Você está na página 1de 27

TECHNICAL SPECIFICATION & LIST OF APPROVED MAKES

1.0

SPECIFICATIONS FOR EXTERNAL DEVLOPMENT WORKS

1.1 General
1.1.1 Scope of work
The scope of work in this subhead comprises Renovation and Up gradation
of Sewage Treatment Plant from 50 KLD to100 KLD utilizing the existing
structures for RGNIYD, Sriperumbudur Details are as below:
1. Upgrading of the existing Sewage Treatment Plant from 50 KLD to 100
KLD.
2. Site clearing & emptying all Existing Tanks.
3. Cleaning of all incoming lines to the Collection Tank
4. Utilizing the existing Civil Tanks with required Modication.
5. Supply of required Mechanical equipment as mentioned above.
6. Erection and Commissioning of STP.
7. Electrical Panel & Internal Wiring
8. All Plumbing in between the Tanks as required with Valves
9. Performance Guarantee and Warranties
10. Operation of the Sewage Treatment plant for a year.
11. Training the Client staff for Treatment.
12. Extended warranty for an additional year.
13. For Re Use of the Treated Sewage:i)
Construction of 25000 Liters Tank in RCC.
ii)
Installation of Hydro Pneumatic pumps for conveying the
treated sewage to gardens (1 working + 1 no. Stand by)
iii)
Laying of 50 NB HDPE 6 kg pressure pipe line for an approx
distance of 750 M
1.2 Specification for schedule items
1.2.1 All the water supply, drainage & sewerage works of schedule items shall be
carried out strictly as per printed central PWD Specifications, 2002 Vol.
(II) with upto date corrections.
1.2.2 All the water supply and sanitary works shall be carried out by the licenced
plumbers approved by the Local Authorities and skilled workmen,
experienced in the trade.
1.2.3 Only specified brand of material will be used subject to the approval of the
sample.
1.2.4 All workmanship shall conform to Indian Standard Codes of Practice. The
fixing and finishing shall be neat, true to level and plumb. Manufacturers
instructions shall be followed closely regarding installation and
commissioning. All fixtures shall be protected throughout the progress of
the work from damage. Special care shall be taken to prevent damage
and scratching of fittings. Tool marks on exposed fixtures shall not be

accepted. Protective paper on fixtures shall be removed with hot water


only at the final completion of work.
2.0

LIST OF APPROVED MAKES OF MATERIALS


Engineer-in-Charge reserve the right to select the any of the brand
out of the Brands listed in list of approved makes. Contractor to obtain
written approval of Brand and model prior to procurement of material.
SL. NO.
1.

2.
3.

MATERIALS
RCC PIPES

G.I. PIPES
G.I. FITTINGS

BRAND NAME
- PRAGATI CONCRETE UDYOG.
JAIN SPUN PIPE CO.
- JINDAL HISSAR SURYAPRAKASH
R-BRAND (MALLEABLE CAST IRON)
KS-BRAND

4.

BUTTERFLY / BALL VALVES

5.

SFRC MANHOLE COVER & FRAME

- ZOLOTO LEADER AIP


- KK MANHOLE

Note: For any item not covered in above list, the contractor shall get the
make approved from the engineer before item is supplied.
3.0

PREAMBLE TO THE PRICING OF


EXTERNAL PHE WORKS.

3.1

GENERAL

BILL

OF

QUANTITIES FOR

3.1.1 This section shall be applicable for item rate work and for variations.
3.1.2 This preamble covers external water supply, sewerage & drainage works.
3.1.3 This preamble shall be read in conjunction with the specifications,
condition of contract, drawings and all other documents accompanying the
tender papers.
3.1.4 For all items of work the rates shall be comprehensive and all inclusive.
The rates shall include for all matters and things necessary for satisfactory
completion and maintenance of the work in proper working order and to
the satisfaction of the Engineer-in-Charge, including testing, making
samples, etc., and all that have been indicated in the specifications or
other Tender Documents either directly or indirectly, and cover for all
obligation of the Contractor under the Contract. No claim for additional
payment shall be allowed for any error or misunderstanding by the
contractor of the work involved.
3.1.5 Unless otherwise mentioned in the description of the item, this Bill of
Quantities shall be applicable for work in any height, position or
condition.

3.1.6 Unless otherwise stated, method of measurement as described in the


latest editions of I.S. 1200 with its parts corresponding to different
sections of work shall be followed. In case of any dispute in this matter,
the decision of Engineer-in-Charge shall be final, binding and conclusive.
3.1.7 The following notations have been used throughout the Bill of quantities.
m
- Metre
mm
- Millimetre
m2
- Square Metre
mm2
- Square Millimetre
m3
- Cubic Metre
No.
- Number/Numbers
Dia
- Diameter
Kg.
- Kilogramme/s
T
- Metric Tonne
L.S
- Lumpsum
Pt.
- Point/Points
Set
- Set/Sets
C/C
- Centre to Centre
@
- At the rate of
V
- Volt/Volts
A
- Ampere/s
SWG
- Standard Wire Gauge
3.1.8 The Contractor shall be deemed to have full knowledge of all his
obligations under the Contract and shall be deemed to have made full
allowance for complying with all such obligations in his offer.
3.2 TRADE PREAMBLE
3.2.1 External Water Supply Pipes Pipe laying, excavation, bedding, dewatering
of the trench where necessary, jointing (include for all joints, gaskets,
nuts, bolts, jointing compound) backfilling in trench and disposal of
surplus earth pipes shall be measured by length for an average depth as a
single item but separately in accordance with type and diameter of pipe,
testing necessary rectification, and sterilizing the pipe line including
supplying of necessary water, chemicals and disinfectant and disposal of
the water after use, should be included in this rate. Pipe laying as per
specifications shall be measured in Running Metre as actually laid
measured along the centre line of the pipe line for and average depth. The
bends, junctions, specials, fittings shall be included in Running Metre
length of the pipe. The rates for pipe laying shall include:
(A) Excavation of trenches in any kind of soil backfilling and disposal of surplus
earth as specified.
(B) Providing required beddings as shown in drawing and as specified.
(C) Providing the pipes and fittings, joints, specials, etc. to the site.
(D) Lowering the pipes, fitting, etc. into trench, jointing and fixing true to line
and
level.
(E) Providing all equipment, labour and materials, necessary to carry out the
above
works complete in all respects as specified and/or instructed.

