTDC Ltd. Clause 2A Whether Clause 2A shall be applicable (If due to any reasons the time is extended, no incentive allowed as per clause 2A shall be permissible to the contractor). No

Clause 5 Number of days from the date of issue of Letter of Acceptance for reckoning date of start 22 days

Free tenders for Sewage Treatment Plant by Delhi Tourism And Transportation Development Corporation Limited-7069130214

24

Table of Mile Stone (s):-

S. No. Description of Mile Stone (Physical)

Time allowed in days(from Date of start)

Amount to be with held in case of non-achievement of

milestone)

1. Submission of Design & shop drawings / technical details of equipments

1 Month In the event of not achieving the necessary progress as assessed from the running payments, 1.0 % of the tendered value of work will be withheld for failure of each milestone.

2. Making of Foundations, Laying of Pipes, Cables, earthing etc.

2.5 Months

3. Supply, Installation of STP equipments, Electrical Panel, connections etc

4 Month

------ do ---------- 4. Testing commissioning and Handing

Over to the Client. 5 Months

Time allowed for execution of work. 05 (Five) Months Time allowed for Operation and maintenance 05 (Five) Years.

Authority to decide

1) Extension of time: Superintending Engineer(MB) DTTDC Ltd.

2) Rescheduling of mile stones: Superintending Engineer(MB) DTTDC Ltd.

Clause 6,6A Clause applicable-(6 or 6A) 6A Clause 7 Gross work to be done together with net Payment/adjustment of advances for material if any, since the last such payment for being eligible to interim payment. Rs 10 Lacs Clause 10A List of testing equipment to be provided by the All equipment as per requirement for successful contractor at site lab. completion of work at site. Clause 10B (ii) Whether Clause 10B (ii) shall be applicable No CLAUSE 10 CA Material covered under this Clause

a) Cement Not Applicable b) Reinforcement Steel c) Structural Steel

CLAUSE 10 CC Clause 10 CC to be applicable in contracts with stipulated period of completion Not Applicable exceeding the period shown in next column. ( Period being less than 18 Months)

Free tenders for Sewage Treatment Plant by Delhi Tourism And Transportation Development Corporation Limited-7069130214

25

Clause 11

Specifications to be followed for (i) For Civil works CPWD Specifications 2009 Vol.-I & II

with correction slips up to the date of submission of tenders and Manufacturers‟ Specifications other relevant code/standards for non-scheduled items.

(ii) For Electrical works CPWD‟s General Specification for

Electrical works, Part I (for internal work) 2005 & Part II (for external work) 1995; with correction slips up to the date of submission of tenders and Manufacturers‟ Specifications other relevant code/standards for non-scheduled items.

Clause 12

12.2 & 12.3 Deviation limit beyond which clauses 12.2 & 12.3 shall apply for building work, STP & Electrical Works above Foundation 30%

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

Clause 16 Competent authority for deciding reduced rates (i) SE up to 5% of the tendered

cost beyond 5% of the tendered cost. (ii) Chief Engineer, DTTDC. Clause 18 List of mandatory machinery, tools & As per requirement of work at plants to be deployed by the contractor at site :- site & directions of Engineer-in- Charge Clause 25

Constitution of Dispute Redressal Committee For claims above Rs. 5.0 Lac a) Chairman -PM (WBP), DTTDC b) Member -SE (SP), DTTDC c) Member -SE (MB), DTTDC

For claims up to Rs. 5.0 Lac

a) Chairman -SE (SP), DTTDC b) Member -SE (A), DTTDC c) Member -EE (E), DTTDC

Free tenders for Sewage Treatment Plant by Delhi Tourism And Transportation Development Corporation Limited-7069130214

26

Clause 36 (i) Requirement of Technical Representative(s) and Recovery Rate.

Sl. No.

Minimum Qualification of Technical Representative

Discipline Designation Minimum Experience Num

ber

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

In Fig. In Words

1. Degree / Diploma

Elect/ Mechanical Engineering

Site Engineer

5 years / 8 Years

1 Rs. 30000/- Thirty Thousand only/-

Clause 42 i) Schedule/statement for determining N/A

theoretical quantity of cement & bitumen ii) Variations permissible on theoretical N/A

Quantities:-

a) Cement for works with estimated cost put to tender not more than Rs. 5 Lacs N/A For works with estimated cost put to tender More than Rs. 5 Lacs. N/A

b) Bitumen all works N/A c) Steel reinforcement and structural steel N/A sections for each diameter, section and category.

d) All other materials NIL

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

S. No.

Description of Item Rates in figures and words at which recovery shall be made from contractor Excess beyond permissible variation

Less use beyond permissible variation

1 Cement (OPC) Nil Nil

2.

Steel reinforcement (TMT Bars)

Nil Nil

3.

Structural Steel Nil Nil

4.

Bitumen issued free Nil Nil

5.

Bitumen issued at stipulated fixed price

Nil Nil

Executive Engineer(E) DHJP, DTTDC Ltd.

Free tenders for Sewage Treatment Plant by Delhi Tourism And Transportation Development Corporation Limited-7069130214

27

CONDITIONS

Free tenders for Sewage Treatment Plant by Delhi Tourism And Transportation Development Corporation Limited-7069130214

28

GENERAL CONDITIONS

1. Wherever the term “President of India” appears it shall be read as “MD & CEO/DTTDC Ltd.”, similarly wherever the terms Govt. of India appears, it should be treated as Govt. of National Capital Territory of Delhi (GNCTD).

2. Location: The work shall be executed at Dilli Haat, Janakpuri, New Delhi. The contractor is

advised to visit the site before submission of their tender and ensure that equipment being offered by them shall be accommodated in the spaces available. The Contractor shall make himself acquainted with site conditions before quoting the rates.

The scope of work in this subhead shall consist of furnishing all labour, materials, equipment and appliances necessary required to completely all work relating to the Design, Supply, Erection, Testing and Commissioning of 150 KLD Capacity Sewage Treatment Plant Based on MBR Technology and Running, Maintenance & Operations. for Development of Dilli Haat at Janakpuri, New Delhi as described herein after and shown on the drawings. The scope of work in general shall include the following.

i) SS Screens

ii) Air Blower

iii) Submerged MBR Membranes

iv) Recirculation pumps, backpulse pump, permeate pump etc.

v) Chemical Cleaning System

vi) Tertiary Treatment

vii) Dewatering system

viii) Air Compressors

ix) CIP System

x) Dosing System

xi) Electrical Panel, Cabling (Power & Control), Earthing

xii) Approval from Local Authorities

xiii) Balancing, testing & commissioning of the entire STP.

xiv) Training of Client‟s staff

3. Handing over of Site: The site for work is available. Contractor is expected to plan and mobilise

his resource accordingly to achieve the stipulated milestones for work completion. No claim of the contractor shall be entertained for delay in execution of work due to non availability of whole site at any given point of time during the period of contract. However, if site is not handed over by DTTDC, at least one month prior to stipulated mile stone, justified extension of time for the same shall be given by engineer-in-charge.

4. Other agencies will also simultaneously execute the works related to road, horticulture, external

services and building works etc. at the same project site. Some restrictions may also be imposed by the security staff, etc. on the working and/or movement of labour, materials, machinery etc. The Contractor shall be required to plan and execute his work by facilitating parallel execution of work by other agencies as per directions of engineer-in-charge. However, if some unavoidable hindrance is caused in execution of work by the contractor owing to execution of work by another agency, the justified hindrance shall be recorded by Engineer –in-charge and considered for suitable extension of time for the work. Nothing extra shall be paid on this account.

Free tenders for Sewage Treatment Plant by Delhi Tourism And Transportation Development Corporation Limited-7069130214

29

5. The site of working shall be kept neat, clean and always accessible to inspection by Engineer-in-

charge or his representative. Nothing extra shall be paid on this account.

6. Safety during execution of work: The Contractor shall take all safety precautions to avoid

accidents / mishaps during execution of work by him. He shall install necessary caution boards and barricading at appropriate locations during the entire period of execution of work or component thereof. The contractor shall be responsible for all damages and accident caused to public or private property or person(s) due to negligence on his part during the execution of work.

7. Specifications : The work shall be executed as per CPWD Specifications 2009 for Civil Works and CPWD‟s General Specification for Electrical works, Part I (for internal work) 2005 & Part II (for external work) 1995; with correction slips up to the date of submission of tenders and Manufacturers‟ Specifications other relevant code/standards for non-scheduled items. In case of any discrepancy, the decision of Engineer-in-charge shall be final and governing.

8. Acceptance of Tender: The department reserves the right to reject any or all the tender without

assigning any reason. The department may call for fresh tenders with or without any modification in the tender from the same firms whose applications are already received.

9. Taxes: The quoted rates by tenderers shall be inclusive of all taxes, surcharge, levies, packing, transportation, handling T & P and Labour etc. Nothing extra shall be paid over and above the quote prices. Statuary deduction of works contract tax/sales tax, Income tax TDS etc. as applicable shall be made at source from each running / final bill payment. A certificate of TDS shall be issued by the department to the contractor.

10. Watch & Ward: Watch and ward of material stored or installed at site till handing over to DTTDC will be contractor‟s responsibility.

11. T & P: DTTDC will not issue any T & P for execution of the work. All T& P required for successful completion of work shall be arranged by the contractor.

12. Water & Power: Contractor will make his own arrangement of Water & Electric Power for execution of the work. However, electricity for operation after commissioning shall be arranged by DTTDC from local DISCOM in the area.

13. Guarantee: The Contractor shall guarantee the installation for a period of one year from the date of recording and issue of completion certificate of the work by the Engineer-in-charge. Any equipment or a part there of found defective during the guarantee period will be replaced / repaired free of cost as per directions of Engineer-in-charge whose decision shall be final and binding. If contractor fails to replace or repair the defective part/equipment including refrigerant and POL, the same will be got done by the department at risk & cost of the contractor.

14. Pre-commissioning Test: Before commissioning of the STP and related installations, all tests as

per CPWD‟s specifications and/or respective manufacturer‟s recommendations shall be carried out and results shall be submitted to the Engineer-in-charge.

15. Acceptable make: The acceptable makes of various equipment are indicated in the contract.

Alternative or equivalent make will not be accepted except in exceptional cases with prior written approval of Competent Authority.

16. Approval of Drawing: After award of the work, the contractor will have to submit detailed working

drawings in respect of STP and layout plan of equipments, piping and cabling Work will be started after getting the drawings approved by the Engineer-in-Charge.

Free tenders for Sewage Treatment Plant by Delhi Tourism And Transportation Development Corporation Limited-7069130214

30

17. Initial Inspection: Contractor will offer all the equipments STP system etc shall for initial inspection & testing in the work of the manufacturer before delivery. Contractor will give sufficient notice for the same. The department reserves the right to inspect or not to inspect the equipment. The department will bear the To & Fro expenses of the officer deputed for carrying out inspection. However nothing extra shall be paid for conducting routine tests in the presence of department‟s representative.

18. Final Inspection & Testing: Final inspection & testing of entire installation shall be carried out by

the contractor in the presence of Engineer-In-Charge or his representative.

19. Site Godowns: The Contractor will construct suitable godowns at the site of work for storing the materials and protect it from damage due to sun, rain, wind, dampness, fire, theft, vandalism etc. He shall also deploy necessary watch and ward for the material stored or under installation/testing/commissioning at site. Nothing extra shall be paid on this account.

20. Payment Terms : Following payment term shall be applicable:-

(i) No advance payment shall be made.

(ii) 80% of material rates shall be paid after delivery of Machinery & equipment and 70% for other

materials at site in good condition along with manufacture‟s test reports.

(iii) 20% / 30% of completion of installation in all respect. Testing, Commissioning & handing over

to the department.

21. Operation & Maintenance Contract: The contractor shall undertake AMC comprehensive

maintenance and operation of the complete STP system for a period of five years after

commissioning and handing over of STP to DTTDC in well maintained and working condition.

The maintenance in the first year which is defect liability period is under the scope of the

agency so no cost has been considered in the AMC for the first year only operation cost has

been considered, hence, nothing extra on account of maintenance during the defect liability

period shall be paid. The contractor shall enter into a supplementary agreement for

comprehensive maintenance and operation periodical inspection of the plants and equipments

for a Five-Years and to attend breakdown etc., requiring their assistance and involvement.

