Você está na página 1de 49

BidDocument Section6 :Technical Specifications

Contract Package No. KEIIP/NCB/TR-3/SD28/2017-18 Civil Works

TABLE OF CONTENTS

SECTION 6 :EMPLOYER’S REQUIREMENT

SUB-SECTION 4: PARTICULAR SPECIFICATION FOR CIVIL WORK


1. GENERAL 4
1.1 Submissions from Contractor 4
1.1.1 Detailed Design and Drawings 4
1.1.2 Submission and Approval of Drawings 8
1.1.3 Detailed Drawings/ Documents 9
2. CIVIL WORKS 10
2.1 Design Submissions 10
2.2 Design Standards 10
2.3 Design Life 11
2.4 Design Loads 11
2.4.1 Dead Load 11
2.4.2 Live Load 12
2.4.3 Wind Load 12
2.4.4 Earthquake Load 12
2.4.5 Dynamic load 12
2.5 Joints 12
2.6 Design Basis 12
2.6.1 Partly/ Fully Underground Liquid Retaining Structures 12
2.6.2 Foundations 13
2.6.3 General Requirements for Concrete Works 14
2.7 Standards of Construction Safety 15
3. CONSTRUCTION OF SEWAGE TREATMENT PLANT (STP) NEAR WBSETCL 16
3.1 General 16
3.1.1 Approval of Sample 16
3.1.2 Ground Conditions 16
3.1.3 Setting out and Levelling 16
3.1.4 List of Indian Standards to be Followed 16
3.2 Design Criteria for Plant process units 17
3.2.1 Treatment Plant Capacity 17
3.2.2 Raw Water Quality 17
3.2.3 Treated Water Quality 18

(1)
BidDocument Section6 :Technical Specifications
Contract Package No. KEIIP/NCB/TR-3/SD28/2017-18 Civil Works

3.2.4 Design Parameters 18


3.2.5 Raw Sewage Receiving Chamber: 18
3.2.6 Flow Measurement: 19
3.2.7 Coarse Screen Channels: 19
3.2.8 Mechanical & Manual Fine Screen Channels: 20
3.2.9 Stilling Chamber: Error! Bookmark not defined.
3.2.10 Grit Chamber: 21
3.2.11 Sequential Batch Reactor (SBR) Units 22
3.2.12 Disinfection (Chlorination) Units 27
3.2.13 Sludge Dewatering Units: 28
3.2.14 TREATED EFFLUENT PUMP (Based on detailed design of the Bidder) 30
3.3 Detailed SCOPE OF WORK – PLANT UTILITIES 31
3.3.1 SBR Air Blower cum Administrative cum MCC & PLC/Control Building 31
3.3.2 Electrical HT Substation 32
3.3.3 Security Cabins 32
3.3.4 Schedule of Finishes 32
3.3.5 Roads, Pathways & Vehicular Parking Area 33
3.3.6 Stormwater Drainage 34
3.3.7 Boundary Wall and Gate 34
3.3.8 Internal Water Supply and Water Supply for Gardening 34
3.3.9 Disposal of Plant Residuals Treated Effluent 35
3.3.10 Landscaping 35
3.3.11 Interconnecting Piping and Valves 35
3.3.12 Electrical & Instrumentation Works 37
3.3.13 PLC/SCADA BASED AUTOMATION SYSTEM FOR ENTIRE PLANT 38
3.4 Particular Scope of Work– Operation & Maintenance 39
3.4.1 Operation and Maintenance Cost 39
3.4.2 Operations 40
3.4.3 Advice Early Warning: 41
3.4.4 Replacing 41
3.4.5 Disposal of Sludge/Screenings/Debris 42
3.4.6 Employer’s Responsibilities 42
3.4.7 Bidders Responsibilities 42
3.4.8 Staff &Labour: 43
3.5 Repairs and Maintenance Schedules 44
3.5.1 Sewage Treatment Plant Complex: 44

(2)
BidDocument Section6 :Technical Specifications
Contract Package No. KEIIP/NCB/TR-3/SD28/2017-18 Civil Works

3.5.2 Pumping Machinery and Treatment Plant Equipment: 45


3.5.3 Buildings and Civil Structures: 46
4. ALLIED WORKKS (UNDER ITEM RATE CONTRACT) 48
4.1 Survey: 48
4.2 Excavation: 48
4.3 Laying of proposed bus structure foundation near the influent/ effluent pipelines 48
4.4 Laying of pipes: 49
4.5 Construction of Road: 49
4.6 Refurbishment of the boundary wall: 49

(3)
BidDocument Section6 :Technical Specifications
Contract Package No. KEIIP/NCB/TR-3/SD28/2017-18 Civil Works

SECTION 6 :EMPLOYER’S REQUIREMENT

SUB-SECTION 4 :PARTICULAR SPECIFICATION


1. GENERAL
1.1 Submissions from Contractor
The Contractor shall do the complete engineering design (Civil/ Mechanical/ Electrical
&Instrumentation) of the STP. The Contractor has to prepare the detailed design
according to the parameters laid down in the document, latest Indian Standards, the
CPHEEO Manual on Sewerage and Sewage treatment Systems and the instructions
of the Project Manager. The Contractor will be required to submit the necessary
designs and drawings and the data schedules for the equipment and their drawings for
approval to the Project Manager.
1.1.1 Detailed Design and Drawings
The detailed design of all the items of work comprising of hydraulic, architectural and
structural design has to be prepared by the Contractor in close coordination with the
Project Manager.
The Bidder shall submit his own layout for STP, hydraulic diagram and, P & I diagram
and submit the same with his bid. This layout shall be got approved from the Project
Manager before preparing the detailed design.
In general the Contractor is expected to submit the following drawings to the Project
Manager for approval. The list is indicative and not comprehensive.
Sl. Description Time for Submission
No.
A Sewage Treatment Plant (STP) near WBSETCL premises, Joka
1 Survey and Investigations 4 weeks from NTP
2 Process and hydraulic design of STP 6 weeks from NTP
3 Detailed layout for all treatment plant 7 weeks from NTP
units
4 Footprint layout of all treatment plat 7 weeks from NTP
units/ buildings (indicating approximate
clear space from boundary)
5 Architectural drawings of all units 7 weeks from NTP
6 General layout of the pipes, electrical 7 weeks from NTP
system etc.
7 Structural designs and drawings 7 weeks from NTP
8 Construction drawings including bar 7 weeks before commencement
bending schedule of the particular component
9 Make, design parameter, drawings and One month before placing the
specifications of equipment for supply order
items
B Laying of DWF Pumping main from Joka Pumping station to the STP
and pumping main from Churial Canal (incoming from proposed
Kalagachia pumping station to the STP including all allied works like
but not limited to refurbishment
1 Survey and Investigations 8 weeks from NTP

(4)
BidDocument Section6 :Technical Specifications
Contract Package No. KEIIP/NCB/TR-3/SD28/2017-18 Civil Works

2 Detailed proposal for the work 12 weeks from NTP


3 Construction drawings, bar bending 6 weeks before commencement
schedule and fabrication details of the particular component
C Laying of Treated effluent line from WBSETCL to Churial Canal
including all allied works like but not limited to refurbishment
1 Survey and Investigations 8 weeks from NTP
2 Detailed proposal for the work 12 weeks from NTP
3 Construction drawings 6 weeks before commencement
of the particular component

Drawings submitted by the Bidder shall show all the essential items of the works
offered together with sufficient details to enable the general arrangement of the works
to be determined.
The outline dimensional drawings submitted by the Contractor shall include the
following parameters of equipment in addition to overall dimensions :
 Load details
 Support details
 Foundation pocket details
The drawings and documents related to Mechanical/ Electrical/ Instrumentation Works
to be provided by the Bidder/ Contractor shall include the following, but not be limited
to those listed :
Sl. Description To be To be
No. submitte submitted after
d with award of the
the Contract
Tender
Outline Dimensional Drawing
All pumping /STP machineries √
Sluice valves, Butterfly valves, Non return

valves, gates, dismantling Joints
Pump, compressor, blower, centrifuge Performance Curves
Capacity vs. head, efficiency, input power √ √
Performance curves for maximum &
√ √
minimum impeller diameter
Hydraulic Flow Diagram and P&I Diagram √ √
Motor Curves
Starting current vs. time √
Characteristics under cold and hot

conditions
‘As built’ GA and Piping Drawing of STP √
Transformer & Other Electricals
General arrangement drawing shall
indicate the overall dimensions, net √
weights,crane requirements for assembly

(5)
BidDocument Section6 :Technical Specifications
Contract Package No. KEIIP/NCB/TR-3/SD28/2017-18 Civil Works

Sl. Description To be To be
No. submitte submitted after
d with award of the
the Contract
Tender
and dismantling of transformers,
foundation/ fixing details and the general
constructional features
Certificates of type tests carried out on
transformer/ HT Panel of similar rating in √
the last two years
General arrangement drawing of the
transformer showing plan, front elevation
and side elevation complete with all
accessories and fittings, detailed

dimensions, net weights, quantity of oil,
crane lift for untanking, size of lifting lugs
and eyes, clearances between HV
terminals, between LV terminals, etc.
Rating, diagram and terminal marking
plates, complete with polarity and vector √
group
Wiring diagram for marshalling box √
Details including catalogues of accessories √
Foundation/ fixing drawing √
LV Switchboard, Other DBs and Control Panels/ Cabinets
Dimensional layout drawing of the

switchboards/ panels
Complete assembly drawings of the
switchboards/ panels showing plan,
elevation and typical sectional views and

location of cable boxes and control cable
terminal blocks for external wiring
connections, etc.
Foundation plan showing the location of
channel sills, foundation, anchor bolts and √
anchors, floor plans and openings.
Schematic and wiring diagrams (AC and
DC) for control, protection and indicating √
circuits
Detailed bill of material with specifications

of all the components
Capacitor and APFC Panels
Separate dimensioned general
arrangement drawings of capacitor and √
capacitor control panel
Fully dimensioned general arrangement
drawings of capacitor and capacitor control √
panel with elevation, side view, sectional

(6)
BidDocument Section6 :Technical Specifications
Contract Package No. KEIIP/NCB/TR-3/SD28/2017-18 Civil Works

Sl. Description To be To be
No. submitte submitted after
d with award of the
the Contract
Tender
view and foundation details
Complete schematic and wiring diagrams

for capacitor control panel
Earthing System
Installation details √
Cabling System
Installation details √
Lighting System
Details and catalogues of lighting fixtures √
Installation details √
Instrumentation & Control System
Front facia layout showing all instruments
with cut-outs, bezel dimensions,
construction details, foundation details and √
interior GA drawings for instrument control
panel.
Wiring diagram, indicating terminal details
of each component, power supply
distribution scheme and bill of quantities of √
all panel mounted instruments for
instrument control panel.
Following drawings for PLC :
 PLC input/output list indicating grouping √
of various signals in each module
 PLC configuration drawing √
 Wiring drawings for all inputs & outputs √
 PLC block logic diagram with descriptive
control logic write up and software √
programme listing
 Bill of Material, data sheets and

catalogues for PLC.
Front facia layout, overall dimensions,
wiring diagram, indicating terminal details

and bill of quantities for battery & battery
charger panel for I&C system
Calculation of ampere hour capacity for the

battery backup for I&C system.
Data sheets for all instruments and alarm

annunciator
List of alarms provided on alarm

annunciator

(7)
BidDocument Section6 :Technical Specifications
Contract Package No. KEIIP/NCB/TR-3/SD28/2017-18 Civil Works

Sl. Description To be To be
No. submitte submitted after
d with award of the
the Contract
Tender
Dimensional drawings and installation

sketches of all instruments
Loop diagrams for all field mounted

instruments
Instrument list with tag numbers, makes

and model numbers
Catalogues for all the instruments & alarm

annunciator
Detailed cable installation layout drawings
indicating route of cables, type of laying, √
etc.
Cable schedules &interconnection cable

schedules
Operation and maintenance manuals for
PLC, instruments, battery & battery charger √
panel and screen control panel.
Control Wiring drawings with terminal

details for motorized actuators.
The drawings and documents related to Civil Works to be provided by the Bidder/
Contractor shall include the following, but not be limited to those listed :
Sl. Description To be To be
No. submitte submitted after
d with award of the
the Contract
Tender
Structural drawing showing reinforcement
details of all the components as specified √
by Project Manager
Plan and sections of buildings showing
layout of plumbing work on scale as
specified by Project Manager showing √
valves, specials, appurtenances, sizes and
material of pipe
Structural drawing showing member sizes
and their fixing details, foundation details, √
etc.