(F) Installation of valves, metres, other fittings and similar items, etc. as shown
and specified.
(G) Construction of thrust blocks as specified.
(H) Testing, cleaning sterilisation of pipe lines including supply of required water
for such work.
(I) Filling river sand around GI pipe.
(J) Commissioning of completed pipes lines.
(K) Backfilling to finished grade level with approved materials as shown and
directed by the Engineer-in-Charge.
(L) Removal of surplus excavated materials to an approved dumping yard.
Chambers
Valve chambers, surface boxes and similar items shall be measured
number constructed according to type.

by

Appurtenances
Valves, metres, taps and similar items shall be measured by number
supplied. The installation shall be included in the rate for laying etc. of the pipes
measured by length.
Fittings
Pipe fittings, such as tees, bends, elbows, reducers and similar items shall
be measured with pipes. Installation shall be included in the linear metre rate for
laying etc. of the pipe line.
3.2.2 Masonry, RCC Chambers for Valves, Hydrants, etc.
Chambers shall be measured in number according to type. The rates shall
includeNecessary excavation in any kind of soil backfilling and disposal of surplus
earth as specified.
Protecting the excavation with all necessary shoring, strutting and keeping
the excavation clear of water.
Providing and laying foundation concrete as shown on drawing and as
specified.
Providing and constructing brick masonry walls in cement mortar/RCC
walls including reinforcement as shown on drawing and as specified. The
openings required to be left open for pipes and subsequent reinforcement
grouting shall also be included in the rates.
Providing and casting RCC top slab including reinforcement as shown on
drawing and as specified.
Providing fitting and fixing C.I access cover including frame as shown on
drawing and as specified and/or directed at site by the Engineer-in-Charge.
Providing external cement plaster 1:4 with water proofing compound 150mm
from the bottom of the top slab for the external faces of the chamber walls. All
external faces of chamber in touch with soil to be painted with two coats of
bitumen coatings.
Providing concrete benching, seats, etc for pipes and valves as shown in
the drawing and as directed by the Engineer-in-Charge.

The rates quoted shall be net and should any variation occur either in
drawings or in specifications, the rates of individual items of work quoted in civil
work shall apply.
3.2.3 Valves, Meters etc.
For supply of valves, meters, taps and similar items shall be measured by
number. This rate shall also include cost of installation and fitting.
3.2.4 External Drainage
a)
Specified pipes shall be measured per Running Metre for the clear length
between the chambers and appurtenances for an average depth. The rate
shall be inclusive of the cost of pipes, all fittings, jointing and testing of
pipes and fittings etc. as specified.
b)
Manholes and chambers shall be measured in number and shall include all
works as stated in 3.3.2.
c)
Specified gully traps shall be measured by number and the rate shall
include the cost of masonry chamber with cover, 150 x 150 mm C.I.
grating including fixing in position with cement mortar.
3.2.5 Mechanical Equipments
All mechanical equipment e.g. Pumps & Panels etc. shall be measured in
number and the rate shall include all items of work as given in specifications &
Bill of Quantities.
The cost of construction of suitable foundations duly approved by the
Engineer-inCharge is also deemed to be included in the rate of the particular
equipment.
TECHNINCAL SPECIFICATION & LIST OF APPROVED MAKES
(PUMPING SYSTEM, WATER TREATMENT SYSTEM, TUBEWELL
TUBEWELL PUMP)

&

1.0 SPECIFICATINS FOR WATER PUMPING & WATER TREATMENT


SYSTEM
1.1 Scope of Work
The Scope of work in this subhead shall consist of furnishing all labour,
materials, equipment and appliances necessary and required to completely do all
work relating to the supply, installation, testing & commissioning of water
pumping and water treatment as described hereinafter and shown on the
drawings.
The work shall include the following:Supply, installation, testing & commissioning of
a) Water supply pumps & drainage pumping system.
b) Water filtration system.
c) Electrical works related with water supply pumps & water treatment plant.
d) Painting of equipment and piping.
e) Unloading of the equipment and placing in position at site.
f) Foundation of equipments as required.

1.2 Contractors Experience


1.2.1 Contractors quoting for this work shall be engaged in the manufacture,
work testing and installation of Pumping Systems and Water Treatment
Plants.
1.2.2 Contractor must have sufficient experience in the execution of turn-key
projects.
1.2.3 Contractor must submit with the tender a list of similar jobs carried out by
him in the last five years along with the name of works, name and
address of clients, year of execution, capacity of plant and value of work.
1.3 Technical Information
1.3.1 Contractor shall submit along with the tender copies of detailed
specifications, cuts, leaflets, and other technical literature of equipment
and accessories offered by him.
1.3.2 Contractors attention is specially invited to the special conditions and
other clauses in the agreement which required the contractor to :a. To Submit detail shop drawings.
b. Use material of specific makes and brands.
c. Obtain approval from various authorities as necessary and required.
d. Execute the entire work on a turn-key basis so as to provide a totally
operating plant.

1.4 Exclusions
1.4.1 Work under this contract does not include the following work:1.4.2 Electrical cables up to incoming motor control centre.