The security deposit against the main contract shall be released on sliding scale basis as

below:-

At the end of 1st year 60%

2nd

year to 5th

year @ 10% per annum

Free tenders for Sewage Treatment Plant by Delhi Tourism And Transportation Development Corporation Limited-7069130214

31

SPECIAL CONDITIONS OF CONTRACT

1. In case of discrepancy between the nomenclature of items, specifications, and/or the drawings or

in case no specifications are specified anywhere in the contract agreement, the following order of preference shall be observed:

(i) Nomenclature of items as given in Schedule of Quantities. (ii) Drawings attached with the tender. (iii) Special Conditions of contract. (iv) General Conditions of contract (v) Other provisions in the contract. (vi) CPWD Specifications (the latest edition & date correction slips up to the last date of

receipt of tender). (vii) All relevant BIS Codes (the latest edition & date correction slips up to the last date of

receipt of tender). (viii) Manufacturer‟s Specifications (ix) International Standards as approved by Engineer-in-charge. (x) Sound Engineering Practices as per directions of the Engineer-in-charge.

If there are varying or conflicting provisions in any document forming part of the contract, the

Engineer-in-charge shall be the deciding authority with regard to the intention / interpretation of the contract provisions and his decision shall be binding.

2. The contractor will not deviate from the drawings, specifications, stipulation, conditions of tender /

contract whatsoever, unless so authorized by the Engineer-in-charge in writing. Any expenditure incurred towards extra work involved in consequence of breach of the contract shall be borne by the contractor(s) or got executed by DTTDC at risk and cost of the contractor.

3. The approval of the construction programme by the Engineer-in-charge shall not absolve or relieve

the contractor of his responsibilities to complete the whole works within the prescribed time or extended time, if any.

4. The progress of work will be reviewed regularly by the Engineer-in-charge with the contractor and

short-falls, if any, shall be pointed out to the contractor. The contractor shall take all such action, as may be necessary, to bring his work back to schedule programme and targets without any additional cost to DTTDC.

5. Any existing service/public utility is encountered during the course of the execution of the work; same shall be protected / maintained against the damage by the contractor. The contractor shall not store materials or otherwise occupy any part of site in a manner likely to hinder the operation of such public services / utility. In case temporary supporting/shifting of such services is required to facilitate the work, the same shall be done by the contractor at no extra cost.

7. The contractor shall take all necessary precautions to prevent any inconvenience to the owners, tenants or occupiers of adjacent properties and to the public in general. Contractor shall also avoid any damage to roads, paths, drainage works and other public or private property during execution of his work at site.

8. The Engineer-in-charge shall not be precluded or stopped from taking any measurements and framing of estimates or detaining any certificates made either before or after the completion and acceptance of the work and payment, from showing the true amount and character of the works performed and materials furnished by the contractor and from showing that any such measurements, estimates or certificates made and that Engineer-in-charge shall not be precluded or stopped from recovering from the contractor such damages as it may be sustained by reasons of his failure to comply with the terms and conditions of the contact.

Free tenders for Sewage Treatment Plant by Delhi Tourism And Transportation Development Corporation Limited-7069130214

32

9. The acceptance and commissioning of a part of work, release of any payment for the whole or any part of the work, grant of extension of time for execution of work or possession of any part of work executed by contractor, shall not waive off the right of Engineer-in-charge to exercise the provision of the contract till final completion of work and fulfillment of subsequent obligations of the contractor as mentioned elsewhere in the contract.

9. Labour camps will be allowed at site at appropriate location with the approval of Engineer-in-Charge without disturbance to the work. The contractor shall take all measures of sanitation, lighting, safety, safeguard against mosquito breeding etc. as per general conditions of contract.

10. For all foundation items/works below ground level, the quoted rates shall include working in or under water. Necessary arrangements shall be made by contractor for working in underwater or for dewatering. Nothing extra shall be paid on this account.

11. The sides of excavated trenches for foundation shall be protected from sliding/collapsing by appropriate shoring arrangements or by excavating the trench in trapezoidal section. Nothing extra shall be paid on this account. Payment shall be made only for the required rectangular or square cross section of the foundation.

12. All materials which are not in the list of approved/ preferred makes, required to be used on this work shall be ISI marked and shall be got approved from the Engineer-in-Charge before supply / installation at site.

13. The work shall be executed by skilled person. For components of work requiring licensed worker, the worker should hold license issued by the approved authorities.

14. The contractor shall make necessary arrangements for the disposal of the debris, spoils and construction wastes generated from the execution of works to authorised dumping sites of municipality corporations. Nothing extra shall be paid for disposal of C& D waste and spoils. All waste or superfluous materials shall be cleaned from site and disposed away by the contractor entirely to the satisfaction of the Engineer-in-charge at no extra cost. Similarly any rejected material should also be immediately cleared off from the site by the contractor.

15. The contractor or his authorised representative shall be available at all working time during the execution of work to take instructions related to work and contract from engineer-in-charge or his authorised representative.

16. Earthing shall be done in the presence of Engineer-in-Charge or his authorised representative.

17. All damages done to the building during execution of STP works shall be the responsibility of the contractor and the same will be made good immediately at his own cost to the satisfaction of the Engineer-in-Charge. Any expenditure incurred by the department in this condition shall be recovered from the contractor and decision of the Engineer-in-Charge about recovery shall be final.

18. The bad workmanship will not be accepted and defects shall be rectified at contractor‟s cost to the satisfaction of the Engineer-in-Charge. The programme of STP works shall be co-ordinate in accordance with the building work and no claim for idle labour will be entertained.

19. All the debris of the STP works should be removed and the site should be cleared by the contractor immediately after the accruing of debris. Similarly any rejected material should be immediately cleared off from the site by the contractor.

20. The contractor or his representative is bound to sign the site order book as and when required plants required for the work.

Free tenders for Sewage Treatment Plant by Delhi Tourism And Transportation Development Corporation Limited-7069130214

33

21. ORDERING MATERIALS The Contractor is entirely responsible for assessing the quantities of material to be ordered for

using these in permanent works

22. MATERIAL INSPECTION, EXAMINATION & TESTING All materials and equipment shall be brand new. On arrival of the materials at site they shall

be inspected and tested by the Engineer-In-Charge to ensure that the materials conform to the specifications and standards. The Engineer-In-Charge and his representatives shall at all reasonable time have free access to the contractor‟s/ manufacturer‟s works. They shall have full powers to examine the materials and workmanship of the equipment at the contractor works or at any other place from where the material or equipment is obtained. The contractor shall give every facility to the Engineer-In-Charge and his representatives and necessary help for inspection, examination & testing of the materials. Original test certificates of the manufacturer‟s shall be submitted by the Contractor for all major equipment before they are accepted by the Engineer-In-Charge. Acceptance of any material or equipment shall in no way relieve the Contractor of his responsibility for meeting the requirements of the contract.

23. LIGHTING FOR WORK The Contractor shall at all times provide approved lighting as required for the proper execution

and supervision of these works.

Free tenders for Sewage Treatment Plant by Delhi Tourism And Transportation Development Corporation Limited-7069130214

34

CONDITIONS FOR OPERATION & MAINTENANCE

1. After successful SITC of all the plants / machineries / equipment etc. agency shall handover the entire installation to DTTDC and shall immediately take back from DTTDC for operation and maintenance.

2. For operation and maintenance supplementary agreement shall be drawn with the agency for

item given under Sub head B of Schedule of Quantity.

3. All necessary consumables shall be provided by the agency and nothing on this account shall be paid.

4. All necessary repair / replacement of any machinery electric installation etc. provided by the

agency in the period of operation and maintenance shall be carried out by agency at its own cost.

5. In case of breakdown of any plant / pump / machinery etc. for more than 8 hours a recovery @

Rs. 10,000 /day shall be made from the bill of the agency.

6. During operation and maintenance agency shall depute minimum 1 operator round the clock and helper during general shift and whenever required.

7. A log book and attendance register shall be maintained by the agency which shall be

reviewed by DTTDC time to time.

8. A record of all consumable shall also be maintained by the agency.

9. The staff deputed by the agency shall be well behaved and conversant with all the installations.

10. DTTDC may ask to replace any of the staff deputed by the agency if his service or behavior is

not found satisfactory.

11. The necessary power supply shall be provided by DTTDC free of cost.

12. Agency shall maintain the area of STP and pump room in a neat and clean condition.

13. Payment for operation and maintenance shall made on quarterly basis.

14. After completion of operation and maintenance period agency shall hand over the entire installation in proper working condition to DTTDC.

15. After SITC of the installation and handing over to DTTDC, agency will submit a performance

guarantee @ 5% of the amount of Item No. -12.

16. All applicable recoveries including security deposit shall be recovered from the RA bill of the agency.

17. The security deposit against Sub Head B shall be refunded after 6 months of handing over of

the entire installation in proper working condition to DTTDC after completion of operation and maintenance period.

Free tenders for Sewage Treatment Plant by Delhi Tourism And Transportation Development Corporation Limited-7069130214

35

TECHNICAL SPECIFICATIONS FOR SEWAGE TREATMENT PLANT

1. SCOPE OF WORK

The general character and the scope of work to be carried out under this contract is illustrated in Drawings, Specifications and Schedule of Quantities. The Contractor shall carry out and complete the said work under this contract in every respect in conformity with the contract documents and with the direction of and to the satisfaction of the Client‟s site representative. The contractor shall furnish all labour, materials and equipment (except those to be supplied by the Client) as listed under Schedule of Quantities and specified otherwise, transportation and incidental necessary for supply, installation, testing and commissioning of the complete Sewage Treatment Plant as described in the Specifications and as shown on the drawings. This also includes any material, equipment, appliances and incidental work not specifically mentioned herein or noted on the Drawings/Documents as being furnished or installed, but which are necessary and customary to be performed under this contract. The Sewage Treatment Plant shall comprise of following:

2. ASSOCIATED CIVIL WORKS

Following civil works associated with Sewage Treatment Plant are excluded from the scope of this contract. These shall be executed by STP agencies in accordance with approved shop drawings of and under direct supervision of the Engineer In-charge. a. Water proofing of floors. b. Civil works for construction of various compartments of STP e.g. Screen chambers,

Equalization Tank, Aerobic tank and MBR tank. c. MS structural platform for maintenance of STP.

3. ASSOCIATED SERVICES WORKS

All associated ELECTRICAL WORKS listed below are excluded from the scope of this

contract. These shall be installed by other agencies in accordance with approved shop drawings of, and under direct supervision of the Sewage Treatment Plant tenderer.

a. Providing power supply with earthing at the incoming of control panel in plant room.

4. DRAWINGS

The Sewage Treatment Plant Drawings issued with tenders, are diagrammatic only and

indicate arrangement of various systems and the extent of work covered in the contract. These Drawings indicate the points of supply and of termination of services and broadly suggest the routes to be followed. Under no circumstances shall dimensions be scaled from these Drawings. The Architectural /interiors drawings and details shall be examined for exact location of drainage piping etc.

The contractor shall follow the tender drawings in preparation of his shop drawings, and for subsequent installation work. He shall check the drawings of other trades to verify spaces in which his work will be installed.

The contractor shall examine all architectural, landscape, structural, plumbing, electrical and other services drawings and check the as-built works before starting the work, report to the Client‟s site representative any discrepancies and obtain clarification. Any changes found essential to coordinate installation of his work with other services and trades, shall be made with prior approval of the Engineer -in- Charge/ Architect / Consultant / Client‟s site representative without additional cost to the Client. The data given in the Drawings and Specifications is as exact as could be procured, but its accuracy is not guaranteed.

Free tenders for Sewage Treatment Plant by Delhi Tourism And Transportation Development Corporation Limited-7069130214

36

5. TECHNICAL DATA Lowest tenderer on award of work shall submit the technical data‟s of all items listed in

Schedule of Quantity for approval before procurement.