1.1.2 Submission and Approval of Drawings


The equipment and systems which are to be bought out from the Sub-vendors, are
also to be approved by the Project Manager prior to manufacture. The relevant
technical literature and drawings pertaining to such equipment and systems shall
contain information as detailed above and shall be submitted for approval. All the
drawings submitted by Sub-vendor/ Sub-Contractor shall carry Contractor's approval

(8)
BidDocument Section6 :Technical Specifications
Contract Package No. KEIIP/NCB/TR-3/SD28/2017-18 Civil Works

stamp and the Contractor shall be responsible for their contents, accuracy and
completeness.
The Contractor shall submit six copies of each drawing/ document along with a CD for
approval to the Project Manager.
All drawings provided by the Contractor shall be on standard size sheets, prepared on
computer with latest version of AutoCAD and shall show the following particulars in a
title block located in the lower right hand corner, in addition to the name of Contractor
and Equipment Manufacturer, date, scale, drawing number, revision number (R0 for
drawings submitted initially, R1, R2, etc. for drawings submitted subsequently). The
title block of the drawing is to be finalized in consultation with the Project Manager.
The drawings shall also include adequate space for the Project Manager’s approval
stamp and provision shall be made for details of revisions to be recorded.
All drawings submitted by the Bidder/ Contractor shall use the English language and
dimensions should be preferably in SI units. All drawings shall be clearly and fully
cross referenced to the other drawings as relevant.
Contractor shall ensure that the contents on copies of drawings are legible and are
complete. Drawings that are not legible or are incomplete will not be reviewed.
After tests on completion, the Contractor shall submit the conclusion of the tests within
15 days and ‘As Built Drawings’ within three months of actual completion to the Project
Manager. These drawings shall be accurate and accepted only on acceptance of the
Project Manager.
Completion drawings shall be supplied by the Contractor in three prints along with
three soft copies in CD / DVD to the Project Manager. These drawings shall be
developed in latest version of AutoCAD.
1.1.3 Detailed Drawings/ Documents
The Contractor shall submit to the Project Manager, all working drawings, equipment
data and detailed drawings, as applicable. These shall include general arrangement,
details of equipment, foundations, installation details for cabling, earthing and lighting
systems, wiring diagrams, cable schedules, etc. necessary for erection of the plant.
These drawings/ data having been corrected or amended as necessary based on the
Project Manager's comments shall become the 'Approved' drawings/ data to be used
for manufacture and erection of plant.

(9)
BidDocument Section6 :Technical Specifications
Contract Package No. KEIIP/NCB/TR-3/SD28/2017-18 Civil Works

2. CIVIL WORKS
The Technical Specifications (Sub-section 3) set out the specifications that shall be
followed for construction of General Civil Works under the Project. Specifications for
additional specialized items of Civil Works shall be as set out in this section.
In the event of any discrepancy between the provisions of the Technical Specifications
(Sub-section 3) and that spelt out in this section, then the provisions in this section will
prevail.
2.1 Design Submissions
The Contractor shall have to submit detailed design calculations and drawings (plan,
elevation, sections etc. as per requirement) for all components of work as described in
the Scope of Work (Sub-section 2).
The Contractor shall submit complete detailed design calculations of each of the
components such as foundations and superstructure together with general
arrangement drawings, construction drawings and explanatory sketches as required by
the Project Manager. Separate calculations for foundations or super structures
submitted independent of each other shall be deemed to be incomplete and will not be
accepted by the Project Manager.
The design considerations described hereunder establish the minimum basic design
requirements of plain and reinforced concrete structures, architectural details, masonry
structures and structural steel works. However, any particular structure shall be
designed for the satisfactory performance fulfilling the functions for which it is being
constructed. The Contractor shall also check the stability of partly completed
structures.
2.2 Design Standards
All designs shall be based on the latest Indian Standard (BIS) or Indian Road
Congress (IRC) Specifications or Codes of Practice published 30 days prior to the last
date of submission of bid. The Design Standards adopted shall follow the best/ modern
engineering practice in the field based on any other International Standard or
Specialist Literature subject to such standard reference or extract of such literature in
the English language being supplied to and approved by the Project Manager. In case
of any variation or contradiction between the provisions of the IS Standards or Codes
and the specifications given along with the submitted tender document, the provision
given in this specification shall be followed, unless otherwise directed by the Project
Manager.
All reinforced concrete structural design shall generally confirm to the
recommendations made in the following latest publications of the Bureau of Indian
Standards (BIS) and Indian Road Congress (IRC):
IS:456 Code of practice for plain and reinforced concrete
IS:875 Code of practice for design loads for buildings and structures
IS:1786 High strength deformed steel bars and wires for concrete reinforcement
- Specification
IS:1793 Criteria for earthquake resistant design of structures
IS:1893 Criteria for earthquake resistant design of structures
IS:2911 Code of practice for design and construction of pile foundations

(10)
BidDocument Section6 :Technical Specifications
Contract Package No. KEIIP/NCB/TR-3/SD28/2017-18 Civil Works

IS:2974 Code of practice for design and construction of machine foundations


IS:3370 Code of practice for concrete structures for the storage of liquid
IS:8009 Code of practice for calculation of settlements of foundations
IS:10262 Recommended guidelines for concrete mix design
IRC:6 Standard specifications and code of practice for road bridges - Section
II : Loads and Stresses
IRC:21 Standard specifications and code of practice for road bridges - Section
III : Cement Concrete - plain and reinforced
IRC:73 Geometric design standards for rural (non-urban) highways
IRC:78 Standard specifications and code of practice for road bridges - Section
VII : Foundations and Substructure
All structural steel design shall generally conform to the following recommended latest
publications of the Bureau of Indian Standards (BIS) :
IS:800 Code of Practice for general construction in steel
IS:806 Code of Practice for use of steel tubes in general building construction
IS:2062 Hot rolled low, medium and high tensile structural steel

2.3 Design Life


The minimum design life of all structures and buildings shall be 30 years.
2.4 Design Loads
All buildings and structures shall be designed to resist the worst combination of the
following loads/ stresses under test and working conditions; which include dead load,
live load, wind load, seismic load, stresses due to temperature changes, shrinkage &
creep in materials and dynamic loads.
2.4.1 Dead Load
This shall comprise of loads arising due to all permanent construction including walls,
floors, roofs, partitions, stairways, fixed service equipment and other items of
machinery. In estimating the loads of process equipment, all fixtures and attached
piping shall be included.
The following minimum loads shall be considered in design of structures:
 Weight of water : 9.81 kN/m3
 Weight of soil : 20.00 kN/m3
(Irrespective of strata available at site and type of soil used for filling etc. However,
for checking stability against uplift, actual weight of soil as determined by field test
shall be considered)
 Weight of plain concrete : 24.00 kN/m3
 Weight of reinforced concrete : 25.00 kN/m3
 Weight of brickwork (exclusive of plaster) : 22.00 N/m2 per mm thickness of
brickwork
 Weight of plaster to masonry surface : 17.00 N/m2 per mm thickness
 Weight of granolithic terrazzo finish or : 24.00 N/m2 per mm thickness screed
rendering etc.

(11)
BidDocument Section6 :Technical Specifications
Contract Package No. KEIIP/NCB/TR-3/SD28/2017-18 Civil Works

 Weight of sand (filter media) : 16.0 kN/m3


2.4.2 Live Load
Live loads shall be in general as per IS:875 (Part 2). However, the following minimum
loads shall be considered in the design of structures:
 Live load on roofs : 1.50 kN/m2
 Live load on floors supporting equipment such as pumps, : 10.00 kN/m2
blowers, compressors, valves etc.
 Live load on all other floors, walkways, stairways and : 5.00 kN/m2
platforms
In absence of any suitable provisions for live loads in IS Codes or as given above for
any particular type of floor or structure, any assumptions made must receive the
approval of Project Manager prior to starting of the design work. Apart from the
specified live loads or any other load due to storage of materials, any other equipment
load or possible overloading during maintenance or erection/ construction in part or full
shall also be taken into account. Most critical condition shall be considered in the
design.
2.4.3 Wind Load
Wind loads shall be as per IS:875 (Part 3).
2.4.4 Earthquake Load
This shall be computed as per IS:1793. An importance factor appropriate to the type of
structure shall be considered for design of all the structures. The project area falls in
Seismic Zone III.
2.4.5 Dynamic load
Dynamic loads due to working of plant items such as pumps, blowers, compressors,
switch gears, traveling cranes, etc. shall be considered in the design of structures.
2.5 Joints
Movement joints such as expansion joints, complete contraction joints, partial
contraction joints and sliding joints shall be designed to suit the requirements.
However, contraction joints shall be provided at specified locations spaced not more
than 7.5m in both directions at right angles to each other for walls and rafts.
Suitable gap at the location of expansion joints placed at a suitable interval, not more
than 30m shall be provided in walls, floors and roof slabs of all structures.
Construction joints shall be provided at right angles to the general direction of the
member. The locations of construction joints shall be decided as per convenience of
construction. To avoid segregation of concrete in walls, horizontal construction joints
are normally to be provided at every 2m height. Approved PVC water stops of 150 mm
width shall be used for walls and 230 mm width for base slabs.
Expansion joints for non-liquid retaining structures shall be provided as per IS:3411.
2.6 Design Basis
2.6.1 Partly/ Fully Underground Liquid Retaining Structures
All underground or partly underground liquid containing structures shall be designed
for the following conditions :

(12)
BidDocument Section6 :Technical Specifications
Contract Package No. KEIIP/NCB/TR-3/SD28/2017-18 Civil Works

i) Liquid depth upto full height of wall and free board: no relief due to lateral soil
pressure from outside to be considered.
ii) Reservoir empty (i.e. no liquid or any material inside the storage area) : full lateral
earth pressure at rest due to surrounding saturated soil and surcharge pressure as
applicable, shall be considered.
iii) Partition wall between two compartments to be designed as one compartment
empty and other full.
iv) Structures shall be designed for uplift in empty conditions considering the depth of
the highest water table recorded in the area.
v) Walls shall be designed under operating conditions to resist earthquake forces
developed due to mobilization of earth and dynamic water loads.
vi) Underground or partially underground structures shall also be checked against
stresses developed due to any combination of full and empty compartments with
appropriate ground/ uplift pressures on the base slab. A minimum factor of 1.2
shall be ensured against uplift or floatation for the minimum gravity weight (empty
condition) and maximum uplift pressure.
2.6.2 Foundations
i) The minimum depth of foundations for all structures, equipment, buildings and
frame foundations and load bearing walls shall be as per IS:1804. However, it shall
not be less than 2m from the GL at that location. It may be reviewed by the Project
Manager in hard strata.
ii) Care shall be taken to avoid the interference of the foundations or any other
component of the new building with the foundations of adjacent buildings or
structure. Suitable adjustments in depth, location and size may have to be made
depending on site conditions. The Project Manager will not accept any extra claims
for such adjustments.
iii) Special attention is drawn to the danger of uplift being caused by the ground water
table. A base raft for underground structure shall be designed for uplift forces that
are likely to be developed.
iv) Where the level of foundation is above or near the natural/ existing ground level,
this difference shall be filled up in the following ways :
 In case of non-liquid retaining structures, the natural top soil shall be removed
till a firm stratum is reached (minimum depth of soil removed shall be 500 mm)
and the elevation difference shall be made up by compacted backfill as per
specifications. However, the thickness of each layer of the backfill shall not
exceed 150 mm. The area of backfilling for floor slabs shall be confined to
prevent soil from slipping out during compaction. The safe bearing capacity of
this well compacted backfilled soil shall not be considered more than 100
KN/m2 in the design. Pitching shall be provided to maintain slope.
 In case of liquid retaining structures, the natural top soil shall be removed and
the elevation difference shall be made up with plain cement concrete.