1.5 Site Accessibility


1.5.1 The equipment are to be located in pump house located within the
substation building.
1.5.2 The equipment must be carried from the goods receiving station to the site
in an Extremely careful manner to prevent damage to the equipment
building or existing services.
1.5.3 Contractor must visit the site and familiarize himself with above problems
to ensure that the equipment offered by him are of dimensions that they
can be carried and placed in position without any difficulty.
1.6 General Requirements
a) All materials shall be new and of the best quality conforming to specifications
and subject to the approval of the Engineer.
b) All equipment shall be of the best available make manufactured by reputed
firms.
c) All equipments shall be installed on suitable foundations, true to level and in
a neat workmanlike manner.

d) Equipment shall be so installed as to provide sufficient clearance between the


end walls and between equipment to equipment.
e) Piping within the pump house shall be so done as to prevent any obstruction
in the movement within the pump house.
1.7 Pumping System
1.7.1 Water supply Pumps
Water supply pumps shall be monoblock online vertical, single or
multistage stainless steel pumps suitable for clean filtered water.
1.7.2 Drainage Pumps
All drainage pumps shall be portable submersible mono block non clog
pumps with totally water & dust proof motor compact in design. The motor
portion shall be isolated from the pump by intermediate casing with double
mechanical seal in oil chamber. The shaft shall be with die cast rotor on motor
side & shaft protection sleeves on pump side and shall be with grease packed
bearings and greasing pump. The motor housing shall be suitable for IP 68
protection. The motor shall be provided with built in temperature sensor
enabling tripping of motor if temp rises above 150 Deg.C and restart at 80
Deg.C giving complete dry run protect. The pump shall be of capacities & head
as given in Bill of Quantities.
1.7.3 Level Controller/Indicator
Contractor shall provide and install low voltage transistorised level
controllers/indicator as specified in Bill of Quantities. Each level
controller/indicator shall be provided with required number of PVC sheathed
stainless steel probes with necessary wiring and conducting.
1.7.4 Neoprene flexible pipe connectors
Suction and delivery lines of the pumps shall be provided with double
flanged reinforced Neoprene flexible pipe connectors. Connectors shall be
suitable for a working pressure of each pump as specified in Bill of Quantities.
1.7.5 Piping
Pipes for suction and delivery line shall be galvanized steel tubes to
IS:1239 (Medium Class). Fittings shall be malleable cast iron fittings as per
IS:1879.
a) Valves 65 mm dia and below shall be lever operated Ball valves, screwed type
of bronze body as per IS:318 with SS ball and SS stem with mild steel lever.
b) Non-return valve 65mm and below shall be of gunmetal confirming to IS :
778.
c) Valves 80 mm dia and above shall be cast iron lever operated butterfly valve.
d) Non return valve 80 mm dia and above shall be cast iron double flanged to
IS:5312.
e) Suction strainer or foot valve shall be gunmetal.

1.7.6 Joints
All G.I. pipes and fittings shall be provided with screw joints unless otherwise
instructed.
1.7.7 Testing
All G.I. pipes shall be tested hydrostatically for a period of two hours to a
pressure of 14.0 Kg/Cum. without drop in pressure.
1.8 Water Treatment System
1.8.1 Water Filter
a) Water filter shall be dual media pressure filter / activated carbon filter
suitable for a rate of filtration given in Bill of Quantities. The design
fabrication and construction shall conform to the requirement of IS:2825.
b) Filter shall be vertical type skid mounted of required diameter. The shell
shall be fabricated from M.S. plates conforming to IS:2041 suitable to
withstand as design pressure given in Bill of Quantities. The minimum
thickness of shell shall be 6 mm and dished ends shall be 6 mm which shall
include corrosion allowance and mill allowance respectively. The scaling
allowance on dished ends to be considered by the bidder as per
requirement of IS:2825. The filter shall have at least one pressure tight
manhole cover. Each filter shall be provided with screwed or flanged
connection for inlet, outlet, individual drain connections necessary and
required. Filter shall be painted inside with minimum two coats of nontoxic
corrosion resistant paint and one coat of red oxide primer outside.
c) Under Drain System
Each filter shall be provided with an efficient under drain system
comprising of collecting pipes, polypropylene nozzle's of manufacturer
design. The entire under drain system shall be supported on M.S. plate or
cement concrete supports provided by the contractor.
d) Face Piping
Each filter shall be provided within interconnecting face piping comprising
of inlet, outlet and back wash complete with valves. Pipes shall be GI
heavy class (65 mm & below). Pipe 80 mm dia and above shall be CI (LA)
double flanges pipes with matching fittings.
e) Accessories
i) Air release valve with connecting piping.
ii) 100 mm dia Dial Bourden type gun metal pressure gauges with gun
metal isolation, cock and connecting piping on inlet and outlet, causing
shall be with cast aluminium stored enamel black finish cases.
iii) Sampling cocks on low water inlet and filtered water outlet.
iv) Connection with valve for air scouring.
f) Each filter shall be provided with clean and washed filter media of
type and depths as recommended by the manufacturer.

g) Back Wash
Backwash flow rate shall be 400 gallons/hr./sq.ft which shall be achieved
by reversal of flow from water supply pumps through the pressure filter.
Backwash shall be done once in 48 hours subject to the recommendations
of manufacturer.
1.8.2 Piping for Water Treatment Plant
a) Pipes shall be M.S. galvanized steel conforming to IS:1239 (medium
class) with matching malleable cast iron fittings.
b) Valves 65 mm dia and below shall be lever operated Ball valves,
screwed type of bronze body as per IS:318 with SS ball and SS stem
with mild steel
lever.
c) Non-return valve 65mm and below shall be of gunmetal confirming to
IS :
778.
d) Valves 80 mm dia and above shall be cast iron lever operated butterfly
valve.
e) Non return valve 80 mm dia and above shall be cast iron double
flanged to
IS:5312.
1.8.3 Flow Measurement
The contractor shall provide one bye-pass type Rota meter reading LPH
on delivery line of filter and softener.
1.8.4 The contractor shall supply one complete set of test kit for water treatment
system.
1.8.5 Painting and Clean-up
a) One completion of the installation contractor shall scrub, clean all pumps,
piping, filter, softener and other equipment and apply one coat of primer.
b) Apply minimum two coats of synthetic enamel paint. Type/make of paint
shall be as per Engineer approval.
c) Provide painted identification legend and direction arrows on all
equipment and piping as directed by the Engineer.
d) On final completion of the work, contractor shall clean up the site and
pump room of all surplus materials, rubbish and leave the place in a
broom clean condition.
1.9 Electrical Works
1.9.1 Cables
a) Contractor shall provide all power and control cables from motor control
centre to various motors, level controllers and other control devices.
b) Cables shall conform to IS:1554 and carry ISI mark.
c) Wiring cables shall conform to IS:694.
d) All power cables shall be aluminium conductor PVC insulated/PVC
sheathed FRLS armoured cables of 1100 volts grade.
e) All control and wiring cables shall be copper conductor PVC insulated
armoured and PVC sheathed 600 volt grade.
f) All cables shall have stranded conductors. The cables shall be in drums as
far as possible and bear manufacturer's name.