6. SHOP DRAWINGS

i) All the shop drawings shall be prepared on computer through AutoCAD System based on Architectural Drawings, site measurements and Interior Designer‟s Drawings. Within One week of the award of the contract, contractor shall furnish, for the approval of the Engineer -in- Charge/ Architect /Consultant, five sets of detailed shop drawings of all equipment and materials including layouts for Plant room, Pump room, Typical drawings showing exact location of supports, flanges, bends, tee connections, reducers, detailed piping drawings showing exact location and type of supports, valves, fittings etc; electrical panels inside/outside views, power and control wiring schematics, cable trays, supports and terminations. This shop drawing should contain the relevant IS annexure.

ii) These shop drawings shall contain all information required to complete the Project as per specifications and as required by the Engineer -in- Charge/ Architect / Consultant / Client‟s site representative. These Drawings shall contain details of construction, size, arrangement, operating clearances, performance characteristics and capacity of all items of equipment, also the details of all related items of work by other contractors. Each shop drawing shall contain tabulation of all measurable items of equipment/materials/works and progressive cumulative totals from other related drawings to arrive at a variation-in-quantity statement at the completion of all shop drawings. Minimum 8 sets of drawings shall be submitted after final approval along with soft copy.

iii) Each item of equipment/material proposed shall be a standard catalogue product of an established manufacturer strictly from the manufacturers listed in Appendix-III and quoted by the tenderer in technical data.

iv) When the Engineer -in- Charge/ Architect /Consultant makes any amendments in the above drawings, the contractor shall supply two fresh sets of drawings with the amendments duly incorporated along with check prints, for approval. The contractor shall submit further ten sets of shop drawings to the Client‟s site representative for the exclusive use by the Client‟s site representative and all other agencies. No material or equipment may be delivered or installed at the job site until the contractor has in his possession, the approved shop drawing for the particular material/equipment/installation.

v) Shop drawings shall be submitted for approval four weeks in advance of planned delivery and installation of any material to allow Engineer -in- Charge/ Architect /Consultant ample time for scrutiny. No claims for extension of time shall be entertained because of any delay in the work due to his failure to produce shop drawings at the right time, in accordance with the approved program.

vi) Manufacturers drawings, catalogues, pamphlets and other documents submitted for approval shall be in four sets. Each item in each set shall be properly labeled, indicating the specific services for which material or equipment is to be used, giving reference to the governing section and clause number and clearly identifying in ink the items and the operating characteristics. Data of general nature shall not be accepted.

vii) Samples of all materials like valves, pipes, control wires etc shall be submitted to the Client‟s site representative prior to procurement. These will be submitted in two sets for approval and retention by Client‟s site representative and shall be kept in their site office for reference and verification till the completion of the Project. Wherever directed a mockup or sample installation shall be carried out for approval before proceeding for further installation.

viii) Approval of shop drawings shall not be considered as a guarantee of measurements or of building dimensions. Where drawings are approved, said approval does not mean that the drawings supercede the contract requirements, nor does it in any way

Free tenders for Sewage Treatment Plant by Delhi Tourism And Transportation Development Corporation Limited-7069130214

37

relieve the contractor of the responsibility or requirement to furnish material and perform work as required by the contract.

ix) Where the contractor proposes to use an item of equipment, other than that specified or detailed on the drawings, which requires any redesign of the structure, partitions, foundation, piping, wiring or any other part of the mechanical, electrical or architectural layouts; all such re-design, and all new drawings and detailing required therefore, shall be prepared by the contractor at his own expense and gotten approved by the Engineer -in- Charge/ Architect / Consultant / Client‟s site representative. Any delay on such account shall be at the cost of and consequence of the Contractor.

x) Where the work of the contractor has to be installed in close proximity to, or will interfere with work of other trades, he shall assist in working out space conditions to make a satisfactory adjustment. If so directed by the Client‟s site representative, the contractor shall prepare composite working drawings and sections at a suitable scale, not less than 1:50, clearly showing how his work is to be installed in relation to the work of other trades. If the Contractor installs his work before coordinating with other trades, or so as to cause any interference with work of other trades, he shall make all the necessary changes without extra cost to the Client.

7. COMPLETION DRAWINGS

On completion of work, the Contractor shall submit to the Engineer-In-Charge as built drawings of all the equipments/ SLD with minimum following informations in soft form & in A1 sheet duly laminated.

i) Complete plant room layouts, piping layouts, location of all concealed piping, valves. ii) Complete wiring diagram, control diagram, as installed and scheduled showing all

connections in the complete electrical system in the location. iii) Single line diagram, power schematic, control schematic with detailed bill of materials,

showing makes, types and description of all components and accessories.

8. Sequencing of automatic controls and other services.

Each portfolio shall also contain technical literature on all controls. The contractor

shall frame under glass, in the plant room, one set of these consolidated control and P & I diagrams.

9. OPERATING INSTRUCTION & MAINTENANCE MANUAL

Upon completion and commissioning of part Sewage Treatment Plant the contractor shall submit a draft copy of comprehensive operating instructions, maintenance schedule and log sheets for all systems and equipment included in this contract. This shall be supplementary to manufacturer‟s operating and maintenance manuals. Upon approval of the draft, the contractor shall submit four (4) complete bound sets of typewritten operating instructions and maintenance manuals; one each for retention by Consultant and Client‟s site representative and two for Clients Operating Personnel. These manuals shall also include basis of design, detailed technical data for each piece of equipment as installed, spare parts manual and recommended spares for 4 year period of maintenance of each equipment. These manuals shall include:

i) Description of the work carried out / installed.

ii) Operating instructions.

iii) Maintenance instructions including procedures for preventive maintenance.

Free tenders for Sewage Treatment Plant by Delhi Tourism And Transportation Development Corporation Limited-7069130214

38

iv) Manufacturers catalogues.

v) Spare parts list.

vi) Trouble shooting charts.

vii) Drawings

viii) Type and routine test certificates of major items.

Details of all the bought out item should be part of this maintenance manual.

10. ON SITE TRAINING

Upon completion of all work and all tests, the Contractor shall furnish necessary operators, labor and helpers for operating the entire installation for such periods so as to enable the Client‟s staff to get acquainted with the operation of the system. During this period, the contractor shall train the Client‟s personnel in the operation, adjustment

and maintenance of all equipment installed.

11. BASIS OF DESIGN The capacity/ rating of pumps and equipment etc. shall hold good for the capacity as

defined in the Schedule of Quantities and shall be good for meeting the treated parameters requirement as follows:

a) Permissible limit as prescribed in IS:2490 (Part-I) - 1974 and environment

(Protection) Rules 1986. b) Water (Prevention and Control of Pollution) Act, 1977 & 1978.

c) Environment (Protection) Act, 1986.

d) Environment (Protection) Rules, 1986.

e) Hazardous Wastes (Management & Handling) Rules, 1989.

f) Manufacturer, Storage and Import of Hazardous Chemicals Rules, 1989.

g) Manufacturer, use import and storage and hazardous Micro-Organizers, Genetically

Engineered organizations or Cell Rules, 1989. h) Manual on Sewage & Sewage treatment – CPHEEO

i) The Public Liability Insurance Act, 1991.

j) All standards as laid down by Central Pollution Control Board and any other relevant

statutory authority. k) 100% recycle of waste water and removal of sludge in cake from, no water to be

discharged outside the premises.

12. SEWAGE TREATMENT PLANT GENERAL The Sewage Treatment Plant (STP) system outlined in this section specifies the system

design, manufacture, supply, installation, testing and commissioning of a Submerged UF Membrane based MBR system.

The Contractor may propose alternatives to this type of system, but these must be to a

standard acceptable to Water and Sanitation Authority Requirement, Local Pollution Control

Free tenders for Sewage Treatment Plant by Delhi Tourism And Transportation Development Corporation Limited-7069130214

39

Board Norms, World Health Organization Guidelines, the local Environmental and Pollution Control Authorities and subject to the approval of the Engineer-in-charge.

The work shall be carried out in a manner consistent with good practice in the local

market. The Contractor shall take into account all site conditions in designing the system and selecting the equipment.

The Contractor shall be responsible for system design and obtaining approval from

relevant Authorities. A qualified and experienced Engineer shall be engaged for the system design, preparation of system proposal submission, obtaining approval and site supervision.

The Contractor shall perform the system design based on the criteria/data and component

technical requirements specified in this section/drawings and the local Authorities‟ regulation/requirement.

The Contractor shall submit complete catalogue information, design calculation and

samples complete with full technical data and shop drawings for the entire system, test certificates, etc. for acceptance prior to commencement of installation.

The Contractor shall submit analytical test reports of Sewage water samples after the

commissioning or after the system is put into operation or as required by the Construction Manager:

i) First 3 months – Weekly. ii) Balance Period- Fortnightly.

The report shall contain analysis of all data related to those requirements laid down by the

local Authorities. 13. DESIGN CRITERIA

It shall be the Contractor‟s responsibility to ensure the quality of the treated Sewage to comply with the local Authorities requirement for the various applications and the following characteristics, whichever is stringent.

Parameter Unit Inlet Design Concentration

Chemical Oxygen Demand (COD)

mg/L 600 -800

Biological Oxygen Demand – 5-day (BOD5)

mg/L 350

Total Suspended Solids

mg/L 250 - 400

Fats, Oil & Grease

mg/L 50-100

PH

Mg/L 7.5

Expected Treated Sewage Quality Parameter Unit

Expected

Chemical Oxygen Demand (COD) mg/L < 40

Biological Oxygen Demand – 5-day (BODSs) mg/L < 5

Total Suspended Solids mg/L < 5

Turbidity NTU < 0.5

SDI

≤ 3, 95% of the time ≤ 4, 100% of the time

Free tenders for Sewage Treatment Plant by Delhi Tourism And Transportation Development Corporation Limited-7069130214

40

The Sewage from the Sewage Treatment Plant shall be suitably treated and the Sewage water recovered shall be used for Flushing, Irrigation and Cooling tower make-up.

14. DESCRIPTION OF PROCESS

The treatment process shall comprise the following stages:

Physical treatment: coarse bar-screening

Primary treatment: Dissolved air flotation for removal of Suspended solids & Aeration Tank

Secondary Treatment Membrane Filtration

Tertiary Treatment Softener

15. PERFORMANCE CRITERIA OF THE PLANT

Raw Sewage will be brought into the Sewage Treatment Plant. The Contractor shall receive Sewage from this point to the treatment plant for treatment process.

The treatment plant shall be designed to treat the following basic characteristic expected

in the raw Sewage. However, as a specialist in the field, contractor may envisage the raw Sewage

characteristic for an factory complex. Contractor to submit his confirmation on the treatment parameter considered as an Annexure. The plant shall be capable of treating Sewage to the following standards:

Sewage from STP Average Parameter for Treatment

Suspended solid Nil

BOD5 concentration 5 ppm

COD concentration < 20 ppm

E-coli Nil Treated Sewage shall be treated for use for cooling tower make-up purpose. The

Contractor shall carefully consider the operation loading for the Sewage Treatment Plant. The final storage tank can be for 1 day retention period.

16. PROCESS DESCRIPTION

The Contractor shall design the Sewage Treatment Plant to receive continuous Sewage

inflow within the plant room allocated on the site plan. The ease of maintenance and operation is of utmost importance in the design of Sewage Treatment Plant.

The design of the Sewage Treatment Plant shall be such that it can be installed within the

allocated space and shall be subject to the approval of the Engineer -in- Charge/ Consultant. STP is proposed to use compact submerged UF membrane based Membrane Bio

Reactor (MBR) process for the treatment:

i) Sewage from main drain line is collected through gravity pipes into a screen chamber. This manually cleaned screen is provided to remove floating and big size particles, which may choke the pumps and pipe lines.