(13)
BidDocument Section6 :Technical Specifications
Contract Package No. KEIIP/NCB/TR-3/SD28/2017-18 Civil Works

2.6.3 General Requirements for Concrete Works


The following are the design requirements for all reinforced or plain concrete structures
:
i) All binding and leveling concrete shall be a minimum 100 mm thick in concrete
M10 grade.
ii) All structural reinforced concrete other than for liquid water retaining structures
shall be at least of M25 grade having minimum cement content of 360 kg/m 3 with
maximum 20 mm size coarse aggregates. The quantity of the admixture shall be
as per mix design.
iii) The minimum grade of concrete for water retaining structures shall be M30 design
mix having minimum cement content of 430 kg/m3 with maximum 20 mm size
coarse aggregates. The quantity of the admixture shall be as per mix design.
iv) All design for liquid retaining structures including roof, shall be done as ‘uncracked
section’.
v) The minimum cover to all reinforcement including stirrups and links shall be as per
IS:456. However the minimum clear cover shall not be less than the following :
Location Minimum Clear Cover (in mm)
At each end of reinforcing bar Maximum of 25 mm and twice the
diameter of bar
Column longitudinal bar 40 mm
Beam main bar Maximum of 25 mm and the
diameter of bar
Slab Maximum of 15 mm and diameter
of bar
Wall 25 mm
Footing and base slab 50 mm
Liquid water structures (for all structural 40 mm
members including roof above)
Sludge retaining structures (for all 50 mm
structural members including roof above)
vi) All buildings shall have minimum 1.0m wide, 100 mm thick plinth protection paving
in M15 grade concrete or stone slabs/ tiles. All plinth protection shall be supported
on well compacted stratum.
vii) Any structure or pipeline crossing below roads shall be designed for Class A of
IRC loading.
viii) All pipes & conduits laid below the structural plinth and road works shall be
embedded in concrete of grade M15 having minimum 150 mm thick concrete cover
all around, if so directed by the Project Manager.
ix) Approved quality waterproofing compound (chloride free) shall be added during
concreting of all liquid containing structures in the proportion specified by the
Manufacturer or 2% by weight of cement, whichever is higher.
x) For walls and base slabs of liquid retaining structures, the following shall be
considered :

(14)
BidDocument Section6 :Technical Specifications
Contract Package No. KEIIP/NCB/TR-3/SD28/2017-18 Civil Works

 Minimum reinforcement shall be as per IS:3370 (Part II). This reinforcement


shall be placed closer to the concrete faces and the minimum specified clear
cover as per IS:3370 and clause (v) above.
 The maximum length of panel to be concreted, sequential of pouring and height
of pour shall be as per specifications, IS:456 and IS:3370 (Part I) as applicable.
xi) The following minimum thickness shall be used for different reinforced concrete
members, irrespective of design concrete grade used :
 Walls for liquid retaining structures : 200 mm
 Roof slabs for liquid retaining structures : 150 mm
 Bottom slabs for liquid retaining structures : 200 mm
 Floor slabs including roof slabs, walkways, canopy : 125 mm
slabs
 Walls of cables/ pipe trenches, underground pits etc : 125 mm
 Column footings : 300 mm
 Parapets, chajja : 100 mm
 Precast trench cover : 75 mm
2.7 Standards of Construction Safety

IS:3696 Safety code for scaffolds and ladder (Parts 1 & 2)


IS:3764 Safety code for excavation work
IS:7205 Safety code for erection of structural steel work

(15)
BidDocument Section6 :Technical Specifications
Contract Package No. KEIIP/NCB/TR-3/SD28/2017-18 Civil Works

3. CONSTRUCTION OF SEWAGE TREATMENT PLANT (STP) NEAR WBSETCL


PREMISES, JOKA
3.1 General
3.1.1 Approval of Sample
Sample of materials to be supplied and used by the Contractor in the works shall have
prior approval of the Project Manager. For this purpose, the Contractor shall furnish in
advance representative sample in quantities and in the manner as directed by the
Project Manager for his approval.
3.1.2 Ground Conditions
The Bidder is to visit the site and ascertain local conditions, traffic restrictions and
obstruction in the area and allow for extra expenses likely to be incurred due to any
limitation whatsoever.
3.1.3 Setting out and Levelling
The Contractor is to set out and level the works and will be responsible for the
accuracy of the same. He is to provide all instruments and proper qualified staff
required for checking the Contractor’s work.
3.1.4 List of Indian Standards to be Followed
A list of important Indian Standards is given below, which is by no means exhaustive.
The standards shall be of the latest version and shall be followed for design and
construction of different structures.
Standard No. Title
IS:269 Specification for 33 grade ordinary Portland cement
IS:383 Specification for coarse & fine aggregates from natural sources
fur concrete
IS:456 Plain and reinforced concrete - Code of practice
IS:800 Code of practice for general construction in steel
IS:875 Code of practice for design loads (other than earthquake) for
buildings and structures
IS:1077 Common burnt clay building bricks - Specification
IS:1080 Code of practice for design and construction of shallow
foundations in soils (other than raft, ring and shell)
IS:1200 Method of measurement of building and civil engineering works
IS:1542 Specification for sand for plaster
IS:1661 Code of practice for application of cement and cement - lime
plaster finishes
IS:1893 Criteria for earthquake resistant design of structures
IS:2062 Hot rolled low, medium and high tensile structural steel
IS:2911 Code of practice for design and construction of pile foundations
IS:2974 Code of practice for design and construction of machine
foundations
IS:3370 Code of practice for concrete structures for the storage of liquids
IS:4326 Code of practice for earthquake resistant design and
construction of buildings
IS:4457 Ceramic unglazed vitreous acid resisting tile - Specification

(16)
BidDocument Section6 :Technical Specifications
Contract Package No. KEIIP/NCB/TR-3/SD28/2017-18 Civil Works

Standard No. Title


Sewerage and Sewage Treatment, published by Central Public Health and
Environmental Engineering Organization (CPHEEO), Ministry of Urban
Development, Govt. of India
National Building Code of India

3.2 Design Criteria for Plant process units


3.2.1 Treatment Plant Capacity

S No. Design Parameters Capacity

1 Average Flow 45.00 MLD


2 Peak Factor 2.25
3 Maximum Residual pumping head 8.0 m
of incoming pumping main at STP
4 Minimum residual pump head of 6.5 m
incoming sewage pumping main at
STP
5 Free Board level at Churial Canal 2.8 m
6 Natural Ground Level (NGL) near 2.9 m
existing road
7 Distance of disposal point from Site about 400 m
8 Discharge Invert level of treated 2.8 m
effluent pumping main

3.2.2 Raw Water Quality


Sl. No Parameters Units Values
1 pH - 5.5 to 9.0
2 Biochemical Oxygen Demand mg/l 200
(BOD5)
4 Chemical Oxygen Demand mg/l 350
(COD)
5 Total Suspended Solids (TSS) mg/l 375
6 Total Kjeldahl Nitrogen (TKN) mg/l 45
7 Total Phosphorous (TP) mg/l 5
8 Fecal Coliform MPN/100 ml 1 x 106
9 Total Coliform MPN/100 ml 1 x 107
.

(17)
BidDocument Section6 :Technical Specifications
Contract Package No. KEIIP/NCB/TR-3/SD28/2017-18 Civil Works

3.2.3 Treated Water Quality


The Bidder shall design the process in such a way that the treated effluent quality
attains the following limits or even better:

Sl.No Parameters Units Values


1 pH - 6.5 to 9.0
3 Biochemical Oxygen Demand mg/l ≤ 10
(BOD5)
4 Chemical Oxygen Demand mg/l ≤ 50
(COD)
5 Total Suspended Solids (TSS) mg/l ≤ 10
6 Ammonia Nitrogen (NH3-N) mg/l ≤5
7 Total Nitrogen (TN) mg/l ≤ 10
8 Total Phosphorous (TP) mg/l ≤2
9 Faecal Coliform MPN/100 ml ≤ 100

Other chemical quality parameters shall not exceed the acceptable limits specified in
the drinking water standard laid down in CPHEEO Manual for Sewerage and Sewage
treatment system (latest revision) published by the Bureau of Indian Standards and the
method of sampling shall be as provided therein.
3.2.4 Design Parameters
The criteria to be adopted for design of the treatment units shall generally be in line
with the Manual on Sewerage and Sewage treatment Systems published by Central
Public Health and Environmental Engineering Organization (CPHEEO), Ministry of
Urban Development, Govt. of India. Wherever no specific guidelines are given in the
CPHEEO manual, recommendations laid down in other internationally accepted
manual/ text books shall have to be followed.
Specific design parameters adopted for different units considering treatment plant
capacity of 45 MLD are detailed in next sections
A. INLET ARRANGEMENT
3.2.5 Raw Sewage Receiving Chamber:
Raw Sewage will be conveyed to the receiving chamber by the Joka Pumping Station
and proposed Kalagachia Pumping Station (P.S.), at a maximum residual pump head
of 8.0 m. It shall be of adequate size to meet the requirements of workability inside it. It
shall be water tight to prevent seepage of the sewage outside. The function of the
Receiving Chamber is to distribute the flow to downstream Coarse Screen Channels. It
shall be designed for peak flow. It shall be of adequate size to meet the requirements
of workability inside it. It shall be open to sky and shall be water tight to prevent
seepage of the sewage outside. The entire construction shall be in M30 grade
reinforced cement concrete and as per IS 3370. RCC Platform/Walkway with suitable
width and Hand Railing as per specifications shall be provided. RCC Staircase for

(18)
BidDocument Section6 :Technical Specifications
Contract Package No. KEIIP/NCB/TR-3/SD28/2017-18 Civil Works

access from Finished Ground Level to the top of the Unit & to the Operating
Platform/Walkway.
Average Flow : 45.00 MLD
Peak Factor : 2.25
Number of Units : 1 No.
Min. Hydraulic Retention Time : 30 Sec at Peak Flow
All other accessories, whether specified or not, but required for completion of Contract
shall form the part of Bidder’s Scope.
3.2.6 Flow Measurement:
Flow measurement shall be done online using an electromagnetic flow measurement
device. The Electromagnetic Flow meter shall be on the Rising Main coming to
Receiving Chamber from the contributing Terminal Pumping Stations i.e. Joka PS &
proposed Kalagachia PS.
Average Flow : 45.00 MLD
Peak Factor : 2.25
Number of Units : 1 No.

B. PRIMARY TREATMENT
Primary Treatment Units shall consist of Inlet Chamber, Fine Screen Channels, Grit
Chambers and Grit Chamber Bypass Channel.
3.2.7 Coarse Screen Channels:
Two numbers of Mechanical Coarse Screen (as Working) and one number of Manual
Coarse Screen (as Standby) shall be provided in Coarse Screen Channels. Each
Coarse Screen Channel shall be designed for 50% of Peak Flow. The coarse screen
design shall be capable of eliminating 100 % incoming inorganic/ organic and any
other floating material above 20 mm without undue deposition. Coarse screen
channels shall be designed in such a way that, the laminar flow condition shall be
maintained in the approach channel of coarse screens. The entire construction shall
be in M30 grade reinforced cement concrete and as per IS 3370. RCC Platform /
Walkway with suitable width and Hand Railing as per specifications shall be provided.
RCC Staircase, minimum 1.20 m wide with Hand Railing as per specifications shall be
provided for access from Finished Ground Level to the top of the Unit & to the
Operating Platform/Walkway.

The clear opening shall be 20 mm for Mechanical Coarse Screen and 20 mm for
Manual Coarse Screen. The size of the bar shall be 10mm x 50 mm flats at an angle of
50ᵒ - 60ᵒ to the horizontal for manual screen and 700 for the mechanical screen. The
Mechanical and Manual Screens shall be made of SS 304 flats. Conveyor Belt and
Chute arrangement shall be provided to take the screenings for the mechanical
screen. Screenings dropped from Chute shall be collected in a wheel Barrow.
Manually operated CI Sluice Gates shall be provided at the upstream to regulate the
flow.

(19)
BidDocument Section6 :Technical Specifications
Contract Package No. KEIIP/NCB/TR-3/SD28/2017-18 Civil Works

Average Flow : 45.00 MLD


Peak Factor : 2.25
Number of Units : 2 Mechanical (Working)each of 50% of
Peak Flow capacity + 1 Manual
(Standby)
Min. Approach Velocity at Average Flow: 0.30 m/s
Velocity through Screen at Average Flow : 0.60 m/s max.
Velocity through Screen at Peak Flow : 1.20 m/s max.
Wheel Barrow : 3 No. min.
Length of Screen channel : Min. 5 times the width of the screen
chamber
All other accessories, whether specified or not, but required for completion of
Contract shall form the part of Bidder’s Scope.
3.2.8 Mechanical & Manual Fine Screen Channels:
Two numbers of Mechanical Fine Screen (as Working) and one number of Manual
Fine Screen (as Standby) shall be provided in Fine Screen Channels. Each Fine
Screen Channel shall be designed for 50% of Peak Flow. The entire construction shall
be in M30 grade reinforced cement concrete and as per IS 3370. RCC
Platform/Walkway, with suitable width Hand Railing as per specifications shall be
provided. RCC Staircase, minimum 1.20 m wide with Hand Railing as per
specifications shall be provided for access from Finished Ground Level to the top of
the Unit & to the Operating Platform/Walkway.
The clear opening shall be 6 mm for Mechanical Fine Screen and 10 mm for Manual
Fine Screen. The Mechanical and Manual Screens shall be made of SS 304 flats (3
mm thick for Mechanical and 10 mm thick for Manual Screen). Conveyor Belt and
Chute arrangement shall be provided to take the screenings. Screenings dropped from
Chute shall be collected in a wheel Burrow. Manually operated CI / Al Sluice Gates
shall be provided at the upstream and downstream ends of each fine screening
channel to regulate the flow.
Average Flow : 45.00 MLD
Peak Factor : 2.25
Number of Units : 2 Mechanical (Working) each of 50 %of
Peak Flow capacity.+ 1 Manual
(Standby)
Min. Approach Velocity at average flow : 0.30 m/s
Velocity through Screen at Average Flow : 0.60 m/s max
Velocity through Screen at Peak Flow : 1.20 m/s max
Wheel Barrow : 3 No. min.
Length of Screen channel : Min. 5 times the width of the screen
chamber

(20)
BidDocument Section6 :Technical Specifications
Contract Package No. KEIIP/NCB/TR-3/SD28/2017-18 Civil Works