1.9.2 Motor Control Centers


Cubicles switch board of floor mounted and shall be fabricated from 16 gauge
M.S. sheet with dust and vermin proof construction. It shall be painted with
stove enameled paint of approved make and shade. It shall be fitted with
suitable etched plastic identifications plates for each motor. The cubicles shall in
general comprise of the following :
(A) Incoming and outgoing MCCBs of required capacity with rotary handle.
(B) PVC Colour coaded TPN Aluminium busbar having current density
0.8Amp/sq.mm.
(C) Isolation switch fuse unit one for each motor.
(D) Fully automatic DOL/Star Delta starters appropriate for motor rating with
ON/OFF push buttons and on/off indicating neon lamps for individual
motor.
(E) Single phase preventor of appropriate rating for each motor.
(F) Selector switch for pump operation.
(G) Panel type ampere meters of appropriate rating one for each motor.
(H) Panel type voltmeter on incoming main with rotary selector switch to
read voltage between phase to neutral and phase to phase.
(I) Rotary switch for manual or auto operation for each pump. Page - 12
(J) Space for liquid level controllers specified separately in this contract.
The panel shall be prewired with colour coded wiring. All interconnecting
wiring from incoming main to switch gear, meters and accessories with in
the switch board panel.
1.10 Installation, Commissioning & Guarantees
1.10.1 Installation
a) Contractor shall supply three copies of foundation drawings giving weight,
vibration and other loads required for the proper designing of the
foundations.
b) All equipment shall be installed in a true workman like manner true to level
and grade in accordance with the best current practice.
c) Contractor shall employ sufficient and proper equipment for lifting and
placing of heavy equipment and in a manner which shall not strain or
cause damage to the existing structures. If any damage is done, the same
shall be made good to the satisfaction of the Engineer without any
additional cost.
d) The contractor shall submit detailed shop drawings showing detailed layout
of the system showing dia piping, valves etc. for approval of the Engineer.
The work shall be started only after approval of shop drawings submitted
by the contractor.
1.10.2 Commissioning
a) On completion of the work in all its aspects, the contractor shall start
up the plant in a manner normally done for the continuous operation
for a period of not less than 48 hours and shall rectify and adjust the
equipment
for leakages and balancing the system.

b) After satisfactory commissioning of the plant, the contractor shall


conduct performance tests on the pumps to satisfy the Engineer that
all equipments are performing to the rated outputs any or all pumps
and equipment shall be rectified or replaced if the same is not
performing in accordance with the specifications.
1.10.3 Guarantees
a) On award of the work contractor shall submit a guarantee covering the
quality and performance of all materials supplied and installed under the
contract. This guarantee shall cover each and every material whether
manufactured by the contractor or not.
b) Contractor shall specify a suitable procedure to test the rated performance
of the equipment and shall provide all necessary equipment, guages etc.
for conducting such tests.
c) The guarantee shall cover a period of one year from the date of installation
and handing over and commissioning of plant.
1.10.4 Completion
On completion of the job, the contractor shall hand over to the Engineer the
following:
a) One flow chart drawn in ink on thick paper and mounted in a glass frame
showing the flow diagram of the process including legend showing valves
to be normally open or closed and instructions for operation and maintenance
of the pumping equipment.
b) Five sets of operating and maintenance instructions with spare parts list and
their manufactures and/or suppliers.
c) Five sets of catalogues and drawings for all equipment supplied.
On final commissioning of the plant, contractor shall provide the services of
one trained supervisor for period of two calendar weeks to train the
Owners' staff in the operation and maintenance of the plant.
1.11 LIST OF APPROVED
TREATMENT SYSTEM

MAKES

FOR

WATER

PUMPS

&

WATER

Engineer-in-Charge reserve the right to select the any of the brand out of the
Brands listed in list of approved makes. Contractor to obtain written approval of
Brand and model prior to procurement of material.
SL. NO.
1.
2.
3.
4.
5.

MATERIALS

VERTICAL IN LINE PUMPS G.I/M.S PIPES


BALL VALVE /BUTTERFLY VALVE
GUNMETAL NON-RETURN VALVE
CI STRAINERS

BRAND NAME
-

DP PUMPS - GRUNDFOS - WILO


JINDAL HISSAR- SURYA PRAKASH
ZOLOTO - KARTAR - AIP
ZOLOTO - AUDCO - AIP
LEADER / SANT

6.
7.
8.
9.