Free tenders for Sewage Treatment Plant by Delhi Tourism And Transportation Development Corporation Limited-7069130214

41

ii) Screened Sewage is then passed through equalization tank to homogenize the Sewage quality and also even out flow fluctuations and feed Sewage of uniform quality at constant rate to subsequent treatment units. Air mixing is also provided to mix the contents of the equalization tank. A coarse bubble aeration grid is provided to distribute air uniformly at the base of the equalization tank.

iii) After above treatment, raw Sewage is fed into aeration basin through submersible

Sewage transfer pump.

iv) In aeration tank MLSS (mixed liquor suspended solids) in the range of 12000 to 15000 mg/l are maintained. The high amount of bacteria gives better and complete removal of organic matter from the raw Sewage in relatively small area. Oxygen required for the bacteria is supplied through the blower. The air is used both for scouring of membranes and supplying oxygen to bacteria.

v) The MBR process is a technology that consists of a suspended growth biological

reactor integrated with an ultra-filtration membrane system, using membrane. The ultra-filtration membranes are immersed in an aeration tank, in direct contact with mixed liquor. The membrane module consists of housing, aeration diffuser, permeate water manifold and membrane elements. Through the use of a permeate pump, a vacuum is applied to a header connected to the membranes. The vacuum draws the treated water through the ultra-filtration membranes. Feed water including activated sludge is filtrated by membranes with pore size of 0.1 – 0.04 micron meter. The air bubbles supplied from the bottom of the membrane elements continuously scour off cake of activated sludge accumulated on the membrane surface. This is a continuous filtration operation. The air bubbles are also used for the biological reaction to decompose organic substances included in the raw Sewage.

vi) The material of the membrane shall have high stability for chemicals and good

physical strength. The form of membrane shall be fibre reinforced flat sheet membrane. The membrane shall have small and uniform pore size so that the rejection property of this membrane is excellent. Almost all particles with sizes more than 0.1 – 0.04 micron metre can be removed effectively using this membrane.

vii) The filtration shall be carried out by the suction pump directly sucking permeates

water. The permeate water produced is clear and devoid of bacteria and viruses to the minimum levels.

viii) As the membranes are continuously under operation, they are polluted with organic or

inorganic substances. Hence, chemical cleaning shall be carried out once in two to three months for removing substances polluting and clogging the membranes. Normal cleaners used are sodium hypo chloride and citric acid.

ix) The treated Sewage from the Sewage Treatment Plant shall be stored in Treated

water storage. The treated water is to be used for the Cooling tower make up, horticulture and flushing purpose.

x) Excessive sludge shall be stored in the sludge holding tank for final dewatering and

disposal through screw pump and filter press.

17. EQUIPMENT

The following give the minimum requirements of the different components of the system. The figures indicated are for contractor‟s references. It shall be the Contractor‟s responsibility to select equipment for the plant proposed by them so that the capacities and performance of the Sewage Treatment Plant meet with the criteria set out in this specification.

Free tenders for Sewage Treatment Plant by Delhi Tourism And Transportation Development Corporation Limited-7069130214

42

All equipment and components of the system shall be of top quality construction and shall be corrosion resistant.

18. COARSE SCREENING EQUIPMENT

Bar screen shall be of 304 stainless steel construction. Drip trays shall be provided for holding and drainage of the screenings. A manual by-pass screen of 30mm opening with stainless steel drip tray shall be provided. An isolation valve shall be provided to divert the flow to the by pass screen when the screen requires service.

19. AIR BLOWERS Air blowers shall be provided in duplicate (i.e. one duty and one standby). Blowers shall

be either of positive displacement or centrifugal with pressure vessel type complete with motor, base-plate, inlet filter, intake silencer and off-load starting system outlet silencer, anti-vibration damper, flexible coupling, filter restriction indicator, non-return valve, pressure relief valve, V-belt system or direct drive coupling. The casing rotor shall be of cast iron construction. Bearings and gears shall be grease lubricated. Motor speed shall be 1500 rpm.

The size and performance of the air blower shall be so selected that it can provide a minimum air flow rate 0.5 l /sec / diffuser to 1l/sec/diffuser maximum, and to maintain a

minimum of 2.0mg/ dissolved oxygen in the aeration tanks in operation.

20. AIR DIFFUSERS

Air diffusers shall be made to provide a uniform distribution of fine bubble air release performance in the system. The air diffuser shall be either made of elastomeric rubber membrane or composed of crystalline fused aluminum oxide with a suitable ceramic bonding material.

Membrane endurance shall be more than 180,000 expansion/contraction cycles. Diffuser shall be of self-cleaning, non-clog disc or dome-shaped type. Oxygen transfer

efficiency shall not be less than 20% at 3.5m submergence in clear water. Alternatives may be offered for consideration.

Diffuser hold down assemblies shall consist of a retainer bolt, a matching washer and gasket. Sealing gasket shall be composed of solid neoprene rubber and shall be conform to ASTM D-2000 and shall be suitable for withstanding the effects of wastewater high

temperature up to 120C. The Contractor shall submit calculation to justify the diffuser selection and air requirement

during the detailed design. 21. SEWAGE PUMPS

Working and standby Sewage pumps shall be provided. Each shall be of submersible type c/w guide base to facilitate case of removal, lift chain

and automatic discharge connection. Pump casing and impeller shall be of cast iron material. Shaft shall be of stainless steel material.

22. SLUDGE PUMPS Two numbers of sludge transfer and disposal pumps (one duty and one standby) shall be

provided. Each shall be screw type and automatic discharge connection. The material construction

shall be the same as the Sewage pumps and feed to filter press for final disposal. 23. ELECTRICAL CONTROL

The operation of the treatment process shall be fully automatic. A completely assembled and pre-wired control panel with mimic diagram consisting of

weatherproof cabinet shall be furnished. The control panel shall contain all metering and status indicators, motor starters, program timbers, on-off-auto change-over switches and duty selectors for equipment.

Free tenders for Sewage Treatment Plant by Delhi Tourism And Transportation Development Corporation Limited-7069130214

43

Proper control sequence shall be designed according to system requirement and manufacturer standards.

24. OTHER EQUIPMENT

Any other necessary accessories, such as buffer, riser, scrum removal devices, partition, control panel, collection devices, etc. for all the tanks and pumps (where necessary) shall be provided in order to provide a fully working systems.

25. PIPING MATERIALS

SS304 - Submerged air piping MS epoxy - Air piping and pumped Sewage riser (Non submerged) PVC piping - Pumped Sewage (submerged) & tank overflow pipe line. GI (Heavy) - Interconnecting pipe line after delivery header of pump /filter.

Nut bolts should be of SS for all the equipments. 26. VALVES

The Contractor shall supply and install all isolating valves and control valves as indicated on the drawings and as required for the proper and efficient operation and maintenance of the entire systems.

All valves supplied shall be suitable for the working pressure and test pressure of the

system as specified elsewhere in this specification. Regulating valves shall be of similar materials as that specified for cast iron gate valves. All regulating valves shall be lock shield type. All valves shall be full line size. Each valve shall have a purpose made reference number plate for label engraved or

stamped indicating the manufacturer‟s catalogue number, pressure and temperature ratings. Valves shall be arranged so that clockwise rotation of the spindle will close the valve.

Furnish all valves and accessory materials necessary in the piping whether or not shown on drawings as flows.

All valves shall be packed with an approved packing and threads shall be coated with oil

and graphite. Packing should be replaced when found deteriorated on site. Where possible locate all valves at convenient positions of operation from the floor with

valve stems upright. Valves that are flanged shall have flanges to the table specified for the pipe work. Plastic or metal plates (rustless) shall be provided to indicate the open / close status as

well as the use of each valve in the pump and tank rooms.

27. PIPE SUPPORTS 29.1 GENERAL SUPPORT The Contractor, on the award of the work, shall prepare detailed working drawings, showing the cross-sections, longitudinal sections, details of fittings, locations of isolating and control valves, drain and air valves, and all pipe supports. He must keep in view the specific openings in buildings and other structure through which pipes are designed to pass.

Free tenders for Sewage Treatment Plant by Delhi Tourism And Transportation Development Corporation Limited-7069130214

44

Piping shall be properly supported on, or suspended from, on stands, clamps, hangers as specified and as required. The Contractor shall adequately design all the brackets, saddles, anchor, clamps and hangers, and be responsible for their structural stability. Pipe work and fittings shall be supported by hangers or brackets so as to permit free expansion and contraction. Risers shall be supported at each floor with Galvanised steel clamps. To permit free movement of common piping support shall be from a common hanger bar fabricated from Galvanised steel sections. Piping shall be supported from the building structure, which shall support the sum of the load of a water-filled pipe and a minimum of 120 kg applied at the point of hanging. All piping brackets shall be constructed as shown on the standard detail drawings.

Vertical pipe work shall be supported at intervals of at least one per floor level.

Horizontal pipe work shall also be supported by adjustable flat iron or clevis type hangers

hung by hot rolled steel rods of the following diameters and spacing subject to the Engineer -in- Charge/ Architect's approval:

Nominal Pipe Distance between Diameter of

Size Supports Rod

25 mm 1.8 m 10

32 mm 2.4 m 10

40 mm 2.7 m 10

50 mm 2.7 mm 10

65-80 mm 3.0 m 12

100 mm 3.0 m 16

150-200 mm 3.6 m 18 The end of the steel rods shall be threaded and not welded to threaded bolt.

Hangers shall be supported by means of approved fasteners. Wood plugs shall not be used. Unless allowed by the structural engineer, power fixings may be used for pipe work of diameter less than 50 mm. Expansion fasteners may be used for vertical pipe work under 100 mm diameter.

All pipe work shall be carried out in a proper workman like manner, causing minimum

disturbance to the existing services, buildings, roads and structure. The entire piping work shall be organized in consultation with other agencies work, so that area can be carried out in one stretch.

Requirement of Cut-outs in the structural slab or wall for installing the various pipes shall be

clearly identified in the detailed shop drawing to be prepared by the ETP contractor.

Free tenders for Sewage Treatment Plant by Delhi Tourism And Transportation Development Corporation Limited-7069130214

45

Pipe sleeves, wherever required shall be of larger diameter than pipes, wherever pipes pass through walls and slab and annular space filled with fibreglass and finished with retainer rings.

The contractor shall make sure that the clamps, brackets, saddles and hangers provided for

pipe supports are adequate or as specified / approved by Consultants. Piping layout shall take due care for expansion and contraction in pipes and include expansion joints where required.

All pipes shall be accurately cut to the required sizes in accordance with relevant BIS codes

and burrs removed before laying. Open ends of the piping shall be closed as the pipe is installed to avoid entrance of foreign matter. Where reducers are to be made in horizontal runs, eccentric reduces shall be used for the piping to drain freely. In other locations, concentric reduces may be used.

Automatic air valves shall be provided at all high points in the piping system for venting. All

valves shall be of 15mm pipe size and shall be associated with an equal size gate valves. Discharge from the air valves shall be piped through a pipe to the nearest drain or sump.

All pipes shall be pitched towards drain points. Pressure gauges shall be provided as shown on the approved drawings. Care shall be

taken to protect pressure gauges during pressure testing.

28. INSTALLATION The Contractor shall check the associated civil work prior to the installation of any item of

machinery and advise the Construction Manager, in writing, of any deviation of such work from the specified details.

The machinery shall be accurately installed to correct dimensions, alignments, levels, etc.,

all as indicated on the final drawings. The machinery shall be mounted on flat steel packing pieces of thickness suitable to take up variations in level of the concrete foundations. Suitable packing pieces shall be located adjacent to each holding down bolt and shall be properly bedded by grinding the concrete surface to a smooth, level finish. The machinery shall be aligned and leveled and the nuts of the holding down bolts tightened with a spanner of normal length. The base plates shall be packed with grout after the machinery has been run and checked by the Engineer -in- Chargefor stability and vibration.

Installation shall include the provision and fixing of all necessary holding down bolts,

washers, nuts etc. The length of all bolts shall be such that when fitted with a nut and tightened the threaded

portion of the bolts shall protrude from the top face of the nut by a distance not exceeding half the bolt diameter. Exposed bolt heads and nuts shall be hexagonal.

All equipment and materials of the same type shall be products of the same manufacturer.

Locally made equipment will not be accepted unless otherwise specified. All similar items of plant and their component part shall be completely interchangeable.

Spare parts shall be manufactured from materials similar to the originals and shall fit all similar items of plant. Where machining may be needed before fitting renewable parts, the machining fits with their tolerance shall be shown on the drawings accompanying the instruction manuals.

Free tenders for Sewage Treatment Plant by Delhi Tourism And Transportation Development Corporation Limited-7069130214

46

All motors and/or revolving parts shall be truly balanced both statically and dynamically so that when running at normal speeds and any load up to the maximum there shall be no significant vibration due to lack of balance. All parts which can be worn or damaged by dust shall be totally enclosed in dust-proof housings.