All other accessories, whether specified or not, but required for completion of
Contract shall form the part of Bidder’s Scope.
3.2.9 Grit Chamber:
Two numbers of Mechanical Grit Chambers (as Working) along with one number of
Manual Bypass Channel shall be provided after Fine Screen Channels and Stilling
Chamber. Grit Chamber shall be designed for 50% of Peak Flow whereas Bypass
Channel shall be designed for 100% of Peak Flow. The entire construction shall be in
M30 grade reinforced cement concrete and as per IS 3370. RCC Platform/Walkway, of
suitable width with Hand Railing as per specifications shall be provided. RCC Staircase,
minimum 1.20 m wide with Hand Railing as per specifications shall be provided for
access from Finished Ground Level to the top of the Unit & to the Operating
Platform/Walkway.
The Each Grit Chamber shall have the following features:
 One tapered Inlet Channel running along one side with adjustable Influent
Deflectors for entry of sewage into the Grit Chamber.
 One tapered Outlet Channel for collecting the de-gritted sewage, which overflow
over a adjustable Weir into the Outlet Channel. It shall be designed in such a way
that no settling takes place in it.
 One sloping Grit Classifying Channel in to which the collected grit shall be
classified.
 The grit from Classifier shall be collected in a Wheeled Trolley.
 A Grit Scraping Mechanism.
 Screw Classifier or Reciprocating Rake Mechanism to remove the grit.
 One Organic Matter Return Pump + One Organic Wash Pump.
Manually operated CI / Al Sluice Gates shall be provided at entrance of the Inlet
Channel of the Grit Chambers as well as Bypass Channel to regulate the flow.
Average Flow : 45.00 MLD
Peak Factor : 2.25
No. of Units : 2 Mechanical (Working) each of 50% of Peak
Flow capacity + 100 % Bypass channel
Size of grit particle : 0.15 mm
Specific gravity of grit : 2.65
Maximum Surface Overflow Rate :960 m3/m2/day
Free Board : 0.50 m min.
Side Water Depth : 0.90 m min.
Wheel Barrow : 3 No. minimum
All other accessories, whether specified or not, but required for completion of
Contract shall form the part of Bidder’s Scope.
C. SECONDARY TREATMENT

(21)
BidDocument Section6 :Technical Specifications
Contract Package No. KEIIP/NCB/TR-3/SD28/2017-18 Civil Works

3.2.10 Sequential Batch Reactor (SBR) Units


General:
The Sequential Batch Reactor (SBR) Process shall be an advanced activated sludge
process with Biological nutrient removal capabilities i.e. nitrification, de-nitrification and
biological phosphorous removal. The process shall utilize a Fill-and-Draw Reactor with
complete-mix regime and operating in batch mode. The complete process shall be
divided into Cycles with each Cycle of duration of 2.5 – 6 hours. In any cycle of
operation of SBR, percentage of aeration phase shall be at least 50%. All the
subsequent treatment Steps – Fill/Aeration, Settling and Decanting must take place
sequentially and independently without overlapping.While in Aeration Zone, air shall be
supplied for aeration with the help of Air Blowers. The oxygen required shall be supplied
through Fine Bubble Diffused Aeration System with auto control of oxygen level in the
Basins. The system shall have a SVI < 120 for higher settling rates and shall be
designed in such a way that growth of filamentous bacteria is restricted. During settling
phase, the Filling/Aeration shall be stopped and the mixed content shall be allowed to
settle under perfect settling conditions. During Decanting phase, the supernatant shall
be removed from top with the help of Decanters and excess sludge shall be wasted with
the help of Waste Pumps.

The Bidder shall provide the most advanced and proven SBR technology being in
successful operation and meeting Standards of the Treated Sewage / Effluent Quality as
mentioned vide Clause 3.2.3 above. The performance of the same shall be
demonstrated by providing necessary Authenticated Certificates issued only by IITs,
CPCB, PCB or NEERI.

Process Design :
Sequential Batch Reactor (SBR) Units shall be installed and equipped for average flow
of 45 MLD. However, it should be able to handle peak flow during its occurance.
 The system should work on a gravity influent condition. No influent / effluent
Equalization Tanks or flash filling is accepted.
 The SBR Process shall have following independent steps without overlapping
each other:
 Fill & Aeration
 Settling (Sedimentation/Clarification)
 Decanting (Draw)
 Filling, during Settling or Decanting will not be acceptable.
 The system should be designed as per CPHEEO guidelines for F/M ratio. MLSS
maintained in the Basin should range from 3,500 – 5,000 mg/l.
 Cycle times shall be selected adequately by the Bidder considering min. 12
hrs/day Basin of aeration and not exceeding decanting of 2.50 m liquid depth at
any time with preferred cycle times containing max. 50% not aerated portion.

(22)
BidDocument Section6 :Technical Specifications
Contract Package No. KEIIP/NCB/TR-3/SD28/2017-18 Civil Works

 The excess sludge produced shall be fully digested. Sludge production rate shall
be about 0.60 – 1.2. Kg / Kg of BOD removed. A minimum SRT of 10 days shall
be maintained to ensure digested sludge.
 Min. Four (4) numbers of SBR Basins with adequate volume shall be provided. In
addition, 0.50 m Free Board shall be provided to each Basin. Maximum Liquid
Depth of each Basin shall be restricted up to 6.00 m.
 The entire construction shall be in M30 grade reinforced cement concrete and as
per IS 3370. RCC Platform/Walkway with suitable width and Hand Railing as per
specifications shall be provided. RCC Staircase shall be provided for access from
Finished Ground Level to the top of the Unit & to the Operating
Platform/Walkway.Plinth protection along periphery shall be provided as per
technical specifications.
All other accessories, whether specified or not, but required for completion of the
work shall form the part of bidder’s scope.
Decanting Device:
The Decanting Device shall be Moving Weir Arm Device of SS 304 with top mounted
Gear Box, Electric Drive, Scum Guard, down comers, Collection Pipe, Bearings. The
following type of decanter assemblies are not acceptable:
 Rope Driven Decanters.
 Floating Decanters.
 GRP Products.
 Valve Arrangement.
 The maximum design travel rate shall be adequate with proven hydraulic
discharge capacity of the decanter proportional to the selected Basin area.
 There should be maximum one (1) Decanter per Basin.
 The hydraulic design based on design flow rate as given above shall not exceed
flow speed as prescribed by the manufacturer.
 Flexible rubber hose kind of decanter sealing is not acceptable.
Aeration System
 The aeration system apart from meeting oxygen demand of the process shall also
enhance mixing conditions in the SBR Basin
 Only Fine Bubble Type, EPDM / PU Membrane Diffusers shall be acceptable with
minimum Membrane Diffusers to Floor Coverage Area of in accordance to
CPHEEO manual. Combination of aeration techniques using
Aerators/Submersible Mixers etc. is not acceptable. Diffusers shall be submerged,
fine bubble / fine pore, high transfer efficiency, low maintenance and non-buoyant
type. Diffusers shall be panel / tubular type. In case tubular type Diffusers are
used, only top half surface area of the Diffuser shall be considered for supply of air
and appropriate arrangement should be provided to avoid clogging of diffusers.
Material of construction for entire under water system including accessories shall
be of non-corrosive. Complete Diffuser as a unit shall be assembled at the

(23)
BidDocument Section6 :Technical Specifications
Contract Package No. KEIIP/NCB/TR-3/SD28/2017-18 Civil Works

manufacturing factory level. The grid supports shall of adjustable type made of SS
304.
 The Air Blower Arrangement shall be capable of handling Total Water Level and
Bottom Water Level operation conditions controlled by process sensors such as
DO, Temperature and Level.
 Each set of Air Blowers shall have common standby. All blower in each set shall
operate via Variable Frequency Drives (VFD).
 Air Blower shall be Single Stage, Direct Drive, CE/UL certified, and Centrifugal
type Turbo Blower consisting of Air Bearings, Impeller, high-speed Motor, Inverter,
Controller and Cooling System, with the RPM designed for the requirement. It
shall be able to operate under varying Pressure and Flow conditions as per
process requirement. Minimum turndown ratio should be 50%. The maximum idle
time between OFF and ON shall not exceed 30 seconds.
 It shall be composed of Casing, Suction Filter, Reducer, Acoustic Hood, Blow-Off
Valve, Inverter, Electrical Panel and Controller etc. Noise level should be less than
85 dBA at 1.00 m from Blower whereas Vibration level should be less than 1
mm/sec. Casing shall be of high-quality Aluminium Alloy and able to resist thermal
expansion, vibration and air leakage.
 Air Bearings shall be non-contact type, bump type foil air bearings with oil free
lubrication, low noise and no vibration.
 Impeller shall be of high strength Aluminium Alloy (A7075). It shall have high
compression efficiency, high surge stability and wide flow range. It shall be
capable to keep dynamic balance in high speed revolution and shall be suitable for
transmission of power and safety factor at critical speed. It shall be directly
connected with the motor shaft without any coupling. The inlet to the Impeller
Compartment shall be open without any restrictions like fins etc.
 Inverter shall be high-speed Inverter equipped with Electrical Filter, AC Reactor
and LC Filter.
 Motor, being high-speed, shall be provided with the best suited Cooling System to
ensure consistent motor output and longevity. In Air Cooled System, cooling shall
be achieved by connecting a fan to the motor shaft to push air through the cooling
fan and into the motor and by discharging the heated air out of the Blower
Enclosure through the Impeller or Blow-Off Air Discharge Hole. In Water Cooled
System, cooling shall be achieved by suction air through the Radiator.
 Blow-Off Valve shall be located within the Blower Enclosure and shall be equipped
with a Silencer.
 Controller shall have adequate colour touch screen with convenient user interface
to support various operation modes such as Auto Flow Mode, Auto power mode,
Auto RPM Mode, Auto Pressure Mode, Proportional Mode, DO-Link Mode and
Failure, Check and Reset Option. Following measurements and operating data are
shown on the Controller Screen:
(a) Operating state of the turbo blower

(24)
BidDocument Section6 :Technical Specifications
Contract Package No. KEIIP/NCB/TR-3/SD28/2017-18 Civil Works

- Run
- Stop
- Error
(b) Measurement and display data
- Suction Filter Differential Pressure
- Suction Temperature
- Discharge Temperature
- Discharge Pressure
- Suction Flow Rate
- Revolution
- Power
(c) Warning and Error message
- Filter differential Pressure Over
- Motor overheating
- Inverter Error

 Material of construction of various parts of Blowers shall be as follows:


 Bearing : Nickel alloy or stainless steel
 Casing : Aluminium Alloy
 Impeller : Aluminium Alloy (A7075)
 Shaft : Titanium Alloy
 Head for blowers shall be decided on the basis of S.O.R. of diffusers and
maximum liquid depth in Basin duly considering the losses governing point of
delivery (diffusers) and the blowers.
 The operation of Aeration System shall include PLC based control. The operation
and speed of Air Blowers shall be automatically adjusted using parameters like
Oxygen Uptake Rate, Dissolved Oxygen and Temperature and Liquid Level in the
Basin such that the DO is supplied as per demand and power utilisation for
operation of Air Blowers is optimised.
 All other accessories, whether specified or not, but required for completion of
Contract shall form the part of Bidder’s Scope.
 The operation of Aeration System shall include PLC based control. The operation
and speed of Air Blowers shall be automatically adjusted using parameters like
Oxygen Uptake Rate (OUR), Dissolved Oxygen (DO) and Temperature and Liquid
Level in the Basin such that the DO is supplied as per demand and power
utilisation for operation of Air Blowers is optimised.
 The main Air Header/Ring Main shall be in MS as per relevant IS Code, painted
with corrosion resistant paint as per Manufacture's recommendations. The Air
Header/Ring Main shall be supported on saddles at suitable intervals or shall be

(25)
BidDocument Section6 :Technical Specifications
Contract Package No. KEIIP/NCB/TR-3/SD28/2017-18 Civil Works

protected against external corrosion in case laid below ground. The Sub-header
shall have Auto Valves to facilitate switch over of Aeration Cycle from one Basin to
other by PLC. The Sub-header shall supply air to fixed type Diffuser Grids at
various locations through vertical Air Supply Pipes. These Air Supply Pipes above
water level shall be in MS, painted with corrosion resistant paint and below water
shall be in SS 304. All under water Lateral Pipes shall be of uPVC/ corrosion
resistant material confirming to ASTM D-1784 standards. Junctions between
horizontal Sub-header and vertical Air Supply Pipes shall be suitably protected
against corrosion due to dissimilar materials.
 After Cooler arrangement shall be provided on Air Header to ensure desired
temperature at the Inlet of Diffusers if required.
 All other accessories, whether specified or not, but required for completion of
Contract shall form the part of Bidder’s Scope.
Return Sludge and Excess Sludge Pumps
Dedicated Return Sludge and Excess Sludge Pumps shall be provided in each SBR
Basin. The Pumps shall be of submersible / horizontal centrifugal type suitable for
handling biological sludge of 0.8 – 1% solids consistency. Capacity and Heads shall be
decided based on process requirements. Each Basin shall be provided with suitable
lifting arrangements to facilitate lifting of these Pumps if required for maintenance.
(a) Return Sludge Pumps
Capacity and Head : As per requirements
Type : Submersible / Horizontal Centrifugal
Liquid : Biological Sludge of 0.8 – 1.0% solids consistency
Specific Gravity : 1.05
Solid Size : 40 mm (Maximum)
Temperature : Min. 20 C
Efficiency : more than 50%
Quantity : 1 No. per Basin + 1 No. Store Standby