Y-STRAINERS
C.I. NON-RETURN VALVE
ELECTRIC MOTORS
ELECTRICAL SWITCHGEAR &
STARTERS
10. CABLES - SKYTONE
11. TECHNICA. LIQUID LEVEL
CONTROLLERS
12. FILTER - ION EXCHANGE

- ZOLOTO - AUDCO
- ZOLOTO / KIRLOSKAR
- KIRLOSKAR - NGFE - SIEMENS
- GE POWER - L&T CONTROL
& SWITCHGEAR
- POLYCAB - GRANDLAY
- AUTOLIFT LIQUID LEVEL
INDICATORS
- THERMAX - ENVIROTECH UTILITY

13. ELECTRIC CONTROL PANEL - SPC ELECTROTECH PVT. LTD


- DIAMOND ELECTRICALS LTD
3.0 PREAMBLE TO THE PRICING OF PUMPING SYSTEMS, WATER
TREATMENT
SYSTEM, TUBEWELL & TUBEWELL PUMPS WORKS:
3.1 GENERAL
3.1.1 This section shall be applicable for item rate work and for variations.
3.1.2 This preamble covers Pumping systems, water treatment system, Tubewell
& tubewell pumps.
3.1.3 This preamble shall be read in conjunction with the specifications,
condition of contract, drawings and all other documents accompanying
the tender papers.
3.1.4 For all items of work the rates shall be comprehensive and all inclusive.
The rates shall include for all matters and things necessary for satisfactory
completion and maintenance of the work in proper working order and to
the satisfaction of the Engineer-in-Charge, including testing, making
samples, etc., and all that have been indicated in the specifications or
other Tender Documents either directly or indirectly, and cover for all
obligation of the Contractor under the Contract. No claim for additional
payment shall be allowed for any error or misunderstanding by the
contractor of the work involved.
3.1.5 Unless otherwise mentioned in the description of the item, this Bill of
Quantities shall be applicable for work in any height, position or
condition.
3.1.6 Unless otherwise stated, method of measurement as described in the
latest editions of I.S. 1200 with its parts corresponding to different
sections of work shall be followed. In case of any dispute in this matter,
the decision of Engineerin-Charge shall be final, binding and conclusive.
3.1.7 The following notations have been used throughout the Bill of quantities.
m
- Metre
mm
- Millimetre
m2
- Square Metre
mm2
- Square Millimetre
m3
- Cubic Metre
No.
- Number/Numbers
Dia
- Diameter
Kg.
- Kilogramme/s

T
- Metric Tonne
L.S
- Lumpsum
Pt.
- Point/Points
Set
- Set/Sets
C/C
- Centre to Centre
@
- At the rate of
V
- Volt/Volts
A
- Ampere/s
SWG
- Standard Wire Gauge
3.1.8 The Contractor shall be deemed to have full knowledge of all his
obligations under the Contract and shall be deemed to have made full
allowance for complying with all such obligations in his offer.
3.2 TRADE PREAMBLE
3.2.1 External Water Supply Pipes
All water supply works shall be measured as per CPWD specifications -2002
Vol.II.
3.2.2 Mechanical Equipments
All mechanical equipment e.g Pumps etc. shall be measured in number and the
rate shall include all items of work as given in specifications & Bill of Quantities.
The cost of construction of suitable foundations duly approved by the
Engineerin-Charge is also deemed to be included in the rate of the particular
equipment.
TECHNICAL SPECIFICATION & LIST OF APPROVED MAKES
1.0 SPECIFICATION FOR SEWAGE TREATMENT PLANT OF CAPAICTY 100 KLD .
1.1 DESCRIPTION OF PROCESS SCHEME.
In order to conserve water, the treatment plant will be designed to ensure that
treated effluent (water) characteristics are well below the permissible limits. It is
proposed to use Attached Growth system working on the principle of Fluidized
Aerobic Bio-reactor process based on the FAB process.
Waste water will flow via gravity through a bar screen chamber & Oil & Grease
Trap to an Equalization Tank. A bar screen will be provided at the inlet point in
the bar screen chamber and the waste water will flow through this bar screen
into the Tank.
Bar screen will be so designed that it can be cleaned manually from outside the
Tank.
The oil & grease from the Oil & Grease Trap would have to be removed
manually.
Waste water from the equalization tank will be transferred by means of Pumps
into the FAB tank where it will be mixed with living organisms also called MLSS

(Mixed Liquor Suspended Solids) in presence of air & air will be introduced
through submerged air diffusers (MLSS in aeration tank will be maintained 25003000 Mg/L).
The FAB system will be designed in a way so as to achieve complete mixing of
organisms with raw sewage. After achieving a complete mixing of organisms
over a retention period of 10-12 hrs, the effluent would flow via gravity into the
Tube Settler.
In the tube settler, PVC Tube Media would be provided to enhance settling of the
sludge with attached settling process. Through the use of baffles the liquid in the
Tube Settler is maintained in quiescent condition which allows the solids to settle
to the bottom for collection. The accumulating solids known as Sludge will be
constantly pumped back into the FAB tank by sludge recycle pumps. This return
sludge undergoes further digestion in the aeration tank and also provides the
active organism needed to digest the incoming raw sewage.
The Tube Settler will be provided with adjustable overflow weir to collect the
treated effluent and a scum baffle will keep any floating matter from passing out
in the final treated water. Treated water from Tube Settler will over flow into a
chlorine contact tank where hypochlorite solution will be added to disinfect the
treated water.
Excess sludge from the bottom of the Tube Settler will be collected in an
adjoining aerobic digester cum thickener tank. In this tank sludge will be
aerated. The air will be shut off periodically and supernatant water shall flow into
the collection tank. This way the sludge will be thickened and its volume will be
reduced. The sludge digester cum thickener tank will be sized to hold excess
sludge. The excess sludge will be further passed into a filter press where the
sludge will be pressed between plates manually and the liquid concentration in
the sludge will be further reduced. The sludge will then form into semi-solid cake
which can be removed for disposal.
The treated sewage from STP will be used for irrigation system with in the
complex.
PROCESS BLOCK DIAGRAM
BAR SCREEN RECEIVING SUMP THROUGH PUMPS MB REACTOR - 01 MB
REACTOR -02
TUBE SETTLER SLUDGE HOLDING TANK DRIED CAKES FOR DISPOSAL RAW
SEWAGEO & G TRAP AIR THROUGH ACF & BLOWERS DMFTHROUGH PUMPSBY
PASSSLUDGE PUMPS FILTER FEED TANK TREATED WATER TANK TREATED
WATER PUMPS OZONATORUV REACTOR
2.0 SPECIAL CONDITIONS OF CONTRACT
This section shall be read in conjunction with all other sections forming part of
the tender.