29. ELECTRICAL INSTALLATION

33.1 SCOPE

The scope of this section comprises of fabrication, supply, erection, testing and commissioning of Electrical Panels , wiring and earthing of all Sewage Treatment Plant equipment, components and accessories.

33.2 GENERAL

Work shall be carried out in accordance with the accompanying specifications and shall comply with the latest relevant Indian Standards and Electricity Rules and Regulations.

All Electrical Panels shall be CPRI approved and shall be suitable for operation on 3 phase / single phase 415/230 volts, 50 cycles power supply system.

30. CONSTRUCTIONAL FEATURES OF ELECTRICAL PANELS

The Electrical Panels shall be sheet steel cabinet for indoor installation, dead front, floor mounting/wall mounting type. The control panel shall be totally enclosed, completely dust and vermin proof and shall be with hinged doors with Neoprene gasket. Control panel shall be suitable for the climatic conditions as specified in Specifications. Steel sheets used in the construction of Control panel shall be 2 mm thick and shall be folded and braced as necessary to provide a rigid support for all components. Joints of any kind in sheet metal shall be seam welded, all welding, slag shall be rounded off and welding pits wiped smooth with plumber metal. The general construction shall confirm to relevant BIS Codes. Each panel should have padlocking facility to be available for each feeders/isolaters.

All panels and covers shall be properly fitted and square with the frame, and holes in the panel correctly positioned. Fixing screws shall enter into holes tapped into an adequate thickness of metal or provided with wing nuts. Self threading screws shall not be used in the construction of Control panels. A base channel of 75 mm x 40 mm x 5 mm thick shall be provided at the bottom for floor mounted panels. Minimum clearance of 275 mm shall be provided between the floor of control panel and the lowest unit.

The control panel shall be of adequate size with a provision of 25% spare space to

accommodate possible future breakers. Breakers shall be arranged in multi-tier. Knockout holes of appropriate size and number shall be provided in the Motor Control Centre in conformity with the location of cable/conduit connections. Removable sheet steel plates shall be provided at the top to make holes for additional cable entry at site if required.

Every cabinet shall be provided with Trifoliate or engraved metal name plates. All panels

shall be provided with circuit diagram mounted on inside of door shutter protected with Hylam sheet. All live accessible connections shall be shrouded and shall be finger touch proof and minimum clearance between phase and earth shall be 20 mm and phase to phase shall be 25 mm.

34.1 WIRING SYSTEM

All power cabling between Electrical Panels and motors shall be carried out with 1100 volts grade PVC insulated, overall PVC sheathed aluminum/Copper conductor armored cables, Cables shall be sized by applying proper derating factor. All control wiring shall be carried out by using PVC insulated copper conductor wires in conduits.

Free tenders for Sewage Treatment Plant by Delhi Tourism And Transportation Development Corporation Limited-7069130214

47

Minimum size of conductor for power wiring shall be 4 sq. mm 1100 volts grade PVC insulated copper conductor wires in conduit.

34.2 CIRCUIT COMPARTMENT

Each circuit breaker, contactor and relay shall be housed in a separate compartment and shall have steel sheets on top and bottom of compartment. Sheet steel hinged lockable door shall be duly interlocked with the breaker in the “ON” position. Safety interlocks shall be provided to prevent the breaker from being drawn-out when the breaker is in „ON‟ position. The door shall not form an integral part of the draw-out portion of the panel. Sheet steel barriers shall be provided between the tiers in a vertical section.

34.2 INSTRUMENT ACCOMMODATION

Adequate space shall be provided for accommodating instruments, indicating

lamps, control contactors and control MCBs. These shall be accessible for testing and maintenance without any danger of accidental contact with live parts of the circuit breaker and bus bar `ON‟ lamps shall be provided on all outgoing feeders.

34.3 BUS BAR CONNECTIONS

Bus bar and interconnections shall be of high conductivity electrolytic aluminum

complying with requirement of grade 91E of IS:5082-1981 and shall be of rectangular cross section suitable for carrying the rated full load current and short circuit current without overheating of phase and neutral bus bar and shall be extendable on either side. Bus bar and interconnections shall be insulated with heat shrinkable sleeve and shall be colour coded and shall be supported on glass fiber reinforced thermosetting plastic insulated supports at regular intervals to withstand the force arising from in case of short circuit in the system. All bus bar shall be provided in a separate chamber and all connections shall be done by bolting. Additional cross sectional area shall be added to the bus bar to compensate for the holes. All connections between bus bar and breaker shall be through solid aluminium strips of proper size to carry full rated current as per approved for construction shop drawing and insulated with insulating sleeves. Bus bar shall be rated for current density of 1.0 amps/mm

2 cross section

area.

34.5 CABLE COMPARTMENTS

Cable compartment of adequate size shall be provided in the control panel for easy clamping of all incoming and outgoing cables entering from the top/bottom. Adequate supports shall be provided in cable compartment to support cables as per approved for construction shop drawing.

34.6 MOULDED CASE CIRCUIT BREAKER (MCCB)

All MCCB‟s shall be motor duty and Current Limiting type, and comprise of Quick Make - break switching mechanism, preferably Double Break Contact system, arc extinguishing device and the tripping unit shall be contained in a compact, high strength, heat resistant, flame retardant, insulating moulded case with high withstand capability against thermal and mechanical stresses. All MCCB‟s shall be capable of defined Variable overload adjustment. All MCCB‟s rated 200 Amps and above shall have adjustable Magnetic short circuit pick up.

The MCCB‟s shall be provided with rotary handle operating mechanism. The handle position shall give positive indication of „ON‟, „OFF‟ or „Tripped‟ thus qualifying to

Free tenders for Sewage Treatment Plant by Delhi Tourism And Transportation Development Corporation Limited-7069130214

48

Disconnection as per the IS/IEC indicating the true position of all the contacts. In case of 4 pole MCCB the neutral shall be defined and capable of offering protection.

31. PAINTING

All sheet steel work shall undergo a process of degreasing, pickling in acid, cold rinsing, phosphating, passivaiting (seven tank processing) and then painted with electrostatic paint (Powder coating). The shade of colour of panel inside/outside shall be as per relevant BIS code.

32. LABELS

Engraved PVC labels shall be provided on all incoming and outgoing feeder. Circuit diagram showing the arrangements of the circuit inside the control panel shall be pasted on inside of the panel door and covered with transparent plastic sheet.

33. METERS

i. All voltmeters and indicating lamps shall be through MCB‟s. ii. Meters and indicating instruments shall be flush type. iii. All CT‟s connection for meters shall be through Test Terminal Block (TTB). iv. CT ratio and burdens shall be as per IS code and equipment rating for individual

feeder wherever applicable a per standards. 34. CURRENT TRANSFORMERS

Current transformers shall be provided for Control panels carrying current in excess of 60 amps. All phase shall be provided with current transformers of suitable VA burden with 5 amps secondaries for operation of associated metering.

The CTs shall confirm to relevant Indian Standards. The design and construction shall be

dry type, epoxy resin cast robust to withstand thermal and dynamic stresses during short circuits. Secondary terminals of CTs shall be brought out suitable to a terminal block which shall be easily accessible for testing and terminal connections.

35. STARTERS

Each motor shall be provided with a starter of suitable rating. Starters shall be in

accordance with relevant IS Codes. All Star Delta and DOL starters shall be fully automatic.

---------------------------------------------------------------------------------------------------------------------

TYPE OF CONTACTOR OVERLOAD STARTER CURRENT RELAY

CAPACITY RANGE ---------------------------------------------------------------------------------------------------------------------

5 HP Motors D O L 16 amps 6-10 amps 7.5 HP motors Star Delta 16 amps 9-15 amps 10 HP Motors Star Delta 25 amps 9-15 amps 12.5 HP Motors Star Delta 16 amps 9-15 amps 15 HP Motors Star Delta 25 amps 9-15 amps 20 HP Motors Star Delta 32 amps 14-23 amps 25 HP Motors Star Delta 32 amps 14-23 amps Two speed motors when specified, shall be provided with DOL starter irrespective of it rating.

Free tenders for Sewage Treatment Plant by Delhi Tourism And Transportation Development Corporation Limited-7069130214

49

36. TESTING, COMMISSIONING AND HAND OVER GENERAL

The entire works included in this Contract shall be fully tested in stages as the work

proceeds and on completion of work as applicable.

The Contractor shall provide during normal working hours, all necessary labours, instruments, equipment, materials, fuel, power and manufacturer's representatives, to carry out such tests as may be necessary to satisfy the Engineer -in- Charge/ Architect that the installation meets the requirement and intent of the Specification as well as such tests required by Local Authorities.

All tests shall be made in the presence of the Engineer -in- Charge/ Consultant/ Or his

representative or any inspecting authority. At least seven working days notice in writing shall be given to the inspecting parties before performing any test.

Three copies of all test results shall be submitted to the Engineer -in- Chargein A4 size

sheet paper within two weeks after completion of the tests.

Tests described hereinafter and including all tests prescribed by the Authority having jurisdiction shall be carried out. Any tests proved unsatisfactory shall be repeated to the satisfaction of the inspecting parties.

The Contractor shall provide skilled technicians/engineer to commission the plant and

associated controls to the satisfaction of the Engineer -in- Charge/ Consultant/ Or his representative . The technicians/ engineers will be required to demonstrate the correct procedures in starting and stopping the plant, running the various items of equipment under automatic and manual control and the correct maintenance of the plant.

Water flow rates of all equipment shall be adjusted to design conditions. Complete results

of adjustments shall be recorded and submitted.

37. PRELIMINARY COMMISSIONING CHECKS

Ensure that all equipment is thoroughly cleaned, lubricated and checked for serviceability before setting to work. Particular attention is drawn to the removal of building debris from the pipe work systems.

Special attention is drawn to the need for thoroughly flushing out all pipe work systems to

ensure that all foreign matter is removed.

All automatic controls and safety devices shall be inspected and checked for service ability before the working fluid or electricity is applied to the system.

38. ON-SITE TESTING AND COMMISSIONING

The Contractor shall start up, operate, test and adjust the systems in accordance with the

agreed programme. The setting shall be supervised by the manufacturer's representative, who shall remain on site until the equipment is operating satisfactorily and accepted by the Engineer -in- Charge/ Architect . The Contractor shall advise and co-ordinate with the manufacturer's representatives so that all testing is carried out according to the agreed programme.

The whole installation shall be given the following tests to bring the systems into running

order. The Engineer -in- Charge/ Consultant/ Or his representative shall be given reasonable

Free tenders for Sewage Treatment Plant by Delhi Tourism And Transportation Development Corporation Limited-7069130214

50

notice together with a copy of recorded test results, generally not less than seven (7) days, regarding the nature of tests, the time and location. Acceptance tests will only be witnessed by the Engineer -in- Charge/ Consultant/ Or his representative when the submitted tests results are found satisfactorily.

All instruments, tools, material and labour required to perform these tests shall be

provided by this Contractor.

Before the tests are carried out, the Contractor shall remove connected equipment and components which are liable to damage under test, and shall provide and fix all the necessary gauges, blanking flanges, etc.

Prior to the system start-up, the following inspection, tests and pre-commissioning

treatment shall be carried out by the Contractor:

a Tanks and Level Switches Check sides and edges of sectional tanks for distortion. The tanks shall be

thoroughly cleaned with water and drained before Sewage supply will feed in.

Also before Sewage supply will feed in, the level switch shall be simulated for the various cut-in and cut-out settings.

b Pressure Switches

The testing equipment arrangement for pressure switches and pressure gauges shall be as shown on the drawings or of an approved equivalent.

The pressure gauges to be tested shall be connected as shown on the drawing in

lieu of the pressure switch. The gauges to be tested shall be regarded acceptable when the pressure readings of all three gauges are the same throughout the jacking pressure range varied by applying the hand pump.

c Hydrostatic Tests

All parts of the water circuit shall be filled with water before hydrostatic pressure testing, and pump running tests for verification of pressure and flow rate, are conducted.

The hand jacking pump shall be applied to increase the system pressure to 2

times the working pressure or 1.5 times the working pressure plus 3.5 bar whichever is the lower but in any case not less than 7 bar. The pressure shall be maintained for a period not less than 24 hours.