(b) Excess Sludge Pumps


Capacity and Head : As per requirements
Type : Submersible / Horizontal Centrifugal
Liquid : Biological Sludge of 0.8 – 1% solids consistency
Specific Gravity : 1.05
Solid Size : 40 mm (Maximum)
Temperature : Min. 20 C
Efficiency : more than 50%
Quantity : 1 No. per Basin + 1 No. Store Standby

Automation and Control

(26)
BidDocument Section6 :Technical Specifications
Contract Package No. KEIIP/NCB/TR-3/SD28/2017-18 Civil Works

 PLC based Automation System with application software based on Rockwell or


equivalent to control SBR System including all Gates, Air Blowers, Pumps, Valves
and Decanters as per Bidder’s/Technology Provider’s own design including I/Os
with 20 % Spares and UPS.
 HMI Panel shall comprise latest Personal Computer with 22” LCD Monitor, Multi
Media Kit, Printer, Internet Connection, RS-View, RS-Links (Gateway Version),
Process and Operator Software with dynamic Flow Charts, Pictures, Screens,
Alarms, Historical Trends, Reports etc.
 SCADA based Automation System to monitor the following parameters
continuously in each SBR Basins:
 Fill Volume
 Discharge Volume
 Temperature
 DO Level
 Oxygen Uptake Rate
 Air Blower Speed
 Decanter Speed
3.2.11 Disinfection (Chlorination) Units
Chlorine Contact Tank and Chlorinator cum Chlorine Tonner Storage House
Treated sewage from SBR Basins shall be taken to Chlorine Contact Tank by RCC
Channel / RCC Pipe. Gas Chlorine shall be added at suitable dosing rate for disinfection.
Baffle Walls shall be provided in the Tank to facilitate hydraulic mixing of treated
sewage. The entire construction shall be in M30 grade reinforced cement concrete and
as per IS 3370.
Design Flow : Average Flow or Decant Flow whichever
is more
Number of Units : 1 No.
Min. Hydraulic Retention Time : 30 Minutes (excluding Outlet Channel
after Weir)
Free Board : 0.50 m min.
The Chlorination cum Chlorine Tonner House shall be provided nearby to house
Chlorination Systems. It shall be RCC (M30) Frame cum Brick Masonry Structure
with Rolling Shutter, Windows & Ventilators, Electrical Hoist with Travelling Trolley of
minimum 3 Ton capacity or 1.5 times the weight of the single Unit whichever is more
to lift the Pumps/Chlorine Tonners and Safety Equipment including Sand Buckets,
Fire Extinguishers and Fire Alarms etc. Also it shall be provided with IPS Flooring,
Internal & External Plaster and Internal & External Painting. Plinth Protection shall be
provided along the periphery as per specifications.
All other accessories, whether specified or not, but required for completion of
Contract shall form the part of Bidder’s Scope.
Chlorination System

(27)
BidDocument Section6 :Technical Specifications
Contract Package No. KEIIP/NCB/TR-3/SD28/2017-18 Civil Works

Gas Chlorination System comprising Vacuum Chlorinators (2 Nos.: 1W + 1S), Water


Feed Pumps (2 Nos.: 1W + 1S), Interconnecting Piping and Appurtenances, Chlorine
Gas Detector, Empty Chlorine Tonners (Suitable for 30 days’ Storage or less than 10
MT whichever is higher) with Trunions, Lifting Device and Suspended Weighing
Scale, Residual Chlorine Test Kit, Safety Equipment (e.g. Exhaust Fan, Canisters,
Gasmasks etc.), Mandatory Spares, Chlorine Leak Detection and Chlorine Leak
Absorption System including FRP Half Hoods, Caustic Solution Tank for
neutralization in case of leakage, Caustic Recirculation Pump, Centrifugal Fan at
bottom, Interconnecting Piping and Ducts complete and other required ancillary shall
be provided.
Design Flow : Average Flow or Decant Flow whichever is more
Type : Vacuum Type
Chlorine Dosing : 5 mg/l minimum.
Quantity of Chlorinator : 2 Nos. (1Working + 1Standby)
All other accessories, whether specified or not, but required for completion of
Contract shall form the part of Bidder’s Scope.
3.2.12 Sludge Dewatering Units:
Sludge Sump & Pump House
A Sludge Sump shall be provided to hold excess sludge from SBR Basins. It shall be
equipped with Coarse Bubble Air Grid made from HDPE / UPVC Pipes and Air
Blower Assembly to facilitate mixing of its contents on continuous basis. It shall be
constructed in M30 grade reinforced cement concrete and as per IS 3370. There
should be the provision of access staircase and platform to the sludge sump.
Number of Units : 1 No.
Hydraulic Retention Time : 6 hrs. Min. of Average Daily Sludge Production
Free Board : 0.50 m min.
A Pump House shall be provided near Sludge Sump to accommodate Air Blowers
and Sludge Transfer Pumps (Centrifuge Feed Pumps). It shall be RCC (M25) Frame
cum Brick Masonry Structure with Rolling Shutter, Windows & Ventilators. Also it
shall be provided with suitable Flooring, Internal & External Plaster and Internal &
External Painting. Plinth Protection shall be provided along the periphery as per
specifications.
All other accessories, whether specified or not, but required for completion of
Contract shall form the part of Bidder’s Scope.
Sludge Sump Air Blowers & Sludge Transfer (Centrifuge Feed) Pumps
Sludge Sump Air Blowers shall be positive displacement (Roots) type and Head for
Air Blowers shall be decided on the basis of maximum Liquid Depth in Sump duly
considering the losses governing point of delivery and the Air Blowers. They shall be
complete with Motor and accessories like Base Frame, Anti Vibratory Pad, Silencer,
Non Return Valve, Air Filter etc. as per requirements.
Capacity and Head : As required
Air Mixing Rate : As per standard

(28)
BidDocument Section6 :Technical Specifications
Contract Package No. KEIIP/NCB/TR-3/SD28/2017-18 Civil Works

Type : Positive Displacement (Roots) Type


Liquid : Biological Sludge of 0.8 – 1% Solids Consistency
Specific gravity : 1.05
Quantity : 2 Nos. (1W + 1S)
All other accessories, whether specified or not, but required for completion of
Contract shall form the part of Bidder’s Scope.
Sludge Transfer (Centrifuge Feed) Pumps shall be of positive displacement type
Screw Pumps suitable for handling biological sludge of 0.8 – 1% solids consistency.
Capacity and Head : As required
Type : Positive Displacement Type Screw Pump
Liquid : Biological Sludge of 0.8 – 1% Solids Consistency
Specific gravity : 1.05
Solid size : 40 mm max.
Efficiency : more than 30%
Quantity : As per requirement + 50 % standby
All other accessories, whether specified or not, but required for complete shall form
part of Bidders scope.
Mechanical Sludge Dewatering Device (Centrifuges) and Centrifuge House
The Mechanical Sludge Dewatering Device shall be solid bowl type Centrifuges
designed for 100% trouble free operation at all times and provided as per the
following guidelines.
 It shall be so located that the dewatered sludge can be loaded into Trucks/
Trolleys / Containers directly. Preferably, it shall be so located that the dewatered
sludge falls into the Trucks/ Trolleys / Containers without requirement of another
Material Handling Unit.
 The dewatered sludge shall have a minimum solids concentration of 20% or more
(measured as dry solids w/w basis) so that it is ‘spadable’ or ‘open body truckable’
and can be disposed by open body Trucks/Trolleys.
 The Dewatering unit ll have a 95 % solid recovery and the centrate should not
contain more than 1000 mg/l solids.
It shall be solid bowl type of co-current/counter current design. It shall have sufficient
clarifying length so that separation of solids is effective. The Centrifuge and its
accessories shall be mounted on a common Base Frame so that the entire assembly
can be installed on an elevated structure. Suitable Drive with V-Belt arrangement and
Turbo Coupling shall be provided along with Overload Protection Device.
Differential speed and Bowl speed shall be adjusted by changing the Pulleys.
Differential speed may be adjustable by use of epicyclical gears. The Bowl shall be
protected with flexible connections so that vibrations are not transmitted to other
Equipment’s. The Base Frame shall be provided with anti-vibration Pads. The Drive
Motor shall be of 4 pole construction. The noise level shall be 85 dB (A) measured at
1.86 m distance under dry run. The vibration level shall be below 50 micron

(29)
BidDocument Section6 :Technical Specifications
Contract Package No. KEIIP/NCB/TR-3/SD28/2017-18 Civil Works

measured at Pillow Blocks under dry run condition.


Capacity : As required
Operating Hours : 18 hrs per day maximum
Type : Solid Bowl Type
Liquid : Biological Sludge of 0.8– 1% Solids Consistency
Specific gravity : 1.05
Quantity : As per requirement + 50 % Standby
A Sludge dewatering house shall be provided near Centrifuge Feed Pump House to
house Centrifuges. It shall be a Stilt + 1 type RCC (M25) Frame Structure.
Centrifuges shall be installed at First Floor whereas Trucks/Trolleys/Containers shall
be parked at Ground Floor. An Electrical Hoist with l Travelling Trolley of suitable
capacity and Safety Equipment including Sand Buckets, Fire Extinguishers etc. shall
be provided. Also it shall be provided with suitable Flooring, Internal & External
Plaster and Internal & External Painting. Plinth Protection shall be provided along the
periphery as per specifications.

Polyelectrolyte Dosing System


Polyelectrolyte Dosing System shall consist of Dosing Tanks equipped with Slow
Speed Agitators and Diaphragm type Metering Pumps. Polyelectrolyte shall be dosed
online at the inlet of Centrifuges. Minimum dosage of polyelectrolyte shall be 1.50 –
2.50 Kg/Ton of dry solids at 0.1% solution strength. The solution will be dosed using
mechanically actuated Diaphragm type Metering Pumps. Dedicated Dosing Pumps
shall be provided and shall be interlocked with Centrifuges in such a way that they
Start/Stop along with Centrifuge.
Dosing Tanks:
Design Capacity : As required
Number of Units : 2 Nos.
Hydraulic Retention Time : Suitable for min. 8 hours of Operation
Free Board : 0.50 m min.
Dosing Pumps:
Capacity and Head : As required
Type : Mechanically Actuated Diaphragm Type Metering Pump
Liquid : Polyelectrolyte Solution of 0.1% Strength
Quantity : One no. per Tank + 50 % standby
3.2.13 TREATED EFFLUENT PUMP (Based on detailed design of the Bidder)
Based on the detailed design of the Bidder, the Treated effluent after disinfection from
chlorination may be required to be transferred to a Wet Well. In case of requirement of
transfer of the treated effluent by means of pumping, the same shall be included in the
scope of the Bidder and considered in ‘Any Other works of Civil / Mechanical items’. In
such case where effluent transfer pumping is necessary, the capacity of the Wet Well
should be kept such that adequate hydraulic retention time is available during average

(30)
BidDocument Section6 :Technical Specifications
Contract Package No. KEIIP/NCB/TR-3/SD28/2017-18 Civil Works

flow conditions. The effective liquid volume shall be provided below the invert level of
the incoming line from the chlorination tank after leaving provision for freeboard. The
capacity of the Wet Well shall be so kept that with any combination of inflow and
pumping, the operating cycle for any Pump will not be less than 5 minutes. Based on
the incoming flow conditions, adequate numbers of pumps shall operate automatically
to cater the pumping requirements, based on the design requirements of the Bidder.

3.3 Detailed SCOPE OF WORK – PLANT UTILITIES


3.3.1 SBR Air Blower cum Administrative cum MCC & PLC/Control Building
The SBR Air Blower cum Administrative cum MCC & PLC/Control Building shall be
G+1 type RCC (M25) Frame and Brick Masonry Structure. SBR Air Blower House,
Workshop & Tool Room shall be constructed at ground floor whereas Administration
Block (comprising Office & Conference Hall and Laboratory), MCC Room and
PLC/Control Room shall be placed at first floor. Minimum Carpet Area to be provided
on each floor shall be 300 m2.
SBR Air Blower House shall house Air Blowers for SBR Basins. It shall be equipped
with Rolling Shutters, UPVC Windows/Ventilators, Exhaust Fans and an Electric Hoist
with Travelling Trolley of minimum 3 Ton capacity or 1.5 times the weight of Air Blower
whichever more is. Similarly, MCC Room and PLC/Control Room shall be designed.
Laboratory shall be of minimum 130 sq.m. and fully equipped with all necessary
Equipment’s, Instruments, Chemicals, Reagents, Glassware and high quality furniture
of reputed make. The lab shall be provided with adequate platforms of min. 750 mm
from the wall for working. Office and conference hall shall area shall be minimum 40
sq.m. Adequate number of Toilets and Washbasins shall be provided separately for
Men & Women at each floor. The toilet blocks shall be of minimum 10 sq.m. on each
floor with provision for urinals in the men’s room. A covered Overhead Tank of
capacity 5 m3 shall be provided along with an Underground Water Tank of capacity 10
m3 to cater to the water requirements of the Building. There shall be adequate
provision to dispose the wastewater generated through the toilets by provision of
suitably sized septic tank or disposal of the collected sewage to the STP.
In addition, the Building shall be provided with Porch, Staircase, Passages,
Wooden/Aluminium/Glass Doors / Windows / Ventilators and Safety Equipment’s
including Sand Buckets, Fire Extinguishers and Fire Alarms etc. Adequate Flooring
shall be provided in various Rooms/Areas as per requirement or as per instructions of
the Project Manager. The minimum passage width shall be 1500 mm. Internal &
External Plaster with Painting shall be done as per instructions of the Project Manager.
Plinth Protection shall be provided along the periphery as per specifications.The
Building shall be provided with the suitable furniture and at least following items:

(31)
BidDocument Section6 :Technical Specifications
Contract Package No. KEIIP/NCB/TR-3/SD28/2017-18 Civil Works

Sl. Item of work Work


No
1 Personal Computer 2 Nos. of latest version & configuration complete.
in PLC/Control
Room
2 Printer in 1 No. of A3 Size Laser Printer of latest version &
PLC/Control Room configuration complete.