2.1 SCOPE OF WORK ;


The scope of work in this subhead comprises Renovation and Up gradation of
Sewage Treatment Plant from 50 KLD to100 KLD utilizing the existing
structures for RGNIYD, Sriperumbudur Details are as below:
The Tenderer shall handover the plant in full operational condition to the
satisfaction of the Engineer.
The Sewage Treatment Plants shall essentially include but not limited to the
following units. Tenderer can also give alternative scheme.
2.1.1 LIST OF SUPPLIES AND SPECIFICATIONS OF THE UPGRADATION
OF THE 50 KLD TO 100 KLD STP.

DESIGN DATA
The Sewage Treatment Plant is based on the following Parameters
Average Characteristics of Waste water

Sl. No

DESCRIPTION

VALUE

01

Nature of Wastewater

SEWAGE

02

Designed capacity

100 KLD

03

pH

6.5 7.5

04

Total Suspended Solids

100 - 300 mg/l

05

B.O.D

300 - 400 mg/l

06

C.O.D

400 - 500 mg/l

07

Oil and Grease

2-5 mg/l

FLOW CHART OF TREATMENT SYSTEM


SEWAGE ( 100 KLD) BAR SCREEN
cum OIL CATCHER

COLLECTION TANK

MBBR- REACTOR

CLARIFIED TANK

PRESSURE SAND FILTER

ACTIVATED CARBON FILTER

CHLORINATION

TREATED WATER

TREATED OUTLET for REUSE

EXISTNG CIVIL TANKS DETAILS


No.

DESCRIPTION

SIZE in Mtrs.

QTY

Collection tank

Dia 4.0 x 2.5

Screening Chamber

1.80 x 2.00 x 2.50

Bioreactor - Aeration Tank

7.50x 4.50 x 3.50

Sec Settling tank

Dia 2.0 x 2.5

Filter Feed Tank

Dia 7.50 x 2.5

Sludge Drying Bed

12.00 x 7.00 x 1.00

Collection Pump Room

3.50 x 2.50

MCC/ Filter Room

4.0 x 4.0

MECHANICAL WORK DETAILS

Sl

DESCRIPTION

CAPACITY

Qty

No
1

BAR SCREEN

10 mm

RAW FEED PUMPSewage

SPO ( 1.0 HP)

AERATION BLOWER

5.00 HP

AERATION Diffusers

Fine Bubble

Media in AERATION

Bio Growth Media

20 Cum

Media in Sec Settling

Tubular Settler

4.0 Sqm

SLUDGE PUMP

SPO/ 1.0HP

1+1

FILTER FEED PUMP

Mono / 5.0 HP

1+1

PSF

7.50 m3/hr

10

ACF

7.50 m3/hr

11

DISINFECTION

10 Lit / Hr

1+1
1+1
16

DETAILED SPECIFICATION OF MECHANICAL EQUIPMENT


1

BAR SCREEN
Size of Bar

10 mm

MoC

Stainless Steel (Pre-fabricated)

Quantity

2 Nos.

FEED PUMP- Sewage


Type

Submersible Non-clog open impeller

Make

Kirloskar / CNP / Equivalent

Capacity

5.0 cu.m / hour; Head: 8.0 M, 1.0HP

Quantity

1 working + 1 no. Stand by

Purpose

To transfer the Sewage from Collection Tank to Aeration.

DIFFUSED AERATION SYSTEM


Type

POSITIVE DISPLACEMENT ROTARY TWIN LOBE

Make

Everest

Pressure

5000 mm wg

M.O.C

CI

Safety equipment

NRV, Pressure gauge, Safety valve

Power required

5.0 HP

No: of Diffusers

16.0 Nos

Quantity

1 working + 1 no. Stand by

DIFFUSED AERATION SYSTEM MEDIASPARAMETER

SPECIFICATIONS

TYPE OF MEDIA

FLUIDIZED RANDOM BIO

MOC of Media

VIRGIN PP WITH UV

Structure

Cylindrical shaped

Specific Gravity

0.90-0.95gms/Cm3

Surface Area

500 m2/m3

Max Operating
Temp

80Oc

Colour

Black

Media Usage

FLUIDIZED BIO REACTOR

05. MEDIA for Secondary SETTLING TANK


Type

Tubular Settler

Purpose

For faster settling

07. SLUDGE PUMP


Type
Make

:
:

Non clog Self priming


Kirloskar / Equivalent

HP

1.0 HP

Head

10 M

Quantity

1 working + 1 no. Stand by

Purpose

Recirculation of Sludge to Aeration tank.

08

FILTER FEED PUMP


Type of Pump :

Horizontal Centrifugal Monobloc

Capacity

5.0 m3 / hr

Total Developed Head: 30 MWC


No. of Working :

1 working + 1 no. Stand by

Motor Rating

5.0 HP, 3 Phases AC

Make

Kirloskar / Equivalent

MOC

Purpose
09

CI

To transfer the effluent from Clarified tank to Filters

PRESSURE SAND FILTER

Figure: View of Pressure Sand Filter

Number of Units

One

Type

Vertical Down Flow

Design Flow Rate

5.0 m3 / hr

Design Pressure

3.5 Kg / cm2

Test Pressure

8.0 kg/ cm2

Material

MSRL

Diameter

800 mm

HOS

1550 mm

8 mm

Thickness
Shell

FILTER MEDIA
Type of Filter Media

Pebbles, Gravels & Sand

Type of Valve in Frontal Pipelines:


0

Multi Port Valve

ACTIVATED CARBON FILTER

Figure: View of Activated Carbon Filter

Number of Units

One

Type

Vertical Down Flow

Design Flow Rate

5.0 m3 / hr

Design Pressure

3.5 Kg / cm2

Test Pressure

8.0 kg/ cm2

Material

MSRL

Diameter

600 mm

HOS

1950 mm

Thickness
Shell

8 mm

FILTER MEDIA
Type of Filter Media

Pebbles & Activated Carbon

Type of Valve in Frontal Pipelines:

Multi Port Valve

Any other item of work necessary for satisfactory performances of the


system.
2.1.2 LIST OF INSTRUMENTS
SR. DESCRIPTION QTY. LOCATION NO.
1. Pressure gauges Lot Pumps / blowers
2. Air rotameters Lot On FAB air line
3. Auto-desludging valve Lot Tube settler drain
2.1.3 ELECTRICALS
1 Motors As applicable according to the scope of supply
2 Distribution board Fixed type
3 Power cable / Glands / lugs for cables
Distribution board to motors
4 Equipment earthing Up to the common earthlink provided by client near
the plant.
NOTE :
a. Incoming supplies to be provided at distribution control by client.
2.2 CIVIL WORKS
Civil structures of the Sewage Treatment Plants will be designed and
constructed for the total sewage flow 225m3/day.
2.2.1 CIVIL WORKS OF 100 KLD STP
SR.NO ITEM QTY. SIZE MOC
a) Bar screen pit 1 1.2 x 0.75 x 1.5 m SWD RCC
b) Oil & Grease Trap
Chamber
1 2.83 x 1.2 x 1.5 m SWD RCC
c) Equalization tank 1 5.1m x 3.81m x 2.0 m SWD RCC
d) FAB Tank 2 3.48 x 1.79 x 5.0 m SWD RCC
e) Tube Settler
a) Tank
b) Collection troughs 11 lot
3.81 x 2.5 x 3.0 m SWD

RCC
f) Filter feed tank 1 5.8 x 3.81 x 2.6 m SWD RCC
g) Treated water tank 1 4.82 x 3.81 x 5.0 m SWD RCC
h) Sludge Holding tank 1 5.3 x 3.49 x 5.0 m SWD RCC
i) Filter press - -- -j) Pump room 1 As per drawing RCC
k) Foundations for all the units .
Suitable RCC
Important Note:
The tenderer shall submit detailed design drawings for construction of STP.
Tentative layout plan of various RCC structures are enclosed for reference. The
tenderer shall explore all existing site conditions / levels for design of RCC
structures of proposed STP.
The tenderer shall be required to execute as a part of scope of work, any other
item not specified above and indicated in the tender but essentially required for
satisfactory and desired functioning of the plant. The schematic process scheme
for the proposed plant is enclosed. The tenderer shall provide a defined scheme
based upon this process along with sizes of different tanks and
equipment and take guarantee of the treated effluent to the due standard.
2.3 GENERAL SPECIFICATIONS
2.4 CHARACTERISTICS OF SEWAGE AT INLET
The following characteristics of Sewage Treatment plants shall be considered for
design purpose. The tenderer may collect additional data, if so required by him
at his at his own cost.
Total Sewage Flow : 100m3/day
PH : 7.0 - 8.0
BOD : 350 Mg/L
S. Solids : 250 Mg/L
COD : 450 Mg/L
Oil & Grease : 15 Mg/L
2.5 TREATED EFFLUENT CHARACTERISTICS
The minimum quality of treated effluent after the treatment to be either equal
to or better than: PH : 7.0 - 8.0
BOD5 : Less than 5 Mg/L
Total suspended Solids : Less than 30 Mg/L
COD : Less than 150 Mg/L
Oil & Grease : Less than 10 Mg/L
The treated effluent shall be odourless, free from oil, grease and other
obnoxious matters.

2.6 DOCUMENTS TO BE SUBMITTED WITH TENDER


The tenderer shall submit the following details along with the tender
i) Flow scheme with hydraulics
ii) Size of units
iii) Description of process
iv) List of mechanical and electrical equipment
v) Total Power requirement unit wise
vi) Guarantees

2.6.1 SUBMISSION OF DESIGN AND DRAWINGS


Selected tenderer shall submit detailed drawings for approval to the client.
2.7 SELECTION OF EQUIPMENT
Subject to the requirement of this specification and the design criteria the
tenderer shall select the type of equipment and the form of construction and
installation, subject to approval of the Client / Consultant.
The tenderer shall be entirely responsible for the performance of the sewage
treatment works in their totality with due regard to capcity, hydraulics, quality of
final effluent, suitability of piping, mechanical and electrical equipment complete
and shall give due guarantee for the same.
The tenderer shall submit to the Client / Owner GFC drawings together with
sufficient details to give a clear indication of the work to be carried out for
approval of the Engineer.
The approval of the Engineer shall in no way relieve the tenderer of his
responsibilities for the satisfactory functioning of the works.
All construction materials and workmanship shall conform to the relevant
section of the specification and to the approval of the Engineer.
2.8 ERECTION
The tenderer shall undertake the erection of the plant under the direct
supervision of the plant manufacturer or their nominated agencies, as approved
by the Engineer. The tenderer shall also supply and install all the mechanical and
electrical equipments required for functioning of the sewage treatment plant.
The tenderer shall provide with all the facilities required by the Engineer for
inspection of the installation.
2.9 PAINTING AND PROTECTIVE COATINGS
All surfaces exposed to the atmosphere shall be painted in accordance
with relevant section of specification or as per manufacturer's instructions.
All M.S surfaces exposed to sewage treatment plant shall have protective
coatings using epoxy based paint. The tenderer shall submit full details of all the
protective coatings proposed, for approval before any of the equipment, pipe
work, etc. of the plant is supplied.