Where any section of pipework or equipment is found to be unable to withstand

the maximum pipework test pressure, it shall be isolated during the pipework test then that section of pipework or equipment shall be made good and re-tested at the appropriate test pressure.

The working pressure for various systems shall be as shown on the drawings.

d House drains shall be hydrostatically tested to a water head of 1.2 m at the high end

and not more than 2.4 at the low end and shall show no appreciable loss of water after elapse of two hours.

In every test, water used shall be left in the pipes until they are covered with earth or other trench filling material to a depth of at least 1 m over the top of pipes and until permission is given by the Engineer -in- Charge/ Consultant/ Or his representative for the water to be released. If after the Engineer -in- Charge/ Consultant/ Or his representative has approved the sewer or pipeline and has given permission for the trenches to be refilled the pipes become damaged and loses water from any cause

Free tenders for Sewage Treatment Plant by Delhi Tourism And Transportation Development Corporation Limited-7069130214

51

and/or admit subsoil water, the Contractor shall uncover the pipes and make good the defect made good and the pipes retested as before and all at the Contractor's expense.

e. Cleaning, Flushing and Pre-Treatment

Prior to start-up and hydraulic testing, the Contractor shall clean the entire

installation including all fitments and pipework and the like after installation and keep them in a new condition. All pumping systems shall be flushed and drained at least once through to get rid of contaminating materials. All pipes shall be rodded to ensure clearance of debris, cleaning and flushing shall be carried out in sections as the installation becomes completed.

All strainers shall be inspected and cleaned out or replaced.

When the entire systems are reasonably clean, a pre-treatment chemical shall be

introduced and circulated for at least 8 hours. Warning signs shall be provided at all outlets during pre-treatment. The pre-treatment chemical shall:

Remove oil, grease and foreign residue from the pipework and fittings;

Pre-condition the metal surfaces to resist reaction with water or air;

Establish an initial protective film;

After pre-treatment, the system shall be drained and refilled with fresh water and left until the system is put into operation.

Details and procedures of the pre-treatment shall be submitted to the Engineer -in- Charge/ Consultant/ Or his representative for approval.

f. Electrical Tests

Electrical tests shall comply with the current edition of IEEE regulations and

requirements enforced by Local Authorities.

Electrical insulation tests shall apply to busbars, isolators and other equipment and wiring where applicable.

39. COMMISSIONING

When the various installations have been completed and the preliminary commissioning checks carried out, the Contractor shall set to work, regulate and calibrate all system in the entire installation. Special attention shall be paid to the following items:

That all valves, switches, controls, etc. are regulated and capable of proper operation and

in the case of isolation valves that they are capable of tight shut off.

That all apparatus is silent in accordance with the requirements of this Specification.

That all instruments are correctly calibrated and read accurately.

That all services are tested in accordance with the details in the relevant clauses of this Specification.

Operate pumps, pressure reducing sets, etc. to ensure that all control systems are

functioning correctly and are properly set, sequenced or interlocked.

Free tenders for Sewage Treatment Plant by Delhi Tourism And Transportation Development Corporation Limited-7069130214

52

The performance of the system shall be demonstrated by taking hourly samples of the

raw Sewage and final Sewage over a twelve hour period. The sample shall be taken at periods approximately the flow rates specified by the plant. The sample shall be combined and a 5-day BOD shall be run, the results of which must verify the capacity of the treatment plant prior to acceptance.

40. FINAL TESTS & ACCEPTANCE

Following commissioning and inspection of the entire installation, and prior to issue of the Completion Certificate, the Contractor shall carry out final acceptance tests in accordance with a programme to be agreed with the Engineer -in- Charge/ Consultant / Client‟s representative.

Should the results of the acceptance tests show that plant, systems and/or equipment fail

to perform to the efficiencies or other performance figures as given in this Specification, the Contractor shall adjust, modify and if necessary replace the equipment without further payment in order that the required performance is obtained.

Where acceptance tests are required by the relevant Authorities having jurisdiction, these

tests shall be carried out by the Contractor prior to the issue of Completion Certificate to the acceptance of the Authorities.

41. STATUTORY AUTHORITIES' TESTS AND INSPECTIONS

The installation shall be in conformity with the Bye-laws, Regulations and Standards of the

local authorities concerned, in so far as these become applicable to the installation. But if these Specifications and Drawings call for a higher standard of materials and / or workmanship than those required by any of the above regulations and standards, then these Specifications and Drawings shall take precedence over the said regulations and standards. However, if the Drawings and specifications require something which violates the Bye-laws and Regulations, then the Bye-laws and Regulations shall govern the requirement of this installation.

As and when notified in writing or instructed by the Engineer -in- Charge/ Consultant/ Or

his representative , the Contractor shall submit shop drawing and attend all tests and inspections carried out by Local Pollution Control Board Authorities, Water Authority and other Statutory Authorities, and shall forthwith execute free of charge any rectification work ordered by the Engineer -in- Charge/ Consultant/ Or his representative as a result of such tests and inspections where these indicate non-compliance with Statutory Regulations. Some of these tests may take place after the issue of Practical Completion of the Main Contract and the Contractor shall make all allowances in this respect.

The Contractor shall be responsible for the submission of all necessary forms and shop

drawings to the Statutory Authorities which shall conform in layout to the latest architectural plans submitted to and kept by these Authorities.

The submission shall comply with the requirements set forth in the current Codes of

Practice and circular letters of the Statutory Authorities. The shop drawings to be submitted shall be forwarded to the Engineer -in- Charge/ Consultant/ Or his representative for checking before submission. The Contractor shall allow for at least two submissions of complete sets of shop drawings to the Authorities, one to be made within four months after the award of the Contract but not less than six weeks before the inspection. The Engineer -in- Charge/ Consultant/ Or his representative may at his discretion instruct the Contractor for additional submissions to the Local Authorities whenever necessary.

Free tenders for Sewage Treatment Plant by Delhi Tourism And Transportation Development Corporation Limited-7069130214

53

The Contractor shall notify the Engineer -in- Charge/ Consultant/ Or his representative at least seven days in advance of his application for local Authority tests and inspections. On receipt of a confirmed date for test and inspection the Contractor shall inform the Engineer -in- Charge/ Consultant/ Or his representative without delay.

In case for commissioning of STP any prior approval from DPCC or any other local body

is required, it shall be obtained by agency. All liaison work shall be carried out by agency. Nothing extra on this account shall be paid. However, if any fee is to be paid to DPCC or local body it shall be paid / reimbursed by the DTTDC.

42. TRAINING Provided training facilities courses to ensure that the employer‟s staff associated with the

project may acquire full knowledge and appreciation of all aspects of the design, day-to-day operation, breakdown and routine maintenance, and fault diagnosis of all plant, equipment and systems.

Training to the employer‟s staff shall be held as appropriate at the Contractor‟s or

manufacturer‟s premises and on site. A detailed syllabus for each of the training courses specified or proposed and the timing of the courses shall be submitted for approval. The Contractor shall recommend the desirable qualifications and experience of the trainees to optimally benefit from the courses.

The Contractor shall be deemed to have include in his tender price the cost of providing

training facilities as specified.

In addition to the above, the Contractor shall submit to the Engineer -in- Chargea list describing such other spares and special tools, their number, price and where appropriate the anticipated frequency of replacement as soon as is practicable.

43. HANDING OVER OF DOCUMENTS

All testing and commissioning shall be done by the Contractor to the entire satisfaction of

the Engineer -in- Charge and all testing and commissioning documents shall be handed over to the Construction Manager.

The Contractor shall also hand over all maintenance and operation manuals, all

certificates and all other documentation as per the terms of the contract to the Construction Manager.

Free tenders for Sewage Treatment Plant by Delhi Tourism And Transportation Development Corporation Limited-7069130214

54

Annexures

Free tenders for Sewage Treatment Plant by Delhi Tourism And Transportation Development Corporation Limited-7069130214

55

ANNEXURE-I

FORM OF BANK GUARANTEE BOND FOR PERFORMANCE GUARANTEE

1. In consideration of the MD/DTTDC, DTTDC Ltd. (hereinafter called “The Government”) having

offered to accept the terms and conditions of the proposed agreement between _______________________ and __________________ (hereinafter called “the said contractor(s)” for the work of ______________________________ (hereinafter called “The said agreement”) having agreed to production of a irrevocable Bank Guarantee for Rs.______________ (Rupees __________________________________ only) as a security/guarantee from the contractor(s) for compliance of his obligations in accordance with the terms and conditions in the said agreement, we _________________________________ (indicate the name of the bank) (hereinafter referred to as “the Bank) hereby undertake to pay to the Government an amount not exceeding Rs.___________ (Rupees ____________________ only) on demand by the Government.

2. We _____________________________ (indicate the name of the bank) do hereby undertake to

pay the amounts due and payable under this Guarantee without any demure, merely on a demand from the Government stating that the amount claimed is required to meet the recoveries due or likely to be due from the said contractor(s). Any such demand made on the Bank shall be conclusive as regards the amount due and payable by the bank under this Guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs.__________ (Rupees ___________________ only).

3. We______________________________ (indicate the name of the bank) the said bank further

undertake to pay to the Government any money so demanded notwithstanding any dispute or disputes raised by the contractor(s) in any suit or proceeding pending before any court or Tribunal relating thereto, our liability under this present being absolute and unequivocal.

The payment so made by us under this bond shall be a valid discharge of our liability for

payment there under and the contractor(s) shall have no claim against us for making such payment.

4. We _________________________________ (indicate the name of the bank) further agree that

the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said agreement and that it shall continue to be enforceable till all the dues of the government under or by virtue of the said agreement have been fully paid and its claims satisfied or discharged or till Engineer-in-charge on behalf of the Government certified that the terms and condition of the said agreement have been fully and properly carried out by the said contractor (s) and accordingly discharges this guarantee.

5. We __________________________________ (indicate the name of the bank) further agree with

the Government that the government shall have the fullest liberty without our consent and without effecting in any manner our obligations hereunder to vary any of the terms and conditions of the said agreement or to extend time of performance by the said contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the Government against the said contractor(s) and to for bear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said contractor(s) or for any for-bearance, act of omission on the part of the Government or any indulgence by the Government to the said contractor(s) or by any such matter of thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us.

6. This guarantee will not be discharged due to the change in the constitution of the Bank or the

contractor(s).

Free tenders for Sewage Treatment Plant by Delhi Tourism And Transportation Development Corporation Limited-7069130214

56

7. We _____________________________________ (indicate the name of the bank) lastly

undertake not to revoke this guarantee except with the previous consent of the Government in writing.

8. This guarantee shall be valid up to ____________________ unless extended on demand by

Government. Notwithstanding anything mentioned above, our liability against this guarantee is restricted to Rs.___________________ (Rupees ___________________ only) and unless a claim in writing is lodged with us within six months of the date of expiry or the extended date of expiry of this guarantee all our liabilities under this guarantee shall stand discharged.

Date the ___________________ day of _________________ for

_________________________________________. (Indicate the name of Bank)

Free tenders for Sewage Treatment Plant by Delhi Tourism And Transportation Development Corporation Limited-7069130214

57

ANNEXURE-II

FORM OF BANK GUARANTEE BOND FOR SECURITY DEPOSIT

1. In consideration of the MD/DTTDC, DTTDC, Ltd. (hereinafter called “The Government”) having

agreed to exempt _______________________ (hereinafter called the said contractor(s)) from the demand, under the terms and conditions of the Agreement No. ______________________________ dated_____________ made between _______________________ and __________________ for the work of ______________________________ (hereinafter called “The said Agreement”) security deposit beyond first 2.5% of tendered value for the due fulfilment by the said contractor(s) of the terms & conditions contained in the said Agreements on production of a irrevocable Bank Guarantee for Rs.______________ (Rupees __________________________________ only), we _________________________________ (indicate the name of the bank) (hereinafter referred to as “the Bank) hereby undertake to pay to the Government an amount not exceeding Rs.___________ (Rupees ____________________ only) on demand by the Government.