3 Telecommunication Min. 1 No Telephone Line with a Broad Band facility. The


Facility chargers will be borne by the Bidder up to the O & M
Period.
4 Plant Model  1 No. Wall Mounted Process Model (Electronic Plant
Display Model) with Flow Diagram (Minimum size 3 m x
1.5 m)
 1 No. 3D Model with display of flow direction and
lighting.
5 Air Conditioner Adequate nos. of Air conditioners shall be provided as per
requirement
6 Office furniture Reputed make
3.3.2 Electrical HT Substation
The Electrical HT Substation shall be provided to accommodate HT Components
comprising Metering Kiosk, HT Panel, Indoor Transformers and Power Control
Centres. It shall be RCC (M25) Frame and Brick Masonry Structure equipped with
Rolling Shutters, Windows/Ventilators, Exhaust Fans and Safety Equipment’s including
Sand Buckets, Fire Extinguishers and Fire Alarms etc. complete. Also it shall be
provided with IPS Flooring, Internal and External Plaster with Painting and Plinth
Protection along the periphery as per specifications.
3.3.3 Security Cabins
One Security Cabin of size 3.00 m x 3.00 m shall be provided at each entry Gate of
the Plant. It shall be RCC (M25) Frame and Brick Masonry Structure equipped with
Doors, Windows/Ventilators, etc. complete. Also it shall be provided with Flooring,
Internal and External Plaster with Painting and Plinth Protection along the periphery
as per specifications.
3.3.4 Schedule of Finishes
Sl. Rolling Windows /
Unit Flooring Doors
No. Shutter Ventilators

Administration Vitrified floor MS Rolling Heavy Duty


Anodized
Block, tiles with Shutter (See Wooden Door
same Aluminium
Engineer’s Through with heavy duty
1 skirting. The (Heavy Section)
Office, Type) of Brass Fittings of
size of Tiles of approved
Conference approved approved make
shall be make
Room, minimum make & Anodized

(32)
BidDocument Section6 :Technical Specifications
Contract Package No. KEIIP/NCB/TR-3/SD28/2017-18 Civil Works

Laboratory, 600 mm x Aluminium


MCC Room, 600 mm & (Heavy Section)
PLC & Control thickness of approved
shall be
Room, make
minimum 10
– 12 mm
SBR Air Blower
Room,
Workshop &
Tool Room, IPS Flooring
MS Rolling
Chlorinator cum with Anodized Anodized
Shutter (See
Chlorine Abrasion Aluminium Aluminium
Through
2 Tonner House, Resistant (Heavy Section) (Heavy Section)
Type) of
Raw Sewage / Additives of of approved of approved
approved
Sludge Pump approved make make
make
House, make
Electrical HT
Substation, DG
House
Anti-Skid
Centrifuge Tile Flooring
3 --- --- ---
House of approved
make
Colored Pre-
cast Heavy
Vehicle Parking Duty Paving
4 --- --- ---
Area Blocks with
Lacquer
Finish
Anodized
Aluminium
Colored UPVC / FRP of
5 Toilet Blocks --- (Heavy Section)
Glazed Tiles approved make
of approved
make
Grey
Granite
Staircase:
6 Flooring of --- --- ---
Inside Building
approved
make

3.3.5 Roads, Pathways & Vehicular Parking Area


All internal Roads shall be provided with Drainage and constructed to prevent standing
water. All Roads shall be have minimum curvature designed as per IRC 86: 1983 for a
minimum velocity of 20 km/hr. Road works shall consist of box cutting of the existing
earth / road surface up to the desired level following profile of the proposed road. 225mm

(33)
BidDocument Section6 :Technical Specifications
Contract Package No. KEIIP/NCB/TR-3/SD28/2017-18 Civil Works

compacted sand filling layer shall be laid over it as per provision of clause 14.1.3 of Sub
section 3. Over the compacted sand layer, 200mm thick compacted granular sub-base
course shall be laid in accordance with clause 13.2 of Sub section 3. This shall be followed
by two layers of compacted WBM (water bound macadam). The first layer shall be of 100
mm compacted thicknesses and shall be constructed with jhama metals. The second layer
shall be of 75 mm compacted thicknesses shall be constructed with crushed or broken
stone. The above layers shall be interlocked by rolling and bonded together by screenings
/ binding materials and application of water. The above WBM layers shall be constructed in
accordance with clause 13.3 in sub section 3 – General Civil Works. Over the above WBM
course finishing layers of 50mm thick compacted bituminous macadam shall be laid first
followed by 20mm thick compacted premix carpet followed by 6mm thick seal coat. The
above bituminous works shall be carried out in accordance with specifications in sub
section 3 – General Civil Works.
Pathways shall be constructed interconnect the entire Plant with Roads. Minimum
width of pathways shall be 1.5m. Pathways shall be in coloured Pre-cast Heavy Duty
Paving Blocks with Lacquer Finish. Vehicle Parking Area shall be provided to permit
the parking of Vehicles in coloured Pre-cast Heavy Duty Paving Blocks with Lacquer
Finish. The entire system of Roads, Pathways and Vehicle Parking Area shall be
designed such that Vehicles involved in the delivery of Materials, Chemicals,
Consumables and Residual Disposal can continuous route through the Works and get
out again.
3.3.6 Stormwater Drainage
Adequate Storm Water Drainage shall be provided adjacent to the Internal Roads
considering local rainfall intensity with 100% runoff. It shall be in RCC Class NP3 pipe
in the range of diameter 300 mm to 600mm with necessary Chambers at appropriate
locations. These Chambers shall be covered with CI Gratings. This Storm Water
Drainage shall be connected to the nearby Storm Water Drain or Channel of City
Network.
3.3.7 Boundary Wall and Gate
Boundary Wall having architectural and elegant view shall be provided along entire
periphery of the Plot. Height of boundary wall should not be less than 2 m from
finished ground level. It should be able to bear wind pressure up to 80 Km/hr. Entry
Gates, 4 m wide each shall be provided. The Entry Gate shall be provided with a
Wicket Gate. The architectural drawings should be approved by the Project Manager
before execution.
3.3.8 Internal Water Supply and Water Supply for Gardening
The Bidder shall make his own arrangements for water supply during construction at
site and shall ensure the quality of the water remains potable for the purpose for which
it is intended.

Proper water facility shall be provided at STP during operation and maintenance stage.
Rate of water supply may be kept as 150 litre per capita per day for a population of 20
people. The storage should not be less than 6000 litres underground and 3000 litres
for overhead storage. Water supply for gardening purpose may be from treated final
effluent in sufficient quantity. The Bidder shall get a tapped water supply from the

(34)
BidDocument Section6 :Technical Specifications
Contract Package No. KEIIP/NCB/TR-3/SD28/2017-18 Civil Works

ferule provided by KMC. The Bidder shall bear the expense for monthly water charges
at their own expense.

3.3.9 Disposal of Plant Residuals Treated Effluent


Refuse and rubbish of every kind shall be removed from the Site during construction
stage and disposed off by the Bidder at his own expense, frequently and regularly so
as to keep the Site in an approved wholesome, hygienic and tidy condition to the
satisfaction of the Project Manager and as per the law of the land.
Plant Residuals during operation (Screenings, Grit and Dewatered Sludge) and treated
effluent shall be the property of the Employer. However, the Bidder shall be
responsible for disposal of Plant Residuals within 25 km from Site.
3.3.10 Landscaping
Landscaping involves beautification of Sewage Treatment Plant site by cultivating
lands, plants and trees of environmental value and suitably modifying the appearance
of STP site. It shall add scenic value to the STP site to obtain maximum visual impact.
Bidder has to develop proper landscaping in the STP site from professional landscaper
approved by employer. Area for future expansion shall also be considered for
landscaping. Complete available area left after construction shall be developed with
trees/plants/shrub. Additional emphasis should be given on latest vertical greening.
The detailed specifications can be found in sub section 3.
3.3.11 Interconnecting Piping and Valves
All interconnecting Piping, Gates, Valves, Specials and other appurtenances,
auxiliaries and accessories required as per Process Design and Scope of Work. In
case of Rising Mains, thrust blocks shall be provided wherever required. In case of
buried Pipes, warning tapes shall be provided of the appropriate colours. The velocity
in pipes shall be as follows:

Design
S
Service Velocity Limitations
No
m/s
1 Gravity Lines 0.6 – 1.2 Min. Velocity shall not be less than 0.6 m/sec.
for Sewage & Max. Velocity up to 1.2 m/sec is allowable at
Water Peak Flow. Designed as pipe line 0.8 dia. flow.
2 Pressure Lines 0.6 – 2.5 Min. Velocity shall not be less than 0.6 m/sec.
for Sewage & Max. Velocity up to 2.5 m/sec is allowable at
Water Peak Flow.
3 Air 18– 22 Max. Velocity shall not be more than 25 m/sec
(Pressurized in any section.
Lines)
4 Scum & Sludge 0.6 – 1.5 Irrespective of flow, Diameter shall not be less
Lines than 150 mm for Gravity Lines.
5 Chemical Feed 0.6 – 1.5 Irrespective of flow, Diameter shall not less
Lines than 20 mm.

(35)
BidDocument Section6 :Technical Specifications
Contract Package No. KEIIP/NCB/TR-3/SD28/2017-18 Civil Works

Notwithstanding the above, the Tenderer shall submit a Pipe Line Schedule with Tag
No., Flow, Size, Type, Material of Construction etc. with detailed P & ID for approval of
the Project Manager prior to any further engineering or procurement/fabrication and
installation. Generally, the Material of Construction shall be selected based on the
following guide lines. The Tenderer can make suitable selection depending on Service,
Type of Flow (i.e. Gravity or Pressurized) and Diameter of Pipe. The pipe material
shall be adopted as follows

S No Service Type of Flow MOC


1 Waste Water / Sludge Gravity RCC NP-3 Class
2 Waste Water / Sludge Pressurized DI K-9
3 Service Water Gravity / Pressurized GI “Heavy” Class
Above Water: MS
Air Lines: Headers, Sand/Shot Blasted, Epoxy
4 Pressurized
Vertical Down-comers Painted
Under Water: SS 304
UPVC /Rigid PVC
Air Grid Piping:
5a Pressurized confirming to ASTM D-1784
Aeration Zone
standards.
Air Grid Piping:
5b Pressurized SS 304
Selector Zone
6 Chemicals Gravity / Pressurized SS 304 except Chlorine
7 Chlorine & FeCl3 Gravity / Pressurized Schedule 40 UPVC

Valve: Guidelines

Sl
Service Type MOC Connection
No
A Sewage / Sludge
CI Body & SS 304
Gravity /
1 Knife Gate Gate & SS 410 Flanged
Pressurized
Spindle
CS Body & SS 304 Wafer /
2 Delivery of Pump Swing Check
Internals Flanged
CI Body & SS 304
Suction & Delivery
3 Knife Gate Gate & SS 410 Flanged
of Pump
Spindle
B Service Water
Gravity / CS Body & SS 304
1 Ball Flanged
Pressurized Internals

(36)
BidDocument Section6 :Technical Specifications
Contract Package No. KEIIP/NCB/TR-3/SD28/2017-18 Civil Works

Sl
Service Type MOC Connection
No
CS Body & SS 304
2 Delivery of Pump Swing Check Wafer
Internals
Suction & Delivery CI Body & SS 304
3 Butterfly Flanged
of Pump Internals
C Air
CS Body & SS 304
1 Pressurized Ball Flanged
Internals
CS Body & SS 304
2 Delivery of Blower Swing Check Wafer /Flanged
Internals
Suction & Delivery CI Body & SS 304
3 Butterfly Flanged
of Blower Internals
D Chemicals
Gravity / As per Chemical
1a Ball Flanged
Pressurized Compatibility Chart
Gravity / As per Chemical
1b Diaphragm Flanged
Pressurized Compatibility Chart
Gravity / As per Chemical
1c Plug Flanged
Pressurized Compatibility Chart

Notwithstanding the above, the Tenderer shall submit a Valve Schedule with Tag No.,
Flow, Size, Type, and Material of Construction, End Connection etc. with detailed P &
ID for approval of the Project Manager prior to any further engineering or
procurement/fabrication and installation.
3.3.12 Electrical & Instrumentation Works
It shall be the Bidder’s responsibility to intimate adequate incoming HT power from
WBSEDCL/ CESC based on the maximum demand load for the STP. The Employer
will reimburse the charges paid by the Contractor through Provisional Sum, for
obtaining the above connection. Necessary liasoning for the same shall be done by the
Bidder in consultation with the Project Manager.
Adequate nos. of Transformers with 10% overload shall be provided. These shall be oil
filled, air cooled and step down Transformers suitable for indoor installation
manufactured in accordance with IS 2062/1962 and as modified from time to time.
They shall be supplied with all accessories and mounting as per IS 2062 and shall also
have Dial Thermometer, Bucholz Relay, Rollers and Explosion Vent. Each
Transformer shall be provided with off load tap changer for ± 2.5%. The windings shall
be of connections as per vector group DY II. The efficiency of the Transformer at
100%, 75% and 50% loading should also be indicated separately. The Transformer
should be filled with oil and tested as per I.E. Rules & Regulations. Suitable cable
boxes for H.T. and bus ducting for L.T. side be provided.