2.10 TESTING
The tenderer shall make all arrangements as required or necessary to
prove that the completed works fulfil every aspect of the design requirements
and specifications. The tenderer shall provide all labour, material and attendance
necessary to the Engineer's satisfaction.
2.11 LUBRICATION.
The tenderer shall ensure that all moving parts are lubricated in
accordance with the equipment manufacturer's recommended procedures prior
to commencement of operation of any plant and also during the operating
period.
2.12 GENERAL SPECIFICATIONS
In general, STP shall comprises erecting, testing and commissioning of the
following items of STP suitable for handling 100m3 /day. The sewage treatment
plant in general shall comprise following items of work.
(A) 1 No. manual bar screen suitable for 100m3/day flow rate.
(B) 2 Nos. Sewage lifting pumps (one duty + one stand by) self priming type
capacity 12.0m3/hr at 15m head.
(C) 1 Lot Air Grids for MBBR tanks for 100m3/day sewage flow.
(D) 2 Nos. Air blowers (one working and one standby) twin lobe rotary air blower
each of capacity 350m3/hr at 6000 mm wg.
(E) 2 Nos. Filter feed pumps (one working + one standby) each of capacity
20.0m3 /hr at 30m head.
(F) 1 No. M.S. pressure Dual Media filter with frontal pipe work capacity. Flow
Rate 20.0m3/hr and 3.0kg/cm2 working Pressure.
(G) 1 No. M.S. activated carbon filter with frontal pipe work capacity. Flow Rate
20.0m3/hr and 3.0kg/cm2 working Pressure.
(H) 1 No. UV reactor of capacity 20.0m3/hr.
(I) 2 Nos. Sludge pumps (one duty + one stand by) self priming type capacity
12.0m3/hr at 10m head.
(J) 2 Nos. Treated water pumps (one working + one standby) each of capacity
20.0m3/hr at 40m head.
(K) 2 Nos. Filter press feed pumps (one working + one standby) each of capacity
1.0m3/hr at 25 to 30 m head.
(L) All interconnecting piping and valves for above equipment.
(M) 1 Lot Electrical cabling, earthing, MCC and local push buttons station to cater
phase-I requirements (Electrical Cabling, earthling including the incoming
power supply etc shall be provided by the client. However,
connections/terminations to the equipments, testing and commissioning
shall be carried out by the contractor).
(N) Operation & Maintenance contract of STP for a period of two years after
commissioning. All spares and replacement of any defective part shall be
included in the contract.

4.0 LIST
5.0
Sl. No.
1.
2.
3.
4.
5.
6.
a)
b)
c)
d)
7.
8.
9.
10.
11.
12.
13.

OF APPROVED MAKES OF SEWAGE TREATMENT PLANT

Items
- Brand Name
Submersible drainage pumps
- Grundfoss / DB
Non-clog self priming sewage pumps - Kirloskar / Johnson
Water supply pumps
- Kirloskar
Air Blowers
- Welcome / Everest
Filter press
- HP / Roto
Pipes
HDPE Pipes
-Supreme / Prince /Ori-plast
G.I. Pipes
- Jindal / Surya prakash
M.S. Pipes Upto 150mm
- Jindal / Surya prakash
M.S. Pipes Upto 200 to 300mm
- Jindal / Surya prakash
Butterfly valves
- Zoloto / Audco / AIP
Ball valves
- Zoloto / Audco / AIP
Wafer type NRV
- Zoloto / Audco / AIP
Pressure gauges
- H. Guru / Fiebig
Switchgear
- L&T / Siemens / G.E.
Indicating meters
- AE/IMP/RISHABH (L&T)
Cables
- Polycab / Plaza / Kalinga/
Paragon/ Finolex
14 Motors
Crompton
Siemens
/NGEF/Kirloskar
15. Filter
To fabricated as per specifications
16. FAB media

Tube settler media Cooldeck / Welcome

Note: For any item not covered in above list, the contractor shall get the
make approved from the engineer before item is supplied.
6.0

PREAMBLE TO THE PRICING OF PHE WORKS

6.1

GENERAL

4.1.1 This section shall be applicable for item rate work and for variations.
4.1.2 This preamble covers Sewage treatment plant.
4.1.3 This preamble shall be read in conjunction with the specifications,
condition of contract,drawings and all other documents accompanying the
tender papers.
4.1.4 For all items of work the rates shall be comprehensive and all inclusive.
The rates shall include for all matters and things necessary for satisfactory
completion and maintenance of the work in proper working order and to
the satisfaction of the Engineer-in-Charge, including testing, making
samples, etc., and all that have been indicated in the specifications or
other Tender Documents either directly or indirectly, and cover for all
obligation of the Contractor under the Contract. No claim for additional
payment shall be allowed for any error or misunderstanding by the
contractor of the work involved.

4.1.5 Unless otherwise mentioned in the description of the item, this Bill of
Quantities shall be applicable for work in any height, position or condition.
4.1.6 Unless otherwise stated, method of measurement as described in the
latest editions of I.S. 1200 with its parts corresponding to different
sections of work shall be followed. Incase of any dispute in this matter,
the decision of Engineer-in-Charge shall be final, binding and conclusive.
4.1.7 The following notations have been used throughout the Bill of quantities.
m
- Metre
mm
- Millimetre
m2
- Square Metre
mm2
- Square Millimetre
m3
- Cubic Metre
No.
- Number/Numbers
Dia
- Diameter
Kg.
- Kilogramme/s
T
- Metric Tonne
L.S
- Lumpsum
Pt.
- Point/Points
Set
- Set/Sets
C/C
- Centre to Centre
@
- At the rate of
V
- Volt/Volts
A
- Ampere/s
SWG
- Standard Wire Gauge
4.1.8 The Contractor shall be deemed to have full knowledge of all his
obligations under the Contract and shall be deemed to have made full
allowance for complying with all such obligations in his offer.
4.2 TRADE PREAMBLE
4.2.1 External Water Supply Pipes
All water supply works shall be measured as per CPWD specifications 2002 Vol. II.
4.2.2 Mechanical Equipments.
All mechanical equipment e.g Filter, Pumps etc. shall be measured in
number and the rate shall include all items of work as given in specifications &
Bill of Quantities. The cost of construction of suitable foundations duly approved
by the Engineer-in-Charge is also deemed to be included in the rate of the
particular equipment.

Você também pode gostar