2. We _____________________________ (indicate the name of the bank) do hereby undertake to

pay the amounts due and payable under this Guarantee without any demure, merely on a demand from the Government stating that the amount claimed is required to meet the recoveries due or likely to be due from the said contractor(s). Any such demand made on the Bank shall be conclusive as regards the amount due and payable by the bank under this Guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs.__________ (Rupees ___________________ only).

3. We ______________________________ (indicate the name of the bank) further undertake to

pay to the Government any money so demanded notwithstanding any dispute or disputes raised by the contractor(s) in any suit or proceeding pending before any court or Tribunal relating thereto, our liability under this present being absolute and unequivocal.

The payment so made by us under this bond shall be a valid discharge of our liability for payment there under and the contractor(s) shall have no claim against us for making such payment.

4. We _________________________________ (indicate the name of the Bank) further agree that

the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said agreement and that it shall continue to be enforceable till all the dues of the government under or by virtue of the said agreement have been fully paid and its claims satisfied or discharged or till Engineer-in-charge on behalf of the Government certified that the terms and condition of the said agreement have been fully and properly carried out by the said contractor (s) and accordingly discharges this guarantee.

5. We __________________________________ (indicate name of the bank) further agree with the

Government that the government shall have the fullest liberty without our consent and without effecting in any manner our obligations hereunder to vary any of the terms and conditions of the said agreement or to extend time of performance by the said contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the Government against the said contractor(s) and to for bear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said contractor(s) or for any for-bearance, act of omission on the part of the Government or any indulgence by the Government to the said contractor(s) or by any such matter of thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us

. 6. This guarantee will not be discharged due to the change in the constitution of the Bank or the

contractor(s).

Free tenders for Sewage Treatment Plant by Delhi Tourism And Transportation Development Corporation Limited-7069130214

58

7. We _____________________________________ (indicate the name of the Bank) lastly undertake not to revoke this guarantee except with the previous consent of the Government in writing.

7 This guarantee shall be valid up to ____________________ unless extended on demand by

Government. Notwithstanding anything mentioned above, our liability against this guarantee is restricted to Rs.___________________ (Rupees ___________________ only) and unless a claim in writing is lodged with us within six months of the date of expiry or the extended date of expiry of this guarantee, all our liabilities under this guarantee shall stand discharged.

Date the ___________________ day of _________________ for _________________________________________.

(Indicate the name of Bank)

Free tenders for Sewage Treatment Plant by Delhi Tourism And Transportation Development Corporation Limited-7069130214

59

Annexure „III‟ FORM OF SUPPLEMENTARY AGREEMENT

This Agreement made this day the ………………… 20 ………………… between

……………………… hereinafter called the First Party which expression shall include his heirs, executors and administrators/ their successors and assigns and the President of India, hereinafter called the Second Party, which expression shall include his successors and assigns, shown as under:

(1) That this Agreement shall be called as Supplementary Agreement to the Agreement No

……………………… relating to the Construction of Dilli Haat at Janakpuri, New Delhi. (SH: Supply, erection, testing and commissioning of sewage treatment plant based on MBR Technology capacity 150 KLD).) for Dilli Haat Janakpuri, Delhi entered into by the parties to this Agreement.

(2) That WHEREAS the First Party has completed the execution of the work described in and

covered by the Agreement No.……………………. except the items mentioned in the Schedule annexed to this Agreement and whereas the items of the work mentioned in the Schedule annexed to this agreement cannot now be executed. And whereas both the parties are desirous that the items mentioned in the Schedule annexed to this Agreement should be executed by the First Party after the completion of the STP installation, it is hereby further agreed as under: (a) That First Party shall and will execute the work covered by the items mentioned in the

Schedule annexed to this Agreement at the rates and as per the terms and conditions of the original Agreement No…………………… whatsoever called upon to do so by the Engineer-in-charge, within a specified period from the date hereof.

(b) That the First Party shall have absolutely no claim of whatsoever nature against the

Second Party for doing the work mentioned in the Schedule annexed to this Agreement as required under clause (a) above, except that which he would be entitled to under the original Agreement No………………………….

(c) That the First Party shall have to execute all the items which the Engineer-in-charge consider necessary.

(d) That the First Party shall start with the work of the remaining items mentioned in the

Schedule annexed to this Agreement within ______________ days from ___________ on the receipt of the letter to the effect from the Engineer-in-charge or from any date fixed in the said letter and shall complete the said work within the time fixed by the Engineer-in-charge or as extended by him from time to time.

(e) That on the due execution this Agreement by the parties, the bill of the First Party in relation to the work already done by him under the Original Agreement No. …………………………… shall be provisionally finalized by the Second Party and payment on account, if any amount due, shall be made to the First Party provided that the Second Party shall have a right to retain such amount as is considered reasonable by him as a security for the execution of the work mentioned in the Schedule annexed to this Agreement and the Second Party shall have right to deal with the said amount of security as he thinks proper under the terms and conditions of the Original Agreement. Further, on the due execution and original completion of this Agreement, the First Party shall be entitled to claim back his security deposit relating to the work in question, subject to the right of the Second Party to retain such amount as he thinks reasonable as mentioned above soon after the maintenance period of three months or six months, as the case may be mentioned in clause of the Original Agreement, is over.

(f) That the final bill relating to the work under this Agreement shall be prepared after the

completion of the entire work covered by Agreement No………………………..

Free tenders for Sewage Treatment Plant by Delhi Tourism And Transportation Development Corporation Limited-7069130214

60

(3) Except as modified by this Agreement the said Agreement No. ............... shall remain in full

force and effect.

IN WITNESS WHEREOF THE ABOVE MENTIONED PARTIES HAVE PUT THEIR SIGNATURE ON THIS DAY THE …………………………………………..

Free tenders for Sewage Treatment Plant by Delhi Tourism And Transportation Development Corporation Limited-7069130214

61

LIST OF APPROVED MAKES OF MATERIALS

Sl. No. Items Brand Name

1. Non-clog self priming sewage pumps

Grundfos / Johnson / ITT

2. Water supply pumps DP/Grundfos / Johnson / ITT

3. Air Blowers Everest / Beta

4. Filter press Saltech / NM Patel

5. Pipes

a) HDPE Pipes Supreme / Prince / Ori-plast

b) G.I. Pipes Jindal Hissar / Surya prakash / TATA

c) M.S. Pipes Upto 150mm Jindal Hissar / Surya prakash / TATA

d) M.S. Pipes Upto 200 to 300mm Jindal Hissar / Surya prakash / TATA

e) SS pipes Jindal/ Ravi / Prakash

6. Butterfly valves Zoloto / Audco / CRI

7. Ball valves Zoloto / Audco / CRI / Senco

8. Wafer type NRV Zoloto / Audco / CRI / MNC

9. Pressure gauges H. Guru / Fiebig

10. Water Meter (Mechanical Type) Kaycee / Kranti

11. Electronic Flow Meter Rockwin / Electromech

12. Screw Pump UT Pumps/ Roto

13. Submerged Membranes Torray – Japan / GE / Hydranautics

14. Motors Compton / Siemens/NGEF/Kirloskar

15 UV Tube Alfa

Note: For any item not covered in above list, the contractor shall get the make approved from the engineer before item is produced / fabricated.

Free tenders for Sewage Treatment Plant by Delhi Tourism And Transportation Development Corporation Limited-7069130214

62

DRAWINGS

Free tenders for Sewage Treatment Plant by Delhi Tourism And Transportation Development Corporation Limited-7069130214

63

Free tenders for Sewage Treatment Plant by Delhi Tourism And Transportation Development Corporation Limited-7069130214

64

Free tenders for Sewage Treatment Plant by Delhi Tourism And Transportation Development Corporation Limited-7069130214

65

SCHEDULE OF WORK

Free tenders for Sewage Treatment Plant by Delhi Tourism And Transportation Development Corporation Limited-7069130214

66

SCHEDULE OF WORK

Name of Work : Construction and Development of Dilli Haat at Janakpuri, New Delhi. (SH: Design, Supply, erection, testing and commissioning of 150 KLD capacity Sewage Treatment Plant based on MBR Technology and Running, Maintenance & Operations.

1.3

Flow Meter - Supply, Installation, Testing and Commissioning of Microprocessor Based Electro Magnetic Flow Meter for Total Plant Capacity of 150 KLD with pulsed DC excitation having automatic 'Zero' correction with Bi directional flow measurement , compact instrument version with measuring sensor (Primary) and Amplifier integrated in one mechanical unit (Suitable for required flow range, inlet/outlet connections, IP 1 Set

SL. NO. DESCRIPTION QTY. UNIT RATE AMOUNT

1 SEWAGE TREATMENT PLANT : Design,

Supply, erection, testing and commissioning of sewage treatment plant based on MBR Technology for the following: Raw Sewage Inlet Parameter :

Daily Flow Rate --- 150 KLD PH --- 6.5 - 8.5 BOD5 --- 200 -450 ppm COD --- 400 - 800 ppm TSS --- 200 - 350 ppm Oil & Grease --- upto 60 mg/lt ( after main O&G Trap) E coli --- 106 - 107 MPN/100ml Note: However the plant should be able to perform at lower range of above parameter. Treated Sewage Outlet Parameter :

pH --- 7.5 - 8.5 BOD5 --- less than 5 ppm COD --- less than 40 ppm SS --- less than 1 ppm.

Turbidity --- less than 1 NTU

Oil & Grease --- less than 5 mg/lt. E coli --- 10

3 MPN/100ml

1.1 Bar screens for 150m3/day at the inlet of

receiving sump. - Manual Stainless Steel (SS 304) Coarse Screen SS for the incoming domestic sewage from entire flow having desired perforation & provision for Opening & closing lifting,etc. The size minimum 800mm x 1000mm and be suitable for handling 6-8 mm solids. 1 Set

1.2 Automatic Stainless Steel Screw Screen - Screw Screen upto 3 mm for the incoming domestic sewage from entire flow having desired perforation & provision for lifting pump,etc. Size 300 mm Dia x 2500 mm HP - 2 1 Set

Free tenders for Sewage Treatment Plant by Delhi Tourism And Transportation Development Corporation Limited-7069130214

67

67 protection, measuring pipe material SS 304, Electrode material-SS 316 with 16 character x 2 Lines LCD Alphanumeric Display for flow rate, totalize, diagnostic message, flow alarms with high & low flow programme

1.4 Flow regulating box -Supply, Installation, Testing and Commissioning of rectangular flow regulating box of suitable size with inlet/outlet connections before Aeration Tank & efficient control the flow for effluent distribution in Aeration Tank, the excess flow returns to equalization from regulating box. 1 Set

1.5 Membrane module - Supply, installation, testing and comissioning of membrane modules suitable for 150 KLD consisting of flat sheet membranes housed in SS 304 housing with SS 304 permeate water manifold and aeration diffuser system complete as required. The MBR sheet to be connected with the frame ultrasonically 1 Set

1.6 Chemical solution transfer pump (CIP) - Supply, Installation, Testing & Commisioning of vertical Centrifugal pumping set with Stainless Steel Casing, Stainless Steel impeller and stainless steel shaft with mechanical seal driven by a TEFC induction motor mounted , 150 mm dia pressure gauge, GM isolation cock, NRV on delivery line. Isolation valve, stainer at suction, suitable vibration eliminator, pads of approved design. Motor to be suitable for 400/440 V, 3 Phase, 50 cycles AC power supply including all necessary piping, valves and other accessories etc. to complete the system. Flow : 3 m3/ hr Head : 10 m HP ; 0.5 HP 2 Each

1.7 Membrane Suction / Vacuum Pump:- Supply, Installation, Testing & Commisioning of vertical centrifugal pumping set with Veriable Frequency Drive (VFD) with Stainess Steel Casing, Stainless Steel impeller and stainless steel shaft with mechanical seal driven by a TEFC induction motor mounted with coupling guard,150 mm dia pressure gauge, GM isolation cock, NRV on delivery line. Isolation valve, stainer at suction, suitable vibration eliminator, pads of approved design. Motor to be suitable for 400/440 V, 3 Phase, 50 cycles AC power supply including all necessary piping, valves and other accessories etc. to complete the system. Flow : 8 m3/hr Head : 10 m HP ; 1 HP 2 Each