(37)
BidDocument Section6 :Technical Specifications
Contract Package No. KEIIP/NCB/TR-3/SD28/2017-18 Civil Works

The entire Plant shall be operated on 415 V, 3-Phase, 50 Hz, 4-Wire system. The
Bidder’s Scope of Work shall include the following:
 Obtaining incoming HT Power from State Electricity Authority including necessary
liasoning, documentation etc. complete.
 HT Cable with Termination Kit from “Source” to the Electrical HT Substation
located at the Sewage Treatment Plant.
 HT Substation including 4-Pole Structure, Metering Kiosk, HT Panel,
Transformers, Power Control Centre etc. complete.
 Motor Control Centres.
 Cabling including Power, Control and Instrumentation Cables.
 Earthling for Electrical Equipment’s as well as Instruments.
 Internal Lighting in Buildings.
 External Lighting.
 Local Push Button Stations near respective Drives.
 DG Set of adequate rating capable to run the entire Plant at Peak Flow.
 Any other item / accessories required for successful completion of the Project.
The Bidder shall design/execute the System as per standard specifications, I.E. Rules
and Regulations, requirements of State Electricity Board and other local Authorities
and actual site conditions. Also, the Bidder shall provide adequate automation for fully
automatic operation of the entire Sewage Treatment Plant including Primary Treatment
Units, Biological Treatment Units based on SBR technology, Chlorination Units and
Sludge Dewatering Units through a Programmable Logic Centre (PLC) and
Supervisory Control and Data Acquisition (SCADA) with Man-Machine Interface (MMI).
Provision shall also be made to operate each Unit of the Plant manually, if required.
3.3.13 PLC/SCADA BASED AUTOMATION SYSTEM FOR ENTIRE PLANT
The entire Sewage Treatment Plant including Primary Treatment Units, Biological
Treatment Units based on SBR technology, Disinfection (Chlorination) Units and
Sludge Dewatering Units shall be designed for fully automatic operation through a
Programmable Logic Centre (PLC) and Supervisory Control and Data Acquisition
(SCADA) with Man-Machine Interface (MMI). Provision shall also be made to operate
each Unit of the Plant manually, if required. Salient features of the proposed System
shall be as follows:
 Dynamic display of all Units, Equipment’s and Drives shall be available on SCADA
Screen.
 Auto/Manual operation of each Drive shall be made by selecting a Soft Switch on
SCADA Screen.
 In Auto mode, each Drive shall operate based on preset sequence and interlock.
 In Manual mode, each drive shall be operated in Local/Remote mode by selecting
a Soft Switch on SCADA Screen. In Local mode, each Drive shall be operated

(38)
BidDocument Section6 :Technical Specifications
Contract Package No. KEIIP/NCB/TR-3/SD28/2017-18 Civil Works

from the Local Push Button Station (LPBS) located nearby. In Remote mode,
operation from LPBS shall be disabled and each Drive shall be operated manually
from PLC. Also Working/Standby selection of Drives shall be done by selecting a
Soft Switch on SCADA screen.
 Run/Trip indication of all Drives shall be displayed on SCADA screen.
 Open/Close indication of all Auto Gates and Auto Valves shall be displayed on
SCADA Screen.
 Annunciation & Alarm facility shall be available in PLC/SCADA. In the event of a
Fault, the symbol representing the Equipment/Drive shall continue flashing on
SCADA Screen with Equipment/Drive description appearing at bottom of the
SCADA Screen and electric Hooter shall continue blowing until the Fault Alarm is
acknowledged.
 Data logging of Running Hours of each Drive, Alarms and Historical Trends of
monitored Parameters etc. shall be envisaged in SCADA.
3.4 Particular Scope of Work– Operation & Maintenance
The Bidder shall operate and maintain the Sewage Treatment Plant and all other allied
works under this Contract for a period of 60 months. For this period, the scope of work
shall include, but not be limited to the Operation and Maintenance of the following:
 Sewage Treatment Plants including all the Civil Units and Electro-Mechanical
Equipment’s as per the Bidder's Proposal to ensure that all the output guarantees
are met.
 General Facilities and Utility Services.
 PLC/SCADA based Automation system.
 All other in-plant facilities listed in the detailed Scope of Work
The Bidder shall also dispose-off the sludge, screenings, grit and any other material,
as per specifications and to the satisfaction of the Engineer In-charge. It is to be
noted that all costs during the O&M period excluding the cost of power is to be borne
by the Bidder. Within his quoted cost, the Bidder is to ensure that the following
guarantees are maintained:
 Guarantee for Quality of Treated Effluent.
 Guarantee for Power Consumption.
 Guarantee for Automation System.
 Guarantee for consumption of chemicals
The Bidder shall provide on job training to the Employer staff as detailed in the O & M
Services specifications. The Bidder shall, at no extra cost to the Employer, repair and
re-condition all the mechanical equipment in the concluding year of the O & M
Contract to a condition so that they can operate for a further 60 months period with
regular preventive and recommended maintenance. The Bidder's scope shall include
supply of all necessary spares that may be required to operate for 60 months.
3.4.1 Operation and Maintenance Cost
All the cost for Operation and Maintenance of the Plant such as Chemicals and

(39)
BidDocument Section6 :Technical Specifications
Contract Package No. KEIIP/NCB/TR-3/SD28/2017-18 Civil Works

Consumables, Disposal of Screenings, Grit and Dewatered Sludge, Manpower,


Spares, Repair and Maintenance of Civil, Mechanical, Electrical, Instrumentation Items
including all other major/minor repairs, breakdowns, replacements etc. shall be within
the scope of the Contractor, excluding Cost of Electricity. No extra payment other than
whatever has been quoted in Price Schedule will be entertained by the Employer.
3.4.2 Operations
(a) Daily Operations of Sewage Treatment Plant
The Bidder shall carry out all facility operation and waste water disposal operations
indicated below; in accordance with Good Operating Practices. The Facility operation
and waste water disposal operations shall include, but not be limited to the following:
 Operating Sewage Treatment Plant to maintain the quality of treated sewage within
the standards prescribed in the Tender, operate electrical equipment during power
failures by operating generators, operate the Centrifuge for sludge drying and treat
incoming sewage at prescribed standards through optimal dosing.
 Carrying out daily cleaning of grit channels and removal of screenings and disposal
of floating matter in grit dewatered sludge out of premises.
 Carry out continuous flow measurements of treated & untreated sewage and
recording the same online / offline.
 Collecting samples of influent and effluent and analyzing them daily to determine
the quality of sewage and performance of the treatment plant parameters as per
CPHEEO (BOD, COD, TSS, NH4-N. TN, TP, Faecal Coliform, etc.)
 In addition to the routine tests carried out in the laboratory set up of the Contractor,
the collected sample for influent and effluent shall be tested at a reputed institute or
an independent laboratory, once in a month for all guaranteed parameters, as
directed by the Employer/Project Manager for independent verification of the
results.
 Providing security for facilities and system at all times.
(b) Contingency Plan
Developing and implementing contingency plans in respect of responses to natural
disasters, periods of power failure, storm water inflow into sewers during monsoon, de-
silting of units of treatment plants, constraint operations or other similar emergencies
to maintain the quality of treated sewage.
(c) Energy Audit
The Operator shall take all necessary measures to minimize the power consumption in
carrying out its operations. The energy audit operations shall include, but not be limited
to the following.
 Reducing electricity consumption by regulating equipment operation through
suitable modifications to the operating schedules.
 Maintaining power factor and demand to avoid penalty
 Installing more efficient pumping equipment and following better maintenance
practices for electrical installation.

(40)
BidDocument Section6 :Technical Specifications
Contract Package No. KEIIP/NCB/TR-3/SD28/2017-18 Civil Works

(d) Repairs and Maintenance (in STP premises)


The Bidder shall carry out preventive, routine maintenance and break down
maintenance Operations for proper upkeep of plant in accordance with good operating
practices. The preventive and routine maintenance shall include all repairs and
provision of spares material and tools required for these repairs shall be guided by the
recommendations of the manufacturer of the equipment of STP & PS and the
Contractor. The Contractor shall also carry out breakdown maintenance and repairs.
The labour, tools and plant, spares shall be arranged by the Bidder. The following
items shall be included in such maintenances.
i. Machinery and Treatment Plant Equipment
 Dewatering and de-silting of sludge Sump, chlorination Tank, chemical dosing
tanks at least twice a year as per approved programs and disposal of silt.
 Cleaning and maintaining all rising mains/sewers in the plant area as per
requirement
 Repairing and replacing damaged pipes, fittings and valves for suction and delivery
pipe.
 Repairing and replacing pump impellers, body, bearings shafts column pipes.
 Repairing and replacing motors
 Repairing and replacing starters, circuit breakers, capacitors
 Repairing and replacing vanes and/or gears of agitators
 Repairing and replacing transformer.
 Repairing of blowers, decanter, diffusers, chlorinator, chemical dosing Equipment
& Centrifuge.
 All other activities pertaining to the operation and maintenance of the STP
ii. Building and Civil Structures
Water proofing leaking roofs of the Buildings
3.4.3 Advice Early Warning:
The Bidder is to warn the Engineer at the earliest opportunity of specific likely
future events or circumstances that may adversely affect the operations or the
condition of the facilities and / or system. The Bidder shall cooperate with the
Engineer in making and considering proposals for how the effect of such an event
or circumstances can be avoided or reduced and in carrying out any resulting
instruction of the Engineer. The Bidder shall also advise the Employer from time to
time, on improving the quality of operations, reduction in water / energy losses and
betterment practices.
3.4.4 Replacing
The Bidder shall utilize the office space to establish its monitoring and reporting
office along with computer and peripherals. It shall also obtain a telephone
connection and maintain the same through the Contract period. All data transfers
and updates made to the Employer shall be affected through the said
telecommunications medium. The Bidder shall carry out all reporting indicated

(41)
BidDocument Section6 :Technical Specifications
Contract Package No. KEIIP/NCB/TR-3/SD28/2017-18 Civil Works

below and as set out in this Contract. The reporting shall include, but not be limited
to the following
 Daily summary of Operations at Sewage Treatment Plant – A daily report of
operation of the diffuses, agitators, decanter and other equipment at the
sewage treatment plants providing information on the quantity of sewage
treated, hours of operation of equipment, energy consumed and use of
chemicals.
 Sewage Quality Monitoring – A daily report monitoring the quality of raw and
treated sewage through the analysis of samples.
 Sewer / Storm Water Drains / wet well & other units etc. Monthly cleaning
report sewer / storm water drain de-silted and record of silt disposed at
disposal sites.
3.4.5 Disposal of Sludge/Screenings/Debris
The screenings/debris/dried sludge cakes from the Centrifuge of the STP shall be
disposed of by the Bidder to a suitable location which is away from the residential
area. The place of sludge disposal shall be as per the decision of the Employer,
within 25 km from the plant. The responsibility of sludge withdrawal and disposing
off lies with the Bidder within the operation and maintenance period. The Bidder
should explore the possibility promoting it as manure.
3.4.6 Employer’s Responsibilities
The Employer shall be responsible for procuring, obtaining and maintaining
Employer Clearances required, however that the Bidder shall be responsible for
maintaining the conditionality of any such clearance, if such maintenance falls
within the purview of the Bidder.
The Employer shall supervise the Bidder’s Operations at all times and notify the
Bidder of any defects & shortcomings that are found. Such checking shall not affect
the Bidders responsibilities. The Engineer may instruct the Bidder to search for a
defect and to uncover and test any work that the Employer considers may have a
defect.
Energy charges shall be borne by the employer.
3.4.7 Bidders Responsibilities
The Bidder shall maintain properly and keep intact all assets / works/facilities /
system of the Employer throughout the Contract period and shall hand over the
same in good working condition at the end of the Contract. The Bidder shall not
modify or alter any operations regarding the facilities and / or system without prior
written permission of the Employer or its representative.
The Bidder shall procure all spare parts required for the maintenance of
equipment. The Bidder shall warrant to the effect that all the spares shall be
procured from the authorized sources and be of the best quality and fit for the
purpose for which it is being used. The Bidder is expected to carry out the work in
such a manner as not because any damage to public property on account of
negligence or otherwise. The Bidder shall be fully responsible for making good the
damages so caused by him entirely at his own cost.
The assets / works / facilities / systems of the Employer shall be at the risk and in
the sole charge of the Bidder and it shall be responsible for making good any loss

(42)
BidDocument Section6 :Technical Specifications
Contract Package No. KEIIP/NCB/TR-3/SD28/2017-18 Civil Works

or damage there to arising from any cause whatever including that due to a theft or
robbery. The Bidder shall provide adequate engineering equipment, maintenance
staff, inventories plant and machinery and all other things, whether of a temporary
or permanent nature required for carrying out operations under the Contract.
The Bidder shall carry out its Operations, so far as compliance with the
requirement of the Contract permits, so as not to interfere unnecessarily or
improperly with:
- The convenience of the public
- The access to use and occupation of public or private roads and footpaths to or of
properties.
Permissions: The Bidder shall obtain all required permissions, sanctions clearances
and permits for carrying out its Operations, including Bidders clearances and shall be
fully responsible for carrying out the operations in a safe and secure manner,
consistent with the law of the land, laws and regulations regarding such facilities and /
or System and directives of any Authority and planning permissions.
Safety: The Bidder shall be responsible for the safety of all activities on the site and
shall be absolutely and solely responsible for any and all kinds of injuries or damages
to persons and property of any description whatever may be caused by or result from
the operations carried out, whether these may have been carried out skilfully and
carefully and strictly in conformity with the provision of the specifications or not.
Discoveries: All fossils, coins, articles of value or antiquity and structures and other
remains or things of geological or archaeological interest discovered on the Site shall
be the absolute property of the Employer. The Bidder shall take reasonable
precautions to prevent its workmen or any other persons from removing or damaging
any such article or thing and shall, immediately upon discovery thereof and before
removal, acquaint the Engineer of such discovery and carry out the Employers
instructions for dealing with the same.
The Bidder shall be responsible for payment of reinstatement charges for roads,
footpaths and land as per the Employer’s rates. The Bidder shall take full responsibility
for the adequacy stability and safety of all Site operations.
3.4.8 Staff &Labour:
i. Engagement of Staff & Labour
The Bidder shall employ skilled, semi-skilled and unskilled labour in sufficient numbers
to carry out its operations at the required rate of progress and of quality to ensure
workmanship of the degree specified in the Contract for timely fulfilling of the Bidder’s
obligations under the Contract and to the satisfaction of the Employer.
The Bidder shall not employ in connection with the operations any child as per
guidelines of GCC. It shall also not employ an adolescent who has not completed his /
her eighteenth year unless he/she is certified fit for carrying out operations as an adult
as prescribed under clause b) of such section (2)(of Section 69 of the factories Act
1948.
The Bidder shall provide its staff, a minimum of two sets of uniforms with the titles of
the Employer inscribed on the back and subject to approval of the Employer. Each
worker on duty shall wear a clean uniform whenever on duty. The Bidder shall be
required by the Engineer to deliver it, to such forms and at such intervals as the
Engineer may prescribed a return showing the numbers of the several classes of staff
employed by the Bidder on the site and such other information as the Engineer may
require.

(43)
BidDocument Section6 :Technical Specifications
Contract Package No. KEIIP/NCB/TR-3/SD28/2017-18 Civil Works

If the Employer asks the Bidder to remove a person who is a member of the Bidder’s
staff stating the reasons, the Bidder shall ensure that the person leave the site within
seven (7) days and has no further connection with operations under the Contract.
At all times during continuance of the Contract, the Bidder and its sub-Bidders shall
abide by all existing and future labour enactment and rules made there under,
regulations, notifications and bye-laws of the Central, State or Local Government. The
Bidder shall keep the Employer indemnified in case any action is taken against the
Employer by any Authority on account of contravention of any of the provisions of any
Act or rules made there under, regulations or notifications including amendments.
If the Employer is caused to pay or reimburse such amounts as may be necessary to
carry or observe, or for non-observance of the provisions stipulated in the
notifications/bye-laws/acts/rules/regulations including amendments if any, on the part
of the Bidder and in connection with labour enactment, the Engineer shall have the
right to deduct any money due to the Bidder including its amount of security deposit.
The Engineer shall also have the right to recover from the Bidder, any sum required or
estimated to be required for making good the loss or damage suffered by the
Employer.
ii. Bidder’s Superintendence
The Bidder shall provide all necessary superintendence in line with the Conditions of
Contract. The Bidder shall nominate a competent and authorized representative
(Bidder Representative) approved by the Engineer which approval may at any time be
withdrawn. The Bidder’s Representative shall give its whole time to the
superintendence of the operations. The Bidder’s Representative shall receive, on
behalf of the Bidder, instructions from the Engineer which shall be deemed received by
the Bidder.
iii. Contract Performance Review and Progress
Management Meetings: Either the Employer or the Bidder may require the other to
attend a management meeting. The business of a management meeting shall be to
review the plans for remaining Operations and to deal with matters raised in
accordance with any advice. The Employer shall record the business of management
meetings and is to provide copies of its record to those attending the meeting and to
the Employer either at the management meeting or after the management meeting and
stated in writing to all who attended the meeting.
The Employer may instruct the Bidder to rectify defects and deficiency in its
Operations. Alternatively, the Employer shall carry out the operations on its own and
deduct the amount incurred in attending to such defaults from the next payment due to
the Bidder. The deduction of such damages shall not relieve the Bidder from its
obligations to carry out the operations, or from any other of its obligations and liabilities
under the Contract.
3.5 Repairs and Maintenance Schedules
3.5.1 Sewage Treatment Plant Complex:
As per indicated period checking the operation, correcting defects, attending to
calibration and setting is required attending to minor repairs and proper up keeping
such as cleaning and painting) required for the following :
(i) Monthly

 Roof and surroundings and

 Lightning arrestors.

(44)
BidDocument Section6 :Technical Specifications
Contract Package No. KEIIP/NCB/TR-3/SD28/2017-18 Civil Works

(ii) Annual

 Leakages in structures

 Ladders

 Railings

 Structural damages to the wet and dry well and

 Overflow drain.
3.5.2 Pumping Machinery and Treatment Plant Equipment:

As per indicated period checking the operation, correcting defects attending to


calibration and setting is required attending to minor repairs and proper up keeping)
such as cleaning and painting) required for the following:

i. Daily
 Screens/ Grit Channels

 Moving parts of screens and grit removal equipment, Blowers /Agitators /


Pumps/ Agitators /Return Sludge pumps/ Chemical mixer/Centrifuge/Decanter

 Stuffing box

 Bearing and

 Vibration, balancing on Decanter, chemical dosing and mixing, Motors

 Contact tightness

 Cable insulation near the lugs.

 Panels Breaker and Starter

 Contacts of relay and circuit breaker and

 Setting of over-current relay, no-volt coil and tripping mechanism and off in the
dash pot relay.

 Transformer Sub-station

 Ground Operated Disconnectors (GOD)

 Contacts of GOD and of Over Current (OC) relays

 Radiators and Earth pit


ii. Monthly
 Screens and Grit channels

 Chains in mechanically operated components

 Screens performance

 Transformer

(45)
BidDocument Section6 :Technical Specifications
Contract Package No. KEIIP/NCB/TR-3/SD28/2017-18 Civil Works

 Oil in transformer
 Relay alarm circuit
 Load (Amperes) and
 Voltage
iii. Quarterly
 Transformer
 Bushing and
 Dehydrating breathers
iv. Half -Yearly
 Pumps / Blowers /Agitators / Compressor /Decanters/Centrifuge
 Gland of stuffing box
 Gland bolts
 Gland packing
 Alignment of pump aerator and drive and
 Oil lubricated bearings
 Motors
 Tripping elements for motor protection
 Contact points and
 Fuse ratings
v. Annual
 Paint screens, grit removal mechanism, scrapers, scrapers , motors, pipes,
 Valves, fittings agitators and inlet/outlet weirs with two coats of anticorrosive
paints.
 Replace worn out parts of mechanical equipment in sewage treatment plant.
3.5.3 Buildings and Civil Structures:
Carry out routine maintenance and minor repairs including cleaning, repairs to
plaster, doors, windows and painting.
(i) Daily
 Sweep the premises
 Clean the floors and parts inside the Building
 Clear the cobwebs and other biological growth
 Maintenance of horticulture
 Disposal and transportation of dewatered sludge
(ii) Half - Yearly
 Repair damaged floor, plaster, roof, leakages and
 Repair damaged doors, windows and other fixtures.

(46)
BidDocument Section6 :Technical Specifications
Contract Package No. KEIIP/NCB/TR-3/SD28/2017-18 Civil Works

(47)
BidDocument Section6 :Technical Specifications
Contract Package No. KEIIP/NCB/TR-3/SD28/2017-18 Civil Works

4. ALLIED WORKS (UNDER ITEM RATE CONTRACT)

In addition to the STP under Design, Build and Install contract, the following items will also be
in scope of the Contractor under item rate contract
 Laying of influent pumping main from Joka pumping station to the STP(600 mm Dia.,
400 m length)
 Laying of influent pumping main from Churial Canal (from proposed Kalagachia
pumping station to the STP (700 mm, Dia, 600 m length)
The Contractor shall have to lay the above mentioned pipelines. The proposed route, diameter
and length are specified in the drawing KEIIP/TR-3/SD-28/01. These works will also include
the refurbishment of the roads that excavated, construction proposed bus structures in
WBSETCL Sub station near to the alignment of the proposed pipelines through WBSETCL
sub-station area, refurbishment of boundary walls equivalent to the condition before starting
the works and any other work which might be required for completion of the works

4.1 Survey:

The Contractor shall carry out detailed mapping and level survey required for accomplishing
the works under the “Additional Scope of Work”. Reference bench mark will be shown at site
and level value of the same will be provided to the Contractor by the Employer through Project
Manager for carrying out topographical survey. The Contractor shall furnish updated map and
level information to the Project Manager for his record. The detailed specifications have been
provided in sub section 3 of this document.

4.2 Excavation:

The Contractor shall furnish all tools, plants, instruments, qualified supervisory personnel,
labour, materials, any temporary work, consumable, any and everything necessary, whether
or not such items are specifically stated herein for completion of the job in accordance with
specification requirements.
The Contractor shall carry out excavation according to construction drawings prepared by him
and approved by the Project Manager and properly mark all lines and establish levels for
various works.
The excavation shall be done to correct lines and levels. This shall also include, where
required, proper shoring to maintain excavations and also the furnishing, erecting and
maintaining of substantial barricades around excavated areas and warning lamps at night for
ensuring safety. The detailed specifications have been provided in sub section 3 of this
document.

4.3 Laying of proposed bus structure foundation near the influent/ effluent pipelines

There is 1 set of bus structures foundation proposed to be constructed in the WBSETCL sub-
station area which will lie on the route of the incoming influent line from proposed Kalagachia
Pumping Station and the treated effluent line from the STP. To avoid any overlap and
obstruction in future, the proposed bus structure foundations shall be laid while laying these
pipelines in parallel with the pipe laying. The construction drawings and other execution

(48)
BidDocument Section6 :Technical Specifications
Contract Package No. KEIIP/NCB/TR-3/SD28/2017-18 Civil Works

details shall be provided by the Employer during execution. The preliminary drawings are
provided also provided (KEIIP

4.4 Laying of pipes:

 The influent lines from Joka Pumping Station to Receiving Chamber (600mm Dia., 400
m length) and from Churial canal (incoming from proposed Kalagachia PS)
(700mmDia, 600 m length) will be of DI. The length provided will change a little as per
the STP layout provided by the Contractor.
 The treated effluent pipe line shall be of Mild Steel. The diameter of the pipe and
length can be determined by the contractor as per his STP layout and process design
with a binding limitation that the pipeline shall not be greater than 1000 mm diameter.
 The detailed specification to be followed while laying of pipelines have been provided
in the sub section 3, General Specification for civil works. The construction drawings
will be provided by the Employer during the execution stage.

4.5 Construction of Road:

All the roads that are excavated while laying the influent pumping main from Joka PS to the
STP must be restored to match the existing condition or as specified by the Project manager
during execution.

A new road shall be laid after laying the pipelines for incoming pumping main from Kalagachia
PS and treated effluent line from WBSETCL STP to Churial Canal. The construction drawings
detailing the sub grade, wearing layer and relevant details will be provided by the Employer
during the execution stage. The general specifications for the Road works under this project
have been provided in the sub section 3- General Specification for Civil Works

4.6 Refurbishment of the boundary wall:

The existing boundary wall of the WBSETCL Sub Station and any other property which is
demolished or disturbed during execution of these works shall be refurbished to the condition
existing before the execution or as specified by the Project Manager.

(49)

Você também pode gostar