Free tenders for Sewage Treatment Plant by Delhi Tourism And Transportation Development Corporation Limited-7069130214

68

1.8 Sewage Transfer Pump- Supply, Installation, Testing & Commisioning of non clog self priming Centrifugal pumping set with cast iron casing and cast iron impeller driven by a TEFC induction motor mounted , 150 mm dia pressure gauge, GM isolation cock, NRV on delivery line. Isolation valve suitable vibration eliminator, pads of approved design. Motor to be suitable for 400/440 V, 3 Phase, 50 cycles AC power supply including all necessary piping, valves and other accessories etc. to complete the system. Flow : 8 m3/hr Head : 10 m HP : 1 HP 2 Each

1.9 Drainage Sump Pump- Supply, Installation, Testing & Commissioning of non clog self priming Centrifugal pumping set with cast iron casing and cast iron impeller driven by a TEFC induction motor mounted , 150 mm dia pressure gauge, GM isolation cock, NRV on delivery line. Isolation valve suitable vibration eliminator, pads of approved design. Motor to be suitable for 400/440 V, 3 Phase, 50 cycles AC power supply including all necessary piping, valves and other accessories etc. to complete the system. Flow : 20 m3/hr Head : 10 m HP : 2 HP 2 Each

1.10 Sludge pumps-Supply, Installation, Testing & Commisioning of non clog self priming Centrifugal pumping set with cast iron casing and cast iron impeller driven by a TEFC induction motor mounted , 150 mm dia pressure gauge, GM isolation cock, NRV on delivery line. Isolation valve suitable vibration eliminator, pads of approved design. Motor to be suitable for 400/440 V, 3 Phase, 50 cycles AC power supply including all necessary piping, valves and other accessories etc. to complete the system. Flow : 32 m3/hr Head : 10 m HP : 3 HP 2 Each

1.11 Hypo dosing system-Supply, installation, testing & commissioning of Hypo dosing system comprising of 100 ltrs HDPE/FRP tank with 0-6 lph electronic metering type pump and SS agitator complete with motor for Sodium Hypochlorite and Citric Acid solution dosing into CIP cleaning solution tank . 2 Each

1.12 Chemical cleaning system-Supply, installation, testing & commissioning of Chemical Cleaning system comprising suitable capacity of Chemical Cleaning HDPE tank filled with Sodium Hypochlorite and Citric Acid solution in required proportion. 1 Set

Free tenders for Sewage Treatment Plant by Delhi Tourism And Transportation Development Corporation Limited-7069130214

69

2.0 Air blowers- Twin type rotary air blowers capable of delivering required amount of free air at required pressure driven through “V” belt or directly coupled through flexible coupling to a TEFCmotor of suitable HP Suitable for 415 ± 10% volts, 3 phase, 50 cycles A/C supply with VFD arrangement.A suitable accoustic encloser need to be provided for blowers. The air blowers shall be of following capacities :

2.1 For Collection Tank, Sludge Holding Tank & Aeration Tank of Capacity :125 m3/hr Head : 0.50 Kg/ sq.cm HP : 5 HP

2 Each 2.2 For MBR Tank and Air Scouring of

Capacity : 140 m3/hr Head : 0.50 Kg/ sq.cm HP : 5 HP

2 Each 3 Air Dispersion system- Supply, Installation,

Testing & Commissioning of Air piping comprise of pipes droppers/ laterals with MS (epoxy coated) Header complete with all ball valves & fittings such as tees, crosses, plugs, sockets, elbows, reducers, supports & clamps, puddle flanges etc cutting chases & making good in main Equalization tank, Aeration Tank, MBR & Sludge Holding Tank etc. STP agency has to submit detailed P & I indicating their with proposal. 1 Lot

4 Supply, Installation, Testing & Commissioning of Non clog type air dispersion system comprising of Coarse bubble membrane diffusers in main Equalization Tank & Sludge Holding Tank and capable of handling required air with better oxygen transfer efficiency / meter water depth. Air dispersion grid including valves & fittings etc.shall be assembled in modular form so that they can be replaced / repaired easily from platform at the top. 1 Lot

5 Supply, Installation, Testing & Commissioning of Non clog type air dispersion system comprising of fine bubble membrane diffusers in each stream of Aeration Tank & MBR Tank capable of handling 3-5 cfm of air with oxygen transfer efficiency of 3-4% per / meter water depth. Air dispersion grid including valves & fittings etc.shall be assembled in modular form so that they can be replaced / repaired easily from platform at the top. 1 Lot

6 Supply, Installation, Testing & Commissioning all piping (as described below) and isolation control valves & fittings etc. for making the system complete. Submerged air piping equalization tank, sludge holding tank, aeration tank & MBR tank.made of 1 Job

Free tenders for Sewage Treatment Plant by Delhi Tourism And Transportation Development Corporation Limited-7069130214

70

SS 304 Air piping (non-submerged). Of MS C- class with Epoxy coating. Submerged & tank overflow pipe line etc of PVC piping Pump effluent riser ( non-submerged) & Interconnecting pipe line after delivery header of pump/ filter of GI (C- Class)

7 Supply, installation, testing & commissioning of High Flow UV system for tertiary water treatment. The UV chamber shall be internally & externally electro polished with double side flange, drain part & probe bar. The unit shall use quartz glass technology for superior UV transmission and specialized high intensity UV lamp rated for 19000 hour operation. The UV dosage shall be greater than 60,000 uW-Sec / sq.cm and supply, installation, testing and commissioning of anoxic agitator with electric motor etc with required RPM complete in all respects. Unit flow : 8 m3/hr

1 Set 8 Level Indicator Scale- Providing and fixing 25mm

dia. gunmetal fitting for water level indicator gauge with isloation cock at top and bottom heavy gauge transparent polyethelene tube of upto 4.5 length with black floating indicator inside tube of upto 4.5 mtrs length 100mm widex 20mm thick teak wood indicating board painted with level indication in cms and litres complete fixing on tank R.C.C. wall with proper fixing arrangement without damaging the tank wall for treated water tank and softwater tank. 2 Each

9 Water Meter- Providing, fixing, testing and commissioning of water meter with direct reading dial in KL with all integral parts of gun metal or brass with necessary fittings such as threaded pieces, union pressure gauge and isolation cock flanges piece for future removal, flanges/ unions, complete (1 no. strainer on inlet) with all necessary testing charges and obtaining test certificates from municipal authorities complete in all respect.

9.1 50 mm dia 1 Each

9.2 65 mm dia 1 Each

10 Filter press with screw pumps- Supplying, installing, testing and commissioning of Automatic type filter press with Screw Pumps with all accessories as under for sludge handling system for STP of capacity 150 KLD. The specifications shall be as follows: Capacity of screw pumps 5 m3/hr at 45 m head 3 HP of each pump- 2 Nos, (1W+1S) Size & Number of Plate :24 nos., (24" x 24") Structure: Cast Iron / Mild Steel Nozzles : P.P./ SS-304 Filter Element (MOC): P.P. 2 Each

Free tenders for Sewage Treatment Plant by Delhi Tourism And Transportation Development Corporation Limited-7069130214

71

Filter Element : Plate & Frame Drainage surface: P.P. - Piped Delivery : Open Operating Pressure : 3 bar (max.) Working temperature : Ambient Filter Media: P.P./Polyester

11 Electrical Control panel- Design, manufacture, supplying, fixing in position, testing and commissioning of the following front operated cubicle type, front access 2 mm thick for frame & 1.6 mm thick MS Sheet for doors & covers steel enclosed free standing, dust and vermin proof, switchboard wih IP54 protection wih hinged and lockable doors complete wih interconnections, tinned copper crimping lugs, bonding to earth and painting suitable for use at 415 volts, 3 Phase 4 wire 50 HZ system and suitable for a fault level of 25 MVA symmetrical at 415 Volts. All Switchboards shall have provision for entry of cables from the top of bottom as required. All live accesible parts shall be shrouded and all equipment shall be finger touch proof. The busbars insulation shall be with heat shrinkable sleeves, SMC/DMC shrouds and busbar supports shall be used. Padlocking facility shall be provided on all outgoing feeders doors and switch handles shall be lockable in OFF Position. The required coppers conductor cables on GI cable trays ,loop earthing with GI Wire of all equipements / all outgoing feeders are included in the scope of work .

11.1 Incomer Section:-1 No. 160 A, TPN MCCB with over current, over/under voltage & earth fault protection. 1 No. 0-200A, Digital ammeter with ammeter selector switch & required CTs. 1 No. 0-500 V, Digital voltmeter with voltmeter selector switch & required set of PTs. 1 Set Phase Indication Lights with 2A SP MCB. 1 Set 0-200A Digital KWH Meter. Bus Bars: Set of 300, TPN aluminium bus bars suitable for 415V. Outgoings: 1 Nos. 10A TPN MCB for 2 HP Screw Screen 2 Nos. 6 A TPN MCB for 0.5 HP CIP Pump 2 Nos. 6A TPN MCB for 1 HP Membrane Suction / Vaccume pump 2 Nos. 10 A TPN MCB for 3 HP Sludge Pump 2 No. 6 A Single phase TPN MCB for Dosing Pump of 100 Watt 4 Nos. 16 A TPN MCB for 5 HP Air Blower 2 No. 10 A TPN MCB for 3 HP Screw Pump 2 No. 10 A TPN MCB for Spares 1 No., Automatic DOL starter of 2 HPrating with SPP, O/L relays, ammeter with CTs, ON/OFF indication lamps provision of space for level 1 Set

Free tenders for Sewage Treatment Plant by Delhi Tourism And Transportation Development Corporation Limited-7069130214

72

control. For 2 HP Screw Screen 2 Nos., Automatic DOL starter of 0.50 HP rating with SPP, O/L relays, ammeter with CTs, ON/OFF indication lamps provision of space for level control. For 0.5 HP CIP Pump. 2 Nos., Automatic DOL starter of 1 HP rating with SPP, O/L relays, ammeter with CTs, ON/OFF indication lamps provision of space for level control. For 1 HP Membrane Suction pump. 2 Nos., Automatic DOL starter of 3 HP rating with SPP, O/L relays, ammeter with CTs, ON/OFF indication lamps provision of space for level control. For 3 HP Sludge pump 2 Nos., Automatic DOL starter of 100 W rating with SPP, O/L relays, ammeter with CTs, ON/OFF indication lamps provision of space for level control. For 100 W Dosing pumps 4 Nos., Automatic DOL starter of 5 HP rating with SPP, O/L relays, ammeter with CTs, ON/OFF indication lamps provision of space for level control. For 5 HP Air Blower 2 Nos., Automatic DOL starter of 3 HP rating with SPP, O/L relays, ammeter with CTs, ON/OFF indication lamps provision of space for level control. For 3 HP Screw Pump 2 Nos., Automatic DOL starter of 2 HP rating with SPP, O/L relays, ammeter with CTs, ON/OFF indication lamps provision of space for level control. For 2 HP Drainage Sump Pump 1 Nos., Automatic DOL starter of 1 HP rating with SPP, O/L relays, ammeter with CTs, ON/OFF indication lamps provision of space for level control. For 1 HP Submersible Mixer 2 Nos., Automatic DOL starter of 1 HP rating with SPP, O/L relays, ammeter with CTs, ON/OFF indication lamps provision of space for level control. For 1 HP Sewage Transfer Pump

12 Operation and maintenance (routine & preventive) of the above sewage treatment and other plant including all machineries, pumps, panels, cables, pipes, valves & instruments etc. complete including supplying of all required consumable items, spare parts for successful running of Sewage and dther plants complete including removal of solid material (waste) from filter press area to the designated place in the STP area complete as per directions of Engineer-in-charge. The item includes all man power i.e. minimum one operator round the clock, one helper in general shift and minimum one visit per week of STP expert / supervisor on the plant complete.(Payment shall be made on quarterly basis) 1. First year (within defects liability period) 1 year

12.1 Second and Third Year (For two year) 2 year

12.2 Fourth and Fifth Year (For two year) 2 year

Total

Free tenders for Sewage Treatment Plant by Delhi Tourism And Transportation Development Corporation Limited-7069130214

73

Free tenders for Sewage Treatment Plant by Delhi Tourism And Transportation Development Corporation Limited-7069130214